Loading...
HomeMy WebLinkAbout2004-06-08; Municipal Water District; 570; Award of Contract: Twin D Water Pump StationCARLSBAD MUNICIPAL WATER DISTRICT - AGENDA BILL 570 \B# ITG. 6/08/04 IEPT. ENG TITLE: AWARD OF CONTRACT FOR THE CONSTRUCTION OF THE TWIN D RECYCLED WATER PUMP STATION FOR THE ENCINA BASIN WATER RECLAMATION PROGRAM, PHASE II PROJECT AND APPROVE AGREEMENT FOR CONSTRUCTION PHASE ENGINEERING SERVICES AND APPROPRIATE FUNDS, PROJECT NO. 3889 CITY DEPT. ATTY. HD--w RECOMMENDED ACTION: Adopt Resolution No. 1213 accepting bids and awarding a contract for the construction of the Twin D Recycled Water Pump Station for the Encina Basin Water Reclamation Program Phase II Project, Project No. 3889, and appropriate funds. Adopt Resolution No. 1214 approving and authorizing an agreement with Krieger & Stewart to provide construction phase engineering services for the Twin D Recycled Water Pump Station for the Encina Basin Water Reclamation Program Phase II Project, Project No. 3889. ITEM EXPLANATION: Included in the Encina Basin Water Reclamation Program, Phase II Project (Phase II) are three recycled water pump stations: Twin D, Calavera, and Bressi. These pump stations will provide recycled water service to customers throughout the City. The Twin D Recycled Water Pump Station (Twin D RWPS) is a critical component of the Phase II project. ‘Construction of this pump station will enable the District to deliver recycled water produced at the Carlsbad Water Recycling Facility to Mahr Reservoir and “C” Tank Reservoir for storage, and provide pressure to recycled water customers located in the 550-pressure zone. This facility will also be capable of transferring water from the higher 550-pressure zone to the lower 384-pressure zone. Included in this contract is an approximately 800-square foot, architecturally-designed masonry building containing four vertical turbine pumps (three duty, one stand-by), a hydraulic surge arrestor system, on-site piping, landscaping improvements, and an on-site pavement overlay. The Twin D RWPS will utilize the latest technology and will accommodate ultimate peak flows of the recycled water system. The pumping equipment includes four below ground vertical turbine pumps with above-ground motors. The structure has been designed to attenuate noise generation levels. On December 2, 2003, the Board of Directors approved the plans and specifications and authorized the advertisement for bids for the Twin D RWPS. On March 16, 2004, the Purchasing Department received six (6) bids for the project as follows: The Engineer’s Estimate for the construction of the project was $1,209,800. Staff has reviewed the bids and determined that the apparent low bid submitted by CaliAuga was non-responsive due to the fact that the contractor did not conduct a “good faith” effort to solicit bids from both Minority Business Enterprises and Women Business Enterprises (“MBWBE”) prior to the bid opening as prescribed by the State Revolving Fund Loan Program’s specifications. Subsequently, staff has completed their review of the bid documents submitted by the 2”d low bidder, SCW Contracting and has found them to be in order. Staff recommends that the Board award the contract for the construction of the Twin D RWPS to SCW Contracting. Page 2 of Agenda Bill No. 570 Aareement for Construction Phase Enaineerina Services Staff requested and received a proposal from Krieger & Stewart to provide engineering services during construction of all three recycled water pump stations included in the Encina Basin Water Reclamation Program. Services range from reviewing shop drawings to start-up assistance. Inspection or construction management services are not part of this scope of work. Krieger & Stewart was initially selected by the Board on March 12, 2002 to provide for engineering design of all three pump stations. Since they prepared the final design for these projects, they are most familiar with the design assumptions, specifications and operational requirements of each facility. As a result, the Purchasing Officer has waived the requirements for solicitation of multiple proposals consistent with Carlsbad Municipal Code Section 3.28.070. Staff has negotiated a fee proposal with Krieger & Stewart to provide these services on a time and material basis not-to-exceed $1 76,370. Staff recommends that the agreement with Krieger & Stewart be approved and authorized for execution. ENVIRONMENTAL REVIEW: The Twin D RWPS is a part of the Phase II project. 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, Resolution No. 2000-27. The United States Department of the Interior completed its review of the Phase II project for compliance with the National Environmental Policy Act (NEPA) and formally approved the Phase II project on March 1, 2002. The Planning Commission approved a Conditional Use Permit (CUP 03-15) and a Coastal Development Permit (CDP 03-23) on October 1, 2003 by Planning Commission Resolution Nos. 5443 and 5444, respectively. FISCAL IMPACT: This agenda item is awarding a construction contract and approving an agreement for engineering services associated with that contract. Contract Award The total construction cost of the project being awarded, which includes a recycled water pump station and potable water improvements, is $1.8 million as shown below in Table 1. The original Engineer’s Estimate for this project was $1.2 million. The increase in project cost is primarily due to the significant rise in steel cost in addition to increases in other construction materials. The cost of the recycled water pump station is $1.7 million and will be reimbursed by Federal and State grants funds and a State Loan. This is one of three recycled water pump stations included in the Recycled Water Phase II Program Project No. 3889. Based on updated estimates and the current bid proposal, the existing appropriations are insufficient to construct the three recycled water pump stations as shown in Table 2. The cost of the “D, Reservoir improvements is $156,000. An appropriation from the Water Replacement Fund will be required to complete this portion of the project. This project includes on- site asphalt concrete pavement work. Page 3 of Agenda Bill No. 570 TWIN D RECYCLED WATER PUMP STA - SCHEDULE A TABLE 1 ESTIMATED FUNDING COSTS SOURCE D Reservoir Site Pavement Restoration - Schedule B Contingencies (1 5%) D Reservoir site Agricultural Mitigation Fee I I $ 90,000 Water 13,500 Replacement 39,000 Fund Inspection, Testing and Construction Management (1 5%) TOTAL COST - PROJECT 3932 CURRENT APPROPRIATIONS APPROPRIATIONS REQUIRED 13,500 $ 156,000 - $ 156,000 TOTAL - CONSTRUCTION CONTRACT TOTAL - OTHER 1,493,000 346.600 GRAND TOTAL Table 2 shows the estimated costs of the three pump stations included in the Recycled Water Pump Stations Project No. 3889; the Twin D Recycled Water Pump Station is being awarded with this agenda item. Based on estimates to date, the current appropriations are insufficient to complete the pump stations. Staff is requesting an appropriation of $943,430 from the Recycled Fund. This additional appropriation will increase the State loan amount, which is partially funding the Recycled Phase II Project, by approximately $675,000. $ 1,839,600 TABLE 2 Total Design Cost 579,360 TOTAL PROJECT COST $ 4,760,330 CURRENT APPROPRIATIONS 3,816,900 ADDITIONAL APPROPRIATION REQUIRED $ (943,430) Aweement for Construction Phase Enqineering Staff has requested and received a proposal from Krieger & Stewart to provide engineering services during construction of the all three recycled water pump stations in addition to the Bressi Potable Water Pump Station Project No. 391 0 which will be constructed concurrent with the Bressi Recycled Water Pump Station, scheduled for fiscal year 2004-05. 3 Page 4 of Agenda Bill No. 570 Staff has negotiated a fee proposal with Krieger and Stewart for a not-to-exceed amount of $176,370. Of that total, $146,370 is included in with the cost for the Recycled Pump Stations shown above; the remaining $30,000 is part of the cost of the potable water pump station. There are sufficient appropriations available for the potable pump station; the funding for the recycled pump stations is addressed in Table 2. EXHIBITS: 1. Location Map 2. Resolution No. 1213 accepting bids and awarding a contract for the construction of the Twin D Recycled Water Pump Station for the Encina Basin Water Reclamation Program Phase II Project, Project No. 3889, and appropriate funds. 3. Resolution No. 1214 approving and authorizing an agreement with Krieger & Stewart to provide construction phase engineering services for the Twin D Recycled Water Pump Station for the Encina Basin Water Reclamation Program Phase II Project, Project No. 3889. 4. Agreement with Krieger & Stewart for Construction Phase Engineering for Pump Stations Included in the Encina Basin Reclamation Program, Phase II Project, Project No. 3889. DEPARTMENT CONTACT: Christopher Muehlbacher, (760) 602-2736, cmueh Bci.carlsbad.ca.us LOCATION MAP PROJECT NAME ENCINA BASIN WATER RECLAIMATION PROGRAM, PHASE I1 PROJECT TWIN 'D'RECYCLED WATER PUMP STATION \\ PROPOSED TWIN D PROJECT EXHIBIT NUMBER 7 3889 RECYCLED WATER 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. 1213 A RESOLUTION OF THE BOARD OF DIRECTORS OF CARLSBAD MUNICIPAL WATER DISTRICT (CMWD), ACCEPTING BIDS AND AWARDING A CONTRACT FOR THE CONSTRUCTION OF THE TWIN D RECYCLED WATER PUMP STATION FOR THE ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II PROJECT, PROJECT NO. 3889, AND APPROPRIATE FUNDS. WHEREAS, the Board of Directors of Carlsbad Municipal Water District has determined it necessary, desirable, and in the public interest to construct the Twin D Recycled Water Pump Station, for the Encina Basin Water Reclamation Program, Phase II Project, Project No. 3889; and WHEREAS, on December 2, 2003, the Board of Directors approved the plans and specifications for the construction of the Twin D Recycled Water Pump Station, Project No. 3889; and WHEREAS, six (6) sealed bids were received on March 16,2004 for the project; and WHEREAS, the low bid submitted by CaliAuga was determined to be non-responsive and was rejected by staff; and WHEREAS, the lowest responsive, responsible bid for the project was submitted by SCW Contracting, in the amount of $1,493,000; and WHEREAS, Subsection 3.28.1 72(c)(l) of the Carlsbad Municipal Code authorizes the City Manager to approve change orders in the amount equal to the contingency set at the time of the bid award. WHEREAS, the cost of the D Reservoir Improvements, Project No. 3932, is $156,000 and there are no existing appropriations for this project; and WHEREAS, funding in the amount of $3,816,900 was appropriated for the Phase II Recycled Water Pump Station, Project No. 3889; and WHEREAS, the estimated cost to date for the Phase II Recycled Water Pump Stations is $4,760,330. 111 111 111 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 NOW, THEREFORE, BE IT RESOLVED by the Board of Directors of Carlsbad Municipal Water District (CMWD) of the City of Carlsbad, California, as follows: 1. 2. That the above recitations are true and correct. That an additional $943,430 shall be appropriated from the Recycled Water Fund to Project No. 3889. 3. That an additional $156,000 shall be appropriated from the Water Replacement Fund to Project No. 3932. 4. That the bid submitted by SCW Contracting, in the amount of $1,493,000, for the construction of the Twin D Recycled Water Pump Station for the Encina Basin Water Reclamation Program, Phase II Project, is hereby accepted and the Mayor is hereby authorized and directed to execute a contract therefor. 5. up to $1 53,800. 6. That the City Manager is hereby authorized to approve construction change orders That the award of this contract is contingent upon SCW Contracting, executing the required contract and submitting the required bonds and insurance policies, as described in the contract, within twenty (20) days of adoption of this resolution with the understanding that the City Manager may grant reasonable extensions of time. PASSED, APPROVED AND ADOPTED at a special meeting of the Carlsbad Municipal Water District held on the 8th day of June , 2004 by the following vote, to wit: AYES: Board Members Lewisf Firmila, Kulchin, Hail and Packard ATTEST: Resolution No. 1213 Page Two (SEAL) 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION NO. 1214 A RESOLUTION OF THE BOARD OF DIRECTORS OF CARLSBAD MUNICIPAL WATER DISTRICT (CMWD), APPROVING AND AUTHORIZING AN AGREEMENT WITH KRIEGER & STEWART TO PROVIDE CONSTRUCTION PHASE ENGINEERING SERVICES FOR THE TWIN D RECYCLED WATER PUMP STATION FOR THE ENCINA BASIN WATER RECLAMATION PROGRAM PHASE II PROJECT, PROJECT NO. 3889. WHEREAS, the Board of Directors of Carlsbad Municipal Water District has determined it necessary, desirable, and in the public interest to enter into an agreement between Krieger & Stewart and the Carlsbad Municipal Water District; and WHEREAS, the contractor, Krieger & Stewart, has worked on the planning and design of the Twin D Recycled Water Pump Station and is the design engineer of record; and WHEREAS, the contractor, Krieger & Stewart, possesses the necessary skills and qualifications to provide engineering support during construction of Project No. 3889; and WHEREAS, the Purchasing Officer has waived the requirement for multiple proposals as allowed by Carlsbad Municipal Code Section 3.28.070 due to Krieger & Stewart's unique historical knowledge of Project No. 3889; and WHEREAS, a mutually satisfactory fee for the contractor's engineering support services has been negotiated between the parties for a not-to-exceed amount of $176,370, and there are sufficient funds available to cover these services; and WHEREAS, an agreement has been prepared and submitted hereto. NOW, THEREFORE, BE IT RESOLVED by the Board of Directors of Carlsbad Municipal Water District (CMWD) of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. Yf 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 2. That the President of the Carlsbad Municipal Water District is authorized and lirected to execute the agreement between Krieger & Stewart, and the Carlsbad Municipal Water listrict for construction phase engineering services for the Twin D Recycled Water Pump Station is part of the Encina Basin Water Reclamation Program, Phase II Project. PASSED, APPROVED AND ADOPTED at a special meeting of the Carlsbad Municipal Nater District held on the 8th day of June ,2004 by the following vote, to wit: AYES: Board Members Lewis, Finnila, Kulchin, Hall and Packard. NOES: None 4TTEST: Resolution No. 1214 Page Two (SEAL) AGREEMENT FOR CONSTRUCTION PHASE ENGINEERING FOR PUMP STATIONS INCLUDED IN THE ENCINA BASIN RECLAMATION PROGRAM, PHASE II PROJECT, PROJECT NO. 3889 (KRIEGER & STEWART) THIS AGREEMENT is made and entered into as of the day of 20a, 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, referred to as (IICMWDII), and Krieger & Stewart, a California corporation, ("Contractor"). RECITALS A. CMWD requires the professional services of a professional engineering 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 contractor that is experienced in pump design and construction services. services and advice related to pump design and construction services. 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 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 two (2) additional one (1) year periods or parts thereof in an amount not to exceed forty thousand dollars ($40,000) 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. General Counsel Approved Version #04/02/02 1 4. Time is of the essence for each and every provision of this Agreement. TIME IS OF THE ESSENCE 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be one hundred seventy six thousand three hundred seventy dollars ($176,370). No other compensation for the 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, 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 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. General Counsel Approved Version #04/02/02 2 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-:VI'. 10.1 Coveraqes 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 Liabilitv (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. General Counsel Approved Version #04/02/02 3 10.1.3 Workers' Compensation and Emplover'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 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. 1 0.2. 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 insured on General Liability. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional 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 CMWD's 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. General Counsel Approved Version #04/02/02 4 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 Chris Muehlbacher Associate Enaineer Address Phone No. Carlsbad Municipal Water District 1635 Faraday Avenue Carlsbad. CA 92008 (760) 602-2735 Name Title Address Phone No. E-mail Jon C. Reynolds, P.E. Vice President 3602 University Avenue Riverside, CA 92501 -3380 (909) 684-6900 jreynolds @I kriegerandstewart.com 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 CMWb’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. General Counsel Approved Version #04/02/02 5 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 (10) 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. General Counsel Approved Version #04/02/02 6 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or Derform 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 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 By signing this Agreement, Contractor agrees that any agreement claim submitted to CMWD must be asserted as part of the agreement process as set forth in this Agreement and not in anticipation of litigation or 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 seq., 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. General Counsel Approved Version #04/02/02 8 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 to the terms and conditions of this Agreement. CONTRACTOR KRIEGER & STEWART, INC., a California corporation t (sign here) %n C. Reynolds - Vice President (print nam e/t i t le) **ByGU (sign here) Charles A. Kriener - Secretary ckrieaer@kriegerandstewart.com (print nam e/t i t le) (e-mail address) CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency designee n ATTEST: Secretary If required by CMW D, proper notarial acknowledgment of execution by contractor must be attached. If a Corporation, 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 must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, General Counsel By: 'Deputy Gehehl Counsel General Counsel Approved Version #04/02/02 9 NOTARY ACKNOWLEDGEMENT State of California 1 ss. County of Riverside On May 14, 2004, before me, Kim Renee' Soto, a Notary Public, personally appeared Jon C. Reynolds and Charles A. Krieger, Personally known to me -or- 0 Proven to me on the basis of satisfactory evidence to be the persons whose names are subscribed to the attached instrument and acknowledged to me that they executed same in their authorized capacities, and that, by their signatures on the instrument, the persons, or the entity upon behalf of which the persons acted, executed the instrument. WITNESS my hand and official seal. Notary Sed OPTIONAL INFORMATION Capacity Claimed by Signer Description of Attached Document Individual Corporate Oficer(s): Vice President and Corporate Secretary [7 Partner(s): Limited General c] Attorney-in-Fact [7 Trustee@) n GuardidConservator Title(s) Agreement For Construction Phase Engineering For Pump Stations Included In The Encina Basin Reclamation Program, Phase I1 Project, Project No. 3889 Document Title or Type 15 (including Krieger & Stewart's Proposal) Number of Pages To be dated by City of Carlsbad Document Date 0 Other: Citv of Carlsbad & General Counsel Other Signer(s) Signers are Representing: Name of Person(s) or Entity(ies) Krieger & Stewart, Incorporated KRIEGER INCORPORATED ENGINEERING CONSULTANTS 3602 University Ave Riverside, CA 92501 -3380 Tei 909-684-6900 Fax 909-684-6986 8TEWAIZT =@ ' May 12,2004 860-3.7 Christopher M. Muehlbacher, P.E., Associate Engineer City of Carlsbad Public Works - Engineering Department 1635 Faraday Avenue Carlsbad, CA 92008 Subject: Proposal for Construction Phase Engineering Services for Encina Basin Water Reclamation Program, Phase II Recycled Water Pump Stations (Revised) Dear Mr. Muehlbacher: In accordance with your request, we hereby submit our proposal to provide construction phase engineering services for subject project. We understand that each of the three proposed recycled water pump stations, Twin D, Calavera, and Bressi, will be constructed under separate contracts and in all likelihood by different contractors. The Bressi Pump Station will include construction of both recycled and potable water pumping facilities. The scope of our services for each pump station is summarized as follows: PROPOSED CONSTRUCTION ENGINEERING SERVICES We propose to organize our construction engineering services into the following components: 1. Preconstruction Meeting 2. Submittals Review 3. Contract Administration Assistaiice 4. RFI Responses 5. 6. Record Drawings 7. Special Services Facility Start-up, Performance Testing, and Acceptance Each construction engineering component is described in detail in the following paragraphs: 1. Preconstruction Meeting The preconstruction meeting will be attended by City staff, Krieger & Stewart's project engineer, and project contractor staff, The preconstruction meeting will provide the opportunity for complete review of the contract documents by all parties prior to starting work. We will be prepared to respond to questions regarding Contract Document requirements, including special project requirements. Following said meeting, we will prepare meeting minutes (in memorandum format) to be distributed to all parties that attended the meeting. KRIEGER WhMT INCORPORATED Christopher M. Muehlbacher May 12,2004 Page 2 2. Submittals Review We will assist City staff with the review and approval of project submittals to insure compliance with the Construction Drawings and Specifications. We expect submittal documents to be received for the construction schedule, all construction materials and equipment, equipment operation and maintenance manuals, and equipment warranties. For the purpose of preparing our fee estimate, we have assumed that we will be reviewing 60 submittals, including re-submittals. 3. Contract Administration Assistance As directed by City staff, we will review requests for contract change orders received from the contractor to determine if said requests are warranted. If a change order request is not warranted, we will assist City staff in preparing a rejection letter to the contractor. If a change order request appears justified, we will evaluate proposed costs and review the change with City staff and receive their approval prior to preparing a contract change order for processing by the City. As requested by City staff, we will respond to field questions regarding contract documents (plans and specifications), field problems, or other construction related issues. As directed by City staff, we will attend scheduled project meetings with the City's Project Engineer and Inspector, and contractor's staff. We anticipate attending one meeting per month. 4. Requests for Information 0 Responses As requested by City staff, we will respond to RFIs from the contractor regarding the contract documents in order to ensure that the improvements and related facilities are constructed in compliance with same. For the purpose of preparing our fee estimate, we have assumed that we will be responding to 25 RFIs. 5. Facility Start-up, Performance Testing, and Acceptance The contract documents require the contractor to provide start-up, performance testing, and system validation of all equipment and components, including adjustments and calibrations by equipment suppliers. Start-up and performance testing will be witnessed by City staff and by representatives of our project team. Using the equipment operation and maintenance manuals, the various equipment suppliers will be required to provide City operations staff with sufficient instruction to enable them to operate and maintain the facilities once City accepts same and assumes responsibility for the pump station's operation. KRIEGER &WhRT INCORPORATED -=a Christopher M. Muehlbacher May 12,2004 Page 3 Members of Krieger & Stewart's project team will attend the facility start-up and performance testing, and will assist City staff in verifying that all equipment and appurtenances are hctioning as specified in the contract documents prior to acceptance of construction work. 6. Record Drawings Once the pump station has been completed, we will provide the City with a complete set of record drawings which will reflect the facility as constructed. Field changes and changes resulting from contract change orders will be shown on the record drawings. 7. Special Services During construction of the projects, additional evaluations andor investigations may be required. These special services will be authorized by City staff on a case by case basis by written Task Order. Our fee for providing construction phase engineering services is $176,370 for all three pump station projects. A detailed breakdown per pump station is included in attached Table 1 and a copy of our 2003/2004 Fee Schedule is also attached. Our estimated fee for engineering services is based on our experience with similar projects; however, our actual fee will depend on the efficiency, competence, and diligence of each contractor. If you have any questions or require additional information, please call. Sincerely, KREGER & STEWART Philip 8. Strom PEShlt 3P7PROR2 Attachment: Table 1 - Estimated Fees for Construction Phase Engineering Services 2003/2004 Fee Schedule KRIEGER WW INCORPORATED J?EE SCHEDULE 2003/2004 CLASSIF'ICATION Engineering Services Consulting Engineer Managing Engineer Principal Engineer Senior Engineer Associate Engineer StaffEngineer I Staff Engineer II StaffEngineer III Staff Technician Geologic Services Principal Geologist Saior Geologist Associate Geologist Staff Geologist I StaffGeologist 11 StaffGeologist III StafFTechnician Environmental Services Principal Specialist Senior Specialist Associate Specialist Staff Specialist I staff specialist II Staff Specialist III Forensic Services Senior Expert Witness Testimony Investigation Associate Expert Witness Tedmony Investigation Computer Aided Design Services Senior Operator I Senior Operator I1 Senior Operator III Staff Operator I Staff Operator II Staff Operator III Surveying Services Principal Surveyor Senior Surveyor Associate Surveyor Staff Surveyor I Staff Surveyor I1 StaffSurveyor III Staff Technician RATES $/HT. 190.00 170.00 140.00 125.00 112.00 100.00 88.00 76.00 61.00 140.00 125.00 112.00 100.00 88.00 76.00 61.00 140.00 125.00 112.00 100.00 88.00 76.00 270.00 190.00 220.00 165.00 90.00 85.00 80.00 75.00 70.00 65.00 140.00 125.00 112.00 100.00 88.00 76.00 61.00 ,KRIEGER&STEWART #3460 P.002/002 JUN.09'2004 16:15 909-684-6986 FEE ScaEDuLE 2003/2004 (continoed) RATES CLASSIFICATION mr. Surveying Services (continued) 2 Man Crew with Survey Tmk (including mhagc) and Global Positioning I. System Equipment 2 Man Crew with Swvy Truck (including mxlagc) and Standard Er 1 Man Crew Witb Global Positionhg System Equipment Construction Services Resident Engineer Regular The Ovcrtime construdion Iaspector Weekdays (8 horns to 12 hours) Weekdays (More than 12 hours) Saturday (12 hours or Xes) Saturday (More than 12 hm) Sunday and Holiday (Holidays: New Yars Day, Memorial Day, IndEpmdeo Labor Day, Veterans Day? "bmksgiving Di the Day ARC&-, cbristmas Day) support SerLleS Outside Servfces Reimbursable Expenses - 240.00 200.00 pmmt 200.00 80.00 Vehicle Mileage (excluding survey tracks) Air Fare, Ground F;Yc, Parking, and Subdstencc Copies, Rhts, Telephoue, D&vq, and Sundry Charges TERMS OF PAYMENT: ent agrees that the court Page 2 nf 2 100.00 120.00 100.00 I20,OO 120.00 I Day, and 60.00 54.00 45.00 45.00 42.00 cost + 19% 0.60 $/Mile cost Con