Loading...
HomeMy WebLinkAbout2002-06-18; Municipal Water District; 535; El Camino Real Potable Water Transmission PipelineENGINEERING SERVICES AGREEMENT WITH KENNEDYlJENKS RECOMMENDED ACTION: Adopt Resolution No. 1159 with KennedyNenks Consultants for design of the El Camino Real Potable Water Transmission to approve and authorize an engineering services agreement Pipeline, Project No. 3843, and appropriate funds. ITEM EXPLANATION: The El Camino Real potable water transmission pipeline is located along El Camino Real from Faraday Avenue to Cougar Drive. The potable water pipeline is part of the Water Distribution System, Project No. 3843. This project will complete the transmission main replacement from Palomar Airport Road to Hosp Way and Pressure Reducing Station at Faraday Avenue. The project includes: e approximately 1,500 lineal feet of 24-inch diameter ductile iron pipeline. one pressure reducing station. On February 4, 2002, five statement of qualifications and proposals to perform pipeline design engineering services were submitted to the Engineering Department. The qualifications and proposals were reviewed and ranked by a selection committee composed of Engineering qualified firm and most responsive proposal for this project. Department staff members. The firm of KennedyNenks Consultants is recommended as the most ENVIRONMENTAL REVIEW This project is categorically exempt from the environmental review process under Section 15302 Class 2 (c) of the Public Resources Code (California Environmental Quality Act). FISCAL IMPACT: The total fee payable for engineering design services for the El Camino Real Potable Water Transmission Main and Pressure Reducing Station to be designed under this agreement is $89,242 for design phase services and $1,340 for the bidding phase, for a total of $90,582. The total cost of the project including construction is budgeted at $660,000. Additional funds are scheduled in the CIP for year 2002-2003. There is currently $50,000 appropriated from the Water Replacement Fund for this project; staff is requesting an additional appropriation of $50,000 at this time to begin this project prior to the fiscal year 2002-2003. An early start to this project is requested, because the existing pressure reducing station that is being replaced is beginning to have operational problems. EXHIBITS: 1. Location Map. 2. Resolution No. 1159 District to approve and authorize an engineering services agreement with KennedyNenks of the Board of Directors of the Carlsbad Municipal Water Consultants for design of the El Camino Real Potable Water Transmission Pipeline, Project No. 3843, and appropriate funds. 3. Engineering Services Agreement with Kennedy/Jenks Consultants for El Camino Real Transmission Main from Faraday Avenue to Cougar Drive, Project No. 3843. LOCATION MAP .. . cm OT OQIWYDE .. .. PROJECT NAME EXHIBIT PROJECT WATER DISTRIBUTION SYSTEM - EL CAMINO REAL TRANSMISSION NUMBER MAIN FROM FARADAYAVENUE TO COUGAR DRIVE 1 3843 W BY: SCOT EVANS. CAQLSBM ENGINEERING KPT. 5/22/02 C: \CAPlTAl\AHl€S\%43.DVC 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 ?ea1 RESOLUTION NO. 1159 A RESOLUTION OF THE BOARD OF DIRECTORS OF APPROVE AND AUTHORIZE AN ENGINEERING SERVICES CARLSBAD MUNICIPAL WATER DISTRICT (CMWD) TO AGREEMENT WITH KENNEDY/JENKS FOR DESIGN OF EL CAMINO REAL POTABLE WATER TRANSMISSION PIPELINE, PROJECT NO. 3843, AND APPROPRIATE FUNDS. WHEREAS, the CMWD proposes to replace the existing transmission main in El Camino from Cougar Drive to Faraday Avenue and pressure reducing station at Faraday Avenue, eferred to as El Camino Real Potable Water Transmission Pipeline, Project No. 3843; and WHEREAS, the project was scheduled to occur in fiscal year 2002-2003; and WHEREAS, an early start to this project is being requested because the existing pressure educing station that is being replaced is now experiencing operational problems; and WHEREAS, on February 4, 2002, five statement of qualifications and proposals to perform lipeline design engineering services were submitted to the Engineering Department. 'he qualifications and proposals were reviewed and ranked by a selection committee composed If Engineering Department staff members. The firm of Kennedy/Jenks Consultants is ecommended as the most qualified firm and most responsive proposal for this project; and WHEREAS, the Board of Directors of the Carlsbad Municipal Water District has etermined it necessary, desirable, and in the public interest to enter into an agreement between :ENNEDY/JENKS CONSULTANTS and the CMWD for Engineering Design Services to design le El Camino Real Potable Water Transmission Pipeline, Project No. 3843; and WHEREAS, additional funds totaling $50,000 are needed for engineering design services t this time'to begin this project prior to the fiscal year 2002-2003 for Project No. 3843; and WHEREAS, the approval of a one-year extension will be included for this agreement, NOW, THEREFORE, BE IT RESOLVED by the Board of Directors of Carlsbad Municipal Vater District (CMWD) of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. That the Finance Director is authorized to appropriate $50,000 from the Water :eplacement Fund to cover engineering design services for Project No. 3843, and reduce the :IP funding for year 2002-2003 by the same amount 1 2 3 4 5 6 7 6 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 20 3. That the proposal by KENNEDYNENKS CONSULTANTS in the amount of $90,582 for engineering design services is accepted and approved. 4. That the President of the Carlsbad Municipal Water District' is authorized and directed to execute the agreement with KENNEDY/JENKS CONSULTANTS for the design of El Camino Real Potable Water Transmission Pipeline, Project No. 3843. PASSED, APPROVED AND ADOPTED at a meeting of the Carlsbad Municipal Water District held on the 18th day of JUNE ,2002 by the following vote, to wit: AYES: Board Members Lewis, Kulchin. Finnila, Nygaard, Hall NOES: None 4TTEST &hm KfRR,$lNE M. WOOD, Secretary Resolution No. 1159 (CMWD) Page 2 of 2 AGREEMENT FOR ENGINEERING DESIGN SERVICES FOR EL CAMINO REAL TRANSMISSION MAIN FROM FARADAY AVENUE TO COUGAR DRIVE, PROJECT NO. 38431 (KENNEDY/JENKS CONSULTANTS) THIS AGREEMENT is made and entered into as of the 2 0 7h' day of JLt N 9- 2004 by and between the CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 191 1, and a Subsidiary District of the City of Carlsbad, referred to as ("CMWD), and KENNEDY/JENKS CONSULTANTS, a California corporation, ("Contractor"). RECITALS A. CMWD requires the professional services of a Civil Engineer that is B. Contractor has the necessary experience in providing professional C. Selection of Contractor is expected to achieve the desired results in an D. Contractor has submitted a proposal to CMWD and has affirmed its experienced in pipeline design. services and advice related to water pipeline design. expedited fashion. willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, CMWD and Contractor agree as follows: 1. SCOPE OF WORK CMWD retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreemenfs terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and'best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of one (1) year from the date first above written. The Executive Manager may amend the Agreement to extend it for one (1) additional year. Extensions will be based upon a satisfactory review of Contractor's performance, CMWD needs, and appropriation of funds by the CMWD Board of Directors. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 1 General Counsel Approved Version #04/02/02 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be not-to-exceed ninetv thousand five hundred eighty two dollars ($90,582). No other compensation for ihe Services will be allowed except for items covered by subsequent amendments to this Agreement. CMWD reserves the right to withhold a ten percent (10%) retention until CMWD has accepted the work and/or Services specified in Exhibit "A". -~ Incremental payments, as outlined in attached Exhibit "A", shall be time and expense based on labor categories and rates. .6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of CMWD. Contractor will be under control of CMWD only as to the result to be accomplished, but will consult with CMWD as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of CMWD for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. CMWD will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. CMWD will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify CMWD and the City of Carlsbad within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which CMWD may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At CMWD's election, CMWD may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of CMWD. If Contractor subcontracts any of the Services, Contractor will be fully responsible to CMWD for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and CMWD. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by CMWD. 2 General Counsel Approved Version #04/02/02 8. OTHER CONTRACTORS CMWD reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys 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. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement 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 Services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:V". 10.1 Coveraaes and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless the General Counsel or Executive Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on contractor's indemnification obligations under this Agreement. CMWD, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 Commercial General Liabilitv Insurance. $1,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10:1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for CMWD). $1,000,000 combined single-limit per accident for bodily injury and property damage. 3 General Counsel Approved Version #04/02/02 10.1.3 Workers' Compensation and EmDloyets Liability. Workers' Compensation limits as required by the California Labor Code and Employer's Liability limits of $1,000,000 per accident for bodily injury. Workers' Compensation and Employer's Liability insurance will not be required if Contractor has no employees and provides, to CMWDs satisfaction, a declaration stating this. 10.1.4 Professional Liabilitv. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000.000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The CMWD and the City of Carlsbad will be named as an additional 10.2.2 Contractor will obtain occurrence coverage, excluding Professional insured on General Liability. Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to CMWD sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providinq Certificates of Insurance and Endorsements. Prior to CMWDs execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to CMWD. 10.4 Failure to Maintain Coveraae.' If Contractor fails to maintain any of these insurance coverages, then CMWD will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by CMWD to obtain or maintain insurance and CMWD may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. CMWD reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 4 General Counsel Approved Version #04/02/02 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of CMWD during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is intended for the exclusive use of CMWD. However, Contractor shall retain all intellectual property, including copyrights in the work product produced for CMWD under this Agreement. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement'will be delivered at once to CMWD. In any case, Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in CMWD and Contractor relinquishes all claims to the copyrights in favor of CMWD. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of CMWD and on behalf of Contractor under this Agreement. For CMWD: For Contractor: Title Senior Engineer, David Ahles Name Matt A. Tebbetts Carlsbad Municipal Water District Title Principal Engineer Address 1635 Faraday Avenue Address 16855 West Bernard0 Drive, Suite 360 Carlsbad, CA 92008 San Diego, CA 92127 Phone No. (760) 602-2748 Phone No. (858) 676-3620 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. CONFLICT OF INTEREST CMWD will evaluate Contractor's duties pursuant to this Agreement to determine whether disclosure under the Political Reform Act and CMWD's Conflict of Interest Code is required of Contractor or 'any of Contractor's employees, agents, or subcontractors. Should it be determined that disclosure is required, Contractor or the Secretary of the Board those schedules specified by CMWD and contained in the Contractor's affected employees, agents, or subcontractors will complete and file with Statement of Economic Interests Form 700. 5 General Counsel Approved Version #04/02/02 Contractor, for Contractor and on behalf of Contractor's agents, employees, subcontractors and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. Contractor further warrants that neither Contractor, nor Contractor's agents, employees, subcontractors and consultants have any ancillary real property, business interests or income that will be affected by this Agreement or, alternatively, that Contractor will file with the CMWD an affidavit disclosing this interest. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants that the services required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or CMWD will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (IO) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the Executive Manager. The Executive Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the Executive Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 6 General Counsel Approved Version #04/02/02 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, ." ~ CMWD may terminate this Agreement for.nonperformance by notifying Contractor by certified mail of the termination. If CMWD decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, CMWD may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by CMWD and all work in progress to CMWD address contained in this Agreement. CMWD will make a determination of fact based upon the work product delivered to CMWD and of the percentage of work that Contractor has performed which is usable and of worth to CMWD in having the Agreement completed: Based upon that finding CMWD will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of CMWD, Contractor will to CMWD. Contractor will be paid for work performed to the termination date; however, assemble the work product and put it in order for proper filing and closing and deliver it the total will not exceed the lump sum fee payable under this Agreement. CMWD will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for 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, this Agreement. For breach or violation of this warranty, CMWD will have the right to or any other consideration contingent upon, or resulting from, the award or making of annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS CMWD must be asserted as part of the agreement process as set forth in this By signing this Agreement, Contractor agrees that any agreement claim submitted to Agreement and not in anticipation of litigation 6 in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to CMWD, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that this Agreement and, provides for civil penalties where a person knowingly submits a California Government Code sections 12650 et sea., the False Claims Act applies to 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 CMWD seeks to recover penalties pursuant to the False Claims Act, it is that the filing of a false claim may subject Contractor to an administrative debarment entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for CMWD to terminate this Agreement. 7 General Counsel Approved Version #04/02/02 23. JURISDICTIONS AND VENUE Any action at law or in equity brought by. either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon CMWD and Contractor and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of CMWD, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Aareement. toaether with anv other written document referred to or contemplated ~ ~~~~ ~e ~ ~ by it; along with the purchase order for this Agreement and its provisiorts, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. .- Ill Ill Ill Ill 8 General Counsel Approved Version #04102/02 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor tothe terms and conditions of this Agreement. CONTRACTOR KENNEDY/JENKS CONSULTANTS, a Califoyia corpxation A CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency ATTEST/ I --LORRAPE M. WOOD Secretary Proper notarial acknowledgment of execution by contractor must be attached. If a Corooration, Agreement must be signed by one corporate officer from each of the following two groups. *Group A. Chairman, President, or Vice-president "Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer@) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, General Counsel Deputy General Counsel 9 General Counsel Approved Version #04/02/02 [7 personally horn to me - OR -0 proved to me on the basis of satisfactory evidence to be the person($ whose name(s) &(are) subscribed to the within instrument and achowledged to me that kl ddthey executed the same in kisckcr/their authorized capacity@), and that by4dkdtheir signature@) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITN!XSS my hand and official seal. '* 4KZL.L- ,,&&+&- / SigMm of %my public -< OmON/&-- hgk the infamanon below is not quid by law, it nay pmvc valuable to pmoos relying on the docwcnt zd mid prrymt baudulmt rrnwal ard matfaclnmt ofthis form 10 atwthrr docwent Description of Attached Document Title of Type of Document: Document Date: Number of Page: Signers) Other than Named Above: Capacity(ies) said by Signex@) Signer's Name: Signer's Name: 0 0 0 0 0 0 0 0 0 Individual Comrate officer Title@): Partner 0 Limited 0 General Attorney-in-Fact Trustee Guardian or Conservator Other Signer is Representing: 0 0 0 0 0 0 0 0 0 Individual Title@): Partner0 Limited 0 General Attorney-in-Fact Trustee Conservator mer Signer is Representing: corporate mcer EXHIBIT “A” SCOPE OF SERVICES Itemized List of what Contractor will do for CMWD and at what price. 10 General Counsel Approved Version #04/02/02 EXHIBIT "A" Kennedy/Jenks Consultants EngineersEkScientists 16 April 2002 \ac<{qm FAX 858-676-3620 858-676-3625 16855 West Bernard0 Drive, Suite 360 California 92127-1613 RpR 19 m2 Elj\NG Mr. David P. Ahles, P.E. Senior Civil Engineer City of Carlsbad Carlsbad, CA 92008 1635 Faraday Avenue Subject: Proposal for Engineering Services - El Carnino Real Waterline and ENG\NE EJT IJEPAR~ pressure ReducinglFlow Control Station Dear Mr. Ahles: We are pleased to have this opportunity to submit a proposal for the design of the El Camino Real Waterline and Pressure ReducinglFlow Control Station, located within the City of Carlsbad along El Camino Real, between Cougar Drive and Faraday Avenue. This project will include the design of approximately 2,000-feet of 24-inch ductile iron pipe and the addition of a Pressure ReducinglFlow Control Station situated between pressure zone490 and pressure zone-550, providing direct flow regulation between each zone. The design of this project will include the completion of improvement drawings for both the proposed 24-inch waterline, and the associated flow control station. 'Upon completion, the City will be in position to proceed with the construction of these proposed facilities. As part of this project, we propose to utilize the following subconsultants for each specific task listed: BHA, Inc. (Field Surveying) Leighton &Associates, Inc. (Geotechnical Investigation) Linscott, Law & Greenspan (Traffic Control) Our proposed total fee for professional engineering services for this project is $90,582 and is based on the tasks described below. A detailed breakdown is listed on the enclosed spreadsheet. TASK 1 - Proiect Planning The Project Planning task will develop design criteria and establish the conceptual strategy needed to efficiently progress into the design phase. This task will include Utility Coordination and Research along the proposed alignment of this project, completion of a PreIiminavDesign Report, and Project Management. KennedyIJenks Consultants Mr. Dave Ahles City of Carlsbad 16 April 2002 Page 2 Subtask 1A - Utility Coordination and Research Utility Coordination and Research is required to determine the location of existing piping and utilities in the vicinity of the proposed project. This task will require the use of all available as-built construction drawings in addition to coordination with local public agencies to determine the location of each utility. Coordination with both telephone and electrical utilities will be conducted to provide new or relocated service to the proposed Pressure Reducing/Flow Control Station. Subtask 1B - Preliminary Design Report A preliminary design report will be prepared and will discuss the following items: Overall Project Description - 24-inch Waterline Horizontal Alignment Proposed along El Camino Real Pressure ReducinglFlow Control Station Operation - Site Improvements Construction Cost Estimate and Schedule Design Calculations Subtask IC - Project Management This subtask provides budget for the day-to-day management of the project during the design period. As part of this task, an internal Concept and Criteria Review (C & CR) will be performed by a Senior Technical Advisor at the completion of the Preliminary Design Report, to ensure the design approach, concepts, and assumptions are accurate. The total fee to perform all subtasks associated with Task 1 is $9,720. TASK 2 -Special Services / The Special Services task includes all subconsultant items required to complete the project, and are detailed below. Subtask 2A - Field Surveying The field survey will be performed by BHA, Inc. as a subconsultant to KennedylJenks. completing final improvement drawings for the project. The survey will be based on a Field surveys will be conducted to develop site topography for the purposes of scale of 1" = 4O'with onefoot contours throughout. This task includes the aerial maipping of the project alignment and intersection areas. The basis of survey will be the North American Datum of 1983 (NAD83) California Coordinate System (CCS) Zone 6, utilizing available control monuments. 4, Mr. Dave AhleS City of Carlsbad 16 April 2002 Page 3 Kennedy/Jenks Consultants Subtask 28 - Geotechnical Investigation geotechnical investigation to evaluate the subsurface conditions of areas affected by the Leighton & Associates, Inc. as a subconsultant to Kennedy/Jenks, will perform the project. Excavation, logging, and sampling of, at a minimum, four (4) exploratory borings will be conducted, and are anticipated to range between IO-feet to 15-feet in depth per boring. Geotechnical laboratory tests will be conducted to determine subsurface sulphate and Also, lateral earth pressure for sheeting and temporaty shoring design will be presented. chloride concentrations, sample pH, sample acidity, and soil resistivity in ohms-cms. As part of this task, two pothole locations, one near the Cougar Drive intersection and one near the Faraday Avenue intersection, will be required to establish both northern and southern tie-in locations of this project. Subtask 2C - T&ITC Control The preparation of traffic control plans and services along the.entire alignment of the project will be performed by Linscott, Law & Greenspan as a subconsultant to Kennedy/Jenks. Traffic Control will be performed and completed in accordance with City of Carlsbad Traffic Control Standards. The total fee to perform all subtasks associated with Task 2 is $29.440. TASK 3 -Waterline and Pressure ReducinnlFlow Control Station Design the 24-inch waterline and associated pressure.reducing/flow control station. Drawings and Detailed design drawings and construction specifications will be prepared for the construction of specifications will be submitted to the City for review at the 50-percent (50%) and 90-percent (90%) design stages. The submittals will include three sets of drawings, spcifications, supporting information, and cost estimate. Technical review meetings will be held after each submittal (50% and 90% design phases) to discuss any City design comments. One reproducible set and three sets of drawings and specifications along with the final cost estimate will be provided at the Final submittal stage. Final drawings will also be submitted electronically on CD-ROM in AutoCAD 2000 format and Microsoft Word and Microsoft Excel formats. The total fee to perform Task 3 is $50,082. Kennedy/Jenks Consultants Mr. Dave Ahles City of Carlsbad 16 April 2002 Page 4 TASK 4 -Assistance During Bidding Assistance during bidding of the project will include the following services: Contact potentially qualified contractors to encourage their participation in the bidding. . Respond to inquiries by prospective bidders about the project requirements, through telephone communication, written correspondence and if necessary, meetings with prospective bidders. Records of all communication will be maintained. Attend pre-bid meeting. . Prepare addenda for clarification of and or to supplement the contract documents. . Attend bid opening to be conducted by the City. Review and analyze the bids received and provide a summary of the review and recommendation for the award of the construction contract. The total fee to perform Task 4 is $1,340. SCHEDULE We propose to complete this project per the schedule shown below, beginning from issllance of the Notice to Proceed (NTP) from the City of Carlsbad. Estimated Project Schedule Task Notice to Proceed (NTP) Preliminary Design Report 50% Design Submittal City Review 90% Design Submittal City Review Final Submittal 30 45 14 45 14 30 Task Length Completion rime working days) NTP NTP + 30 days NTP+ 75 days NTP + 89 days NTP + 134 days NTP + 148 days NTP + 178 days KennedyIJenks Consultants City of Carlsbad Mr. Dave AhleS 16 April 2002 Page 5 We aooreciate th other'city of Carlsbad staff on this design Project. le opportunity to submit this proposal, and look forward to working with you anc Very truly yours, Principal Engineer Enclosure Cc: Keith London, WJ SDO Clienm: 229 KENNECONSI C/d/IL ACORD, CERTIFICATE OF LIABILITY INSURANCE OATE IHuvODII*) PRODUCER 05/28/02 Dealey, Renton B Associates P. 0. Box 12675 Oakland, CA 946062675 51 0 4653090 INSURERS AFFORDING COVERAGE THIS CERTIFICATE IS ISSUED AS A MA'ITER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURE0 " Kennedy/Jenks Consultants 622 Folsom Street San Francisco, CA 94107 INSURER@ Amerlcan Ins. Co. INSURERD INSURER E I COVERAGES SCHEDULEDAUTOS HIREDAUTOS NONOWNEDAUTOS B DZN80899813 WORKERSCOHPENSATlONAND t EMPLOYERS. LIABIUTI 01/01/02 01/01/03 All States Except Washington S1.000.000 aer Claim 10/01/02 10/01/01 AEE0700925 $1,000,000 E.L. DISEASE -PoiIcyLu.w , OTHER Professional C $1,000,000 E.L.0ISEASE -EAEMPLOYEE x WCSTAN- Om. E.L. EACH ACCIDENT $1,000,000 lor. I bollutlon Llab. ~RIPTIONOFOPERl~ON~DCA~ONSNEHICLE~~CLUSIONSADDEOBY ENDORSEHENTISPECIAL PROVISIONS I District and the City of Carlsbad. 'ADDITIONAL INSURED: The Carlsbad Munlcipal Water I Carlsbad Municipal Water District Ann: David Ahles Senior Engineer 1635 Faraday Avenue Carlsbad CA 92008 SHOULDIUIYOFME~~OMDESCRIBED WLICIESBECU~CELLEOBEFORETH DATE THEREOF. THE ISSUING INSURER WLL ENDEAVOR TOMAIL~~_DAVSWRITEN NDTlCETOTHE CERllFlCATE HOLDERNIHEDTOTHELEFT.BUTF/ULURE TODOSOSHALL IYPOSENOOBLIGATlONORLIABILINOFANVKINDUPONTHEINSURER.ITSAGENTSOR ACORD 254 (7/97)1 of 1 #M69803 DAC 8 ACORD CORPORATION 1988