Loading...
HomeMy WebLinkAbout2000-04-04; Municipal Water District; 469; El Fuerte Water Transmission Mainc CARLSBAD MUNICIPAL WATER DISTRICT -AGENDA BILL - ’ - APPROVING AND AUTHORIZING EXECUTION OF AN AGREEMENT FOR PRELIMINARY AND FINAL ENGINEERING DESIGN SERVICES FOR EL FUERTE RECOMMENDED ACTION: BOARI?$F DIRECTORS OF THE CARLSBAD MUNICIPAL WATER DISTRICT: Adopt Resolution No. approving and authorizing execution of an agreement for preliminary and final engineering design services for El Fuerte 30-Inch Water Transmission Main, CMWD Project 2000-I 01, Contract No. 38161. ITEM EXPLANATION: This project involves preliminary and final design services for a 30-Inch water transmission main from the southerly boundary of the Ranch0 Carrillo subdivision to Al % a Road in El Fuerte Street as shown on Exhibit 1. The master plan for the potable water system i entified the need to install this 304nch pipeline in El Fuerte Street. The Department of Public Works-Utility Engineering Division requested proposals for the preliminary and final design from Dan Boyle Engineering, Dokken Engineering, and Rick Engineering. The Utility Engineering staff reviewed the proposals and recommends that Dokken Engineering be selected as having the most responsive proposal. ENVIRONMENTAL REVIEW: This project is categorically exempt from the environmental review process under the provisions of the California Environmental Quality Act (CEQA), Section 153’OZj~i A Notice of Exemption will be filed by the Planning Director prior to the Notice to Proceed. FISCAL IMPACT: WATER FUND ENGINEERING DESIGN SERVICES FOR EL FUERTE, 30 -INCH WATER TRANSMISSION MAIN Engineering Design Cost $48,495 Engineering Field Services During Design $4,800 Engineering Services Contingencies $6,705 TOTAL ESTIMATED DESIGN COSTS $60,000 Estimated Construction Cost $500,000 Inspection, Administration and Construction Contingency $140,000 TOTAL ESTIMATED PROJECT COSTS $700,000 Reimbursement to Continental Residential, Inc., for Extension in Ranch0 Carrillo $255,425 Future Extension from Ranch0 Carrillo to Poinsettia Lane $380.325 Appropriation Available as of December 30, 1999 $1,335,750 ADDITIONAL APPROPRIATION -O- EXHIBITS: 1. 2. Location Map. Professional Services Agreement between Dokken Engineering and Carlsbad Municipal Water District. 3. Board of Directors of the Carlsbad Municipal Water District: Resolution No. 1o78 approving and authorizing execution of an agreement for preliminary and final engineering design services for El Fuerte 30-Inch Water Transmission Main, CMWD Project 2000-I 01, Contract No. 38161. 4 t LOCATKIN MAP I RANCH0 CARRILLO SUBDMSION BOUNDARY EL FUERTE 30’ TRANSMISSION Project Nm-w EL FUERTE 30-INCH TRANSMISSIUN MAIN CONTRACT Exhibit No, 38161 Not 1 1 - EXHIBIT 3 RESOLUTION NO. 10’8 A RESOLUTION OF THE BOARD OF DIRECTORS OF THE CARLSBAD MUNICIPAL WATER DISTRICT FOR APPROVING AND AUTHORIZING EXECUTION OF AN AGREEMENT FOR PRELIMINARY AND FINAL ENGINEERING DESIGN SERVICES FOR EL FUERTE 30-INCH WATER TRANSMISSION MAIN, CMWD PROJECT 2000-I 01. CONTRACT NO. 38161. WHEREAS, the Board of Directors of the Carlsbad Municipal Water District of Carlsbad, , California, has determined it necessary and in the public interest to enter into an agreement on s file in the City Clerks Office between Dokken Engineering and the Cartsbad Municipal Water g District, CMWD Project No. 2000-101, Contract No. 38161; and 10 WHEREAS, the Board of Directors of the Carlsbad Municipal Water District of Carlsbad, ,, California, approves and authorizes the execution of an agreement for engineering design 12 services for a 30-inch potable water transmission main; and 13 WHEREAS, the Department of Public Works - Utility Engineering Division requested 14 multiple proposals for the transmission main design; and 15 WHEREAS, the Department of Public Works - Utility Engineering staff recommends that 1s the proposal received from Dokken Engineering be selected as most responsive and competent; 17 and 16 WHEREAS, the proposal amount of $48,495 for Design, $4,800 for engineering services 19 during construction, plus $6,705 for engineering services contingencies, is available in funds 20 appropriated in the 199912000 Budget for the El Fuerte Water Line. 21 NOW, THEREFORE, BE IT RESOLVED by the Board of Directors of the Carlsbad 22 Municipal Water District, as follows: 23 1. That the above recitations are true and correct. 24 2. That the proposal by Dokken Engineering in the amount of $53,295 for design and 25 engineering services of the 30-inch transmission main be accepted and approved. \4 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 3. That the President, as the Representative of the Carlsbad Municipal Water District, is authorized and directed to execute an agreement between Dokken Engineering and the Carlsbad Municipal Water District for the engineering design services for the El Fuerte 30-inch Transmission Main, CMWD Project No. 2000-I 01; Contract No. 38161. PASSED, APPROVED AND ADOPTED at a special meeting of the Board of Directors of the Carlsbad Municipal Water District held on the 4th day of April 1 2000by the following vote, to wit: AYES: Board Members Lewis, Hall, Finnila, Nygaard, Kulchin. NOES: None. F AT-TEST: &-Lb*% LORRAINE M. WOOD, Secretary (SEAL) AGREEMENT THIS AGREEMENT is made and entered into as of the day of@&? , 2000, by and between the CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad, hereinafter referred to as “District” and DOKKEN ENGINEERING, a California corporation hereinafter referred to as “Contractor.” RECITALS District requires the services of a design services engineering Contractor to provide the necessary design and optional construction engineering support services for the Plans, Specifications, and Estimates for the El Fuerte Street Transmission Main Extension; CMWD Project No. 2000-101; and Contractor possesses the necessary skills and qualifications to provide the services required by District; NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, District and Contractor agree as follows: 1. CONTRACTOR’S OBLIGATIONS See attached Exhibit “A”, attached hereto and made a part hereof. 2. DISTRICT OBLIGATIONS The District shall provide existing as-built water pipeline drawings for El Fuette Drive and Alga Road. 3. PROGRESS AND COMPLETION The work under this contract will begin within ten (10) days after receipt of notification to proceed by the District and be completed within 120 [we&ing/calendar] days of that date. Extensions of time may be granted if requested by the Contractor and agreed to in writing by 1 Rev. 02/l 5/00 the Deputy City Engineer or designee. The Deputy City Engineer or designee will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of the Contractor, or delays caused by District inaction or other agencies’ lack of timely action. 4. FEES TO BE PAID TO CONTRACTOR The total fee payable for the services to be performed shall be $48,495 for engineering design cost, $4,800 for engineering services during design, plus $6,705 for engineering services contingencies. No other compensation for services will be allowed except those items covered by supplemental agreements per Paragraph 8, “Changes in Work.” The District reserves the right to withhold a ten percent (10%) retention until the project has been accepted by the District. 5. DURATION OF CONTRACT This agreement shall extend for a period of one (1) year from date thereof. The contract may be extended by the Executive Manager for two additional one (I) year periods or parts thereof, based upon a review of satisfactory performance and the District’s needs. The parties shall prepare extensions in writing indicating effective date and length of the extended contract. PAYMENT OF FEES Payment of approved items on the invoice shall be mailed to the Contractor within 30 days of receipt of the invoice. 7. FINAL SUBMISSIONS Within 120 calendar days after the Notice to Proceed Contractor shall deliver to the District the following items: 100 % of the Final Design Drawings 100 % of the Technical Specifications 2 Rev. 02/15/00 a. CHANGES IN WORK If in the course of the contract, changes seen merited by the Contractor or the District, and informal consultations with the other party indicate that a change in the conditions of the contract is warranted, the Contractor or the District may request a change in contract. Such changes shall be processed by the District in the following manner: A letter outlining the required changes shall be forwarded to the District by Contractor to inform them of the proposed changes along with a statement of estimated changes in charges or time schedule. A Standard Amendment to Agreement shall be prepared by the District and approved by the District according to the procedures described in Carlsbad Municipal Code Section 3.28.172. Such Amendment to Agreement shall not render ineffective or invalidate unaffected portions of the agreement. 9. COVENANTS AGAINST CONTINGENT FEES The Contractor warrants that their firm has not employed or retained any company or person, other than a bona fide employee working for the Contractor, to solicit or secure this agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award of making of this agreement. For breach or violation of this warranty, the District shall have the right to annul this agreement without liability, or, in its discretion, to deduct from the agreement price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fees, gift, or contingent fee. 10. NONDISCRIMINATION CLAUSE The Contractor shall comply with the state and federal laws regarding nondiscrimination. 3 Rev. 02/15/00 11. TERMINATION OF CONTRACT In the event of the Contractor’s failure to prosecute, deliver, or perform the work as provided for in this contract, the Executive Manager may terminate this contract for nonperformance by notifying the Contractor by certified mail of the termination of the Contractor. The Contractor, thereupon, has five (5) working days to deliver said documents owned by the District and all work in progress to the Deputy City Engineer. The Deputy City Engineer shall make a determination of fact based upon the documents delivered to District of the percentage of work which the Contractor has performed which is usable and of worth to the District in having the contract completed. Based upon that finding as reported to the Executive Manager, the Manager shall determine the final payment of the contract. This agreement may be terminated by either party upon tendering thirty (30) days written notice to the other party. In the event of such suspension or termination, upon request of the District, the Contractor shall assemble the work product and put same in order for filing and closing and deliver said product to District. In the event of termination, the Contractor shall be paid for work performed to the termination date; however, the total shall not exceed the lump sum fee payable under paragraph 4. The Executive Manager shall make the final determination as to the portions of tasks completed and the compensation to be made. 12. CLAIMS AND LAWSUITS The Contractor agrees that any contract claim submitted to the District must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. The Contractor acknowledges that if a false claim is submitted to the District, it may be considered fraud and the Contractor may be subject to criminal prosecution. The Contractor acknowledges that California Government Codes sections 12650 et seq., the False Claims Act, provides for civil penalties where a person 4 Rev. 02/l 5/00 knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If the Carlsbad Municipal Water District seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney’s fees. The Contractor acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five years. The Contractor acknowledges debarment by another jurisdiction is grounds for the Board of Directors to disqualify the Contractor from the selection process. E* (initial) ini ia The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. d!k (initial) * tnr i 13. JURISDICTION Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. 14. STATUS OF THE CONTRACTOR The Contractor shall perform the services provided for herein in Contractor’s own way as an independent Contractor and in pursuit of Contractor’s independent calling, and not as an employee of the District. Contractor shall be under control of the District only as to the result to be accomplished, but shall consult with the District as provided for in request for 5 Rev. 02/15/00 - proposal. The persons used by the Contractor to provide services under this agreement shall not be considered employees of the District for any purposes whatsoever. The Contractor is an independent Contractor of the District. The payment made to the Contractor pursuant to the contract shall be the full and complete compensation to which the Contractor is entitled. The District shall not make any federal or state tax withholding on behalf of the Contractor or its employees or subcontractors. The District shall not be required to pay any workers’ compensation insurance or unemployment contributions on behalf of the Contractor or its employees or subcontractors. The Contractor agrees to indemnify the District and the City of Carlsbad within 30 days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers’ compensation payment which the District and the City of Carlsbad may be required to make on behalf of the Contractor or any employee or subcontractor of the Contractor for work done under this agreement or such indemnification amount may be deducted by the District and the City of Carlsbad from any balance owing to the Contractor. The Contractor shall be aware of the requirements of the Immigration Reform and Control Act of 1986 and shall comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and Consultants that are included in this agreement. 15. CONFORMITY TO LEGAL REQUIREMENTS The Contractor shall cause all drawings and specifications to conform to all applicable requirements of law: federal, state and local. Contractor shall provide all necessary supporting documents, to be filed with any agencies whose approval is necessary. The District will provide copies of the approved plans to any other agencies. 6 Rev. 02/15/00 16. OWNERSHIP OF DOCUMENTS All plans, studies, sketches, drawings, reports, and specifications as herein required are the property of the District, whether the work for which they are made be executed or not. In the event this contract is terminated, all documents, plans, specifications, drawings, reports, and studies shall be delivered forthwith to the District. Contractor shall have the right to make one (1) copy of the plans for its records. 17. REPRODUCTION RIGHTS The Contractor agrees that all copyrights which arise from creation of the work pursuant to this contract shall be vested in District and hereby agrees to relinquish all claims to such copyrights in favor of District. ia. HOLD HARMLESS AGREEMENT Contractor agrees to indemnify and hold harmless the “District” and the “City” and their officers, officials, employees and volunteers from any and against all claims, damages, losses and expenses including attorney fees arising out of the performance of the work described herein caused in whole or in part by any willful misconduct or negligent act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. 19. ASSIGNMENT OF CONTRACT The Contractor shall not assign this contract or any part thereof or any monies due thereunder without the prior written consent of the District. 20. SUBCONTRACTING If the Contractor shall subcontract any of the work to be performed under this contract by the Contractor, Contractor shall be fully responsible the District for the acts and omissions of Contractor’s subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly or indirectly 7 Rev. 02/15/00 employed by Contractor. ,Nothing contained in this contract shall create any contractual relationship between any subcontractor of Contractor and the District. The Contractor shall bind every subcontractor and every subcontractor of a subcontractor by the terms of this contract applicable to Contractor’s work unless specifically noted to the contrary in the subcontract in question approved in writing by the District. 21. PROHIBITED INTEREST No official of the District who is authorized in such capacity on behalf of the District to negotiate, make, accept, or approve, or take part in negotiating, making, accepting, or approving of this agreement, shall become directly or indirectly interested personally in this contract or in any part thereof. No officer or employee of the District who is authorized in such capacity and on behalf of the District to exercise any executive, supervisory, or similar functions in connection with the performance of this contract shall become directly or indirectly interested personally in this contract or any part thereof. 22. VERBAL AGREEMENT OR CONVERSATION No verbal agreement or conversation with any officer, agent, or employee of the District, either before, during or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained nor entitle the Contractor to any additional payment whatsoever under the terms of this contract. 23. SUCCESSORS OR ASSIGNS Subject to the provisions of Paragraph 18, “Hold Harmless Agreement,” all terms, conditions, and provisions hereof shall inure to and shall bind each of the parties hereto, and each of their respective heirs, executors, administrators, successors, and assigns. 24. EFFECTIVE DATE This agreement shall be effective on and from the day and year first written above. 8 Rev. 02/15/00 25. CONFLICT OF INTEREST The District has determined, using the guidelines of the Political Reform Act and the District’s conflict of interest code, that the Contractor will not be required to file a conflict of interest statement as a requirement of this agreement. However, Contractor hereby acknowledges that Contractor has the legal responsibility for complying with the Political Reform Act and nothing in this agreement releases Contractor from this responsibility. 26. INSURANCE The Contractor shall obtain and maintain for the duration of the contract and any and all amendments insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. Said insurance shall be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best’s Key Rating of not less that “A-:V” and shall meet the District’s policy for insurance as stated in Resolution No. 772. A. Coveraaes and Limits Contractor shall maintain the types of coverages and minimum limits indicated herein, unless a lower amount is approved by the General Counsel or Executive Manager. 1. Comprehensive General Liability Insurance. $1 ,OOO,OOO combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits shall apply separately to the work under this contract or the general aggregate shall be twice the required per occurrence limit. 2. Automobile Liability (if the use of an automobile is involved for Contractor’s work for the District). $1,000,000 combined single-limit per accident for bodily injury and property damage. 9 Rev. 02115100 3. Worker’s Compensation and Employer’s Liability. Worker’s Compensation limits as required by the Labor Code of the State of California and Employer's Liability limits of $1 ,OOO,OOO per accident for bodily injury. 4. Professional Liability. Errors and omissions liability appropriate to the contractor’s profession with limits of not less than $1 ,OOO,OOO per claim. Coverage shall be maintained for a period of five years following the date of completion of the work. B. Additional Provisions Contractor shall ensure that the policies of insurance required under this agreement contain, or are endorsed to contain, the following provisions. 1. The District and the City of Carlsbad shall be named as an additional insured on all policies excluding Workers’ Compensation and Professional Liability. 2. The Contractor shall furnish certificates of insurance to the District before commencement of work. 3. The Contractor shall obtain occurrence coverage, excluding Professional Liability which shall be written as claims-made coverage. 4. This insurance shall be in force during the life of the agreement and any extension thereof and shall not be canceled without 30 days prior written notice to the District sent by certified mail. 5. If the Contractor fails to maintain any of the insurance coverages required herein, then the District will have the option to declare the Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order that the required coverages may be maintained. The Contractor is responsible for any payments made by the District to obtain and maintain such insurance and the District may collect the same from the Contractor or deduct the amount paid from any sums due the Contractor under this agreement. 10 Rev. 02/15/00 27. RESPONSIBLE PARTIES The name of the persons who are authorized to give written notices or receive written notices on behalf of the District and on behalf of the Contractor in connection with the foregoing are as follows: For District: Title Name Address For Contractor: Title Name Address Architect/License Number: 28. BUSINESS LICENSE Debutv Citv Enaineer William E. Plummer. P.E. 1635 Faraday Avenue Carlsbad. California 92008 Project Manager David P. Ahles. P.E. 3914 Murphy Canvon Road, Ste.A-I 53 San Diego, California 92123 Contractor shall obtain and maintain a City of Carlsbad Business License for the duration of the contract. ill Iii Ill Ill Ill Ill 11 Rev. 02l15100 29. ENTIRE AGREEMENT This agreement together with any other written document referred to or contemplated herein, embody the entire agreement and understanding between the parties relating to the subject matter hereof. Neither this agreement nor any provision hereof may be amended, modified, waived or discharged except by an instrument in writing executed by the party against which enforcement of such amendment, waiver or discharge is sought. Executed by Contractor this day of CONTRACTOR: DOKKEN ENGINEERING, a California corporation CARLSBAD MUNICIPAL WATER DISTRICT By: /4tiiIQdF (sign here) pe. l-EsvL=uy- (print name/title) Date: ATTEST: mkA-ven ~.fgmlC , c?F&,S&C~ (print name/title) v LORRAINE M. WOOD, (Proper notarial acknowledgment of execution by Contractor must be attached.) (Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must sign for corporations. Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer(s) signing to bind the corporation.) (If signed by an individual partner, the partnership must attach a statement of partnership authorizing the partner to execute this instrument.) APPROVED AS TO FORM 12 Rev. 02/l 5700 STATE OF CALIFORNIA ‘I t ss. COUNTY o&%-wnLifik. J fi r+-c,/q 3 d Z.%0before me, DATE NAME AND TITLE OF OFFICER 1 personally appeared R;&\ \ NAME(S) OF SIGNER(S) B personally known to me - OR - Cl proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. -i/i.2 im!LLL SIGNATURE OF NOTARY Title or Type of Document Date of Document Signer(s) other than named above CMWD 06/l 4/95 Rev. --\-I.\ h Based on our review of the information provided to Dokken Engineering from Carlsbad Municipal Water District, site reconnaissance, review of existing improvement drawings, and our design expertise, the team has developed a comprehensive work plan. The following tkabik presents an oven&w of the scope tusks for pqfessional engineel$ng &sign services. &sc~tions of the tasks and subtasks utilizes the format pmvi&d to LMhzn Engineming in or&r to aid the reviewer. Task 1 - PRELIMCNARY DESIGN 00 PERCENT SUBMITTALS Sddask 1.1 - Surveys & Mapping Survey Control: An adequate number of control points will be positioned within the project sites using Global Positioning System (GPS) or terrestrial survey techniques. All GPS surveys will be completed in c0nformance with Federal Geodetic Control Subcommittee (FGCS) “Geodetic Survey Standards and Specifications for Geodetic surveys Using GPS Relative Positioning Techniques”. Mapping: Mapping will be done in English units to a scale of ,l”=40’. Mapping will be centered along El Fuerte Street with cross sections performed at each well monument from approximately the Pancho Carrillo/La Costa Meadows Unit 3 boundary to the El FuerteIAlga Road intersection. Format shall be in AutoCAD 14. _. Output: Right of Way Engineering will deliver to Dokken Engineering an ASCII file of all survey points collected and a hard copy of survey notes and CAD files used for design and reference. D&ken Engineering will develompping in English units to a scale of 1”‘=40’. All traverse points will be monumented using permanent types of markers to facilitate easy recovery during construction phase. , ” Subtask 1.2 - PreIiminary Alignment Studies The preliminary alignment will be developed at a scale of 1”=40’ on CAD drawings including existing utility locations, and preliminary profile designs. This task shall include an initial project kick-off meeting and alignment review meetings. Outputz Exhibits illustrating the preliminary ahgmnent overlaid on topographic mapping, showing the relationship to existing roads, utilities, and other surface features. Proposed vertical profiles will also be shown. Subtask 1.3 - Field Review of Project Sit&Existing Data Research and Investigation Key members of the Dokken Engineering Team, will review the project site, take photographs for reference, and observe existing features that could affect the project. These features are expected to include existing roadways, bicycle and pedestrian facilities, traffic signs and traft% control devices, street lights, utility facilities, businesses and other buildings, drainage facilities, ground contours, and existing vegetation. Available data will be gathered from the City of Carlsbad and other public agencies. Data will consist of as- built drawings, traffic volumes forecast by the City of Carlsbad, and various other data pertinent to the development of the proposed project. Dokken Engineering will utilize SAF-r-DIG Utility Surveys, Inc. as our subconsultant for the pothole of existing utilities to determine their physical size, location and elevation. Ot~tputr The observations of each team member will be summarized and illustrated with photographs for all team members to review. This data will be reviewed to serve as a basis for further study. 13 Fuerte Street Transmission Main Entension MDOKKEN Task 2 - FINAL DESIGN Subtask 2.1- Final Plans . Following acceptance of the preliminary design, Dokken EZngine&ing will proceed with the completion of the final plans for the construction of the 30-&h steel waterline. Pinal plans will include 1”=40’ scaled pipeline layout, pipeline profile, typical ttench section, existing utilities, cathodic protection test stations, connection &ails, and other construction details as necessary. All plans will be prepamd using AutoCAD release 14.0. This scope of work task will include Project Management and Quality assurance review. Project Management shall include an initial project kick-off meeting with monthly meetings until the project is complete. Dokken Engineering will prepare meeting minutes for all project related meetings. Output: Provide ten (10) sets of blueliis of plans at 90% and 100% plancheck submittals. Final s&&d mylars - Prepare plans in ink on mylar, or other media acceptable to City, on screened topographic map using scales of 1” = 40’ horizontal and 1” = 4’ vertical or 1” = 8’ vertical as agreed to prior to plan preparation. Provide one set of approved final plans in digital format compatible with AutoCAD Release 14.0 or current version in use at the time plans am prepared. Digital drawings shall be on 3 55” floppy disks or other media approved by the City. Provide one set of mylar plans of final drawings. Subtasks 2.2 - Cathodic Protection Design Dokken Engineering will review corrosivity data on the existing soil as provided by Carl&ad Municipal Water District. Dokken Engineering will provide cathodic protection system recommendations and tbe design of cathodic protection test stations. Output: Drawings and construction details to be included in subtask 2.1 Final Plans. ’ . . Subtasks 2.3 - Temporary Traffic Control Plans D&ken Engineering will prepare temporary traffic control plans to accommodate the construction of a 30- inch steel waterline within El Fuerte Street. Output: Drawings to be included in subtask 2.1 Final Plans. Subtaska 2.4 - Bid schedule D&en Engineering will prepare a bid schedule including mobilization, shoring protection, pipeline construction items, quantity, unit price, and total cost. olrtput: Microsoft “Word” file on 3 !4” floppy disk. . Subtasks 25 - Construction Cost Estimate .- - Dokken Engineering will prepare a final construction cost estimate including quantity estimates and unit msts. ~tput: Microsoft “Word” or “Excel” file on 3 ‘95” floppy disk. Subtasks 2.6 - Spe&cationa D&ken Engineering will prepare project specifications and special provisions in “CSI” famat. We understand CMWD’s desire to administer the construction of this project using their standard specifications. ~tput: Microsoft “Word” file on 3 !4” floppy disk. Task 3 - BIDDING PHASE SERVICES Subtasks 3.1- Pm-Bid Meeting and Addendum JJokken Engineering will attend the Pre-Bid Meeting includiig Pre-Bid Meeting minutes, and prepare addendum’s. Output: Microsoft ‘Word” file on 3 54” floppy disk. OFI’IONAL TASKS Task 4 - CONSTRUCTION SERVICES Subtasks 4.1- Shop Drawing Review and RFI’s D&ken Engineeting will review up to 10 shop drawings submitted by the con-or. D&ken Engineering will respond to all Requests for Plan Clarifications, (RJ?l) by the Contractor or the CMWD. Output: Ten shop drawings and all RFI’s will be reviewed and retumed with comments within 5 working days. . . 3.’ i’ .; : , ,.., . . 5,. ,kj! n ..~ &Y: ; . . .<$ .+ >;> ( ! .:jr I. *. km .. &. @“: ~5. 1 -i e. @Wtte Street Transmission Main Extension City of Carlsbad April 11,200O DOKKEN ENGINEERING Attn: David P Ahles, P.E.; Project Manager 3914 Murphy Canyon Rd, Ste. A-153 San Diego, CA 92123 RE: AGREEMENT FOR PROFESSIONAL SERVICES At the meeting of April 4,2000, the Carlsbad City Council adopted Resolution No. 1078, approving the above referenced agreement.. Enclosed for your records is a copy of Resolution No. 1078, and a fully executed agreement for your files. If you have questions concerning the contract, please contact Randy Klaahsen, Associate Engineer, at 602-2765. Sincerely, . Dee Ulrich Office of the Carlsbad City Clerk Enclosures (2) 1200 Carlsbad Village Drive - Carlsbad, CA 92008-1989 - (760) 434-2808 @