Loading...
HomeMy WebLinkAbout2002-06-18; Municipal Water District; 536; Carlsbad Water Recycling Facility2 CARLSBAD MUNICIPAL WATER DISTRICT -AGENDA BIL B# 536 ,TG. 611 8/02 TITLE: APPROVE AND AUTHORIZE A CONSTRUCTION BLACK & VEATCH FOR THE PHASE ENGINEERING SERVICES AGREEMENT WITH EPT. ENG I CARLSBAD WATER RECYCLING FACILITY PROJECT NO. 3675-2 RECOMMENDED ACTION: Adopt Resolution No. 1160 to approve and authorize a construction phase engineering services agreement with Black & Veatch for the Carlsbad Water Recycling Facility, Project No. 3675-2. ITEM EXPLANATION: On May 14, 2002, by Resolution No. 1149, the Board of Directors awarded a construction contract for the Carlsbad Water Recycling Facility (CWRF). The firm of Black & Veatch Corporation prepared the plans and specifications for the CWRF. The City's engineering staff requested a proposal from Black & Veatch Corporation to provide construction phase engineering services including shop drawing review, assistance in responding to design questions and change orders, preparation of O&M manuals, personnel training and startup assistance. Since Black 8 Veatch Corporation performed the preliminary and final design of the CWRF, they are the most familiar with the design assumptions, and specification and operation requirements. With this in mind, the Purchasing Ofticer waived the requirements for solicitation of multiple proposals consistent with Carlsbad Municipal Code Section 3.28.150. Based on negotiations, Black & Veatch Corporation submitted a proposal to provide these services on a time and material basis for an amount not-to-exceed $330,000. Staff recommends that the agreement with Black & Veatch Corporation be approved and authorized for execution. 4" ENVIRONMENTAL REVIEW A Mitigated Negative Declaration (MND) was prepared for the Phase II project. The Carlsbad City Council approved the MND on January 25, 2000 under Case No. EIA 99-09, The United States Department of the Interior completed their review of the Phase II project for compliance with the National Environmental Policy Act (NEPA) and formally approved the NEPA on March 1, 2002. By Resolution No. 1149, the Board of Direct0 s appropriated $12,500,000 for the construction of the CWRF. The appropriation contained fun b ing in the amount of $330,000 for construction phase services. FISCAL IMPACT: EXHIBITS: 1. Location Map. 2. Resolution No. 1160 to approve and authorize a construction phase engineering services agreement with Black & Veatch for the Carlsbad Water Recycling Facility, Project No. 3675-2. 3. Agreement for professional engineering services (Black & Veatch Corporation). LOCATION MAP PROJECT 05 SITE ff PROJECT NAME I PROJECT 1 EXHIBIT CARLSBAD WATER RECYCLING FACILITY I ~~~~~~ I 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION NO. 1160 A RESOLUTION OF THE BOARD OF DIRECTORS OF APPROVE AND AUTHORIZE A CONSTRUCTION PHASE CARLSBAD MUNICIPAL WATER DISTRICT (CMWD) TO VEATCH FOR THE CARLSBAD WATER RECYCLING FACILITY, ENGINEERING SERVICES AGREEMENT WITH BLACK & PROJET NO. 3675-2. WHEREAS, Black & Veatch Corporation prepared the plans and specifications for the onstruction of the Carlsbad Water Recycling Facility (CWRF); and WHEREAS, the Board of Directors of the Carlsbad Municipal Water District awarded the onstruction contract for the CWRF on May 14, 2002, by Resolution NO. 1149; and WHEREAS, the City's engineering staff requested a proposal to perform construction 'hase engineering services only from Black & Veatch Corporation because they performed the reliminary and final design of the CWRF and was, therefore, most familiar with the design and peration requirements; and WHEREAS, the City's Engineering staff recommends thar .Black & Veatch Corporation's roposal to perform construction phase engineering services for the CWRF in the amount ot-to-exceed $330,000 be approved 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. I I I I I I I I I I That the above recitations are true and correct. 1 2 3 4 5 6 7 a 9 10 11 42 15 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 2. The Board of Directors authorizes the President to execute a construction phase engineering services agreement with Black & Veatch in the amount not-to-exceed $330,000. PASSED, APPROVED AND ADOPTED at a special 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 ATTEST t && ($27 L3ZGt5 LORRAhE M. WOOD, Secretary Page 2 of 2 of Resolution No. 1160 (CIIWD) AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES (BLACK 8 VEATCH CORPORATION) THIS AGREEMENT is made and entered into as of the 62 7 7& day of DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad, referred to as (“CMWD), and BLACK & VEATCH, a Delaware corporation, (“Contractor“). SLING ,20&J-, by and between the CARLSBAD MUNICIPAL WATER RECITALS A. CMWD requires the professional services of a professional civil engineer 6. 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 that is experienced in civil engineering. services and advice related to civil engineering. 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 Derform. and Contractor aarees to render. those services (the “Services”) that are defikd in attached Exhibit “A’! which is incorporated by this reference in accordance with this Agreement‘s 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 two (2) years from the date first above written. The Executive Manager may amend the Agreement to extend it for one (1) additional one (1) year periods or parts thereof in an amount not to exceed one hundred thousand dollars ($100,000) per Agreement 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. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 1 General Counsel Approved Version #04/02/02 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be not-to-exceed three hundred thirtv thousand dollars ($330,00Ob No other compensation for the Services will be allowkd 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 andlor Services specified in Exhibit "A". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". ~~ 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 of CMWD for any purposes. Contractor to provide services under this Agreement will not be considered employees The payment made to Contractor pursuant to the Agreement will be the full and federal or state tax withholdings on behalf of Contractor or its agents, employees or complete compensation to which Contractor is entitled. CMWD will not make any 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 subcontiacts 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. 8. OTHER CONTRACTORS CMWD reserves the right to employ other Contractors in connection with the Services. 2 General Counsel Approved Version #04/02/02 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 Manaaer amroves a lower amount. These minimum amounts of coverage will not constituteany 'limitations or cap on Contractots 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 EmDloyer's 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 CMWD's satisfaction, a declaration stating this. 10.1.4 Professional Liability. 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 Providina 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 Coveraqe. 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 the property of CMWD. 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. 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: Name Title Address Phone No. Lloyd Hubbs Public Works Director Carlsbad Municipal Water District Carlsbad. CA 92008 1635 Faraday Avenue (760) 602-2730 Name Title Address Phone No. 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 Contractor's affected employees, agents, or subcontractors will complete and file with the Secretary of the Board those schedules specified by CMWD and contained in the 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 Drosecute. 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 CMWD in having the Agreement completed. Based upon that finding CMWD will percentage of work that Contractor has performed which is usable and of worth to 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 assemble the work product and put it in order for proper filing and closing and deliver it to CMWD. Contractor will be paid for work performed to the termination date; however, 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, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, CMWD will 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 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 07 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 California Government Code sections 12650 et sea., the False Claims Act applies to this Agreement and, 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 CMWD seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment 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. General Counsel Approved Version #04/02/02 7 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 Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, 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 #04/02!02 26. AUTHORITY The individuals executing this Agreement and the instnrments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR CARLSBAD MUNICIPAL WATER BLACK & VEATCH CORPORATION, a Delaware corporation *By: DISTRICT, a Public Agency organized under the Municipal Water , '7 _. r( /"#J .A" d,. (print namehitle) designee **By: ATTEST: (sign here) (print namehitle) If required by CMWD, proper notarial acknowledgment of execution by contractor must be attached. If a CorDoration, Agreement must be signed by one corporate officer from each of the following two groups. *Group A. Chairman, President, or Vice-president "Group 0. Assistant Secretary, 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 BxP Lhrn~q Deputy General Counsel 9 General Counsel Approved Version #04/02/02 BLACK €4 VEATCH Certificate of Seeretarv Black & Veatch Corporation 1. S. K. Sloan. Senior Vice President and Assistant Secretary of Black B: Veatch Corporation (the "Corporation"), a Delaware corporation certify t!!at: 1. James H. Clark is a Vice President of the Corporation, a Delaware corporation; and _. 7 In his official capacity, James 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 or rescinded. IN WITNESS WHEREOF, I have hereunto set my hand and seal this I3Ih day of February 2001. BLACK Ri VEATCH CORPORATION S. K. Sloan Senior Vice President and Assistant Secretary STATE OF KANSAS 1 COUNTY OF JOHNSON j )ss. Sworn to and subscribed before me this 131h day of February 2002. k-fi /y , a-, 2- 'A' Carlsbad Water Recycling Facility Construction Phase Services Scope of Work The scope-of-work and fee are based on an 18-month construction period, BLACK 8 VEATCH CONSTRUCTION PHASE SERVICES TASK 1 -SITE VISITS AND MEETINGS. Attend up to 8 total site visits and meetings at 5 hours each by the project engineer. At 5 of these site visit and meetings a discipline engineer will also be in attendance. Fee for site visits and meetings includes support staff for visit and meeting documentation and to respond to issues that arise from the visits and meetings. Meeting attendance will be requested by the Construction Manager. TASK 2 -SHOP DRAWING REVIEW Review shop drawings submittals and other data submitted by Contractor as required by the construction contract documents. Shop drawing review shall be for general conformity to the construction contract drawings and specifications for the project and shall not relieve the Contractor of any of its contractual responsibilities. Such reviews shall not extend to means, methods, techniques, sequences, or procedures of construction, or to safety precautions and programs incident thereto. Budget includes review of 100 shop drawings which includes an initial and second review of each shop drawing. TASK 3 - CONTRACTOR REQUEST FOR INFORMATION (RFls) Interpret construction contract documents when requested by Contractor and provide written responses to the question. The Engineer shall render interpretations or decisions in good faith and in accordance with the requirements of the construction contract documents. Budget includes review and response to 58 RFls. 1 Carlsbad Water Recycling Facility Construction Phase Services Scope of Work TASK 4 - OPERATlONS AND MAINTENANCE MANUAL Engineer will prepare an operations and maintenance manual for the Carlsbad Water Recycling Facility. Specific services to be performed by Engineer will be to prepare the manual in the format as follows. 1. Prepare text and schematics in a draft format of the Operations Manual. The manual will include a description of the facilities and recommendations for operation. The following topics will be included: Chapter 1 - Introduction A. Treatment Requirements 6. Description of Unit Processes Chapter 2 - Process Control A. Coagulation and Flocculation B. Granular Media Filtration C. Microfiltration D. Reverse Osmosis E. Redamonation F. Disinfection G. Recycle Pumping H. Thickening Chapter 3 - Equipment and System Operation A. Influent Pump Station 1. MF Feed Pumps 2. GMF Feed Pumps 3. Equalization Pumps B. Influent Flow Equalization Basin C. GM Filtration 1, Filtration System 2. Continuous Backwashing 3, Flow Controls 1, Coagulation and Flocculation 2. Auto-strainer 3. Microfiltration 4. MF CIP System 5. MF Transfer Pump 6. RO Transfer Pump System 7. Cartridge Filters D. MF-RO System Carlsbad Water Recycling Facility Constructlon Phase Services Scope of Work 6. RO System 9. Recarbonation System 1D.RO CIP System 1, Chlorine Contact Basins 2. Chemical Feed System 1. Basin 2. High Pressure Recycle Pumplng 3. Low Pressure Recycle Pumping E. Disinfection F. Recycled Water Storage G. CIP Waste Holding System H. Thickening 1, MF Backwash Equalization 2. Thickening Chapter 4 - Chemical Feed Systems A. Aluminum Sulfate B. Polymer - Coagulant Aid C. Ferric Chloride D. Polymer - Filter Aid E. MF CIP Chemicals F. Sodium Hypochlorite G. Sulfuric Acid H. Antiscalant I. RO CIP Chemicals Chapter 5 - Process Control Testing Chapter 6 - Electrical Chapter 7 - Plant Control System 2. Two draft copies of the Operations Manual will be submitted to the Owner for review. One copy with comments will be returned to the engineer. 3. The draft Operation Manual will be revised as required by the Owners comments. Five final copies of the Operations Manual will be submitted to Owner for reference. 3 Carlsbad Water Recycling Facility Construction Phase Services Scope of Work 4. The manufacturer's O&M manuals will be reviewed by the Engineer for completeness. Upon final review, one copy will be submitted to the Owner and the remaining copies will be held by the Engineer until the project reaches substantial completion. 5. One set of the manufacturer's O&M manuals held by the Engineer will be compiled into a separqtely bound version, The remaining copies will be delivered to the Owner in the original binder. The number of copies is stated in the project specificatlons. TASK 5- PERSONNEL TRAINING AND STARTUP Personnel Training and Startup 1. Develop a training program for the facilities presented in Operation Manual. Classroom preparation will require 10 days. 2, Visit the site to prepare for the training and startup. The orientation visit will be conducted during a 3 day trip. 3. Conduct two 5 day training programs for plant supervisors, operators, maintenance personnel. It is anticipated that training will be conducted during several daylong sessions to accommodate operating shifts and the daily O&M duties, Each session will include classroom sessions, supplemented by onsite "hands-on" training for individuals and groups. 4. Monitor equipment vendor training sessions. 5. Consult with the Owner on startup operation, and prepare a startup schedule. It is anticipated that startup planning will be conducted for 3 days. 6. Provide 4 days of startup services. The Engineer will provide an Operations Specialist to direct the startup activtty. During this period, operating procedures for individual unit processes and for overall operation will be established. 7. A startup trip report will be prepared and delivered to the Owner. 4 Carlsbad Water Recycling Facility Construction Phase Services Scope of Work SUBCONSULTANT CONSTRUCTION PHASE SERVICES TASK 6 -SEPARATION PROCESSES INC. See attached scope-of-work and fee letter. TASK 7 - GlLLlS & ASSOCIATES See attached scope-of-work and fee letter. TASK 8 - KTU8A. See attached scope-of-work and fee letter. 5 r a L SeparatSon Processes, Inc. 460 W. San Marcos Blvd., Suite 200, San Marcos, CA 92069 Tel (760) 736-3200 Fax (760) 736-3205 Date: May IO, 2002 To: Rich ten Bosch From: PickSudak 6?%$&. Subject: Carlsbad Recycling Facility In your e-mail to me dated May 7,2002 you indicatgd that Mr. Plummer has cut our budget for the construction phase of the subject project from $57,520 to $47,000. As you will recall the budget of $57,520 was deHved from a scope of work proposed in my memo to you dated December 21,2001. I am sure you will agree that in order to comply with the reduced budget our scope of work will have to be revised accordingly. The purpose of this memo is to revise the scope of work and fee estimate for the construction phase of the subject project. SPI would be pleased to perform the following scope of work: 1, Continue to review submittals and requests for information from the MF supplier and provide the same service in regard to the RO supplier and construction contractor. 2. Periodically inspect the construction site for proper installation of the MF and RO equipment and attend a maximum of six construction coordination meetings. 3. Inspect the RO equipment at the RO manufacturers prior to shipment. 4. Deleted 5. Participate in plant startup antl evaluate if the plant meets the requirements to 6. Participate in plant demonstration testing and evaluate this testing for the City. proceed to demonstration testing. The estimated fee to provide the above scope of work is shown in Table 1 attached. Please note that our participation in demonstration testing is limited to an effort of 42 hours by the project engineer. We trust this will be satisfactory to you and Mr. Plumrner and look forward to working with you and the City on this project. cc: Alex Wesner TABLE 1 Carlsbad Water Recycling Faciltty Sepaqtion Processes. Inc. EsUrnate of Fees for Conqlruction and Startup Work Estimated YOUIS Mimated Cost Tatel Estimated Item Engineer prafting Engineer DMlng Tmel cast 1 80 2 8 10,400 64 $ 10,400 $ 8,320 $ 100 3 32 $ 2,500 5 6,860 $ 8,420 $ 4,160 4 odd@ 5 120 $ 300 $ 15.906 $- E $ 15,600 42 $ 5,480 $ 160 $ 5.620 TOMI8 $ 43,940 $ - 4r 3,080 $ 47,000 Revised: 5/10/02 Engineering Rate $ 130.00 per hour Drarting Fate $ 75.00 per hour May 13,2002 Black & Veacch 6 Venture, Su ice 3 I5 Irvine, CA 92618 Re: CA Services Fee Proposal Aaentiom: Rich ten Bosh Per ycur rrquesr, we are plcascd m suhmic rhc following rope for elv vices and fee propd for &nsrmccion Adminismcion of rhe pbns for CMWD Reclaimed Water Facilir,c Architectural Sire Visirs Rubio Mcdiia (la site visits) Biddii, RFI, Subdds, Shop Erawings = 6,150.00 Rubio Medina 80 hn @ 85.00 - 6,800.00 Don Gillis IC hrs Qp 115.00, = 1,150.00 suhtnnl Smcwal' =- , Site Vi& RM Byrct &&3OCkrrU (4 site visits) Bidding, RFI, Subrnids, Shop Drawings = 1,700.CO RM By~d Ea Associates 20 hrj @ 85.00 = 1,700.00 Subroeal Mechanical. Plumbw. &&a1 i3.400.00 Site Viirs, Diing, W, Submid, Shop Drarui DCGA Inc (6 sire visits/% per discipline) - 5,500.00 - - Arlditicnal sire vLiiw/comtnrction meetings and A-BuUe Drawings co be billed on an hourly basir wich prior approval only. . NSXIL ST. G-205 COSTA MESA CAllFC I. ,. May 14,'2002 Black Veatch Corporation ,. 6 Venture, Suite 315 Tplne, CA 92618 Attention: Rich ten Eosch -.-Subje& . - . btndscape Architectural Services for Qrlsbad Water Recycling Facility .. . .I ' Cadsbad, C4. Icrv+A #000-137 ,, Dear Rich: peer.yiur request, the follakving outlines our scape of seyficej and Professional fees fur the SonmUCtiwl, ' administration phase OF the Carisbad Water Rwdlng Facilitv: ,. .. .. I. Scope of SeMces A. Cpnstruction Adrnlnlstration: 1. Construction Adminlstratlon shall. Include review and kite observation Of ' . hardscape, irrigation oneration, coverage and installation, and plant quarttiti=, loations and installatipn per the plans and detalls. UpDn completion of each 5b ' ' observation a report will be issued to all in attendance. Also incluslve are site 'meetings, R.F.I.'s, change orders, submittal reviews and As-Bullt preparation. Cerlsbad Water Recytling Facllily MY 14,2002 B. Additional Serulces requested by the Client, above and beyond those specified qbae and all hourly bask work shall be pald for by the Client at the following hourly rates: ., Administrative Assistant Draftsperson Deslgner/Planner Associate 3, Designer/% Planner/G.I.S. Analyjt sr.,Aaoclate Princlpql Sr. Principal $50.35/hr. $62.00/hr. $55.0O/hr; $73.0tl/hr. $84.25/hr. $123.50/hr. $95.50/hr, $151,50/hr. .I Thank you, we appreciate it very rnljch! Sincerely, Senior Principal Frank H. Kawasaki, ASM RIA 1084 APPROVED BY ,Black -b Veatcb Authorized Slgnature Data This is to Certify that (Am h VEATCB CORPORATION CLAW, JIM PO BOX 8405 KANSAS CITY, Ho 64114 I 1 +- address of Name and Insured. I TYPE OF POLICY WORKERS COMPENSATION PCLEY TERM INCLUDES OTHER STATES COVERAGE (EXCEPT STATES) MONOPOLISTIC GENERAL LlABlUTY i1/1/mw , . OCCURRENCE 0 CLAIMS MADE T POLICY NUMBER LIMIT OF LlABlLITV COVERAGE AFFCWJED UNDER WC AL. AZ AR. CA; CO, CT, DE, DC. LAW OFTHE FOLLOWY.(G 6TATES: FL. GA. HI. IL IN, IA. KS. W. U ME. MD. MA. MI, MN. MS, MO, NE. SC, TN, TX, UT, W, VA NJ. NM, NV, NY, NC. OK, PA, RI. AK, ID, MT, OR. WI I DWTDNU WMMEhTS ;ARLSBAD MUNICIPAL WATER DISTRICT ANDTHE ClNOF CARLSBP;D;CA iENERAL LIABILITY AND AUTOMOBILE CIABILm POLICIES. ;SUED BY POLICYHOLDER ., 'ROJECT wee2 INCLUDED AS ADDITIONAL INSUREDS ON THE JUN-24-2002 15:00 CITY OF CRRLSBAD 760 431 5769 P.03/04 ACORD,” CERTIFICA, - OF LIABILITY INSURAK E 11/0112002 DATE IMM!DDm) 10/25/2001 PROUUCER LOCKTON COMPANIES 444 W. 47TH STREET, SUITE 900 (ale) 960-9000 KANSAS CITY MO 641 12.1906 INSURERS AFFORDING COVERAGE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR -ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. lNSU-0 BLACK 8 MATCH CORPOR4TION 17254 P.O. BOX &(E KANSAS ClTy MO 641 14 J.H. Clark IHSURER c : ~wER A : CONTINENTAL CASUALTY INSU~ B : MCTOR 0. SCHINNERER) - IN6URW 0 ; 4 INSURER E : COVERAGES PC . .,, .. . . . . .. EMPLOYERS‘ WWY CERTIFICATE HOLUER 1 I ADDlTlOHAL IHSYRED: NSUPEA -: CANCELLATION , rII1 r 11 1 968048 SHOULD ANY OF THE ABOVE DEsCklBEDPWUES BECANCELLEDWFORE THE UDthl~oN Carlsbad Municipal Water DistM 1635 FARADAY AVENUE Cadsibad CA 12008 DATE THEREOF. THE 19SUING INSURER WILL ENPUMR TO WL DAYS WNHEN NOTICE TO THE CERTIFICATE HQWER NAME0 TO THE LEFT.BWFNLURE TO DO 60 SHAU IMPOBE NO OBLIQATIONOR LUBIUNOF WTlaNDUPONTHE IHSYRER, 176 AGENTS OR AUi7iORIZED RCPRISENTATIVE REPReQENTATIVU. JUN-24-2002 15:00 CITY OF CQRLSBAD Ha BLACK &.VEATCH 11401 Lamar Amua Gwrland Pd. Kansas 5621 1 USA Tel: 19131 4562wO Far. 19131 4582934 Blade & Vaatih Colporatlon Certificate of Secretary I, S. K. Sloan, Senior Vice President and Assistant Secretary of Black & Vatch Corporation (the ''Corporation"), a Delaware corporation certify tbat: STATE OF KANSAS 1, COUNTY OF JOHNSON ) )SS. Sworn to and subscribed before me this 13" day ofFebruary 2002. .. My Commission Expires: I/- 3 - -3095 - the imagine. build company-