Loading...
HomeMy WebLinkAboutBrown and Caldwell; 2008-06-10; PWENG643PWENG643 City Attorney Approved Version 9/27/16 1 AMENDMENT NO. 14 TO AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES FOR THE DESIGN OF THE VISTA/CARLSBAD INTERCEPTOR SEWER, REACHES 11B-15, AND THE AGUA HEDIONDA SEWER LIFT STATION BROWN AND CALDWELL This Amendment No. 14 is entered into and effective as of the ______ day of ______________________________, 2018, amending the agreement dated June 10, 2008 (the “Agreement”) by and between the City of Carlsbad, a municipal corporation, ("City"), and Brown and Caldwell, a California corporation, (“Contractor") (collectively, the “Parties”) for professional engineering services for the design of the Vista/Carlsbad Interceptor Sewer, Reaches 11B-15 and the Agua Hedionda Sewer Lift Station. RECITALS A. On November 30, 2009, the Parties executed Amendment No. 1 to the Agreement to provide additional engineering studies and design services; and B. On May 28, 2010, the Parties executed Amendment No. 2 to the Agreement to extend it for one (1) additional year; and C. On February 23, 2011, the Parties executed Amendment No. 3 to the Agreement to provide additional design services, permit assistance and environmental surveys; and D. On June 22, 2011, the Parties executed Amendment No. 4 to the Agreement to extend it for one (1) additional year; and E. On December 8, 2011, the Parties executed Amendment No. 5 to the Agreement to provide additional design services and assistance with easement acquisition; and F. On May 9, 2012, the Parties executed Amendment No.6 to the Agreement to provide additional design services and extend the Agreement for a period of three (3) additional years with all work to be completed by June 9, 2015; and G. On March 13, 2013, the Parties executed Amendment No. 7 to the Agreement to provide additional design services, including support during the project's construction management consultant's design review and response to actions developed in the design review; and H. On September 12, 2013, the Parties executed Amendment No. 8 to provide additional design services including efforts related to consolidation of the four construction bid packages prepared for the project into a single construction package with four design schedules; and I. On May 15, 2014, the Parties executed Amendment No.9 to provide additional design services including efforts related to a third-party document review and NCTD permit requirements; and J. On September 23, 2014, the Parties executed Amendment No. 10 to provide additional design services; and DocuSign Envelope ID: 5C48A8D0-5470-4159-A9C2-38DE15A170C5 November 20th PWENG643 City Attorney Approved Version 9/27/16 2 K. On March 25, 2015, the Parties executed Amendment No. 11 to provide additional bid phase services; and L. On June 11, 2015, the Parties executed Amendment No. 12 to provide additional construction support services and extend the Agreement for a period of three (3) additional years with all work to be completed by June 9, 2018; and M. On May 24, 2018, the Parties executed Amendment No. 13 to provide additional engineering support during construction and start-up services and extend the Agreement for a period of one (1) year with all work to be completed by June 9, 2019; and N. The Parties desire to alter the Agreement’s scope of work and request additional funding to provide commissioning support services; and O. The Parties have negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated by this reference as Exhibit "A", Scope of Services and Fee. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. In addition to those services contained in the Agreement, as may have been amended from time to time, Contractor will provide those services described in Exhibit "A". With this Amendment, the total annual Agreement amount shall not exceed five million three hundred ninety-two thousand seven hundred thirty-six dollars ($5,392,738). 2. City will pay Contractor for all work associated with those services described in Exhibit “A” on a time and materials basis not-to-exceed seventy-seven thousand seven hundred fifty dollars ($77,750). Contractor will provide City, on a monthly basis, copies of invoices sufficiently detailed to include hours performed, hourly rates, and related activities and costs for approval by City. 3. Contractor will complete all work described in Exhibit “A” by June 9, 2019. 4. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 5. All requisite insurance policies to be maintained by Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. /// /// /// /// /// DocuSign Envelope ID: 5C48A8D0-5470-4159-A9C2-38DE15A170C5 PWENG643 City Attorney Approved Version 9/27/16 3 6. The individuals executing this Amendment 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 Amendment. CONTRACTOR BROWN AND CALDWELL, a California corporation CITY OF CARLSBAD, a municipal corporation of the State of California By: By: (sign here) for Scott Chadwick, City Manager Marc G. Damikolas, Senior Vice President (print name/title) ATTEST: By: (sign here) for Barbara Engleson, City Clerk (print name/title) If required by City, 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 Group B Chairman, President, or Vice-President 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: CELIA A. BREWER, City Attorney BY: _____________________________ Assistant City Attorney DocuSign Envelope ID: 5C48A8D0-5470-4159-A9C2-38DE15A170C5 1 | P a g e Exhibit A Agua Hedionda Lift Station, Vista/Carlsbad Interceptor Sewer Reaches, and Avenida Encinas Recycled Water Line Project C11B-VC15 COMMISSIONING SUPPORT SERVICES SCOPE OF WORK October 18, 2018 DocuSign Envelope ID: 5C48A8D0-5470-4159-A9C2-38DE15A170C5 2 | P a g e Project Scope of Work TABLE OF CONTENTS SUMMARY .....................................................................................................................................................3 TASK 3 – CONSTRUCTION COMPLETION ...........................................................................................4 Task 3.5 Commissioning Support Services .........................................................................................4 Task 3.6 Additional Post-Commissioning Support (Optional) ................................................................4 TASK 4 – LIFT PUMP AND SIPHON OPTIMIZATION (OPTIONAL) ................................................4 CONSULTANT FEE ......................................................................................................................................4 APPENDIX A Labor Hour/Cost Matrix DocuSign Envelope ID: 5C48A8D0-5470-4159-A9C2-38DE15A170C5 3 | P a g e SUMMARY Brown and Caldwell’s (BC) scope of work (SOW), as detailed herein, is intended to continue providing engineering construction support services during the commissioning of Contract No. PWS13-40UTIL, Agua Hedionda Lift Station, Vista/Carlsbad Interceptor Sewer Reaches and Recycled Water Line Project. Under an existing contract with the City of Carlsbad (City), BC and its subconsultants completed design packages Schedules A through D, and subsequently have been providing engineering support services during construction since the project was awarded to Pulice Construction, Inc. in 2015. Due to extenuating circumstances encountered, the total duration of construction has been extended causing the number of construction management (CM) personnel representing the City on-site to be reduced. At the City’s request, BC will temporarily support the remaining CM staff during the commissioning phase of this project. MJS CM, as a subconsultant to ARCADIS, has been retained by the City for construction management services. It is understood that MJS CM / ARCADIS (heretofore known as the CM) will continue to provide the services of a Resident Project Representative (Resident) to inspect and document the Contractor’s work (Work). The Resident will be the City’s agent or employee and under the CM’s supervision. The duties and responsibilities of the Resident are set forth in the Agreement between the CM and the City. For the purposes of this SOW, the titles Construction Manager, Contract Documents, Submittals and Change Order shall have the meanings given in the Construction Contract between the City and the project Contractor. Services associated with this SOW are assumed to be conducted over the remainder of the construction period, which is expected to continue through November 2018. DocuSign Envelope ID: 5C48A8D0-5470-4159-A9C2-38DE15A170C5 4 | P a g e TASK 3 – CONSTRUCTION COMPLETION Task 3.5 Commissioning Support Services BC will coordinate with the Construction Manager (MJS CM), Encina Wastewater Authority (EWA), the Contractor (Pulice), and the City of Carlsbad’s staff to provide necessary on-site support services associated with the lift station’s commissioning. Services will include the operational testing of the Lift Pumps, Force Main Pumps, and Foul Air systems. BC will also support the CM in maintaining the “Commissioning Checklist” on an as-needed basis at the CM’s request. The CM will generally request BC’s support in updating the checklist for weekly submittal to the Contractor with up-to-date tracking of open issues, resolution status, as well as supporting the testing and verification of corrected issues. Additionally, BC will attend meetings pertaining to the above work at the request of the City, CM, or EWA. Work under this task will be provided on an as-needed basis up to the total budget allocated for this task. Task 3.6 Additional Post-Commissioning Support (Optional) At the City’s request, BC will provide the CM with additional support services post-commissioning. Services may include, but are not limited to, attending additional meetings with the CM and Contractor, participate in additional verification and operational testing of the Contractor’s work, and continue to assist in the tracking and resolution of outstanding issues logged on the “Commissioning Checklist”. Services associated with responding to Contractor Requests for Information (RFI’s) and Submittals pertaining to the commissioning work may also be rendered under this task, if needed. Services under this task shall only be rendered with the written consent of the City prior to initiating the work. Once written consent is received from the City, services will be provided on an as-needed basis up to the total budget authorized for release by the City. TASK 4 – LIFT PUMP AND SIPHON OPTIMIZATION (OPTIONAL) BC will perform additional testing of the Lift Pump System to optimize the performance of the lift pumps and siphon-assist. BC will provide design modifications to remove possible accumulated air at one intermediate high-point along the siphon-assist piping. Once installed, BC will re-test the Lift Pump System, adjust delay timers and refine operational setpoints as required to optimize siphon-assist operations. Payment for services rendered under this task shall only occur with written consent of the City prior to submitting an invoice. CONSULTANT FEE The Consultant’s total fee for the above services is $77,750, including Optional tasks, to be invoiced monthly on a time and materials basis. A detailed breakdown of the fee is included in Appendix A. DocuSign Envelope ID: 5C48A8D0-5470-4159-A9C2-38DE15A170C5 City of Carlsbad - Agua Hedionda Lift Station, Vista/Carlsbad Interceptor Sewer Reaches and Recycled Water Line ProjectPhase Phase Description Project Principal Project Manager Project QA/QC Project Engineer Total Labor HoursTotal Labor Effort Travel Mileage Total ODCs N/ATotal Sub CostTotal Expense Cost Total Effort$251.00$239.00$251.00$182.00300 Construction Completion16 96 24 48184$41,7200 530$5300$0530$42,250350 Commissioning Support Services 12 80 16 32140$31,9720 278$2780$0278$32,250360 Additional Post-Commissioning Support (Optional) 4 16 8 1644$9,7480 252$2520$0252$10,000Leave Blank and Protected400 Lift Pump and Siphon Optimization (Optional)8 80 24 40152$34,4321,000 68$1,0680$01,068$35,500Leave Blank and ProtectedGRAND TOTAL 24 176 48 88 336$76,1521,000 598$1,5980$01,598$77,750Hours and Dollars are rounded to nearest whole number. CONSULTANT FEE SUMMARYVersion 3: 10/18/2018DocuSign Envelope ID: 5C48A8D0-5470-4159-A9C2-38DE15A170C5 May 22, 2018 Item #5 Page 18 of 28 PWENG643 AMENDMENT NO. 13 TO EXTEND AND AMEND AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES FOR THE DESIGN OF THE VISTA/CARLSBAD INTERCEPTOR SEWER, REACHES 11B-15, AND THE AGUA HEDIONDA SEWER LIFT STATION BROWN AND CALDWELL This Amendment No. 13 is entered into and effective as of the 2-4:ffl day of ------1----· 2018, extending and amending the agreement dated June 10, 2008 (the "Agreement" by and between the City of Carlsbad, a municipal corporation, ("City"), and Brown and Caldwell, a private employee-owned company, ("Contractor") (collectively, the "Parties") for professional engineering services for the design of the Vista/Carlsbad Interceptor Sewer, Reaches 11B-15 and the Agua Hedionda Sewer Lift Station. RECITALS A. On November 30, 2009, the Parties executed Amendment No. 1 to the Agreement to provide additional engineering studies and design services and B. On May 28, 2010, the Parties executed Amendment No. 2 to the Agreement to extend it for one (1) additional year; and C. On February 23, 2011, the Parties executed Amendment No. 3 to the Agreement to provide additional design services, permit assistance and environmental surveys; and D. On June 22, 2011, the Parties executed Amendment No. 4 to the Agreement to extend it for one ( 1) additional year; and E. On December 8, 2011, the Parties executed Amendment No. 5 to the Agreement to provide additional design services and assistance with easement acquisition; and F. On May 9, 2012, the Parties executed Amendment No.6 to the Agreement to provide additional design services and extend the Agreement for a period of three (3) additional years with all work to be completed by June 9, 2015; and G. On March 13, 2013, the Parties executed Amendment No. 7 to the Agreement to provide additional design services, including support during the project's construction management consultant's design review and response to actions developed in the design review; and H. On September 12, 2013, the Parties executed Amendment No. 8 to provide additional design services including efforts related to consolidation of the four construction bid packages prepared for the project into a single construction package with four design schedules; and I. On May 15, 2014, the Parties executed Amendment No.9 to provide additional design services including efforts related to a third-party document review and NCTD permit requirements; and J. On September 23, 2014, the Parties executed Amendment No. 10 to provide additional design services; and City Attorney Approved Version 1 /30/13 May 22, 2018 Item #5 Page 19 of 28 PWENG643 K. On March 25, 2015, the Parties executed Amendment No. 11 to provide additional bid phase services; and L. On June 11 , 2015, the Parties executed Amendment No. 12 to provide additional construction support services and extend the Agreement for a period of three (3) additional years with all work to be completed by June 9, 2018; and M. The Parties desire to alter the Agreement's scope of work and request additional funding to provide engineering support during construction and start-up services; and N. The Parties desire to extend the Agreement for a period of one (1) year; and 0 . The Parties have negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated in by this reference as Exhibit "A", Scope of Services and Fee. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. In addition to those services contained in the Agreement, as may have been amended from time to time, Contractor will provide those services described in Exhibit "A". With this Amendment, the totai Agreement amount shall not exceed five million three hundred fourteen thousand nine hundred eighty-eight dollars ($5,314,988). 2. City will pay Contractor for all work associated with those services described in Exhibit "A" on a time and materials basis not-to-exceed one hundred fifty-five thousand dollars ($155,000). Contractor will provide City, on a monthly basis, copies of invoices sufficiently detailed to include hours performed, hourly rates, and related activities and costs for approval by City. 3. Contractor will complete all work described in Exhibit "A" by June 9, 2019. 4. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 5. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. Ill Ill Ill Ill Ill 2 City Attorney Approved Version 1 /30/13 May 22, 2018 Item #5 Page 20 of 28 PWENG643 6. The individuals executing this Amendment 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 Amendment. CONTRACTOR Brown and Caldwell, a private employee- owned company ( sign here) \ 12,~,..f D. ~«Is"" I 5ec,rd4,-V (print name/title) 7 CITY OF CARLSBAD, a municipal corporation of the State of California MATT HALL Mayor ATTEST: MA&c. PAM, K,o.c...AS /5£,.JJoR. V"• fJir«s,_,r (print name/title) City Clerk If required by City, 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: CELIA A. BREWER, City Attorney BY:--~-,,-"----_____ ....::;..._ __ Deputy City Attorney See Attached Notary Acknowledgment Certificate City Attorney Approved Version 1 /30/13 3 May 22, 2018 Item #5 Page 21 of 28 CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Contra Costa ) ) ss ) --------------------------------' who proved me on the basis of satisfactory evidence to be the person(s) whose · are subscribed to the within inw.~ ment and acknowledged to me that YhP'~~x·ecuted the same in ~/ e· authorized capacity(ies), and that by 1 signature(s) on the instrument t e person(s), or the entity upon behalf of person(s) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature-~-;: _____ /l~V !Gdt~t..............-'Uf_ ,\.::-... ~.·-~. ~ c o a o a o · ~ ... _ ... ,-~ -~_.,__(';__ .. ,,.ht --a···· . LISA M. SALVETTI [<' j Commission # 2072221 ' ~ ·• Notary Public -California ~ ; .. · Contra Costa County ; )l,o;: .... • 0 0 0 Ml £oT'U· 5xgirgs j~ 1J· 2~ -t (Seal) Lisa M. Salvetti, Notary Public May 22, 2018 Item #5 Page 22 of 28 Exhibit A Agua Hedionda Lift Station, Vista/ Carlsbad Interceptor Sewer Reaches, and Avenida Encinas Recycled Water Line Project C11B-VC15 EXTENDED CONSTRUCTION SUPPORT SERVICES SCOPE OF WORK Brown ANo • Caldwell · April 30, 2018 lJ P a ge May 22, 2018 Item #5 Page 23 of 28 Project Scope of Work TABLE OF CONTENTS SUMMARY ..................................................................................................................................................... 3 TASK 1 -PROJECT MANAGEMENT, PROGRESS REPORTS AND BILLING ................................. 4 Task 1.1 Pr_ojectManagement. ............................................................................................................. 4 TASK 2-DESIGN SUPPORT AND SERVICES DURING CONSTRUCTION .................................... .4 Task 2.9 Extended Engineering Support Services .............................................................................. .4 TASK 3 -CONSTRUCTION COMPLETION ........................................................................................... 4 Task 3.4 Asset ID ................................................................................................................................. 4 CONSUL TANT FEE ................................................................ : ..................................................................... 4 APPENDIX A Labor Hour/Cost Matrix 21 P ag e May 22, 2018 Item #5 Page 24 of 28 SUMMARY Brown and Caldwell's (Bq scope of work (SOW), as detailed herein, and in Appendix B -Subconsultants Proposals, is intended to continue providing engineering construction support services for the construction and closeout of Contract No. PWS13-40UTIL, Agua Hedionda Lift Station, Vista/ Carlsbad Interceptor Sewer Reaches and Recycled Water Line Project. Under an existing contract with the City of Carlsbad (City), BC and its subconsultants completed design packages Schedules A through D, and subsequently have been providing engineering support services during construction since the project was awarded to Pulice Construction, Inc. in 2015. Due to extenuating circumstances encountered, the total duration of construction has been extended. Therefore, BC being requested to extend its engineering support services during construction, and conduct project management activities to support the delivery of these services, through the substantial completion of construction, as described below. ARCADIS has been retained by tl1e City for construction management services. It is understood that ARCADIS (heretofore known as the CNI) will continue to provide the services of a Resident Project Representative (Resident) at the site to provide site inspection of the Contractor's work (Work). The Resident will be the City's agent or employee and under the CM's supervision. The duties and responsibilities of the Resident are set forth in the Agreement between the CM and City. For the purposes of this SOW, the titles Construction Manager, Contract Documents, Subrnittals and Change Order shall have the meanings given in the Construction Contract between the City and the project Contractor. Services associated with this SOW are assumed to be conducted over the remaindered of the construction period, which is expected to continue through November 2018. 3 IPage May 22, 2018 Item #5 Page 25 of 28 TASK 1-PROJECT MANAGEMENT, PROGRESS REPORT S AND BILLING Task 1.1 Project Management BC shall extend its project management services as performed throughout the course of construction through the end of November 2018. Project management shall include internal monthly financial review, project financial and document contro~ preparation of monthly billings and progress reports, coordination of internal staff and QA/QC resources to support any ongoing engineering support services, as well as regular communication and coordination with the City's staff. TASK 2 -DESIGN SUPPORT AND SERVICES DURIN G CONSTRU CTION Task 2.9 Extended Engw<"ering Support Services At the City's request, BC will extend its construction support services through the substantial completion of this project. Construction support services include providing responses to Contractor submitted requests for information (RFis), review of Contractor submitted product data (Submittals), design services to accommodate field changes, periodic attendance of construction progress meetings, and field visits. The above services will be rendered on a time and materials basis as requited by the project. TASK 3 -CONSTRUCTION COMPLETION Task 3.4 Asset ID At the City's request, BC will coordinate with the E ncina Wastewater Authority (EWA) to develop Asset Identification (ID) numbers for all equipment in the Lift Station and Grinder facilities. The Asset ID's ate intended for entry by EWA into their asset management CMMS system for tracking the future maintenance requirements of the lift station and its ancillary facilities. Under this task BC will hold an initial kick-off coordination meeting with EWA to review their Asset ID Standards, develop a draft Asset ID list with accompanying drawings, and hold a comment review meeting with EWA. After the initial draft is reviewed by EWA, BC will address comments and submitted a Final-draft of the Asset IJ? package. EWA then have the opportunity to issue a second and final round of comments, to which BC will subsequently submitted a Final Asset ID package to both EWA and the City for the :record. CONSULTANT FEE. The Consultant's total fee for the above services is $155,000 to be invoiced monthly on a time and materials basis. A detailed breakdown of the fee is included in Appendix A. 4 1Page May 22, 2018 Item #5 Page 26 of 28 APPENDIX A: LABOR HOUR/COST MATRIX ---------1 Brown""°Caldwell !:--------- May 22, 2018 Item #5 Page 27 of 28 100 Pt~d .. •1r15•.,,,_M 110 Pffi('$Cl)f~ GJIANOTOTAL 11 II ,,.... ...,.. ,._. ~ O-:-L..-e.QIWI;--... muo SU),00 , ....... ,m.., . " 0 " " .. .. ,,. " .. .. .,. ,. ,. "' .. "' CONWL TANT RE WMMAA't II , .... -· --.. ---~.---...... Sl01.00 $101,00 SUl.00 SJIJPJ suuo '" .. .. .. ,.. .. "' ,. .. .. '" .. .. "~~ ,. .... .., TOSll!S'U& T ... e,,.,._. ~ ..__, ....... T•i.fOOC. ... c., .... l .. En ... ...... ,1,p .... ... U,411 .. , .... "'"" '°"' .,., "' ,,. .. " -'""' , .. .,a.,, "' S1:! lt,e1l .. U1t .,...,.. ... ffl2.20 "' '" S1.011 " ,.012 "'"" = .. .. l1'-,4ll " " .... .,. m ,_ .. .,... ... .. ,,. ..... 111'1.ffO ACORDe CERTIFICATE OF LIABILITY INSURANCE 5/31/2018 I DATE (MM/DDNYYY) ~ 5/18/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Lockton Companies CONTACT NAME: 444 W. 47th Street, Suite 900 PHONE I r,ffc Nol: ,.,,.. ••-ExH: Kansas City MO 64112-1906 E-MAIL (816) 960-9000 ADDRESS: INSURER(Sl AFFORDING COVERAGE NAIC# INSURER A, Hartford Fire Insurance Comnanv 19682 INSURED BROWN AND CALDWELL INSURER B : Hartford Accident and Indemnitv Comoanv 22357 1051212 AND ITS WHOLLY OWNED SUBSIDIARIES 1NsuRER c , Llovds of London AND AFFILIATES INSURER D, Twin City Fire Insurance Company 29459 201 NORTH CIVIC DRIVE, SUITE 115 WALNUT CREEK CA 94596 INSURER E: INSURER F: COVERAGES * CERTIFICATE NUMBER· 14687189 REVISION NUMBER· xxxxxxx THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE A X COMMERCIAL GENERAL LIABILITY ~o CLAIMS-MADE Ci] OCCUR ~ ------------ ~ ------------ GEN'L AGGREGATE LIMIT APPLIES PER: Fl POLICY [xi ~~T [x] LOC OTHER: A AUTOMOBILE LIABILITY X ANYAUTO OWNED ~ SCHEDULED AUTOS ~ AUTOSONLY ~ ~~RT'Ws ONL y X NON-OWNED e---AUTOS ONLY ~ UMBRELLA LIAB H OCCUR EXCESS LIAB CLAIMS-MADE OED I I RETENTION $ WORKERS COMPENSATION B AND EMPLOYERS' LIABILITY Y/N ADDLSUBR mQn .. n,n POLICY NUMBER y N 37CSEQUI 172 N N 37CSEQU1173 NOT APPLICABLE N D ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) [ill N/A 37WNQU1170 37WBRQU1171 C If yes, describe under DESCRIPTION OF OPERATIONS below PROFESSIONAL LIABILITY N N LDUSAl 700482 5/31/2017 5/31/2017 5/31/2017 5/31/2017 5/31/2017 5/31/2018 LIMITS EACH OCCURRENCE DAMAGE TO RENTED PREMISES IEa occurrence\ $ 2 000.000 $ 2 000.000 MED EXP (Any one person) $ 10 000 PERSONAL & ADV INJURY $ 2 000,000 GENERAL AGGREGATE $ 4 000,000 PRODUCTS -COMP/OP AGG $ 4 000.000 5/3l/2018 iic~~~~~1;,~llNGLE LIMIT $ 2 000.000 5/31/2018 5/31/2018 5/31/2018 BODILY INJURY (Per person) BODILY INJURY (Per accident) EACH OCCURRENCE AGGREGATE I OTH-ER E.L. EACH ACCIDENT $ xxxxxxx $ XXXXXX)C ~ $ xxxxxxx $ xxxxxxx $ xxxxxxx $ xxxxxxx $ xxxxxxx $ 2 000 000 E.L. DISEASE -EA EMPLOYEE $ 2 000 000 E.L. DISEASE -POLICY LIMIT $ 2 000 000 $1,000,000 PER CLAIM & AGGREGATE DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: SID 73123 SCADA MASTER PLAN. THE CITY OF CARLSBAD, CARLSBAD MUNICIPAL WATER DISTRICT ITS OFFICERS, AGENTS, AND EMPLOYEES ARE ADDITIONAL INSUREDS AS RESPECTS GENERAL LIABILITY AND THIS COVERAGE IS PRIMARY, AS REQUIRED BY WRITTEN CONTRACT. THE ADDITIONAL INSUREDS' OWN COVERAGE IS EXCESS OF AND NON-CONTRIBUTORY WITH THE GENERAL LIABILITY, AND ON THE AUTO LIABILITY AS RESPECTS THE USE OF VEHICLES OWNED BY BROWN AND CALDWELL WHERE REQUIRED BY WRITTEN CONTRACT. THIRTY (30) DAYS NOTICE OF CANCELLATION BY THE INSURER WILL BE PROVIDED TO THE CERTIFICATE HOLDER, TEN (10) DAYS NOTICE IN THE EVENT OF NONPAYMENT OF PREMIUM). CERTIFICATE HOLDER 14687189 CAR-21 CITY OF CARLSBAD/CMWD ATTENTION: GRAHAM JORDAN 5950 EL CAMINO REAL CARLSBAD CA 92008 CANCELLATION See Attachments SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATI ©1988 All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD / I Named Insured: BROWN AND CALDWELL AND ITS WHOLLY OWNED SUBSIDIARIES Policy Number: 37CSEQU1172 Policy Term: 5/31/2017 to 5/31/2018 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED BY CONTRACT OR AGREEMENT - OPTION II This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Person{s) or Designated Project{s) or Location{s) of Oraanization(s): Covered Operations: ALL ALL Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule above with whom you agreed in a written contract or written agreement to provide insurance such as is afforded under this policy, but only to the extent that such person or organization is liable for "bodily injury", "property damage" or "personal and advertising injury" caused by: 1. Your acts or omissions or the acts or omissions of those acting on your behalf: a. In the performance of your ongoing operations for such additional insured at the project(s) or location(s) designated in the Schedule; b. In connection with your premises owned by or rented to you and shown in the Schedule; or c. In connection with "your work" for the additional insured at the project(s) or location(s) designated in the Schedule and included within the "products-completed operations hazard", but only if: (1) The written contract or agreement requires you to provide such coverage to such additional insured at the project(s) or location(s) designated in the Schedule; and (2) This Coverage Part provides coverage for "bodily injury" or "property damage" included within the "products-completed operations hazard". 2. The acts or omissions of the additional insured in connection with their general supervision of your operations at the projects or locations designated in the Schedule. B. The insurance afforded to these additional insureds applies only if the "bodily injury" or "property damage" occurs, or the "personal and advertising injury" offense is committed: 1. During the policy period; and 2. Subsequent to the execution of such written contract or written agreement; and 3. Prior to the expiration of the period of time that the written contract or written agreement requires such insurance be provided to the additional insured. Attachment Code: D465358 Certificate ID: 14687189 C. With respect to the insurance afforded to the additional insureds under this endorsement, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or failure to render any professional architectural, engineering or surveying services by or for you, including: 1. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders, designs or specifications; and 2. Supervisory, inspection, architectural or engineering activities. D. Limits of Insurance With respect to insurance provided to the additional insured shown in the Schedule, Paragraph 8. How Limits of Insurance Apply To Additional Insureds in Section Ill -Limits of Insurance does not apply. E. Duties Of Additional Insureds In The Event Of Occurrence, Offense, Claim Or Suit The Duties Condition in Section IV -Conditions is replaced by the following and applies to the additional insured shown in the Schedule: 1. Notice Of Occurrence Or Offense The additional insured must see to it that we are notified as soon as practicable of an "occurrence" or an offense which may result in a claim. To the extent possible, notice should include: a. How, when and where the "occurrence" or offense took place; b. The names and addresses of any injured persons and witnesses; and c. The nature and location of any injury or damage arising out of the "occurrence" or offense. 2. Notice Of Claim If a claim is made or "suit is brought" against the additional insured, the additional insured must: a. Immediately record the specifics of the claim or "suit" and the date received; and b. Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. 3. Assistance And Cooperation Of The Insured The additional insured must: a. Immediately send us copies of any demands, notices, summonses or legal papers received in connection with the claim or "suit"; b. Authorize us to obtain records and other information; c. Cooperate with us in the investigation or settlement of the claim or defense against the "suit"; and d. Assist us, upon our request, in the enforcement of any right against any person or organization which may be liable to the insured because of injury or damage to which this insurance may also apply. 4. Obligations At The Additional Insureds Own Cost No additional insured will, except at that insured's own cost, voluntarily make a payment, assume any obligation, or incur any expense, other than for first aid, without our consent. 5. Additional Insureds Other Insurance If we cover a claim or "suit" under this Coverage Part that may also be covered by other insurance available to the additional insured, such additional insured must submit such claim or "suit" to the other insurer for defense and indemnity. Attachment Code: D465358 Certificate ID: 14687189 However, this provision does not apply to the extent that you have agreed in a written contract or written agreement that this insurance is primary and non-contributory with the additional insured's own insurance. 6. Knowledge Of An Occurrence, Offense, Claim Or Suit Paragraphs 1. and 2. apply to the additional insured only when such "occurrence", offense, claim or "suit" is known to: a. The additional insured that is an individual; b. Any partner, if the additional insured is a partnership; c. Any manager, if the additional insured is a limited liability company; d. Any "executive officer" or insurance manager, if the additional insured is a corporation; e. Any trustee, if the additional insured is a trust; or f. Any elected or appointed official, if the additional insured is a political subdivision or public entity. F. Other Insurance With respect to insurance provided to the additional insured shown in the Schedule, the Other Insurance Condition Section IV -Conditions is replaced by the following: 1. Primary Insurance a. Primary Insurance When Required By Contract This insurance is primary if you have agreed in a written contract or written agreement that this insurance be primary. If other insurance is also primary we will share with all that other insurance by the method described in 3. below. b. Primary And Non-Contributory To Other Insurance When Required By Contract If you have agreed in a written contract or written agreement that this insurance is primary and non-contributory with the additional insured's own insurance, this insurance is primary and we will not seek contribution from that other insurance. Paragraphs a. and b. do not apply to other insurance to which the additional insured has been added as an additional insured or to other insurance described in paragraph 2. below. 2. Excess Insurance This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis: a. YourWork That is Fire, Extended Coverage, Builder's Risk, Installation Risk or similar coverage for "your work"; b. Premises Rented to You That is fire, lightning or explosion insurance for premises rented to you or temporarily occupied by you with permission of the owner; c. Tenant Liability That is insurance purchased by you to cover your liability as a tenant for "property damage" to premises rented to you or temporarily occupied by you with permission of the owner; d. Aircraft, Auto Or Watercraft If the loss arises out of the maintenance or use of aircraft, "autos" or watercraft to the extent not subject to Exclusion g. of Section I -Coverage A -Bodily Injury And Property Damage Liability; e. Property Damage To Borrowed Equipment Or Use Of Elevators If the loss arises out of "property damage" to borrowed equipment or the use of elevators to the extent not subject to Exclusion j. of Section I -Coverage A -Bodily Injury Or Property Damage Liability; or f. When You Are Added As An Additional Insured To Other Insurance Attachment Code: D465358 Certificate ID: 14687189 That is any other insurance available to you covering liability for damages arising out of the premises or operations, or products and completed operations, for which you have been added as an additional insured by that insurance. When this insurance is excess, we will have no duty under Coverages A or B to defend the insured against any "suit" if any other insurer has a duty to defend against that "suit". If no other insurer defends, we will undertake to do so, but we will be entitled to the insured's rights against all those other insurers. When this insurance is excess over other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: a. The total amount that all such other insurance would pay for the loss in the absence of this insurance; and b. The total of all deductible and self-insured amounts under all that other insurance. We will share the remaining loss, if any, with any other insurance that is not described in this Excess Insurance provision and was not bought specifically to apply in excess of the Limits of Insurance shown in the Declarations of this Coverage Part. 3. Method of Sharing If all other insurance permits contribution by equal shares, we will follow this method also. Under this approach each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. Attachment Code: D465358 Certificate ID: 14687189 Policy Number: 37CSEQU1173 Term: 5/31/2017 -5/31/2018 E. Primary and Non-Contributory if Required by Contract Only with respect to insurance provided to an additional insured in 1.D. -Additional Insured If Required by Contract, the following provisions apply: (3) Primary Insurance When Required By Contract This insurance is primary if you have agreed in a written contract or written agreement that this insurance be primary. If other insurance is also primary, we will share with all that other insurance by the method described in Other Insurance 5.d. (4) Primary And Non-Contributory To Other Insurance When Required By Contract If you have agreed in a written contract or written agreement that this insurance is primary and non-contributory with the additional insured's own insurance, this insurance is primary and we will not seek contribution from that other insurance. Paragraphs (3) and (4) do not apply to other insurance to which the additional insured has been added as an additional insured. When this insurance is excess, we will have no duty to defend the insured against any "suit" if any other insurer has a duty to defend the insured against that "suit". If no other insurer defends, we will undertake to do so, but we will be entitled to the insured's rights against all those other insurers. When this insurance is excess over other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: (1) The total amount that all such other insurance would pay for the loss in the absence of this insurance; and (2) The total of all deductible and self-insured amounts under all that other insurance. Attachment Code: D500998 Certificate ID: 14687189 Named Insured: BROWN AND CALDWELL AND ITS WHOLLY OWNED SUBSIDIARIES Carrier: Hartford Fire Insurance Company Policy Number: 37CSEQU1172 Policy Term: 5/31/2017 to 5/31/2018 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO CERTIFICATE HOLDERS CAR-21 CITY OF CARLSBAD/CMWD 5950 EL CAMINO REAL CARLSBAD, CA 92008 This policy is subject to the following additional conditions: A. If this policy is cancelled by the Company, other than for non-payment of premium, notice of such cancellation will be provided at least sixty (60) days in advance of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company. B. If this policy is cancelled by the Company for non-payment of premium, or by the insured, notice of such cancellation will be provided within ten (10) days of the cancellation effective date to all certificate holder(s) with mailing addresses on file with the agent of record or the Company. If notice is mailed, proof of mailing to the last known postal mailing address of the certificate holder(s) on file with the agent of record or the Company will be sufficient proof of notice. Any notification rights provided by this endorsement apply only to the active certificate holder(s) who were issued a certificate of insurance applicable to this policy's term. Failure to provide such notice to the certificate holder(s) will not amend or extend the date the cancellation becomes effective, nor will it negate cancellation of the policy. Failure to send notice shall impose no liability of any kind upon the Company or its agents or representatives. Attachment Code: D465353 Certificate ID: 14687189 Named Insured: BROWN AND CALDWELL AND ITS WHOLLY OWNED SUBSIDIARIES Carrier: Hartford Fire Insurance Company Policy Number: 37CSEQU1173 Policy Term: 5/31/2017 to 5/31/2018 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO CERTIFICATE HOLDERS CAR-21 CITY OF CARLSBAD/CMWD 5950 EL CAMINO REAL CARLSBAD, CA 92008 This policy is subject to the following additional conditions: A. If this policy is cancelled by the Company, other than for non-payment of premium, notice of such cancellation will be provided at least sixty (60) days in advance of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company. B. If this policy is cancelled by the Company for non-payment of premium, or by the insured, notice of such cancellation will be provided within ten (10) days of the cancellation effective date to all certificate holder(s) with mailing addresses on file with the agent of record or the Company. If notice is mailed, proof of mailing to the last known postal mailing address of the certificate holder(s) on file with the agent of record or the Company will be sufficient proof of notice. Any notification rights provided by this endorsement apply only to the active certificate holder(s) who were issued a certificate of insurance applicable to this policy's term. Failure to provide such notice to the certificate holder(s) will not amend or extend the date the cancellation becomes effective, nor will it negate cancellation of the policy. Failure to send notice shall impose no liability of any kind upon the Company or its agents or representatives. IH 12 00 11 85 Attachment Code: D465339 Certificate ID: 14687189 Named Insured: BROWN AND CALDWELL AND ITS WHOLLY OWNED SUBSIDIARIES Carrier: Hartford Accident and Indemnity Company & Twin City Fire Insurance Company Policy Number: 37WNQU1170 & 37WBRQU1171 Policy Term: 5/31/2017 to 5/31/2018 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO CERTIFICATE HOLDERS CAR-21 CITY OF CARLSBAD/CMWD 5950 EL CAMINO REAL CARLSBAD, CA 92008 This policy is subject to the following additional conditions: A. If this policy is cancelled by the Company, other than for non-payment of premium, notice of such cancellation will be provided at least sixty (60) days in advance of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company. B. If this policy is cancelled by the Company for non-payment of premium, or by the insured, notice of such cancellation will be provided within ten (10) days of the cancellation effective date to all certificate holder(s) with mailing addresses on file with the agent of record or the Company. If notice is mailed, proof of mailing to the last known postal mailing address of the certificate holder(s) on file with the agent of record or the Company will be sufficient proof of notice. Any notification rights provided by this endorsement apply only to the active certificate holder(s) who were issued a certificate of insurance applicable to this policy's term. Failure to provide such notice to the certificate holder(s) will not amend or extend the date the cancellation becomes effective, nor will it negate cancellation of the policy. Failure to send notice shall impose no liability of any kind upon the Company or its agents or representatives. Attachment Code: D465340 Certificate ID: 14687189 Named Insured: BROWN AND CALDWELL AND ITS WHOLLY OWNED SUBSIDIARIES Policy Number: LDUSAl 700482 Policy Term: 5/31/2017 to 5/31/2018 PROFESSIONAL AND POLLUTION LIABILITY -NOTICE OF CANCELLATION CAR-21 CITY OF CARLSBAD/CMWD 5950 EL CAMINO REAL CARLSBAD, CA 92008 IN THE EVENT THE UNDERWRITERS CANCEL OR NON-RENEW THIS POLICY OR IN THE EVENT OF A MATERIAL CHANGE TO THIS POLICY, UNDERWRITERS SHALL MAIL WRITTEN NOTICE OF SUCH CANCELLATION, NON-RENEW AL OR MATERIAL CHANGE, TO SUCH CERTIFICATE HOLDER WITHIN A SPECIFIED PERIOD OF TIME; PROVIDED, HOWEVER, THAT THE INSURERS SHALL NOT BE REQUIRED TO PROVIDE SUCH NOTICE MORE THAN 45 DAYS PRIOR TO THE EFFECTIVE DATE OF CANCELLATION, NON-RENEW AL OR MATERIAL CHANGE. Attachment Code: D465374 Certificate ID: 14687189 Named Insured: BROWN AND CALDWELL AND ITS WHOLLY OWNED SUBSIDIARIES Carrier: Hartford Accident and Indemnity Company & Twin City Fire Insurance Company Policy Number: 37WNQU1170 and 37WBRQU1171 Policy Term: 5/31/2017 to 5/31/2018 Waiver of Our Right to Recover From Others Endorsement We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement shall not operate to directly or indirectly benefit anyone not named in the Schedule. SCHEDULE Any person or organization from whom you are required by written contract or agreement to obtain this waiver of rights from us. Attachment Code: D465343 Certificate ID: 14687189 A.M. BEST RATINGS Twin City Fire Insurance Company -Rating: A+ (Superior) XV Lloyds of London -Rating: A (Excellent) XV Hartford Accident & Indemnity Company -Rating: A+ (Superior) XV Travelers Property Casualty Company of America -Rating: A++ (Superior) xv Miscellaneous Attachment: M4842 l 7 Certificate ID: 14687189 PWENG643 AMENDMENT NO. 12 TO EXTEND AND AMEND AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES FOR THE DESIGN OF THE VISTA/CARLSBAD INTERCEPTOR SEWER, REACHES 11 B-15, AND THE AGUA HEDIONDA SEWER LIFT STATION BROWN AND CALDWELL This Amendment No. 12 is entered into and effective as of the [J-fh day of ::Fu" <::.-, 2015, amending the agreement dated June 10, 2008, (the "Agreement") by and between the City of Carlsbad, a municipal corporation, ("City"), and Brown and Caldwell, a private employee-owned company, ("Contractor") (collectively, the "Parties") for professional engineering services for the design of the Vista/Carlsbad Interceptor Sewer, Reaches 11 B-15 and the Agua Hedionda Sewer Lift Station. RECITALS A. On November 30, 2009, the Parties executed Amendment No. 1 to the Agreement to provide additional engineering studies and design services; and B. On May 28, 2010, the Parties executed Amendment No. 2 to the Agreement to extend it for one (1) additional year; and C. On February 23, 2011, the Parties executed Amendment No. 3 to the Agreement to provide additional design services, permit assistance and environmental surveys; and D. On June 22, 2011, the Parties executed Amendment No. 4 to the Agreement to extend it for one (1) additional year; and E. On December 8, 2011, the Parties executed Amendment No. 5 to the Agreement to provide additional design services and assistance with easement acquisition; and F. On May 9, 2012, the Parties executed Amendment No.6 to the Agreement to provide additional design services and extend the Agreement for a period of three (3) additional years with all work to be completed by June 9, 2015; and G. On March 13, 2013, the Parties executed Amendment No. 7 to the Agreement to provide additional design services, including support during the project's construction management consultant's design review and response to actions developed in the design review; and H. On September 12, 2013 the Parties executed Amendment No. 8 to provide additional design services including efforts related to consolidation of the four construction bid packages prepared for the project into a single construction package with four design schedules; and I. On May 15, 2014 the Parties executed Amendment No.9 to provide additional design services including efforts related to a third party document review and NCTD permit requirements; and J. On September 23, 2014, the Parties executed Amendment No. 10 to provide additional design services; and K. On March 25, 2015, the Parties executed Amendment No. 11 to provide additional bid phase services; and L. The Parties desire to alter the Agreement's scope of work and request additional City Attorney Approved Version 1/30/13 PWENG643 funding to provide engineering support during construction and start-up services; and M. The Parties desire to extend the Agreement for a period of three (3) additional years; and N. The Parties have negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated by this reference as Exhibit "A", Scope of Services and Fee. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. In addition to those services contained in the Agreement, as may have been amended from time to time, Contractor will provide those services described in Exhibit "A". 2. City will pay Contractor for all work associated with those services described in Exhibit "A" on a time and materials basis not-to-exceed one million five hundred forty three thousand two hundred twenty one dollars ($1 ,543,221). Contractor will provide City, on a monthly basis, copies of invoices sufficiently detailed to include hours performed, hourly rates, and related activities and costs for approval by City. 3. 9, 2018. Contractor will complete all work as scheduled and described in Exhibit "A" by June 4. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 5. All requisite insurance policies to be maintained by Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill City Attorney Approved Version 1/30/13 2 Project Scope of Work TABLE OF CONTENTS SUMMARY ...................................................................................................................................................... 3 TASK 1-PROJECT MANAGEMENT, PROGRESS REPORTS AND BILLING ................................. 4 Task 1.1 ProjectManagement .............................................................................................................. 4 Task 1.2 Progress Reports .................................................................................................................... 4 Task 1.3 Billing .................................................................................................................................... 4 TASK 2-DESIGN SUPPORT AND SERVICES DURING CONSTRUCTION .................................... .4 Task 2.1 Pre-Construction Meeting, Construction Meetings and Site Visits ....................................... 5 Task 2.2 Requests for Information (RFis), Clarifications and Interpretations ..................................... 6 Task 2.3 Shop Drawing and Submittal Review ................................................................................... 6 Task 2.4 Substitutions .......................................................................................................................... 7 Task 2.5 Factory Acceptance Tests (FAT) .......................................................................................... 7 Task 2.6 Contract Document Modifications, Design Changes and Change Orders ............................ 7 Task 2. 7 Substantial Completion and Final Acceptance Review ......................................................... 8 TASK 3-CONSTRUCTION COMPLETION ........................................................................................... 8 Task 3.1 Project Startup Assistance and Training ............................................................................... 8 Task 3.2 Functional Test Procedures Review ...................................................................................... 8 Task 3.3 Operations and Maintenance (O&M) Manual ...................................................................... 9 OPTIONAL TASKS (Not included in fee proposal): .................................................................................. 9 Record Drawings ..................................................................................................................................... 9 System Training ....................................................................................................................................... 9 Contractor Redline Review Meetings ...................................................................................................... 9 Pre-Submittal Meeting ............................................................................................................................. 9 Trenchless Pipeline Coordination Workshop ........................................................................................ 1 0 CONSULTANT FEE .................................................................................................................................... lO APPENDIX A Labor Hour/Cost Matrix B Subconsultant Proposals and Fees C Team Organization Chart D Shop Drawing and Submittal Log 21Page SUMMARY Brown and Caldwell's (BC) scope of work (SOW), as detailed here within and in Appendix B, Subconsultants Proposals, is to provide engineering construction support services for the construction and closeout of Contract No. PWS13-40UTIL, Agua Hedionda Lift Station, Vista/Carlsbad Interceptor Sewer Reaches and Recycled Water Line Project. Under an existing contract with the City of Carlsbad (City), BC and its subconsultants completed four separate designs (Schedules A-D), and subsequently combined the designs into one Contract Document for construction. The Final Contract Documents (plans, specifications and construction cost estimate) are currently in Contractor bidding. BC shall provide engineering support services during the construction project phases, and conduct project management activities to support the delivery of these services, as described below. ARCADIS has been retained by the City for construction management services. ARCADIS (heretofore known as the CM) will provide the services of a Resident Project Representative (Resident) at the site to provide site inspection of the Contractor's work (Work). The Resident will be the City's agent or employee and under the CM's supervision. The duties and responsibilities of the Resident are set forth in the Agreement between the CM and City. For the purposes of this SOW, the titles Construction Manager, Contract Documents, Submittals and Change Order shall have the meanings given in the Construction Contract between the City and the project Contractor. Services associated with this SOW are assumed to be conducted over construction period which is expected to be twenty-two (22) months beginning with City's public solicitation of the Contract Documents for bid. BC shall provide the key management personnel as described in the Team Organization Chart in Appendix C. BC has included labor-hours, subconsultant fees and other direct costs in a Labor Hour/Cost Matrix (Appendix A) for appropriate personnel classifications to perform the tasks described below. In connection with this SOW, BC shall administer a program of QA/QC procedures for producing quality work and shall effectively manage and control the services provided herein. Specific procedures shall include but not be limited to planning, coordination, tracking, checking, reviewing and scheduling the work. BC shall subject all work products prepared by BC to BC's in-house QA/QC procedures prior to submittal to the City. QA/QC hours and costs shall be incorporated into other tasks within this Scope of Work. 31Paoc 1::- TASK 1-PROJECT MANAGEMENT, PROGRESS REPORTS AND BILLING Task 1.1 Project Management BC shall perform project management services in association with the work as provided for in this scope of services. Project management shall include internal bi-weekly meetings, meetings as requested by the City, coordination of internal QA/QC efforts, internal coordination and tracking of RFis and submittals/ shop drawings required of BC to review, preparation of change order documentation, preparation of billings and project and budget controls and reporting. BC shall be responsible for detailed management of the project as it pertains to the scope of work defmed herein, including managing its subconsultants, and shall keep the City informed of the status of the project. Task 1.2 Progress Reports BC shall complete a monthly progress report, to be submitted with the project invoice as part of the monthly request for payment. The monthly progress report will include the following: • • • • • Work completed in previous billing period Outstanding project issues Status and issues impacting project scope and budget Budget amendments to BC contract Percent complete, tabulated on a per task basis Overall project budget, tabulated on a per task basis Travel and site visit summary Status of RFis and Change Orders BC shall conduct monthly project management meetings with City Project Manager remotely (via tele- conference). These meetings shall be attended by City's Project Manager and BC's Project Manager at a mutually agreeable time. The purpose of the meetings shall be to review the BC Project Manager's progress report and the status of the project scope, budget, and any issues which may affect completion of the project. Task 1.3 Billing BC shall prepare and submit monthly invoices to the City by the 15th day of each month. The invoices shall document the labor-hours and billing rate for each person whom has worked on the project for each task. Any direct costs shall also be shown for each task. As part of the summary section of the invoice, BC shall also include the following information: • Budget • Current billing period invoicing • Previous billing period "total invoiced to date" • Budget amount remaining • Current billing period "total percent invoiced to date" • Current billing period "total percent completed to date" • Backup invoices for subconsultants and other direct costs (ODCs) TASK 2-DESIGN SUPPORT AND SERVICES DURING CONSTRUCTION The City, and/ or its consultants, will administer and provide construction field inspection, surveying, geotechnical engineering and testing, biological monitoring, trenchless inspection, contract administration for construction contracts and any other specialty inspection required during construction. Design support 41Pagc services shall be provided by BC, as requested by the City, to include coordinating with and advising the City during the construction phase of the project, to the extent provided in this SOW. Services, including meetings, change orders and submittal reviews are detailed in the following subtasks. Task 2.1 Pre-Construction Meeting. Construction Meetings and Site Visits Task 2.1.1 -Pre-Construction Meeting BC shall participate in one half-day (4 hours) Pre-construction Meeting attended by City staff, BC, CM, Contractor, subcontractors, and vendors. This meeting shall be scheduled and presided over by City or CM. In this meeting, the City shall describe BC's role in the project as the Design Engineer and the services BC shall provide during construction. No deliverable is required to be prepared by BC. For the purposes of this proposal, BC's project manager and project engineer will attend the Pre- Construction Meeting, and will provide input or address questions in the submittal process, if needed. Task 2.1.2-Weekly Progress Meetings BC Project Manager, or Project Engineer, shall attend the weekly construction progress meeting(s) either remotely or on site. BC's subconsultant staff may also attend progress meetings, as included in the scope of work of each subconsultant. For the purposes of this fee proposal, BC has assumed attendance at one (1) weekly progress meeting per month and remote attendance (via conferencing) for all other meetings. The scope and proposed fee include time for meeting preparation, travel time, follow-up, and review of meeting minutes, prepared by others. Task 2.1.3-Pump Station Coordination Meeting Per the Contract Documents, BC will attend the pump station coordination meeting with the Contractor and pump station operators prior to construction to review pump station operation and maintenance standard procedures, schedules and access requirements for normal operation. The intent of this meeting is to coordinate the continued operation of the existing pump station throughout the duration of construction activities. Task 2.1.4 -Miscellaneous Meetings BC shall attend additional meetings as requested by the City. The City will determine need and duration ofBC participation in meetings to meet construction support needs. For the purpose of this proposal, BC has assumed one (1) miscellaneous meeting (per month) will be attended by the BC Project Manager. Task 2.1.5 -Field Visits BC shall participate in field visits and perform follow-up to items discussed in the meetings that are related to the project design and/ or design specifications. BC shall make additional visits to the site as approved by the City. For the purposes of the fee proposal, BC has assumed a number of hours for various team members, as detailed in Appendix A, for both engineering and project staff, to assist in field problem resolution and design clarification/verification to help resolve construction issues as they arise and as requested by the City. BC shall report the nature of the field site visits, the problem resolved, and identify staff requesting the site visit in BC's monthly project report (see Task 1.2). The purpose of BC's and its subcontractors' visits to the site will be to assist the CM and the City's representative to provide a greater degree of confidence for the City that the completed Work will conform to the Contract Documents and that the intent of the design concept, as reflected in the Contract Documents, has been implemented and preserved by the Contractor. BC will assist the City, 5jPaoe b CM and its Contractor with potential or actual conflicts, disputes or delays related to the project design, provide/ discuss the status of Contractor submittals, Requests for Information and contract change orders, and provide design clarification/verification to help resolve construction issues. BC shall not, during such visits or as a result of the observations of the Work in progress, supervise, direct or have control over the Work nor shall BC have authority over or responsibility for the means, methods, techniques, sequences or procedures of construction selected by the Contractor, for safety precautions and programs incident to the work of Contractor or for any failure of Contractor to comply with laws, rules, regulations, ordinances, codes or orders applicable to Contractor furnishing and performing the Work. BC can neither guarantee the performance of the Work by the Contractor nor assume responsibility for Contractor's failure to furnish and perform the Work in accordance with the Contract Documents. During its visits, BC may recommend rejection of the Work while it is in progress ifBC believes that the Work will not produce a completed Project that conforms generally to the Contract Documents or that it will prejudice the negatively impact of the design concept of the Project as reflected in the Contract Documents. Such recommendations shall be submitted for consideration to both the City and the CM in writing by the end of the next business day. Task 2.2 Requests for Information CJ\Fis). Clarifications and Interpretations The CM will log-in and forward to BC certain RFis generated by the Contractor or the City. BC shall return written responses that provide clarification and/ or interpretation related to the Contract Documents to the CM within three (3) business days of receipt of RFI. For the purpose of estimating the effort for this task, BC shall review and respond to no more than 250 RFis. Refer to Task 2.7 for BC's SOW related to changes to the Contract Documents. Additional design or design changes will be requested in writing by the City and any effort related to such changes will be provided by BC under the terms of Task 2.6. Task 2.3 Shop Drawing and Submittal Review BC shall coordinate with City /CM to review contract submittals, as required in the Contract Documents. Critical submittals, necessary for permitting or required to break ground, shall take priority. BC is not responsible for tracking submittals with the Contractor or ensuring submittals are received from the Contractor in the timeframes required to prevent construction delays. It is assumed the CM is responsible for ensuring the completeness of each submittal and enforcing the submittal requirements in the Contract Documents, as well as indicating on the transmittal form the applicable design Schedule (A, B, C or D) for each submittal and shop drawing. The CM will receive and log-in all submittals from the Contractor. The CM will forward an electronic copy of each submittal and shop drawing requiring BC's review. BC shall review the shop drawings and submittals for conformance with the requirements of the Contract Documents and return electronic submittal review comments to the CM within fifteen (15) calendar days after receipt of submittal. BC shall coordinate all necessary shop drawing and submittal reviews with each subcontractor. BC shall accommodate occasional expedited reviews for time sensitive submittals. BC shall review and approve submittals and shop drawings. Appendix D lists the anticipated number of submittals/ shop drawings that will require a review and 2nd review for each discipline. It also indicates the level of effort in terms of average hours per submittal per discipline. All effort for reviews thereafter will be reimbursed by the City on a time and material basis. It is assumed all submittals and shop drawing will be distributed by the CM to BC and returned by BC to the CM via a defined electronic process. Any training required of BC personnel and/ or BC subcontractors related to a specific web-based documentation control system is not included in this fee proposal. Equipment O&M's, startup and testing materials and information, and other data not specified in the Contract Documents as a standard required submittal, will be reviewed, at the request of the City, as per 61Page the scope of work and under the allowance allotted for Task 2.6. All requests and/ or submittals for a substitution or proposed material/ equipment 'equivalent' will be tracked under Task 2.4. Included in this fee estimate, BC accounted for a total of 475 submittals will be sent to BC for review. BC also estimated that half of those submittals (238) would be returned to the Contractor for revision and would require are-submittal review. Therefore, a maximum of 713 reviews can be performed by BC under this scope of services. Task 2.4 Substitutions BC shall evaluate and determine the acceptability of all substitutions or 'equivalent' materials and equipment proposed by the Contractor and requested by the City, as required in the Contract Documents and to the extent provided for in the budget allowance for substitutes. BC has assumed a $20,000 allowance for this Task and shall track all time and materials related to such evaluations and submit to the City. Task 2.5 Factor.y Acceptance Tests (fAJ) A design engineer from BC will travel to the manufacturer's test facility in the continental United States to be in attendance for the performance test of the two force main pumps and two lift pumps. For the purposes of this proposal, we have assumed one separate trip (two (2) days of testing each) for each pump type, for a total of four (4) days. BC will provide witnessing and documentation of the sequence, observations and issues associated with the testing of the pumps. It is assumed that the witnessed testing will take place over the course of one business working day. The day of testing will be scheduled and agreed upon by all parties involved. At the conclusion of the witnessed testing, BC will prepare and issue the City a memorandum documenting the witnessed pump performance testing. A summary of test results, conclusions, and recommendations for next steps will be included in the report. Additionally, BC shall review all certificates of inspections, testings and approvals required by law or the Contract Documents to determine that both the content of the certificates and the certified inspection or test results comply substantially with such requirements. • FAT for Pumps-at manufacturing facility • FAT for Instrumentation and Controls -at project site The FAT for the pumps assumes labor and travel to and from the factory for both size pumps (two trips). Task 2.6 Contract Document Modifications. Des!gp Changes and Change Orders For the purposes of this propos a~ BC has allocated an allowance of $40,000 for time and materials related to change order and design modifications Upon the City's written request for a design change (excluding design omissions and errors), BC and it's subconsultants shall complete the work identified for the change order and deduct the cost (time and materials) related to this change from the $40,000 change order allowance allocated under this subtask. BC shall keep a total for all costs associated with each change order, which will also be reflected on the monthly invoices. Upon completion of the preliminary change order documents (plan drawings, schematics, details, schedules, and specifications) BC will forward them to City. City shall review the proposed change and request BC to incorporate any changes in Auto CAD. City/ CM will issue the change order documents in a formal Request for Proposal (RFP) or Field Change Order (FCO) to the Contractor. BC shall forward design calculations and other design backup documents, as necessary to City/ CM. For the purposes of this fee propos~ it is assumed the City and/ or CM will provide cost estimates for all change orders; therefore, cost estimating services is not included in this fee. 7\Page Any change to the Contract Documents shall be identified with date of change and reference (RFI number, RFP number, FCO number, etc.) shown on the document. Changes shown on previously conformed drawings shall be clearly marked and "clouded" for accurate identification of the scope of change by the Contractor as well as the City and/ or CM. When a change is required on a contract drawing that has previously undergone a change, the updated drawing showing the previous change shall be used as the base document to identify new changes. Task 2.7 Substantial Completion and Final Acceptance Review BC shall assist the city in a substantial completion site visit and help in the development of a punch list of items required in order for the Contractor to complete the project work in accordance with the Contract Documents. BC shall also attend a final acceptance walk through at the request of the City. BC team members shall consist of engineering (civil, mechanical, electrical, and instrumentation and controls) and project staff. TASK 3-CONSTRUCTION COMPLETION Task 3.1 Project Startup Assistance and Training BC shall consult with and advise the City during the startup phase of the project, to the extent provided in this SOW. CM is responsible for coordinating Contractor activities related to startup and training, as defined in the Contract Documents. Task 3.1.1 -Startup Assistance BC shall attend the startup activities related to the pumping equipment, grinders, and control system. Contractor shall develop and produce a detailed, written plan for the startup and initial operation of the equipment and systems installed and constructed under their contract. BC shall review this plan and provide comments and recommendations to the City. For the purposes of this proposal, BC has assumed a level of effort (in Appendix A) of per engineering discipline for startup assistance, which can vary based on the Contractor's schedule for this Task. BC will observe startup activities, provide advice as requested during the Contractor's activities, and evaluate the subsequent results. BC will provide opinions to the City regarding any items or equipment that do not meet the specifications or intent of the Contract. BC will not be responsible for operating or directing the operation of any equipment. Task 3.1.2-Training Contractor shall prepare all training plans for operation and maintenance of the equipment and systems installed under their contract. The CM shall coordinate efforts in preparing the training plans preparation with the Contractor, such that the plans developed are in accordance with the Contract Documents. The CM will also approve the Contractor's implementation of the training plans. BC shall assist the CM in reviewing the training plans for conformance with the Contract Documents, and provide comments and recommendations to the City. Task 3.2 Functional Test Procedures Review BC shall review the Contractor's functional testing procedures, as required in the Contract Specifications. For the purposes of estimating the effort for this task, BC has assumed the following testing submittals will be submitted for review: Two (2) Pump • One (1) Electrical/ Controls 8jPage Two (2) Miscellaneous Mechanical Task 3.3 Operations and Maintenance (0&1\1) Manual The O&M manual shall contain an overview of the system, design data and equipment descriptions, control philosophy and detailed strategies, and alarm responses as indicated in the contract documents. Figures will be included where needed to clarify operational strategies. The manual will not include specific maintenance procedures as this is included in the submitted equipment manufactures O&M information. It is assumed that the Contractor will provide BC with all supporting O&M related documents in one (1) single well-organized submittal. BC will perform a completeness check of all O&M documents provided by the Contractor, and develop an O&M Manual with control strategies based on these documents. OPTIONAL TASKS (Not included in fee proposal): The following tasks are proposed by BC, and will only be performed with the City's written authorization along with a negotiated amendment. Record Drawings BC shall be responsible for preparing, printing, and reproducing record drawings. The City shall prepare, certify, and reproduce all record drawings from information furnished by the Contractor and CM Contractor shall also provide layout and installation drawings, which will also be collected and distributed by the CM. It is assumed that the CM will periodically request the Contractor to supply updated 'progress' as-built drawings throughout the duration of construction. BC shall prepare record drawings from information furnished by the Contractor/CM. This information shall consist of detailed and clear, marked- up contract drawings ready to be drafted with little involvement from engineering staff. Markups submitted by the Contractor/CM shall include implementation of design change orders, field change orders, plan clarifications and RFis, and not reference those documents directly. Prior to final completion, BC shall prepare and submit one (1) hard copy draft set of record drawings to the City for review. The City will provide a single consolidated set of comments on the draft set. BC shall incorporate City comments and prepare the ftnal record drawings submittal. The ftnal submittal shall be one (1) full size Mylar set, and one copy of AutoCAD ftles. No paper copies will be furnished. The original engineer's sign-and-seal from the design phase will not be changed on the ftnal record drawings. A 'Record Drawings' stamp will be afftxed to the final Mylar copies noting them as such. System Training BC shall provide training of the operations personnel to supplement training given by Contractor on specific pieces of equipment. The training will emphasize the equipment operational strategies and interactions as programmed into the PLC, such as control of the lift station and force main pumps. These are not covered by individual equipment training. Pumping station features will also be covered that are not associated with a specific piece of equipment requirement training, such as general ventilation, site drainage and treatment, lift pump siphon operation, and emergency pumping connections. Contractor Redline Review Meetings BC shall review the Contractor's as-built drawings, with the CM, at the 25, 50, 75, and 100 percent of project completion to verify the Contractor has included all relevant information from approved change orders and RFis. BC shall prepare a comment log for each of these reviews and submit it to the CM and the City. Pre-Submittal Meeting BC shall attend one two-hour pre-submittal meeting with the City, CM and Contractor staff to coordinate 91Page APPENDIX A: LABOR HOUR/COST MATRIX ----------el BrownAII)caldweU j-------- APPENDIX B: SUBCONSUL T ANT PROPOSALS AND FEES ----------11 BrownANDCaldweU j:-· -------- July 8, 2014 Revised April 2, 2015 Ms. Daynan Rigg Brown & Caldwell 9665 Chesapeake Dr., Suite 201 San Diego, CA 92123 II. McMILLEN !lt~~99! Subject: Revised Proposal for Trenchless Engineering Support During Construction Dear Daynan, Agua Hedionda Sewer Lift Station & Force Main and V/C Interceptor Relief Sewer City of Carlsbad, California McMillen Jacobs Associates is pleased to submit this revised proposal and fee estimate for continued engineering support during construction ofthe City of Carlsbad's V/C Sewer Project. This proposal was revised to describe the engineering services that McMillen Jacobs Associates (formerly Jacobs Associates) will provide to Brown & Caldwell (B&C) and the City of Carlsbad during construction of the trenchless pipeline reaches that are part of the sewer project. The engineering and observation services provided during construction will be considered an extension of the trenchless design services McMillen Jacobs Associates provided during the design phase. Even though trenchless personnel from different McMillen Jacobs Associates offices will be utilized during the course of construction, this proposal assumes that our services will originate out of San Diego office. PROJECT UNDERSTANDING The Lift Station Project includes two trenchless components identified as Horizontal Directional Drilling (HDD) and microtunneling. This proposal reflects the scope of work outlined in the design drawings dated December 2014. The HDD segment is about 1,840 feet of36-inch OD DR 11 HDPE pipe connecting the open cut segment originating from the pump station to a new junction structure in the median of A venida Encinas, about 400 feet south of the Cannon Road intersection. The new junction structure is the interface between the force main segment and the new 54-inch microtunnel gravity sewer segment. The 54-inch microtunnel segment is divided into eight drives totaling about 3,625 feet with the drives varying between 200 and 590 feet. Two reaches totaling about 1,475 feet are identified as either microtunnel or open cut construction at the contractor's option. Four launching shafts and five receiving shafts are required to complete the eight drives identified as microtunneling on the project plans. The jacking pipe specified for the project is 54-inch ID fiberglass reinforced pipe (FRP). It is our understanding that ARCADIS is the Construction Manager (CM) and Hatch Mott MacDonald is the CM's subcontractor that will provide the trenchless construction inspections. Although full-time trenchless inspections are in the City of Carlsbad's best interest, in accordance with your June 9, 2014 email, our role is tasked as follows: 8880 Rio San Diego Dr., Suite 800, San Diego, CA 921081619.430.4040 p Proposal for Specialized Trenchless Engineering Support and Construction Observations Agua Hedionda Sewer Lift Station & Force Main and V /C Interceptor Relief Sewer in A venida Encinas • Attendance at Pre-Construction Meeting • Submittal Review • Bidding Assistance (Q&A, Addenda) • Fewer intermittent site visits • A change order allowance As requested, this proposal excludes a previous scope of work task to provide trenchless oversight and to review and track progress of the HDD and microtunnel installations through daily HDD and microtunnel reports. In addition, project site visits will be on an as-needed basis. In the event trenchless issues arise, a project management task provides for as-needed issue meetings. This proposal details the scope of work typically anticipated for the trenchless reaches which is divided into the general tasks identified as follows: • Project management -Preconstruction meeting -Coordination, reviews and oversight -As-needed site visits -As-needed issue meetings -Assistance during bid phase -Change order Allowance • Submittal reviews -Respond to requests for information (RFI) or clarification -Submittal reviews -Responses to requested construction changes The scope of work for the shaft submittal review is from a trenchless point of view with respect to wall seals, equipment layout, reaction walls and load transfer into the ground, and ground improvement for reaction walls and/or machine launch and retrieval. We assume the structural review of the shafts will be provided by the CM team. The various tasks and subtasks are based on our experience with similar HDD and microtunneling projects. Task 1 -Project Management and Meetings 1.1. Participate in Preconstruction Kick Off-McMillen Jacobs Associates will have one person travel to and attend the preconstruction meeting to become familiar with the project document control system and project communication protocol. For purposes of this proposal, we have allotted eight hours for the preconstruction meeting inclusive of preparation and travel time. March 31,2015 2 McMillen Jacobs Associates Proposal for Specialized Trenchless Engineering Support and Construction Observations Agua Hedionda Sewer Lift Station & Force Main and V /C Interceptor Relief Sewer in A venida Encinas Deliverables: McMillen Jacobs Associates will be prepared to make a brieftrenchless presentation for the preconstruction meeting. Specific questions will be formally responded to in a project memorandum. 1.2. Project Coordination, Reviews. and Oversight-McMillen Jacobs Associates has established a project coordination, review and oversight budget to capture project time allocated to contract administration, project coordination and discussions, e-mail correspondence, budget controls, billing reviews and/or reports, and any other management tasks commensurate with this type of project. Deliverables: McMillen Jacobs Associates will document responses to specific issues or concerns with PDF documents or e-mail as deemed appropriate. 1.3. As-Needed Site Visits-McMillen Jacobs Associates will make periodic site visits during the trenchless construction to interface with the trenchless inspector. We are projecting 2 no. periodic site visits over the course of construction. The two site visits are budgeted at 10 hours inclusive of preparation, travel, and time for preparation of the field observation report. Deliverables: The as-needed project site visits will be documented in field observation reports. 1.4. Attend As-Needed Issue Meetings-One person will travel to and attend 6 no. issue meetings budgeted at 8 hours each inclusive of travel, preparation, and time for preparation of formal documentation. Time has been included for follow-up documentation addressing the issues. We have made an allowance to have a senior engineer attend six issue meetings and a principal to attend two issue meetings. Deliverables: Prepare and submit formal documentation of the issues along with our comments, opinions, and/or recommendations. 1.5. Assistance During Bid Phase-McMillen Jacobs Associates will provide engineering assistance on an as-needed basis during the bid phase to respond to contractor questions pertaining specifically to the trenchless aspects of the project. Additionally, McMillen Jacobs Associates will provide engineering assistance in the preparation of one project addenda related specifically to the trenchless construction. Deliverables: Prepare and submit responses to the trenchless questions that arise during the bid phase to be incorporated into a formal response prepared by others. 1.6 Change Order Allowance-McMillen Jacobs Associates is providing a budget allowance for a project change order related specifically to a trenchless change order. The allowance does not include preparation of a specification associated with the change order. March 31, 2015 3 McMillen Jacobs Associates Proposal for Specialized Trenchless Engineering Support and Construction Observations Agua Hedionda Sewer Lift Station & Force Main and V /C Interceptor Relief Sewer in A venida Encinas Deliverables: Prepare and submit documentation for a trenchless change order to be incorporated into a formal change order prepared by others. Task 2 -RFI/Ciarification and Submittal Reviews 2.1. Review and Respond to Requests for Information (RFI) or Clarification-We are presenting a budget for reviewing and responding to five written RFis or clarifications. Deliverables: One written response will be provided for each RFI or clarification for incorporation into a formal response to be prepared by others. 2.2. Submittal Reviews -McMillen Jacobs Associates will receive, review, and provide written responses to trenchless-related contractor submittals. Others are to review the shaft, tunnel, and HDD-related submittals to ensure completeness before submitting to McMillen Jacobs Associates. The shaft submittals will be reviewed from a trenchless point of view with respect to wall seals, equipment layout, reaction walls and load transfer into the ground, and ground improvement for reaction walls and/or machine launch and retrieval. Although McMillen Jacobs Associates can provide this service, we assume the structural review of the contractor's shaft designs will be completed by the CM team. We anticipate reviewing the following trenchless-related contractor submittals: • Shafts (trenchless related) • HDD • Microtunneling • Contact Grouting • FRPPipe We assumed reviewing one complete submittal for the five trenchless-related specifications listed above. In addition, we have assumed one resubmittal for each submittal. Deliverables: One written response will be provided for each of the five trenchless-related submittals for incorporation into a formal response to be prepared by others. In addition, we will provide one written response for each resubmittal. 2.3. Provide Responses for Requested Construction Changes As-Needed-McMillen Jacobs Associates will review written requests for construction changes and provide a written response. We assumed the project would generate three requested construction changes and no follow-up requests. Deliverables: One written response will be provided for incorporation into a formal response to be prepared by others. March 31, 2015 4 McMillen Jacobs Associates Ref: P2149, Revised 04/02/2015 Date: 07/08/2014 Project: Client: Task Agua Hedionda Sewer Lift Station and Force Main and V/C Interceptor Relief Sewer, Carlsbad, California Brown & Caldwell Description 1 Project Management and Meetings 1.1 Participate in Preconstruction Meeting 1.2 Project coordination, Reviews, and Oversight 1.3 As-Needed Site Visits-2 No. (prep/travel/report) 1.4 Attend As-needed Issue Meetings - 6 No. meetings @ 8 hrs/ea 1.5 Assistance during bidding phase 1.6 Change Order Allowance Task 1: Project Management and Meetings 2 RFI/Ciarification and Submittal Reviews 2.1 Review/Respond to RFI or Clarification - 5 no. total 2.2 Submittal Reviews 1. HOD 2. Shafts (trenchless related , structural review by CM team) 3. Microtunneling 4. Contact Grouting 5. FRP Pipe Resubmittal Reviews -5 no. @ 4 hrs/ea 2.3 Provide Responses for Requested Construction Changes-3 No. Task 2: RFI/Ciarification and Submittal Reviews ---- TOTAL ALL TASKS Hours Cost Principal Sr. Associate : 1 $275.00 $250.00 )- 8 4 16 20 -12 48 2 8 4 16 22 116 2 10 8 5 3 6 2 2 10 6 10 44 32 160 $8,800 $40,000 II• McMILLEN ~~fs29A~~ Project JA Labor JA Labor Other Direct T 1 A Engineer C t ota mount Hours Cost OS S $175.00 8 $2,000 $50 $2,050 8 28 $6,500 $6,500 20 $5,000 $100 $5,100 60 $15,300 $1 ,500 $16,800 8 18 $3,950 $3,950 24 44 $9,300 $9,300 40 178 $42,050 $1,650 $43,700 20 32 $6,550 $6,550 8 $2,200 $2 ,200 16 21 $4,050 $4,050 6 9 $1 ,800 $1,800 16 22 $4,300 $4,300 4 6 $1 ,200 $1 ,200 4 6 $1 ,200 $1 ,200 20 30 $6,000 $6,000 12 18 $3,600 $3 ,600 98 152 $30,900 $0 $30,900 -- 138 330 $24,150 $72,950 $1,650 $74,600 eN FELDER ~ Bright Pfopll! Right Solutions March 18, 2015 Victor Occiano Brown and Caldwell /V/\v/\ Simon Wang Engineering Phone: 858-571-6708 Re: Agua Hedionda Sewer Lift Station & Force Main -Construction Phase Dear Warren: Pursuant to your request, enclosed please find our scope and fee for the above referenced project. Should you have any questions, please do not hesitate to call. SCOPE: Provide construction support services for the above mentioned project. The scope shall include the following A. Site Visit & Meetings: Provide 18 site visits to be used for structural observation or at the discretion of KSWE or the contractor and provide a report. See appendix A for a list of expected structural observation site visits. Attend 1 pre-construction meeting at the site. B. Submittals: Review and comment on 25 Submittals/Shop Drawings and the appropriate resubmittals. C. RFis Review and respond to 50 RFis D. As-Built Drawings Provide As-Build Record drawings at the completion of the project based on marked up/red lines of the contract documents by the contractor and/or Brown and Caldwell. Exclusions: See Appendix B for Special Services 9968 Hibert Street, 2"d Floor, San Diego, CA 92131 p 1858.566.3113 f 1858.566.6844 Brown and Caldwell Re: Agua Hedionda Lift Station-Bid and Construction Phase Services March 18, 2015 Page2 Caldwell up to the estimc;lted amount listed below. If additional services are requir~. we will submit a change order for approvalljefore proceeding with the additional work. · 3. Design changes during construction will be billed separately on a time and materials basis as directed. FEES We anticipate completing our scope of services for the following fees: Bid Phase Services Construction Phase Services Please note our current fee schedule is attached to the back of this proposal. $ 3,700. $19,860. We hope that you find this proposal appropriate. If you have any questions or comments, please do not hesitate to contact our office. Sincerely, R2H ENGINEERING, INC. ~~ Robert Hendershot President ------· Agua Hedionda Lift Station Project Carlsbad, California SCHEDULE OF FEES HOURLY CHARGES FOR PERSONNEL March 31,2015 Project No. 1 06044004 Principal Engineer/Geologist/Environmental Scientist ........................................................................................... $ 168 Senior Engineer/Geologist/Environmental Scientist............................................................................................... $ 164 Senior Project Engineer/Geologist/Environmental Scientist .................................................................................. $ 160 Project Engineer/Geologist/Environmental Scientist.............................................................................................. $ 156 Senior Staff Engineer/Geologist/Environmental Scientist...................................................................................... $ 141 Staff Engineer/Geologist/Environmental Scientist.................................................................................................. $ 128 GIS Analyst ............................................................................................................................................................. $ 114 Field Operations Manager . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 1 04 Supervisory Technician ........... ........ ...................... .......... .. ............ ....... ....... ......... ............................................... ... $ 95 Nondestructive Examination Technician, UT, MT, LP ........................................................................................... $ 95 Senior Field/Laboratory Technician ........................................................................................................................ $ 87 Field/Laboratory Technician ................................................................................................................................... $ 87 ACI Concrete Technician ........................................................................................................................................ $ 87 Concrete/Asphalt Batch Plant Inspector ................................................................................................................. $ 87 Special Inspector (Concrete, Masonry, Steel, Welding, and Fireproofing) ............................................................ $ 87 Technical Illustrator/CAD Operator ......................................................................................................................... $ 86 Geotechnical/Environmental/Laboratory Assistant . . . . .. . . . . . . . . . . . . . . . . .. . . . . . . . .................. .. . . ..... .. . . . . . . . . . . . . . . . . ... . . .. . . . . . . . . . .... $ 73 Information Specialist.............................................................................................................................................. $ 73 Data Processing, Technical Editing, or Reproduction ............................................................................................ $ 64 OTHER CHARGES Concrete Coring Equipment (includes one technician) ............................................................................... $ 160 /hr PID/FID Usage .............................................................................................................................................. $ 140 /day Anchor load test equipment (includes technician) ....................................................................................... $ 97 /hr Hand Auger Equipment................................................................................................................................ $ 65 /day Inclinometer Usage ...................................................................................................................................... $ 40 /hr Vapor Emission Kits...................................................................................................................................... $ 40 /kit Level D Personal Protective Equipment (per person per day) . .. .. .. .. .. .. .. .. .. .. .. .. .. . .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. ...... .. $ 30 /p/d Rebar Locator (Pachometer).............. .... .. . .. .. .. ... .. .. .. ... .. .. .. .. .... .. .. .. .. .. .. .. .. .. .... .. .. .. .. .. .. . .. .. . .... .. .. .. .. ...... .. .. .. .. .. . $ 30 /hr Nuclear Density Gauge Usage..................................................................................................................... $ 15 /hr Field Vehicle Usage ...................................................................................................................................... $ 12 /hr Direct Project Expenses....................................................................................................................... Cost plus 15% Laboratory testing, geophysical equipment, and other special equipment provided upon request. NOTES (Field Services) For field and laboratory technicians and special inspectors, regular hourly rates are charged during normal weekday construction hours. Overtime rates at 1.5 times the regular rates will be charged for work performed outside normal con- struction hours and all day on Saturdays. Rates at twice the regular rates will be charged for all work in excess of 12 hours in one day or on Sundays and holidays. Lead time for any requested service is 24 hours. Field Technician rates are based on a 4-hour minimum. Special inspection rates are based on a 4-hour minimum for the first 4 hours and an 8- hour minimum for hours exceeding 4 hours. Field personnel are charged portal to portal. INVOICES Invoices will be submitted monthly and are due upon receipt. A service charge of 1.0 percent per month may be charged on accounts not paid within 30 days. TERMS AND CONDITIONS The terms. and conditions of providing our consulting services include our limitation of liability and indemnities as pre- sented in Ninyo & Moore's Work Authorization and Agreement. C10 Agua Hedionda Lift Station Project Carlsbad, California March 31, 2015 Project No. 1 06044004 SCHEDULE OF FEES FOR LABORATORY TESTING Laboratory Test, Test Designation, and Price Per Test Soils Atterberg Limits, D 4318, CT 204 .............................................. $ 160 California Bearing Ratio (CBR), D 1883 .................................... $ 485 Chloride and Sulfate Content, CT 417 & CT 422 ...................... $ 150 Consolidation, D 2435, CT 219 .................................................. $ 300 Consolidation -Time Rate, D 2435, CT 219 ............................ $ 75 Direct Shear-Remolded, D 3080 ............................................. $ 325 Direct Shear-Undisturbed, D 3080 .......................................... $ 275 Durability Index, CT 229 ............................................................. $ 165 Expansion Index, D 4829, IBC 18-3 .......................................... $ 180 Expansion Potential (Method A), D 4546 .................................. $ 160 Geofabric Tensile and Elongation Test, D 4632 ....................... $ 180 Hydraulic Conductivity, D 5084 .................................................. $ 330 Hydrometer Analysis, D 422, CT 203 ........................................ $ 21 o Moisture, Ash, & Organic Matter of Peat/Organic Soils ............ $ 120 Moisture Only, D 2216, CT 226 ................................................. $ 35 Moisture and Density, D 2937 ................................................... $ 45 Permeability, CH, D 2434, CT 220 ............................................ $ 255 pH and Resistivity, CT 643 ........................................................ $ 155 Proctor Density D 1557, D 698, CT 216, & ............................... $ 200 AASHTO T-180 (Rock corrections add $80) R-value, D 2844, CT 301 ........................................................... $ 275 Sand Equivalent, D 2419, CT 217 ............................................. $ 90 Sieve Analysis, D 422, CT 202 .................................................. $ 120 Sieve Analysis, 200 Wash, D 1140, CT 202 ............................. $ 100 Specific Gravity, D 854 ............................................................... $ 100 Thermal Resistivity (ASTM 5334, IEEE 442) ........................... $ 880 Triaxial Shear, C.D, D 4767, T 297 ............................................ $ 430 Triaxial Shear, C.U., w/pore pressure, D 4767, T2297 per pt..$ 365 Triaxial Shear, C.U., wlo pore pressure, D 4767, T 2297 per pt..$ 210 Triaxial Shear, U.U., D 2850 ...................................................... $ 155 Unconfined Compression, D 2166, T 208 ................................. $ 11 0 WaxDensity,D1188 ................................................................. $ 100 Roofing Roofing Tile Absorption, (setof5), C67 .................................... $ 210 Roofing Tile Strength Test, (setof5), C 67 ............................... $ 210 Masonrv Brick Absorption, 24-hour submersion, C 67 ............................. $ 50 Brick Absorption, 5-hour boiling, C 67 ....................................... $ 60 Brick Absorption, 7-day, C 67 .................................................... $ 65 Brick Compression Test, C 67 ................................................... $ 50 Brick Efflorescence, C 67 ........................................................... $ 50 Brick Modulus of Rupture, C 67 ................................................. $ 45 Brick Moisture as received, C 67 ............................................... $ 40 Brick Saturation Coefficient, C 67 .............................................. $ 55 Concrete Block Compression Test, 8x8x16, C 140 .................. $ 65 Concrete Block Conformance Package, C 90 .......................... $ 485 Concrete Block Linear Shrinkage, C 426 .................................. $ 135 Concrete Block Unit Weight and Absorption, C 140 ................. $ 60 Cores, Compression or Shear Bond, CA Code ........................ $ 60 Masonry Grout, 3x3x6 prism compression, C 39 ...................... $ 35 Masonry Mortar, 2x4 cylinder compression, C 109 ................... $ 35 Masonry Prism, half size, compression, C 1019 ....................... $ 120 Masonry Prism, Full size, compression, C 1019 ....................... $ 175 Concrete Compression Tests, 6x12 Cylinder, C 39 ........................................... $ 25 Concrete Mix Design Review, Job Spec ............................................ $ 155 Concrete Mix Design, perT rial Batch, 6 cylinder, ACI ....................... $ 825 Concrete Cores, Compression (exdudes sampling), C 42 ................ $ 60 Drying Shrinkage, C 157 ..................................................................... $ 275 Flexural Test, C 78 .............................................................................. $ 55 Flexural Test, C 293 ............................................................................ $ 60 Flexural Test, CT 523 .......................................................................... $ 65 Gunite/Shotcrete, Panels, 3 cut cores per panel and test, ACI.. ....... $ 275 Jobsite Testing Laboratory.................................................................. Quote Lightweight Concrete Fill, Compression, C 495 ................................. $ 45 Petrographic Analysis, C 856 .............................................................. $ 1 ,200 Restrained Expansion of Shrinkage Compensation .......................... $ 270 Splitting Tensile Strength, C 496 ........................................................ $ 90 3x6 Grout, (CLSM), C39 ..................................................................... $ 45 2x2x2 Non-Shrink Grout, C 109 ......................................................... $ 45 Reinforcing and Structural Steel Fireproofing Density Test, UBC 7 -6 .................................................... $ 60 Hardness Test, Rockwell, A-370 ........................................................ $ 55 High Strength Bolt, Nut & Washer Conformance, per assembly, A-325 .................................................................... $ 130 Mechanically Spliced Reinforcing Tensile Test, ACI .......................... $ 105 Pre-stress Strand (7 wire), A 416 ....................................................... $ 155 Chemical Analysis, A-36, A-615 ......................................................... $ 135 Reinforcing Tensile or Bend up to No. 11, A 615 & A 706 ................ $ 55 Structural Steel Tensile Test: Up to 200,000 lbs. (machining extra), A 370 ................................................................... $ 80 Welded Reinforcing Tensile Test: Up to No. 11 bars, ACI ................. $ 60 Asphalt Concrete Asphalt Mix Design, Caltrans .............................................................. $ 2,400 Asphalt Mix Design Review, Job Spec ............................................... $ 165 Extraction, %Asphalt, induding Gradation, D 2172, CT 382 ............ $ 240 Film Stripping, CT 302 ........................................................................ $ 110 Hveem Stability and Unit Weight CTM or ASTM, CT 366 ................ $ 215 Marshall Stability, Flow and Unit Weight, T-245 ................................. $ 240 Maximum Theoretical Unit Weight, D 2041 ........................................ $ 135 Unit Weight sample or core, D 2726, CT 308 ..................................... $ 100 Air Voids, T-269 ................................................................................... $ 50 Voids in Mineral Aggregate, (VFA) CT Sp-2 ...................................... $ 50 Voids filled with AC, (VMA) CT Sp-2 .................................................. $ 50 Dust Proportioning, (VFA) CT Sp-2 .................................................... $ 50 Aggregates Absorption, Coarse, C 127 .................................................................. $ 40 Absorption, Fine, C 128 ...................................................................... $ 40 Clay Lumps and Friable Partides, C 142 ........................................... $ 110 Cleanness Value, CT 227 ................................................................... $ 135 Crushed Partides, CT 205 .................................................................. $ 155 Durability, Coarse, CT 229 .................................................................. $ 145 Durability, Fine, CT 229 ...................................................................... $ 145 Los Angeles Abrasion, C 131 or C 535 .............................................. $ 200 Organic Impurities, C 40 ..................................................................... $ 60 Potential Reactivity of Aggregate (Chemical Method), C 289 ............ $ 430 Sand Equivalent, CT 217 .................................................................... $ 100 Sieve Analysis, Coarse Aggregate, C 136 ......................................... $ 115 Sieve Analysis, Fine Aggregate (induding wash), C 136 .................. $ 115 Sodium Sulfate Soundness (per size fraction), C 88 ......................... $ 175 Specific Gravity, Coarse, C 127 .......................................................... $ 85 Specific Gravity, Fine, C 128 ............................................................... $ 95 Special preparation of standard test specimens will be charged at the technician's hourly rate. Ninyo & Moore is accredited to perform the AASHTO equivalent of many ASTM test procedures. AHLS Constn B&C_SCHEDULE OF FEES 3-31-15 APPENDIX C: TEAM ORGANIZATION CHART ----------11 BrownAII)CaldweU I-------- APPENDIX D: SHOP DRAWING AND SUBMITTAL LOG ----------11 BrownNI)CaldweU j:--------- Preliminary Submittal Log for the Agua Hedlonda Lift Statlon,_.;;.D.;;.es;...l::.gn._ __ --,.-..,.---,.----:-----, # Submittal Expected Section Section Name t:Mvtsionl Toto! 01010 Swnmary of Work 01011 Contract Time 01014 Work Sequence 01015 Contractor's Use of Premises 01050 Survey Information 01060 Safety and Health 01071 Standard References 01200 Project Meetings 01300 Submittals 01310 Construction Schedu/1! 01380 Photo raphs 15-May-15 Submittal NA NA 001-0utage Plan and Time Schedule NA NA NA NA 001-RollinR bar-chart schedule NA 001-Construction Schedule 002-Project Status Update-Written Progress Report NA Para. l.Ol.C ar 1.04.0 CM 1.03 BC 1.05 CM CM 001-Quality Control Plan (for review and 1.02 CM 01400 Quality Control 01500 Contractor's Utilities OlSOS Mobilization 01S30 Protection of Existing Fadlitles and Properties OlSSO Site Access and Storage 002-Manufacturer Representative's Repo 3.0 NA DOl-Schedules of Values 002-Sc:hedule of Submittals 003-SWPPP 004-Estimated value for each component of mobilization NA 001-Temporary Bridge 002-Copies of Traffic Control Plan 003·Pian for Storing and Disposing Hazardous Materials 1.01 1.01 1.01 1.02 1.02 1.02.0 1.03 CM BC CM CM CM 004-EPA Number for Waste Generated 1.03 CM 01S60 Environmental Controls DOl-Approved Submittal for Material Delivered on Site 1.03 01600 002-log of Maintenance Service for Products, Materials, Equipment and Substitutions Stored Equipment 1.07 003-Submittals for Proposed Substitutes 1.08 004-lnformation for Material and MateriaiSotJrces 2.02 01605 Shipment, Protection and Stora e NA 001-0etailed Plans for Commissioni~ 1.03 01662 Commissioning 002-Pian for Providing a Commissioning Team 1.03 01664 Trainins 001-Lessons Plans for Traini"8 1.03 002-ldentity, qualificattons of individuals conducting the training 1.03 001-Wra_ten Guarantees (where required) 1.03 002-Stock Items, Spare Parts. Special Tools 1.03 003-Complete Record Drawings 1.03 01700 Project ctoseout 004-Cenificate of Inspection and Acceptance 1.03 005-Release Forms 1.03 01720 Re<:of'd Drawings 001-Record Drawings 1.0 Operating and Maintenance Information 001-0peration and Maintenance (O&M) 1.01 01730 11'\Structions 01800 Envtronmental Conditions NA DOl-Certificate of Compliance 1.03.2 01900 Seismic Anchorage and Bracing 002-lnstal\ation Drawings 1.03.3 003-Cenificate of Compliance per IBC 1.03.4 01999 Reference Forms NA CM CM BC BC. CM CM CM BC CM CM BC CM BC ~ .. ~ .. ·;;; .. "" < :~ .. -3 "' ..., "' .. ·:;: .r: u "' "' 0 .s: tl u .. ~~ :E .. iii .. u --u --c: c: ~ :J "' ~ ..., .. "' -~ "> :0 " c: "' u "' 0 .<: c: .,o "" "' N 0 1 0 0 0 Hours allocated under~ of the SOW Hours allocated under~ of the: SOW Hours allocated under TASK 2.1.1 of the SOW Hours allocated under TASK 2.4 of the SOW Hours allocated under !MK.ll of the SOW u :! 0 ~ .. u .. u ----:J "' :J "' ..., "' ..., .. ~ ·s; ~ ·:;: u "' u "' .,o VJO 0 0 Comments to be coordinated with the construction schedule specified in SecHon 01310 in accordance with the requirements of Section 01310 I per Sectton ft.. I of the General Provisions Include: percent complete, actual completion or start dates since the previous review, estimated remaining time, reasons any activities are behind schedule and a description of the CDf'rective .steps being taken Submit weekly reports if manufacturer's field installation wOf'k is m01e than a week if design of temporary bridge is needed Hazardous materials as per paragraph 1.03 Various submittals Submittals required if substitutions need to be approved or reviewed Plans for commissioning each process unit and each system Plan shall be complete with a daytime staffing plan and names, qualifications. etc. Lessons plans for each training session to be conducted by manufactur~'s ~::;!~<=;tractor, but inclu~ by BC as an 'Optional' service representative Hours allocated under TASK 3.2 of the SOW Hours allocated under TASK 3.2 of the SOW Provided by Contractor, but included by BC ;is an 'Optional' service under the SDW for each Contractor Designed bracing system, signed and stamped by PE for each component Wlp:l.5 Preliminary Submittal Log for the Agua Hedlonda Lift Station Design 15-May-15 # Submittal Expected ..:. tl u Ql :~ ~ :~ :a Ql ·:;; ·:;; < ;;:; u 0 0; Ql Ql u ...... ...... u Ql ·u Ql ·u 3: 3 ...... 3 ...... c c !!!! 3 ...... 3 ...... , ~ , ~ ~ "' ...... , ~ , ~ Ql Ql "' "' "' ·:;; Ql ·;; .. ·;; :0 , c "' ·;; .. ·;; .<= .<= "' .<= .<= Section Section Name Submittal Para. "' u "' u "' 0 .r:. c u "' u "' Comments ~ "' 0 "' 0 cr; "' N "' 0 "' 0 DfYis.lonl To .. J 31.75 54.5 z 3.5 58 14.75 each section of gravity sewer pipe or IXll-Pian for Abandonment 1.03 CM manhole to be abandoned or removed 001-Fk>wable Mix Design 1.03 CM 02050 Demolition and Salvage 003-Copy of Permit Required 1.03 CM 004-Copy of CCTV Inspection 1.03 CM OO~Material Properties of Backfill Material 1.03 CM letter certifying that the specific waste manifested has been landfilled in 02080 Asbestos Cement Pipe accordance with all federal, state, and local 001-Disposal Facility Certification letter 3.06.G.10 CM requirements 002-Respiratory Protection Program 3.02.A CM 02100 Site Preparation NA NA BC NA 001-Contractor's Independent Soillnvesf 1.03.A ~ soil and subsurface investi8ation Including: drawings, relief of hydrostatic 0C)2-0esign Data for Dewatering 1.03.8 BG 0.5 head, management of other water, etc. 003-0ewatering System Engineer-Qualific 1.03.8 02140 Dewatering 004-Correspondence and Permits for De 1.03.0 Certificate by the professional engineer that the system has been installed according to OOS.Written Certificate for Dewatering 5 3.01.H ~ 0.25 0.25 0.25 0.25 the dewatering plan OCJ6.Boreholes and Wells Advanced by th 3.04.8 sc 1 001-Bypass Pumping Qualification form 1.03.A bypass pumping and flow contrc» plan. Individual plans shall be submitted for each schedule.lnclude product data for all 001-Contractor Projed-Specific Bypass PI 1.03.8 equipment to be used 002-Project Specific Odor Control Plan(s) l.03.C 003-Emergencv Response Plan and BC 02145 Temporary Bypass Pumping Sewage Spill Prevention Plan 1.03.D Including: record copies of executed right-of entry and/or right-of-access agreements 004-Access and Release Documents from private property owners; Record Executed for Bypass Pumping 1.03.E copies of executed waiver and release forms 005-locations of Flow Monitoring and Oa 1.03.F BC 001-hperience Summary and References for Specialty Contractors 1.03.A BC ~ 002-Experience Summary and References for Onsite Technicians 1.03.8 003-0escription of Hot Tapping/line 5toppine; Procedure and Equipment to 02146 Hot Tapping/tine Stopping be Used 1.03.C CM 004-Shop Drawings for Tapping Saddle, Completion Plug. BJind Flange, and Associated Appurtenances 1.03.0 CM 005-0escription of Pipe Preparation 1.03.£ CM OCJ6.0escription of Hot Tapping Procedure 1.03.F CM 001-Sample of Fill Materials to be Used 1.03 CM Including sequence of lifts, soils conditioning. compaction methods, and 002-Me.thod of Compaction 1.03.A ~ testing 003-Product Dilta and Certified Test Dilta ozzoo Earthwork as Required 1.03.A ~c Including gradation and plasUcity Reports 004-Manufacturer's Product Data, Specification Requirements, and Recommended Installation 1.03.A ~ 005-Sheeting and Shoring Plan 1.03.A Bt:; -- OCJ6.Backfill Compaction Plan 1.03.A BC 001-Mix Design 1.03.A BC Stamped by a professional engineer 002-Backfill Plan 1.03.B ~ 02202 Flowablefill OOJ.Certified Quality Control Test.s 1.03.C B< 0.5 certiftcate that materials do not represent a 004-Manufacturer's Certificates 1.03.D threat to groondwater Quality 001-Geotechnic.al Engineer Qualifications 1.03.A 002-Product Data for all Materials intended for use 1.038 sc ~ 003·Record Copies of Excavation Permits 1.03.C 004-Method of Backfill Operation 1.03.D ~ 005-Affidavit of Compliance for Testing 02223 Trench Excavation Backfill Materials 1.03.E BC ()()6.-field Quality Control Test Reports 1.03.F ! 007-Geotextile/Geofabric ~· Manufacturer's Product Data 1.03.6 ~ 0.5 0.5 OOB·Soils Tests Reports 1.05 009--Certification from Concrete BC o.s 0.5 o.s Producer of Compliance with Section 201 of the SSPWC 2.06 for non-structural cast-in· lace concrete 02270 Erosion, Sedimentation and Dust Control NA S< 02142 Contact Grouting lncludine: grout miK. injection pressure calcs, 001-Work Plan 1.04 CM Daily toss. MSDs Preliminary Submittal Log for the Agua Hedionda Uft Station Design 15-May-1S # Submittal Expected ..: tl v Cll 3 3 ::2: " u 3 ~ <1: "' w 0 t " ·u " ·u ....... ....... u " ·u " v ;c :; ....... :; ....... c: c: !!!! :; ....... :; ....... ~ ~ ~ ~ ~ Cll , "' , "' "' ....... , "' , "' ·:;; " ·;; " ·;; :0 "tJ c: " ·;; " ·;; ~ ~ "' ~ ~ Section Section Name Submittal Para. " u "' v "' 0 ~ c: v "' v "' Comments "" "' 0 "' 0 a: "' N "' 0 "' 0 001 • Location & excavation plan 1.03, 3.01 8C 1 1 002 -MH information, assessment, 02603 Rehab of Sewer MH, Sch C C-2S recommendation 003-Testing party, testing plan. testing 1.03 ac ~; results 1.03, 3.05 B ~ 004-Warranty 1.03 oc 0.5 0.5 001-Certificate of Responsibility 1.03.A Including: Contractor's license, written 002-Manufacturer's Certification and ac 0.5 0.5 0.5 warranty, application plan, product test Applicator's Qualifications 1.03.8 results, product data 003-Training Outline for Certification 02605 55 Manhole Coating System Program 1.04.A 004-Third-Party Testing Results 1.08 sr 0.25 005-MSOS 2.02 sc··--0.5 006-Manufacturer's Application Instructions 2.02 Be 0.25 0.5 007-List of Materials Proposed 2.02 ac 0.25 0.5 008-Coatin Thickness calculations 2.02 ac 0.25 001-Cieaning Plan 1.03 02760 Sewer Pipe and Structure Cleaning 002-Record Copies of Cleaning Forms 1.03 BC 003-Copies of Permits for Transport and Disposal of Materials 1.03 Division] Total 13.75 14 10.25 DOl-Manufacturer's Installation lnstructtons 1.03 BC 0.25 0.25 D02-Manufacturer and type of proposed 03100 fDf"mWDf"k form materials 1.03 ec 0.25 0.25 003-Formwork Designer Qualifications 1.03 BC 0.25 0.25 Q04.-Structural Analysis 1.03 "' 0.5 0.5 If requested 001-Certified Mill Test Reports 1.03 ac 0.5 0.25 D02-Welder Qualification Certificate 1.03 BC 0.5 0.25 003-Piacing Drawings 1.03 sc------ 03200 Concrete Reinforcemli!nt Q04.-0etails of Concrete and Steel Inserts 1.04 RC 0.25 005-Mechanical Coupler's Manufacturer Information 1.04 ~ 0.5 0.25 006-Written Welding Procedure for each type of Well 1.04 BC 0.5 0.25 007-Certification of Procedure 1.04 BC 0.5 0.25 when reinforcement steel iss !iced 001-Waterstops-quaiification samples prior to material production l.OS.B 1 ... }5,~ 03290 Joints In Concrete StructurH 002-Waterstops l.OS.C 003-.Joint Sealant LOS.E ()()4.-Joint location l.OS.F 005-Certified Test Reports l.OS.G DOl-Preliminary Concrete Mix Design 1.04.A 002-0elivery Tickets 1.04. 003-Mill Tests for Cement 1.04.C 004-Admixture Certification 1.04.C ..... 03300 cast-in-ptace Concrete 005-Aggregate Gradation and :: ... Certification 1.04.C . , . ~-006-Materials and Methods for Curing 1.04.C 007-Catalog Cuts and Other Manufacturer's Technical Data 1.04.D DOl-Concrete Mix 1.03 "" 0.25 0.25 0.25 0.25 002-Shop Drawings 1.03 003-.Letter with Certification by CA P .E. 1.03 -~ 004-Aiternative Design-Complete L._, .. 03400 Precast Concrete Drawings prepared by CA P.E. where applicable 3.04 sr 0.5 0.5 .. for the following: Cement, aggregates, pozzolan. admixtures, curing compounds, 004-LaboratoryTest Reports 2.03 waterstops, concrete mix desiltns ()()]-Manufacturer Shop Drawings 1.03 bC' 0.5 0.5 0.5 002-Shop Drawings for each MH 1.03 B( 003-0esign calculations 1.03 004-Notarized Certificate of Compliance ~ with ASTM A48, Class 30 03460 Precast Concrete Manholes 1.03 BC .f'lJtr 005-Method of Repair • 006-Test Reports for Precast Concrete 1.03 r-Concrete test cylinder reports 007-Manufacturer's Installation Instruction 1.03 BL 0.25 0.25 0.25 0.25 OOl·Product literature 1.02 (X)2-Current ICBO Evaluation Report 1.02 003-Product Data and Installation ~J.~ Instructions 1.02 004-laboratorylest Reports 1.02 ' .,t 005-Evidence of Testing laboratory 03600 G•out Competence 1.02 ~~~~ 006-Certified Test Results 1.03 Bonding compounds, pressure grout, 007-Manufacturer's Data 2.04 retardant, polymer concrete 008-laboratory Test Reports 2.04.8 009-Evidence of Testing Laboratory Competence 2.04.C Preliminary Submittal log for the Agua Hedionda lift Station Design 15-May-15 # Submittal Expected ..c tl u .. ~ ·;;; ::!! .. ·;;; ·;;; c( "' Ui u 0 ~ .. .. ·;:; ..... ..... u .. ·;:; .. ·;:; ~ 3 ..... 3 ..... c c ~ 3 ..... 3 ..... "' "' 5: "' "' .. ..., .. ..., .. "' ..... ..., .. ..., .. ·;;; .. ·;;; .. ·;;; :0 ., c .. "5 .. "5 ~ ~ "' ~ ~ Section Section Name Submittal Para. .. u "' u "' 0 ~ c u "' u "' Comments a: Ill 0 Ill 0 a: Ill N Ill 0 Ill 0 DfvisJon4 Total 0 1 1 0 0 0 0 (XJl-Samples of Concrete Masonry Unit Colors 1.04 I~ 002-Sample Panel 1.04 - 04232 Reinforced Concrete Block Masonry 003-Concrete Masonry Unit 1.04 004-Mortar 1.04 005-Grout 1.04 006-Testing of Mortar and Grout 1.05.0 007-lnspection Reports l .OS.H DivisionS Total 05100 Structural Metals NA NA Na 05405 Cold Form Metal Framln& 001-Manufacturer's Specifications and Installation Instructions 1.03 BC 001-Anchor Bolt Calculations 1.03 002-Data Indicating load Capacities 2.04 05501 Anchor Bofts 003-Chemical Resistance 004-Temperature limitations 2.04 2.04 BC 005-lnstallation lnmuctions 2.04 006-Evaluation Report for Expansion and 2.04 05503 Access Hatches 001-Product Data 1.03.8 g.__ 0.5 0.5 002-Shop OrawinRs 1.03.( nr 0.5 0.5 001-Shop Drawings 1.05 BC 05505 Miscellan@OUS Metalwork 002-Manufacturer's catalog Data for Manhole frame, Covers, and Anchors 1.05 BC 003-Welding Procedures and Welder Qua 1.05 BC 05520 Handrailing NA NA DOl-Manufacturer's Product Data 2.03.1 05910 Hot Dip Zinc Coating 002-Manufacturer's Recommendation fo 2.03.2 BC 003-Coating Applicator's Certifrcate of Co 2.03.3 Division& Total 0.5 001-Shop Drawings for Gratings and Acce 1.01 06610 Glass fiber and Resin Fabrication BC 0.5 Structural design data, structural property data, properties, grating «>ad/deflection tables, corrosion resistance, certificates of 002-Manufacturer's Published literature 1.01 compliance. etc. Dlllision7 Total 0.5 0.25 1.5 0.25 07100 Waterproofing and Mobture ProofinK NA NA BC 0.5 0.25 0.25 NA 001-Certification that Product not Use CF 1.03 CM to confirm that the supplying manufacturer 07210 Buildin& Insulation does not pre-sently manufacture without 002-Certification from Manufacturer 1.03 CM the use of CFCs 003-Certifications Required in Quality Ass 2.04 CM Q04.Manufacturer's Product Data 2.04 CM 07600 Flashing and Sheet Metal NA 07720 Roof Sp~cialties and Accessories DOl-Warranty 1.02 CM 002-Manufacturer's Product Data 2.03 BC 0.5 07900 Sui ants BC for storage, handling, and application of 003-Manufacturer's Recommendations 2.03 sealants DivisionS Taco! 1.5 DOl-Manufacturer's Certificate 1.02.8 002-Shop Drawings 1.03.02 08120 Aluminum Doors and Frames 003-Specifteation and Instruction for BC " ~ Installation, adjustment, cleaning and maintenance 2.04.01 D04-Certificate of Compliance 2.04.02 DOl-Product Data 1.05 08220 Fiberctass-R~inforced Door and Door Frame 002-Shop Drawings 1.05 "'-·~~ 0.25 Plans, elevations, details, and schedules Syst~s 003-Selection Samples 1.05 . Door Corner, door frame 004-Verification Samples 1.05 DOS-Manufacturer's Instructions 1.05 006-Warranty Documents 1.05 Hardwar~ BC 0.25 include: catalog number. catalog cuts, and 08710 DOl-Hardware list 1.02 location of work 08800 Glatinc NA NA NA ,.._. TOCol 2.25 ).25 2.5 DOl-List of Tape Coating Materials 1.04 CM 0.25 09870 Tape! Coating System With Mortar Shi~ld D02-Certification Test Resuhs 1.04 CM 0.25 OOJ.-Tape ~pp]ication 1.04 CM 001-liner Layout Information 1.03 BC 0.25 0.25 D02·Uner Installation and Testing Require 1.03 ~-~·--0.25 0.25 09881 Pol'f'rinyl O'lloride Un~r for Concr~te 003-Certified Test Results 1.03 D04-Uning System Materials 1.03 BC 0.25 0.25 005-PVC liner Pull Test Method 1.03 Preliminary Submittal Log for the Agua Hedionda lift Station Design 15-May-15 # Submittal Expected ..: ti u Gl ~ .;, ~ :::E Gl .:. ·;; 0 ~ <( w Q; Gl u Gl u ...... ...... u Gl 'u Gl u 3 "5 ...... "5 ...... c c ~ "5 ...... -...... "C ~ "C ~ ~ .. ...... "C ~ ::> ~ Gl Gl .. .. "C .. -~ Gl ·;; Gl ·;; :0 '0 c Gl ·;; ~ ·s ~ ~ .. ~ Section Section Name Submittal Para. u .. u .. 0 ~ c u .. u .. Comments 0:: "' 0 "' 0 a: "' N "' 0 .,o Division15 Tot•l 24.75 42.5 28 0 0 u .s 35.75 001-QualiHc:ation of Certified Testinslabc 1.05 CM 15041 Disinfection of Piping 002-Four Copies of Bacteriological Test R 1.05 CM 003-Emeraencv Response Plan 1.05 CM 15043 Testing of Gravity Sewer Pipelines 001-Proposed Plan for Testing 1.03 CM 002-Written Notice 48 hours in Advance 1.03 CM 15044 Hydrostatic Testing of Pressure Pipelines 001-Testing Procedure Submittal 1.03 CM 15050 Piping Systems NA NA 001-layout Drawings 1.03 002-Certified Affidavit of Compliance 1.03 BC 003-Certified Copies of lab Reports 1.03 15056 Reinforced Concrete Pipe 004-0esign calculations 1.03 ~ 005-PVC liner Field Joints Installation aN 1.03 006-Se£tion Testing Procedures 3.05.8 sc 0.5 0.5 0.5 007-Joint Testin Procedure and ~qlJipm 3.05.C 1SOS7 Copper Tubing, Brass, and Bronze fittings NA NA 001-Affidavit 1.02.8 BC That all provided material are in compliance 002-Shop Drawings and Pipe laying Diagr 1.03 003-Marking Schedule 1.03 BC 0.5 0.5 0.5 004-Design calculations 1.03 l!h-2 OO~Pipe Joint Test Procedures 1.03 1':!~-1SOS9 CCFRP Mortar Pipe DOG-Manufacturer's Certificate of Compli 1.03 007-Affidavit of Compliance for Chemical sc 0.25 0.25 1.5 Resistance and Physical Properties 1.03 008-Affidavit of Compliance for the Provi 1.03 009-Test Report Confirming the Test Pre 2.02.8 010. Third Party Test Report for External 2.02.8 (Xll-Oesign calculations 2.02.8 sc 002-Testing Certification for Welds and A 1.02.8 r 0.25 0.5 15061 Steet Pipe 003-Atfidallits of Compliance with A'W'N 2.09 0.25 0.25 004-layout Drawings 2.09 ~ 005-Certified Copies of lab Reports 2.09 sc 0.25 001-Shop Drawings 2.08 BC 15062 Ductile Iron Pipe 002-Aiignment Drawings 2.08 ~ 003-Certifications Specified in ANSI and A 2.08 BC 001-lay Drawings, Design Calculations, Cut Sheets, 15061 PVC Gravity SewN Material lists, Connection Details 1.03 sc 002-Affldavlt from Pipe Manufacturer 1.03 003-Manufacturer's Date Code 1.03 001-Cut Sheets 1.03 ~_c __ 002-Testing Reports 1.03 ~_':; ____________ 003-Calculations for Design loads 1.03 BC 15064 PVC Pressure Pipe 004-Certification of Compliance 1.03 005-Joint Design 1.03 BC 0.5 0.5 006-Affidavit of Manufacturer 1.03 007-Deflection Coupling with Manufactur 1.03 ~ 008-Thrust Block of Restraint len th calc 1.03 BC 001-Detail Drawings 1.03 BC 0.5 15065 HOPE Pipe 002-0esign calculations 1.03 003-Affidavits of Compliance 1.03 BC 004-Report with Manufacturer's Test Res 1.03 001-Shop Fabrications Drawings 1.03 15067 Stainless Steel Piping 002-Certification Specified in ASTM 003-Test Results 2.10 2.10 BC 004-Names and Qualification Records of 2.10 001-Shop Drawings 1.03 002-Desing calculations 1.03 1S072 Steel Reinforc~ Polymer Conaete Pipe 003-Jolnt Testing Procedures 1.03 BC ,'t 004-Manufacturer's Certificate of Compli 1.03 ()()~Manufacturer's Instructions 1.03 006-Submit Transition Joint 2.04 1S074 Blow-off Assemblies 001·Product Data with Materiallist.s 1.02 BC 15075 Joint Gaskets DOl-Certified Copies of Test Reports 2.03 BC DOl-Manufacturer Cut Sheets 1.01 002-Calculations and Sizing Criteria 1.01 15085 Pipinc Connections 003-Product Data, Shop Drawings, calculations, and Catalog Data for Each BC Joint Restraint Sy5tem 2.08 004-Welder Qualification Certificate 2.07 001-Design and Construction Details 1.03 BC 002-Pressure Thrust Force 1.03 15090 Expansion Joint and Flexible Metal Hose 003-0etails for Installation of all Expansio 1.03 004-listing of all Flex.ible Metal Hose App 1.03 BC 005-Calculations for Restraint Harnesses 1.03 1S09S Piping Appurtenances DOl-Manufacturer's Product Data 2.06 BC 15096 Pipe Hangers and Supports 001-Ha~er and Support location and Co 2.04 BG 15097 Seismic Restraints for Piping 001-Seismic Restraint Locations 2.04 sr SPEC DOES NOT EXIST 002-load calculations 2.04 DOl-Expansion Control Schedules 1.03 1S098 Expansion Control for Piping 002-Anchor Bolt Calculations 2.02 BC SPEC DOES NOT EXIST 003-Desing Final Report and Final Certific 1.02 DOl-Manufacturer's Product Data 1.03 BC 0.5 0.5 DOl-Manufacturer's Installation lnstructi 1.03 1S100 Valves, General 003-Shop Drawings 1.03 ~ 0.5 0.5 INctUOEO WITH INOIVIOUAL VALV£S 004-Manufacturer's Certifications 1.03 B DO~ Schedules of Valves 1.03 ~ 0.25 0.25 0.25 006-Manufacturer's Certificate of Epoxy' 1.03 BC 0.5 0.5 1 1Sl01 Metal Seated Gate Valves DOl-Affidavit of Compliance per AWWA C 2.03 ~.S.· 0.25 0.25 0.25 002-ljy~rostatic Test Resutts 2.03 BC 1S102 Resilient Seated Gate Valves 0001-Hvdrostatic Test Result 2.04 sc Preliminary Submittal log for the 15-May-15 Agua Hedionda lift Station,;.;:D..:es:.;l:<gn;,;_ _ ____,_,----,----,.-----, # Submittal Expected Section Section Name 15103 Butterfly Valve:s 15110 Eccentric Plug Valves 1512 Backflow Preventers 15118 Sprln& loadl!d Swin& ChKk Valve 15125 Jacked Pipe Casing 15129 Full-Port Ball Valves 15151 Air Release and Vacuum Relief Valves 15180 Power Actuated Valve and Gate Schedules 15184 Manual Valve Gate Operators 15185 Powered Valve and Gate Actuators ·15250 Insulation for Exposed Plplnc and Equipment 15400 Plumbing 15782 Packaged Rooftop Air Conditioning Unit 15828 Centrifugal Fiberglass Reinforced Plastic Pipe 15844 Gravity Ventilators 15855 Centrifugal Fans 15858 Centrifugal Roof Supply Fans 15861 Propeller Wall Fans 15837 Centrifugal Roof Exhaust Fans 15887 Disposable Air Filters 15891 Sheet Metal Ductwork 15990 Heating, Ventilating, and Air Conditioning Systems Submittal Para. 001-Catalog Data 1.04 002-Actuator's Ca~log Data 1.04 003-Affidavits and Certificates 1.04 004-Proof of NSF Certification on the Uni 1.04 DOl-Manufacturer's Product Data 1.03 002-Proof of Design Test Reports 1.03 NA NA DOl-Manufacturer's Catalog Information 2.04 001-Pipe Casing 002-Location and Sizes 003-Jacking Plan 004-Summary of Backfilling Method 1.03 1.03 1.03 1.03 OOS.Record Copies of Permits 1.03 006-Complete Description of Proposed In 1.04 007-Calculations 1.04 DOl-Affidavits of Compliance 2.03 002-Hydrostatic Test Results 2.03 001-Manufacturer's Product Data 2.05 002-Applicable D&M Instructions per Sec 2.05 003--Affidavits Certifying Results of Facto 2.05 004-Catalog Information for Each Size 1.05 005-Certified Performance Information 1.05 006--Material Construction 1.05 007-lnstallation R~quirements 1.05 NA NA 001-Manufacturer's Catalog Information 2.04 001-Manufacturer's Catalog lnfOfmation 1.03 DOl-Application Sheets 1.03 003-list of Components 1.03 004-Testing Procedures and Forms 2.04 005-Training Certifications 2.04 006-0peratin and Maintenance Data 2.04 001-Manufacturer Type Designation 2.07 002-Samples 2.07 003-Descriptive literature 2.07 004-Certification of RatinRS 2.07 001-Brochures of Plumbing Equi ment 2.09 1) cooling coil capacity at rated conditions 2)catalog dimensional data 001-Fan Performance Curves 1.04 002-Motor Data Sheets 1.04 003-Bearing Ratings with Supporting Calc 1.04 004-Dimensioned Drawings of Fan 1.04 005-Description of RTP Materiills 1.04 006--Certifications 1.04 007-Sound Power level Ratings 1.04 010-0ctave Band Sound Power 1.04 011-Sound Pressure 1.04 012-0peration and Maintenance lnforma 2.04 DB-Certification 2.04 001-Catalog Data and Drawings 1.03 002-Performance Data 1.03 003--Curb Data and Construction 1.03 001-Fan Performance Curves 1.03 002-Motor Data Sheets 1.03 003-0perating and Maintenance Data 2.07 004-Certification of Testing 2.07 005-Bearing Ratings 2.07 006--MotorOata 2.07 001-Fan Perfonnanc:e Curves 1.03 002-Motot" Data Forms 1.03 003-Motor Data 2.05 003-Certific&~tion of Testing 2.05 004-0peratingand Maintenance Data 2.05 (X>l-Fan Performance Curves 1.03 002-Motor Data 1.03 003-Certification 2.05 004-0perating and Maintenance Data 2.05 001-Fan Performance Curves 1.03 002-Motor Data 1.03 003-Bearing Ratings 2.05 004-Certification 2.05 005-Applicable Operating and Maintenan 2.05 001-Catalog Data 2.05 002-Certified Copies of Factory Test 2.0S 003-Certification of Compliance 2.05 001-Manual with Detail Sheets 1.03 001-Sample Copy of the NEB8 or AABC R l.OS 002-Propose Approach 1.05 003-Description of Air Hydronic Systems 1.05 004-Final Balancing Report 2.01.C 005-Certificate of Completion 2.02 006-Documentation to Confirm Complian 1.03 007-NfBB or AABC Certification 2.03 -5 Ql :~ .;, :; ::E < ~ Ql u Ql ·u ...... Ql ...... ...... c 3: :; :; ..., ~ ..., ~ ~ Ql Ql "' ·;; Ql ·;; Ql ·;; :0 .<: .<: Ql u "' u "' 0 ..: Cl'l 0 Cl'l 0 a:: BC r---BC Bl BC BC ec BC. BC BC lgc-- BC BC BC 0.25 .•. BC ~ BC __ ··-·-0.25 BC 0.25 BC 0.25 BC 0.25 B( BC or BC BC ac BC BC ! BC ., BC BC ~~~ ti Ql u 3 w ...... u Ql ·u !!!! ...... c :; "' ...... ..., ~ "' "0 c Ql ·;; "' .<: .<: c u "' Cl'l ;;::; Cl'l 0 ·;; 0 Ql ·u ...... :; ..., ~ "' Ql ·;; .<: u "' Cl'l 0 1 0.25 0.25 0.25 0.25 0.25 0.5 0.25 0.25 0.25 0.25 0.5 Comments 0.5 PROVIDED W/ VALVE SUBMm AL5 PROVIDED W/ VALVE SUBMITIALS PROVIDED W/VALVE SUBMmALS MISSING FROM THIS LIST_ ROOFTOP AC UNITS SPEC DOES NOT EXIST Section Section Name 17316 Operator Interface Syst@m 17510 Ambient Air Pollution Monitoring Systems 17900 Control Spec:ifications Preliminary Submittal Log for the Agua Hedionda Lift Statiorn..:D..:e.:;si_,g;;.n_-=-=--:---::-:--:-::---:--:------, # Submittal Expected 1S-May-15 Submittal Para. 001-Proposed Schedule of Procurement 1.03 002-Manufacturer's Product literature fo 1.03 003-Manufacturer's Product Literature fo 1.03 RC 001-Product Data 2.04 BC NA sr Total Subm1ttai for all OIVISIOOS Avg hr per submittal Total Hours 1st SUbmittals H Resubmittals Avg hr per resubmittal Total Hours Resubmittals Total Hours Submittals 3 c( ., ·u 3 ....... -a "' QJ ., ·:;; ~ u .. "' 0 78 2.0 156 39 1.0 39 195 ..: u ., ·:;; ~ "' ., ·u ....... 3 ....... c -a "' ~ QJ ., ·:;; :0 ~ u .. 0 "' 0 "' 123 56 2.0 6.5 245 364 61 28 1.0 3.5 61 98 306 462 ti ., u ~ ~j w ....... u ., u ., u c !!! 3 ' 3 ' .. ....... -a "' -a "' QJ QJ -a c ., ·:;; ., ·:;; .. ~ ~ ..:; c u .. u .. "' N "' 0 "' 0 48 36 81 54 4.5 3.6 2.0 2.0 216 128 162 108 24 18 41 27 2.0 1.5 1.0 1.0 48 27 41 27 264 154 203 135 Comments per 17000-2.01 PWENG643 AMENDMENT NO. 11 TO AMEND AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES FOR THE DESIGN OF THE VISTA/CARLSBAD INTERCEPTOR SEWER, REACHES 11B-15, AND THE AGUA HEDIONDA SEWER LIFT STATION BROWN AND CALDWELL This Amendment No. 11 is entered into and effective as of the ~~day of M.arc¥\ , 2015, amending the agreement dated June 10, 2008, (the "Agreement") by and between the City of Carlsbad, a municipal corporation, ("City"), and Brown and Caldwell, a private employee-owned company, ("Contractor") (collectively, the "Parties") for professional engineering services for the design of the Vista/Carlsbad Interceptor Sewer, Reaches 11 B-15 and the Agua Hedionda Sewer Lift Station. RECITALS A. On November 30, 2009, the Parties executed Amendment No. 1 to the Agreement to provide additional engineering studies and design services; and B. On May 28, 2010, the Parties executed Amendment No.2 to the Agreement to extend it for one ( 1) additional year; and C. On February 23, 2011, the Parties executed Amendment No. 3 to the Agreement to provide additional design services, permit assistance and environmental surveys; and D. On June 22, 2011, the Parties executed Amendment No.4 to the Agreement to extend it for one ( 1) additional year; and E. On December 8, 2011, the Parties executed Amendment No. 5 to the Agreement to provide additional design services and assistance with easement acquisition; and F. On May 9, 2012, the Parties executed Amendment No.6 to the Agreement to provide additional design services and extend the Agreement for a period of three (3) additional years with all work to be completed by June 9, 2015; and G. On March 13, 2013, the Parties executed Amendment No. 7 to the Agreement to provide additional design services, including support during the project's construction management consultant's design review and response to actions developed in the design review; and H. On September 12, 2013 the Parties executed Amendment No.8 to provide additional design services including efforts related to consolidation of the four construction bid packages prepared for the project into a single construction package with four design schedules; and I. On May 15, 2014 the Parties executed Amendment No.9 to provide additional design services including efforts related to a third party document review and NCTD permit requirements; and J. On September 23, 2014, the Parties executed Amendment No. 10 to provide additional design services; and K. The Parties desire to alter the Agreement's scope of work and request additional funding to provide additional bid phase services; and City Attorney Approved Version 1/30/13 PWENG643 L. The Parties have negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated by this reference as Exhibit "A", Scope of Services and Fee. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. In addition to those services contained in the Agreement, as may have been amended from time to time, Contractor will provide those services described in Exhibit "A". 2. City will pay Contractor for all work associated with those services described in Exhibit "A" on a time and materials basis not-to-exceed fifty-five thousand one hundred seventy dollars ($55, 170). Contractor will provide City, on a monthly basis, copies of invoices sufficiently detailed to include hours performed, hourly rates, and related activities and costs for approval by City. 3. 9, 2015. Contractor will complete all work as scheduled and described in Exhibit "A" by June 4. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 5. All requisite insurance policies to be maintained by Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill City Attorney Approved Version 1/30/13 2 EXHIBIT "A" SCOPE OF SERVICES AND FEE AMENDMENT NO. 11 The City of Carlsbad (City) contracted with Brown and Caldwell in 2008 to design the Agua Hedionda Lift Station (AHLS) project replacing the existing AHLS. Along with the new lift station, the project includes a new force main, a replacement sewer trestle crossing the lagoon and a new sewer trunk pipeline. A Final Design set has been completed and the project is ready to be bid. Bid Phase Services consisting of Attendance at the Pre-Bid Meeting, Preparing Addenda, Responding to Design Questions and Preparing Conformed Drawings was included in Amendment No. 10. However, all but $12,000 of the $67,170 allocated in Amendment No. 10 for bid phase services had to be reallocated to other tasks in Amendment No. 10, primarily related to unforeseen issues related to the force main redesign and associated hydraulic analysis. The bid phase services included as part of this Amendment include: 1. Addenda -If necessary, Brown and Caldwell shall support the City in the preparation of addenda to the Contract Documents during the bidding period. For the purposes of estimating this Task, Brown and Caldwell has assumed the preparation of three (3) Addenda. City will provide all printing and coordination with the Plan Room. 2. Design Questions-Brown and Caldwell shall answer bidders' questions as requested by the City. Brown and Caldwell shall provide electronic responses (via email to the City) to questions within three (3) days, as they are received. It is assumed the City will receive all questions during bidding and distribute to Brown and Caldwell those questions that pertain specifically to the Contract Documents. All questions, answers and addenda must be final two (2) weeks before the bid date. The number of questions that will be received during the bid phase is unknown; therefore, a level of effort has been assumed for this task. 3. Conformed Drawings and Specifications -Upon direction by the City, Brown & Caldwell shall incorporate the Addenda issued during the bid period into the Contract Documents and will issue the prepared conformed drawings and specifications to the City within thirty (30) days of NTP for this Task. Deliverables will be in both PDF and AutoCAD drawing file formats. This Task does not include paper copies or physical distribution of the conformed Contract Documents. The bid phase services identified as Items 1-3 above shall be performed on a time and material basis for a not-to-exceed fee of $55,170. Rates for payment are based on the attached and previously approved fee schedule. City Attorney Approved Version # 05.22.01 4 J ' • "' EXHIBIT A Brown and Caldwell Schedule of Houri~( Billing Rates A B c D E F Engineerin Drafter Trainee Assistant Drafter Drafter Engineering Aide Inspection Aide Engineer I Senior Drafter Senior Illustrator Inspector I Engineer II Inspector II Lead Drafter Lead Illustrator Engineer Ill Inspector Ill Senior Designer Supervising Drafter G Supervising Illustrator Senior Engineer Principal Designer Senior Construction Engineer H Senior Engineer Principal Engineer Principal Construction Engineer Supervising Designer Supervising Engineer Supervising Constr. Engineer J Supervising Engineer K Managing Engineer Chief Engineer L Executive Engineer M Vice President N Senior Vice President 0 PresidenUExecutive Vice President P Chief Executive Officer Technical/Scientific Field Service Technician I Field Service Technician II Field Service Technician Ill GeologisUHydrogeologist I Scientist I Senior Field Service Technician GeologisUHydrogeologist II Scientist II GeologisUHydrogeologist Ill Scientist Ill Senior GeologisUHydrogeologist Senior Scientist I Principal GeologisUHydrogeologis;t Principal Scientist Supervising Scientist Supervising GeologisU Hydrogeologist Managing GeologisUHydrogeologist Managing Scientist Chief Scientist Chief GeologisUHydrogeologist Administrative Office/Support Services I Word Processor I Office/Support Services II Word Processor II Office/Support Services Ill Accountant I Word Processor Ill Office/Support Services IV Accountant II Word Processor IV Accountant Ill Area Business Operations Mgr Technical Writer Word Processing Supervisor Accountant IV Administrative Manager Senior Technical Writer Corp.Contract Administrator Assistant Controller Area Bus Ops Mgr IV Corp Marketing Comm. Mgr. • $62 $76 $85 $96 $114 $134 $158 $177 $201 $209 $232 (Valid only for Amendment No. 11 of the A.greement for Services during Bidding of the A.gua Hedionda Sewer Lift Station) PWENG643 AMENDMENT NO. 10 TO AMEND AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES FOR THE DESIGN OF THE VISTA/CARLSBAD INTERCEPTOR SEWER, REACHES 11B-15, AND THE AGUA HEDIONDA SEWER LIFT STATION (BROWN AND CALDWELL) 0is ~endment No. 10 is entered into and effective as of the .2.3 rd day of eJM b..ut...-' 2014, amending the agreement dated June 10, 2008, (the "Agreement') by and between the C1ty of Carlsbad, a mumc1pal corporation, ("C1ty"), and Brown and Caldwell, a private employee-owned company, ("Contractor") (collectively, the "Parties") for professional engineering services for the design of the Vista/Carlsbad Interceptor Sewer, Reaches 11 B-15 and the Agua Hedionda Sewer Lift Station. RECITALS A. On November 30, 2009, the Parties executed Amendment No. 1 to the Agreement to provide additional engineering studies and design services; and B. On May 28, 201 0, the Parties executed Amendment No. 2 to the Agreement to extend it for one (1) additional year; and C. On February 23, 2011, the Parties executed Amendment No. 3 to the Agreement to provide additional design services, permit assistance and environmental surveys; and D. On June 22, 2011, the Parties executed Amendment No.4 to the Agreement to extend it for one (1) additional year; and E. On December 8, 2011, the Parties executed Amendment No. 5 to the Agreement to provide additional design services and assistance with easement acquisition; and F. On May 9, 2012, the Parties executed Amendment No. 6 to the Agreement to provide additional design services and extend the Agreement for a period of three (3) additional years with all work to be completed by June 9, 2015; and G. On March 13, 2013, the Parties executed Amendment No. 7 to the Agreement to provide additional design services, including support during the project's construction management consultant's design review and response to actions developed in the design review; and H. On September 12, 2013 the Parties executed Amendment No. 8 to provide additional design services including efforts related to consolidation of the four construction bid packages prepared for the project into a single construction package with four design schedules; and I. On May 15, 2014 the Parties executed Amendment No.9 to provide additional design services including efforts related to a third party document review and NCTD permit requirements; and J. The Parties desire to alter the Agreement's scope of work to provide additional design services including pump selection, force main redesign and bid phase support services; and K. The Parties have negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated by this reference as Exhibit "A", Scope of Services and Fee. City Attorney Approved Version 1/30/13 1 PWENG643 NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. In addition to those services contained in the Agreement, as may have been amended from time to time, Contractor will provide those services described in Exhibit "A". 2. City will pay Contractor for all work associated with those services described in Exhibit "A" on a time and materials basis not-to-exceed two hundred seventy thousand one hundred thirty seven dollars ($270, 137). Contractor will provide City, on a monthly basis, copies of invoices sufficiently detailed to include hours performed, hourly rates, and related activities and costs for approval by City. 3. 9, 2015. Contractor will complete all work as scheduled and described in Exhibit "A" by June 4. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 5. All requisite insurance policies to be maintained by Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. Ill Ill /II Ill /II Ill Ill Ill Ill Ill /II /II Ill Ill Ill City Attorney Approved Version 1/30/13 2 Exhibit "A" AHLS and Forcemain, Vista/Carlsbad Interceptor Sewer Reaches and Recycled Water Line Project Scope of Work and Fee September 9, 2014 Carlsbad/Vista Lift Station Pump & Forcemain Modifications 1. Project Management & Administration-Project team coordination, Project Management, invoicing, internal/external meetings, status reports and project controls. 2. Pump Reselection a. Reselect force main pumps based on new operating conditions: 21 mgd with 4 variable speed pumps operating b. Revise pump control strategies associated with the new operating condition Analyze and discuss with the City a control strategy to allow a balance between forcemain and lift station pumping, in which the pumps are maintained within reasonable operating ranges for a range expected flows Document and implement the agreed-upon pump control strategy c. Review HVAC calculations for new heat loads, Title 24 changes, and revise accordingly d. Review/revise electrical and standby power generator calculations associated with pumps changes e. Revise plans and specifications to reflect required design changes associated with pumps changes (primarily mechanical and electrical) 3. Hydraulic Transient Analysis a. Prepare hydraulic transient analysis model to reflect changed operating conditions and force main profile b. Prepare technical memorandum to document the work c. Incorporate recommendations into design 4. Force Main Redesign-Schedule B (Partial Open Trench; Partial HDD) a. Conduct site visit (conducted with RW pipeline site visit) b. Revise plan and profile sheets to reflect the below.(Schedule B). STA 1+00 to 28+00, 2,700-ft previously deep HDD, now shallow open cut, horizontal alignment unchanged STA 28+00 to 41+00, 1300-ft, previously deep HDD, now shallow-to-deep HDD, horizontal alignment unchanged. c. Add call out on plans to restore paved areas per City of Carlsbad standard drawings as part of the trench detail. Existing medians to be replaced with pavement striping if construction requires removal. No additional drawings sheets of restoration, restoration limits, median replacement or overlay (similar to Schedule C) are included in the SOW. d. Review and revise soil ground-watering monitoring plan e. Add new air valve detail for new pipeline f. Review and update suction connection detail at the lift station g. Revise specifications No additional traffic control, survey or potholing included in SOW. City to provide available potholing data at Cannon Road performed for the desalination project. No additional traffic control design or drawings included in SOW. Contractor will be responsible for any additional traffic control per notes added to plan sheets. 5. Miscellaneous a. Research provisions and requirements required to include FlowTite pipe; Revise specifications accordingly b. Revise Signature Blocks on all drawings to reflect signatures on Title sheets for each Schedule. c. Update Construction Cost Estimate to reflect the enclosed design modifications. Revise/update bid item list and measurement and payment spec section d. Modify Submittal Section of Specifications and include requirement for Web-based Document Management System e. Respond to Comments, per the comment log provided by the City. f. Revise Demo Plan to reflect as-built conditions, as provided by the City. Assumptions 1. One formal review submittal at 100% with one round of review comments from the design team. BC to attend one review meeting with Carlsbad/Vista to discuss comments. For this purposes ofthis proposal, BC assumes all review comments will be submitted at one time. 2. City to provide all background information/record drawings for utilities. 3. Table of assumptions included below by Terry Smith. ' : .. +:'i!{%if;i:i;:;(;:'c:!\J;.;:':i; .':' ·'·'· . D H Confirm PVC Nominal Diameter is to be 12" DR 14 PVC. 12" DR 14 D H Confirm whisch Schedule to include extended PVC RW ScheduleD Depends on alignment from the north. Assume line can be D H What is the connection at Canon Rd? isolated and depressurized to make connection. All options are open. B&D H Which Schedule should include pawment restoration? Refer to detail onlv. No additional sheet is req'd. D H Which Schedule should include Traffic Control? Contractor to pro~de traffic control plans to City for approval Coordinate alignment w HeaHh Dept. requirement "Special Carlsbad will pro~de specific design requirements if 10' D H Conditions" separation is not possible. Sewer force main has no joints, so this will allow us to use p\C throughout. D M Is there a power plant connection Pro~de a tee and gate valve on main line for Mure NRG connection. D M Are there RW connections to new alignment No Connect to 12" pipe shown on Sht. C-501, Sched. B. No D M What is the connection at the AHLS other changes are required of of site piping at lift station at this time. On site recycled water system needs to be approwd by County Health first. Carlsbad will do this later. Does the open cut and new alignment add additional No additional biological monitoring is req'd. B&C to assess B&D H Requirements for Biological Monitoring and/or Soil issue related to soil and groundwater management and Groundwater management? lpro~de recommendation. Design SeNices during Bidding 1. Pre-Bid Meeting-BC shall attend the Pre-Bid Meeting, as scheduled per the City. Any questions related to the Contract Documents will be documented. Answers to such questions will be provided to the City within five (S) business days after the Pre-Bid Meeting. For the purposes of this proposal, BC will have key team members in attendance at the Pre-Bid Meeting. No BC subconsultants will be attending the Pre-Bid Meeting. City shall provide all printing and coordination with the Plan Room. 2. Addenda-If necessary, BC shall support the City in the preparation of addenda to the Contract Documents during the bidding period. For the purposes of estimating this Task, BC has assumed the preparation of three (3) Addenda. City will provide all printing and coordination with the Plan Room. 3. Design Questions-BC shall answer bidders' questions as requested by the City. BC shall provide electronic responses (via email to the City) to questions within three (3) days, as they are received. It is assumed the City will receive all questions during bidding and distribute to BC those questions that pertain specifically to the Contract Documents. All questions, answers and addenda must be final two (2) weeks before the bid date. The number of questions that will be received during the bid phase is unknown; therefore, a level of effort has been assumed for this task. 4. Conformed Drawings and Specifications-Upon direction by the City, BC shall incorporate the Addenda issued during the bid period into the Contract Documents and will issue the prepared conformed drawings and specifications to the City within thirty (30) days of NTP for this Task. Deliverables will be in both PDF and AutoCAD drawing file formats. This Task does not include paper copies or physical distribution of the conformed Contract Documents. The City shall provide five (S) copies of full size drawings and fifteen (15) copies of reduced size drawings and specifications for use by BC and its subconsultants during the construction project. ID liD :rask Name iDuration 'Start !Finish I Sep 28 '14 I Oct 12 '14 ! Oct 26 '14 :Nov 9 114 Nov 23 '14 0 I i w I s I T M F I T I s w ' s I T I M ' F T s w s T 1 1 AHLS Redesign 37 days Thu 9/25/14 Fri 11/14/14 I ···········-···· 2 2 NTP 1 day Thu 9/25/14 Thu 9/25/14 3 3 Project Management & Admin 1 day Wed 10/8/14 Wed 10/8/14 ~:---4 4 Informal 30% Review Workshop 1 day Wed 10/8/14 Wed 10/8/14 .. c----·--~~-----~~- 5 5 Pump Reselection 3 wks Fri 9/26/14 Thu 10/16/14 'n. . ·~c. .. ., "' 44 Lillian ~ 6 Transient Analysis 1 wk Fri 10/10/14 Thu 10/16/14 >< R• 4 err ill ~ 7 Force Main Redesign 20days Fri 9/26/14 Thu 10/23/14 .. 8. 8 Engineering 3 wks Fri 9/26/14 Thu 10/16/14 .124 Davies,40 D ~ ' 9 Davi< sie,20 Tori 9 9 Drafting 3 wks Fri 10/3/14 Thu 10/23/14 '-··· -----------·--·--•""-•<HC=-""''-"'"""-,;,."'""''-'"""*L"·''"~~=~,,,,i<d.'!i>ri:w<~<.~~-.. ,.,": ----w-10 Update Cost Estimate 2 wks Fri 10/24/14 Thu 11/6/14 j Butch's Group ~ 11 Specification Modifications 7 days Fri 10/17/14 Mon 10/27/14 6 Oavies,24 Doug ---·--·------ 12 12 QA/QC of 100% 3 days Tue 10/28/14 Thu 10/30/14 13 13 QA/QC Comment Responses 3 days Fri 10/31/14 Tue 11/4/14 -14 14 Submit 100% Design for Review 3 days Wed 11/5/14 Fri 11/7/14 "i. ---------15 15 Formal 100% Review Meeting 1 day Mon 11/10/14 Mon 11/10/14 ~ 16 Respond to City Comments 3 days Tue 11/11/14 Thu 11/13/14 ----u 17 Submit Final Design 1 day Fri 11/14/14 Fri 11/14/14 18 18 Other 16 days Fri 9/26/14 Fri 10/17/14 19 19 Flow Tight Research 1 wk Fri 9/26/14 Thu 10/2/14 17 Jason ---~ Change Signature Blocks 1 day Fri 10/17/14 Fri 10/17/14 iii 20 20 ------21 I 21 Responses to Comments 3 wks Fri 9/26/14 Thu 10/16/14 45 Doug,ll Anil, 3 Davies ~ 22 Demo Plan Modifications 1 wk Fri 9/26/14 Thu 10/2/14 ~ 23 24 . 24 RW Pipeline -Canon Road to LS 20days Fri 9/26/14 Thu 10/23/14 25--25 Engineering 3 wks Fri 9/26/14 Thu 10/16/14 r 47 Davies,13 Doug ---4"-26 26 Drafting 3 wks Fri 10/3/14 Thu 10/23/14 l-~-~~~--~---""-•' -~'""'-' ~·"'<•<<'·. "" --""'" '"<'v><N. . 130 Davidsie,26 Tori ~~-I w 27 27 Update Cost Estimate 2 wks Fri 10/24/14 Thu 11/6/14 .J, 28 28 Specification Modifications 7 days Fri 10/17/14 Mon 10/27/14 29 29 QA/QC of 100% 3 days Tue 10/28/14 Thu 10/30/14 30 30 QA/QC Comment Responses 3 days Fri 10/31/14 Tue 11/4/14 --·· --------i. 31 31 Submit 100% Design for Review 3 days Wed 11/5/14 Fri 11/7/14 ··-··· 32 32 Formal100% Review Meeting 1 day Mon 11/10/14 Mon 11/10/14 ~ 33 Respond to City Comments 3 days Tue 11/11/14 Thu 11/13/14 r __ 3_4 34 Submit Final Design 1 day Fri 11/14/14 Fri 11/14/14 35 35 1----~ ll!ll Wed 12/9/15 Wed 12/9/15 36 36 Council 1 day ~--~ 37 Advertise 35 days Tue 12/15/15 Mon 2/1/16 I ··--··-.... ll!ll Mon 2/24/141 38 38 Council 1 day Mon 2/24/14 ~ 39 NTP 1 day Tue 2/25/14 Tue 2/25/14 Task Project Summary Inactive Milestone Manual Summary Rollup Deadline + Project: Schedule 090914.mpp Split ''''"''""'''''''""" External Tasks Inactive Summary r,;.: Q Manual Summary Progress Date: Tue 9/9/14 Milestone • External Milestone • Manual Task Start-only [ Summary Inactive Task Duration-only Finish-only J Page 1 PWENG643 NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and C ontractor agree as follows: 1. In addition to those services contained in the Agreement, as may have been amended from time to time, Contractor will provide those services described in Exhibit "A". 2. City will pay Contractor for all work associated with those services described in Exhibit "A" on a time and materials basis not-to-exceed thirty thousand dollars ($30,000). Contractor will provide City, on a monthly basis, copies of invoices sufficiently detailed to include hours performed, hourly rates, and related activities and costs for approval by City. 3. Contractor will complete all work described in Exhibit "A" by June 9, 2015. 4. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 5. All requisite insurance policies to be maintained by Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill City Attorney Approved Version 1/30/13 2 CERTIFICATE OF SECRETARY OF BROWN AND CALDWELL, A CALIFORNIA CORPORATION I, the undersigned, do hereby certify that: 1. I am the duly elected and acting Secretary of Brown and Caldwell, a California corporation, and am keeper of the corporate records and seal of said corporation. 2. At the annual meeting of the Board of Directors on February 7, 2014, the following resolution was adopted: RESOLVED that all Brown and Caldwell officers currently appointed to serve are ratified and authorized to continue to hold their offices at the pleasure of the Board of Directors of this corporation until the next annual meeting of the Board of Directors of this corporation or until their respective successors are elected or qualified, or until their earlier resignation. A listing of current company officers is attached. BE IT FURTHER RESOLVED that all Brown and Caldwell officers listed are authorized to financially commit the corporation in accordance with the Company procedures and policies within their respective area of responsibility or as stated in the Bylaws. 3. Marc G. Damikolas is a Senior Vice President of Brown and Caldwell, is so identified in the February 7, 2014, resolution referenced above, and in that capacity is duly authorized to financially commit the corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of the Corporation this 6th day of May, 2014. SIGNED: A?J;p~j;1k ---------------~- ROBERT D. GOODSON, Secretary (SEAL) PWENG643 EXHIBIT "A" SCOPE OF SERVICES AND FEE The City of Carlsbad (City) contracted with Brown and Caldwell in 2008 to design the Agua Hedionda Lift Station (AHLS) project replacing the existing AHLS. Along with the new lift station the project includes a new force main, a replacement sewer trestle crossing the lagoon and a new sewer trunk pipeline. A Draft Final Design set has been completed. The tasks under this amendment to agreement include revisions to the plans and specifications in response to a third party review. The scope also includes assistance in developing a "Work Plan" required by the North County Transit District. Services will be provided on a time and material basis with a cost not to exceed $30,000. Rates for payment are based on the attached and previously approved fee schedule. City Attorney Approved Version# 05.22.01 4 Brown and Caldwell Schedule of Hourly Billing Rates (Valid only for Amendment No. 9 of the "\greement for the Design of the Agua Hedionda Sewer Lift Station) A B c D E F G Drafter Trainee. Assistant Drafter Drafter> , Engineering me Inspection Aide· Engineer I Senior Drafter Senior Illustrator Inspector I Engineer I! lns~rll · Designer Lead Drafter• Lead.ll)l.lstrator Engineer Ill Inspector Ill Senior Designer Supervising Drafter Supervising Illustrator . ~nior Engirie~r •. PiiOCI . ' ' E!r /.. , ·:<;;~~m•S~~ . . .. ti()n J;ri91neeri "· H · ~nior Engineer · · Pri~cipal Engineer J K L M N 0 p Principal Construction Engineer Supervising Designer Supervising· Engineer Supervising Constr. EngineE!r Supervising Engineer Managing Engineer Cnief'Englr~er Executive Engineer Vice President Senior Vice President President/Executive Vice President Chief Executive Officer Field Service TechniCian 1 Field Service Technician II ' ,,, '>',,'t' Field .Service Tecnr:\i.cian 111 Geologist/Hydrogeologist I Scientist I Senior Field Service Technician Ge()l~ist/Hydrogeologist 11 scientist 11 · Geologist/Hydrogeologist Ill Scientist Ill ·' ;; senior . ,. ••G~ot~i~f1HyQ~~eologist .. ·. ": . , SeniorSclentist ' Principal Geologist/Hydrogeologist Principal Scientist Supervising S~entist ·. Sup~rvising Geologist/ Hydro'geologist Managing Geologist/Hydrogeologist Managing Scientist Chief Sclentist .Chief Ge<>logisttHyd(oge()logist ' Office/Support Services I Wqr~ Proces$C>rJ , Office1Suppo!1 Services II· Word Processor II Office/Support Services Ill Accountant 1 word Processor. 111. Office!Support Services IV Accountant II Word Processor IV Accountant Ill Area Business Operations Mgr Tecllnicai.Writer · . , . Word Processing Supervisor Accountant IV Administrative Manager Corp. Contract Administrator Assistant Controller Area Bus Ops Mgr IV Corp Marketing· Corrim.· Mgr; ··. $64 $78 $78 $7'8 $100 $114 $131 $184 $203 $235 $?43 $243 $243 $243 $243 PWENG643 AMENDMENT NO. 8 TO AMEND AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES FOR THE DESIGN OF THE VISTA/CARLSBAD INTERCEPTOR SEWER, REACHES 11 B-15, AND THE AGUA HEDIONDA SEWER LIFT STATION (BROWN AND CALDWELL) This Amendment No. 8 is entered into and effective as of the /,;tfl\ day of iffff!!i.~ber , 2013, amending the agreement dated June 10, 2008, (the ·'AQreflient") by and between the City of Carlsbad, a municipal corporation, ("City"), and Brown and Caldwell, a private employee-owned company, ("Contractor") (collectively, the "Parties") for professional engineering services for the design of the Vista/Carlsbad Interceptor Sewer, Reaches 11B-15 and theAgua Hedionda Sewer Lift Station. RECITALS A. On November 30, 2009, the Parties executed Amendment No. 1 to the Agreement to provide additional engineering studies and design services; and B. On May 28, 2010, the Parties executed Amendment No. 2 to the Agreement to extend it for one (1) additional year; and C. On February 23, 2011, the Parties executed Amendment No. 3 to the Agreement to provide additional design services, permit assistance and environmental surveys; and D. On June 22, 2011, the Parties executed Amendment No.4 to the Agreement to extend it for one (1) additional year; and E. On December 8, 2011, the Parties executed Amendment No.5 to the Agreement to provide additional design services and assistance with easement acquisition; and F. On May 9, 2012, the Parties executed Amendment No. 6 to the Agreement to provide additional design services and extend the Agreement for a period of three (3) additional years with all work to be completed by June 9, 2015; and G. On March 13, 2013, the Parties executed Amendment No. 7 to the Agreement to provide additional design services, including support during the project's construction management consultant's design review and response to actions developed in the design review; and H. The Parties desire to alter the Agreement's scope of work to provide additional design services including efforts related to consolidation of the four construction bid packages prepared for the project into a single construction package with four design schedules; and I. The Parties have negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated by this reference as Exhibit "A", Scope of Services and Fee. City Attorney Approved Version 1/30/13 1 NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. In addition to those services contained in the Agreement, as may have been amended from time to time, Contractor will provide those services described in Exhibit "A". 2. City will pay Contractor for all work associated with those services described in Exhibit "A" on a time and materials basis not-to-exceed forty nine thousand nine hundred ninety dollars ($49,990). Contractor will provide City, on a monthly basis, copies of invoices sufficiently detailed to include hours performed, hourly rates, and related activities and costs for approval by City. 3. Contractor will complete all work described in Exhibit "A" by June 9, 2015. 4. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 5. All requisite insurance policies to be maintained by Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill City Attorney Approved Version 1/30/13 2 CERTIFICATE OF SECRETARY OF BROWN AND CALDWELL, A CALIFORNIA CORPORATION I, the undersigned, do hereby certify that: 1. I am the duly elected and acting Secretary of Brown and Caldwell, a California corporation, and am keeper of the corporate records and seal of said corporation. 2. At the annual meeting of the Board of Directors on February 1, 2013, the following resolution was adopted: RESOLVED that all Brown and Caldwell officers currently appointed to serve are ratified and authorized to continue to hold their offices at the pleasure of the Board of Directors of this corporation until the next annual meeting of the Board of Directors of this corporation or until their respective successors are elected or qualified, or until their earlier resignation. A listing of current company officers is attached. BE IT FURTHER RESOLVED that all Brown and Caldwell officers listed are authorized to financially commit the corporation in accordance with the Company procedures and policies within their respective area of responsibility or as stated in the Bylaws. 3. Marc G. Damikolas. is a Vice President of Brown and Caldwell, is so identified in the February 1, 2013, resolution referenced above, and in that capacity is duly authorized to financially commit the corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of the Corporation this 2"0 day of May, 2013. SIGNED: /2M-O~l/~ ROBERT D. GOODSON, Secretary (SEAL) July 26, 2013 Introduction Exhibit A: Scope of Work Tasks 031 to 034 The City of Carlsbad (City) contracted with Brown and Caldwell (BC) in 2007 to design of the Agua Hedionda Lift Station (AHLS) project to replace the existing AHLS and construct force main and trunk sewer segments to convey flow to the lift station and from the force main discharge at Cannon Road south to the Encina Water Pollution Control Facility (EWPCF). The project is currently approaching the 100 percent completion levels and was designed as four (4) construction bid packages as described below. Per Amendment 7, these designs have been consolidated into a single construction package with four design schedules. The construction package schedules are identified as A-D and defined as follows: A. Upstream Trunk Sewer and Bridge Lagoon Crossing: A New 54" diameter, approximately 1,500-ft long trunk sewer is included north of the station that is parallel to the existing incoming sewer to be replaced by the project. Construction of a weathering steel bridge is included in this package that is provided for utility crossings of the lagoon and secondary site access from the north. The new steel bridge will replace the existing pipeline crossing the lagoon on a trestle. B. Wastewater Lift Station and Force Main Pipeline -New 33 million gallon per day (MGD) wastewater lift station with dual pumping systems that provide redundancy and optimize facility pumping efficiency by directly lifting low incoming wastewater flow rates occurring daily and pumping by force main higher flow rates experienced on an annual wet weather basis. The new station is located adjacent and east of the existing pump station and is built partially below and above grade. The station will include a below grade cast-in-place concrete influent channel grinder facility, separate rooms for electrical equipment and MCCs and standby diesel power generator capable of pumping the full station design capacity of 33 mgd immediately following loss of power events. The station pumps either to an independent force main or channel discharge, and includes heating ventilation and air conditioning (HVAC) systems for climate control and a biofilter that provides odor control for the facility. Included is a new 4100-ft long, 36" O.D. HOPE discharge forcemain from the AHLS site to Cannon Road, to be installed trenchlessly, and used to convey flow rates in excess of 15 MGD from the ift station to the downstream trunk sewer connection at Cannon Road. C. Downstream Trunk Sewer: New 54" diameter sewer approximately 7,500-ft long discharge trunk sewer is included and located south of the station in the Aveneda Encina roadway from Cannon Road to the treatment plant. D. Avenida Encina Recycled Water Line: In addition to the above, the project constructs a recycled water pipeline that is 18-inch diameter and extends from Cannon Road to the south entrance of the Carlsbad Water Reclamation Facility. Brown · Caldwell In the process of developing the 100 percent and final construction documents, certain tasks described below were not included in the original scope of work. This amendment is intended to cover the efforts associated with these tasks. Scope of Work Task 031 -Structural Code Update The scope of work for Task 031 -Structural Code Update includes work to be provided by Kleinfelder/Simon Wong Engineering (KSWE) (formally Simon Wong Engineering). The structural design was originally advanced to 90% based on the 2007 California Building Code (CBC). The structural code has changed and now requires effort to update the design to the current 2010 CBC. Tasks included in this scope are as follows: • Each building requires a thorough review for revision/changes before re-analysis. • Each structure shall be re-evaluated for new code prescribed seismic design forces due to changes . Site specific seismic coefficients will need to re-verified according to the new code. • Wind design forces( as applicable as many of the structures are below grade). • General Notes, Special Inspection, and Structural Observation notes need to be reviewed and updated to be in conformance of the new code. • Details need to be updated for the new code. • Specifications need to be reviewed and updated for the new code. Now specs being provided are being used for structures outside SWE's scope and will need to be coordinated between structures. • Review and update anchorage design of all equipment in original scope for the new code. • Soil loads are distributed differently in the 2010 code and therefore the retaining walls and structures needs to be re-analyzed. • Geotech needs to provide a letter and include any amendments of their report for the new code. Structural will need to incorporate these changes into the updated design. • Coordinate any changes to the design structurally as a result of MEP code changes. (Assumed these are minor changes to structural) • Coordinate any changes that would increase the design loads to this project as a result of site modifications/changes by other entities that have occurred during the delay period of the project. (Assumed as a minor changes structurally) KSWE's proposal is provided in Attachment A. BC will coordinate the effort and review KSWE's work products associated with the 100 percent and final design packages. KSWE's fees and BC's proposed hours associated with this task are detailed in Attachment B -Fee Proposal Task 032-Architectural Updates At the 90% stage of the design the architectural sub consultant produced numerous figures to support the City with various permitting activities. These figures were not identified in the architectural scope of work. Similar to the structural, the architect needs to review his design to ensure that the various code changes are reflected in the contract documents. The work for this task will be performed by the architectural sub consultant RNT Architects. RNT's proposal is provided in Appendix A. BC will coordinate the effort and review RNT's work products associated with the 100 percent and final design packages. RNT's fees and BC's proposed hours associated with this task are detailed in Attachment B -Fee Proposal Task 033 -Pumping System Updates After the design had been put on hold for a prolonged period, the design team submitted the pumping system for a senior level QA/QC. Brown and Caldwell's Senior Vice President for Design, Garr Jones reviewed the pump selection for the pump station. Mr. Jones noted that recent changes have been made to the Brown and Caldwell guidelines for selecting wastewater pumps. Suction specific speed has become an important parameter during design because there is a body of information that indicates high suction specific speed pumps are more prone to clogging. By selecting pumps within a suction specific speed below a certain value, operations can be greatly enhanced by reducing the amount of clogging of the pumps. This is new information and was not available at the time the pumps were originally selected. The pumping units have been changed to utilize these new criteria. The fees associated with this task are to recover the design aspects of changing the pump selection and the consequent impact on other elements of the design. Pumps selection was also affected by the change in the mode by which the "pump" (as oppose to the "lift") station was to operate. Prior operating conditions assumed the pumps were to be sized such that all flows received at the station were to be directed through the force main. This scenario was considered as an emergency condition and would only occur if there was a catastrophic failure to the "lift" station; gravity system. After discussions with the City staff, this mode of operation was considered to have a very low probability, particularly with an emergency generator and backup pumps planned to be in place. The pumps were therefore downsized. As a result, the new pumps selected for the "pump" station have a lower specific suction speed and are smaller. They are not only lower in cost, but they are also expected to be more stable and less prone to plugging. Task 034-List of Submittals In accordance with the City's request, Brown and Caldwell developed a list of anticipated submittals associated with this project. The list of submittals (draft submittal log) will be included in the Specification Section 01300 for the contractor's information. The fees associated with this task are the effort involved in generating the list which will be submitted to the City separately. Fee Estimate The fee estimate for tasks described herein is provided in Attachment B. END OF SCOPE Limitations: The information contained in this proposal is proprietary and contains confidential information that is of significant economic value to Brown and Caldwell. It is intended to be used only for evaluation of our qualifications to provide services. It should not be duplicated, used, or disclosed, in whole or in part, for any purpose other than to evaluate this proposal. Attachment A Subconsultant Proposals Carson Struthers, P.E. April 30, 2013 Page 2 ADDITIONAL SERVICES Additional services are those which arise as a result of unforeseen circumstances during the design of a project and which, therefore, cannot be included in the basic services agreement, or those services, which are not necessary to the primary structural system, and therefore, are not generally part of basic services. Thank you for this opportunity. Please call if you have any questions. Sincerely, KLEINFELDER/SIMON WONG ENGINEERING Simon Wong, S.E. Vice President 9968 Hibert Street, 2"' Floor, San Diego, CA 92131 p 1858.566.3113 f 1858.566.6844 Attachment B Fee Proposal PWENG643 AMENDMENT NO. 7 TO AMEND AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES FOR THE DESIGN OF THE VISTA/CARLSBAD INTERCEPTOR SEWER, REACHES 11B-15, AND THE AGUA HEDIONDA SEWER LIFT STATION (BROWN AND CALDWELL) This Amendment No. 7 is entered into and effective as of the /3 L day of Vh M4b , 201..3., amending the agreement dated June 10, 2008, (the "Agreement") by and between the City of Carlsbad, a municipal corporation, ("City"), and Brown and Caldwell, a private employee-owned company, ("Contractor") (collectively, the "Parties") for professional engineering services for the design of the Vista/Carlsbad Interceptor Sewer, Reaches 11 B-15 and the Agua Hedionda Sewer Lift Station. RECITALS A. On November 30, 2009, the Parties executed Amendment No. 1 to the Agreement to provide additional engineering studies and design services; and B. On May 28, 2010, the Parties executed Amendment No. 2 to the Agreement to extend it for one (1) additional year; and C. On February 23, 2011, the Parties executed Amendment No. 3 to the Agreement to provide additional design services, permit assistance and environmental surveys; and D. On June 22, 2011, the Parties executed Amendment No. 4 to the Agreement to extend it for one (1) additional year; and E. On December 8, 2011, the Parties executed Amendment No. 5 to the Agreement to provide additional design services and assistance with easement acquisition; and F. On May 9, 2012, the Parties executed Amendment No. 6 to the Agreement to provide additional design services and extend the Agreement for a period of three (3) additional years with all work to be completed by June 9, 2015; and G. The Parties desire to alter the Agreement's scope of work to provide additional design services including support during the project's construction management consultant's design review and response to actions developed in the design review; and H. The Parties have negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated by this reference as Exhibit "A", Scope of Services and Fee. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. In addition to those services contained in the Agreement, as may have been amended from time to time, Contractor will provide those services described in Exhibit "A". 2. City will pay Contractor for all work associated with those services described in Exhibit "A" on a time and materials basis not-to-exceed one hundred twenty two thousand nine hundred seventy dollars ($122,970). Contractor will provide City, on a monthly basis, copies of invoices sufficiently detailed to include hours performed, hourly rates, and related activities and costs for approval by City. City Attorney Approved Version 1/30/13 1 WAIVER REQUEST FORM FACTORS IN SUPPORT OF REQUEST TO MODIFY INSURANCE REQUIREMENT(S) Generally, a modification to the coverage requirement will be accepting a lower limit of coverage or waiving the requirement(s). Requested by: Terry Smith/Utilities (Name and Department) Proposed modification(s) to the Prof. Liability (Type of insurance) 0 Reduce coverage to the amount of : 0 Waive coverage requirement(s) for Brown and Caldwell January 22, 2013 Date Agreement for V /C Interceptor Sewer Reaches II B-15 & AHSLS-PWENG643; Agreement for Recycled Water Line in Avenida Encinas- PWENG737 (Name of contract) r:8J Other: Waive requirement of surplus lines carrier on the LASLI (formerly LESLI) FACTOR(S) IN SUPPORT OF MODIFICATION(S) (checkthosethatapply) 0Significance of Contractor: Contractor has previous experience with the City that is important to the efficiency of completing the scope of work and the quality of the work -product. [explain] ______ _ 0Significance of Contractor: Contractor has unique skills and there are few if any alternatives. [explain: include number of candidates RFP sent to and number responded if applicable} __________ _ Ocontract Amount/Term of Contract: $ __ . Work will be completed over a period of __ 0Professional Liability coverage is not available to this contractor or would increase the cost of the contract by $ [explain]. ------------------------------ I:X!Other (e.g. explain why exposures are minimal, how exposures are covered in another policy. exposure control mechanisms, and any other information pertinent to your request): Under the Nonadmitted and Reinsurance Reform Act (NRRA). as part of the Dodd-Frank Act and implemented in Insurance Code Section 1765.1, "alien" nonadmitted insurers listed on the NAIC's (National Association oflnsurance Commissioners) Quarterly List of Alien Insurers are eligible to accept placements of California risks from surplus lines brokers. The federal action provides for the national listing, thereby allowing alien carriers to avoid individual filing requirements in each state such as those to be included on the LASLI (formerly LESLI). As of January 30, 2012 Lloyds ofLondon/Beazley syndicate voluntarily removed itself from the LASLI, electing to rely on inclusion on the Quarterly List of Alien Insurers to provide insurance for California risks from surplus lines brokers. Lloyds has made a filing in California that permits the Department oflnsurance to "recognize" Lloyd's syndicates in the event of an inquiry from a broker or a member of the public. However. the extent to which standards for a surplus lines carrier on the LASLI (List of Approved Surplus Lines Insurers) versus those on the Quarterly List Exhibit A: Scope of Work for Amendment 7 Tasks 028 to 030 (Revision 1) The City of Carlsbad (City) contracted Brown and Caldwell (BC) in 2007 to design the Agua Hedionda Lift Station (AHLS), including the forcemain and trunk sewer segments that would convey flow to and from the lift station. The new facility will replace an existing lift station and increase the system's pumping capacity to send wastewater to the Encina Water Pollution Control Facility for treatment. To provide the City with the flexibility to bid and construct the project either in phases or as one large package, the project design was developed as three bid packages, with each package constructing one of the project's major elements.· The three design packages and their present level of completion are as follows: • Bid Package A-Wastewater Lift Station and Force Main at 90% complete • Bid Package B-Upstream Trunk Sewer and Bridge Lagoon Crossing at 90% complete • Bid Package C -Downstream Trunk Sewer at 100% complete. A fourth bid package (Bid Package D), involving a recycled water pipeline along Avenida Encina, was subsequently added and is currently at 100% design level. To date, there have been six amendments issued to the original contract for additional project support. The current total project budget, including the 6 amendments, stands at $3,088,500. This Amendment (No. 007) adds to the project three more tasks not currently in the agreement, including • Tasks 028-Support for stakeholder design review workshop; • Task 029-Response to the action items developed during the review workshop and to the construction manager generated design review comments by Arcadas; and • Task 030-Consolidation of the four bid packages into one bid package. A detaied scope of work for each task is presented below. Task 028 -Workshop Support In July 2012, the City informed BC that a construction management (CM) firm had been selected to provide construction coordination, support the City's review of the 90% and 100% (current levels of) design packages, and lead a stakeholder-participated review workshop including staff from the cities of Carlsbad and Vista and the Encina Wastewater Authority. In support, BC was asked to participate in the 4-day review workshop. Task 028 includes charges already accrued and is, therefore, intended to recover budget spent to support and participate in the workshop and subsequent activities described below. • Workshop Day 1: Three BC staff were asked to attend the meeting, present on the project's background, design elements, and current status of work. BC attendees were also there to Brown Caldwell Exhibit A SOW Tasks 028 030 021213 FINAL Rl.doc address design related questions from the group. BC prepared the meeting agenda and presentation slides. • Workshop Days 2 and 3. BC's was requested not to attend in person. Instead, BC was asked to have approximately 4-6 staff and/or subconsultant team members available by phone who could be called directly to answer questions from the Focus Group. • Workshop Day 4: Three (3) BC staff were asked to attend the meeting and take notes of the findings and conclusions of the review process, as well as respond to remaining questions and issues raised by the Focus Group. Task 028 also includes technical support and confirmation of the horizontal directional drilling (HDD) and eductor design features as instructed by the Focus Group, as well as attendance to follow-up meetings with various Focus Group members. Task 029 -Focus Group Action Item Response During the design review workshop, the Focus Group identified work to be completed by BC that is currently outside of BC's scope. This work is described in the following documents: • Task 0291 Subtask 007: Response to CM Review Comments • Task 029 1 Subtask 006: Response to Report BC Action Items Arcadis, the selected CM, prepared a Focus Group Report with comments by the City incorporated that summarized specific action items for work to be completed by BC; most were enhancements to the technical specifications or design along with new requested design features. A copy of the report is included as Attachment A-Focus Group Report to this proposal (BC's action items are shown in blue text). Task 029's scope of services includes attendance by BC for meetings outside of the workshop, preparation of initial and final response to the Action Items provided by the Focus Group Report, and all work needed by BC to respond to the CM review comments, including task management and design of the new requested features for 1. Lift station security camera system; 2. Lift station hard-wired pump start overrides; and 3. And coordination of the third-party programming. Task 030 -Single Bid Package During the workshop, the Focus Group considered the benefits and drawbacks to keeping the current bid package structure. It was originally envisioned that three construction projects could proceed concurrently and contracts awarded separately for work related to 1) the lift station and force main; 2) the discharge trunk sewer in Avenida Encina; the incoming trunk sewer and lagoon bridge crossing; and 4) the 12" reclaimed water line. But, the group also discussed the merits of combining the work into a single job, awarded to one Contractor. It was determined that the benefits of a single bid package out weighed the multiple bid package approach. f 0 The Focus Group ultimately directed BC to restructure the four separate bid packages into a single bid package. This results in additional work to modify the current plans, specifications, sequence of construction descriptions, and cost estimate. Listed below are the work elements included in this task. • Task management, including up to two 1-hr meetings attended by the BC PM and PE. • Update current drawings to facilitate combining of bid packages • Update technical specifications for the combined bid package, including sequence of construction • Support to update the front end of the bid specifications • Update cost estimates • Provide support to City to address specific comments from the California Coastal Commission and US Army Corps of Engineers • Update landscape concept for final design • Update lagoon crossing and extension to avoid waters of the US • Update for single power feed. An additional draft final Combined Bid Package will be submitted for review. Received comments will be addressed in the final Combined Bid Package. Fee Estimate BC proposes to perform the tasks described in this scope of work on the basis of time and materials not to exceed $122,970. A detailed fee breakdown is provided as Attachment B. Note that the fee estimate shown in Attachment B for Task 028 reflects the total fees associated with the work described for Task 028 above. Per City's direction, $20,000 of the Amendment 6 contingency funds will be applied to the Task 028 fee. This is expressed in Attachment Bas a $20,000 deduction, leaving the total fee requested above. Schedule BC proposes to complete the project design work in accordance with the detai.led schedule provided as Attachment C to this proposal. Deliverables for the work will remain as currently contracted, no change included. End of Scope Limitations: The information contained in this proposal is proprietary and contains confidential information that is of significant economic value to Brown and Galdwe/1. It is intended to be used only for evaluation of our qualifications to provide services. It should not be duplicated, used, or disclosed, in whole or in part, for any purpose other than to evaluate this proposal. t I Attachment A Focus Group Report I~ARCADIS The Vlatt?r D!v!SIO'l o.f AR(A[}f)- September 19, 2012 Mr. Terry Smith Senior Engineer-Utilities Department City of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92008 Re: Vista/Carlsbad Interceptor Sewer and Agua Hacienda Lift Station Project Constructability Review-Focus Group Report Dear Mr. Smith Pirnie/ARCADIS is please to submit this Constructability Review-Focus Group Report for your distribution. At Day 1 of the Constructability Review Workshop held on August 28, 2012 the workshop attendees identified the following critical issues to be explored by focused groups during Day 2 and day 3 of the Workshop. 1. Packaging of Construction Contracts (1 construction contract versus multiple construction contracts). 2. Front End Document (bid schedules, including unit bid items and stipulated bid items; coordination and consistency with technical specifications: MMRP and permit requirements; insurance requirements; coordination of Franchise Utility work with Construction Contractor work; handling of "substitutions"; and product certifications with bids) 3. Agua Hedionda Lift Station (utility power supply redundancy; stand-by generator sizing; salvage items; engine driven stand-by pump; PLC system failure override; and remote monitoring at Encina). 4. General Provisions (constraints on Construction Contractor for night work, community events such as the "marathon", and work impacting the YMCA; traffic control; and material preferences) 5. HDD Pipeline Installation and "Open-Cut" Pipeline Installation in Avenida Encinas 6. Sewerage By-Pass Systems. At Day 4 of the Constructability Review Workshop held on September 10, 2012 the workshop participants reviewed our draft Focus Group Report and provided input and comments to be reflected in the final report. Each of these critical issues, presented and attached separately, incorporate the comments and direction received at the Day 4 Workshop. 1 f3 jt:IARCADIS !he Water DIV 1 510'1 of ARCADf5 We appreciate the opportunity to have been part of your constructability review efforts. We sincerely thank all of the participants at our Constructability Review Workshops and Focus Groups Sessions for their input and recommendations and for their timely decisions on the critical issues and action items associated therewith. Respectfully submitted, Liberato Tortorici Contract Manager CC. Franz Schauer Mark Sullivan 3472-001-124 2 I~ARCADIS 1. PACKAGING OF CONSTRUCTION CONTRACTS A. Focus Group Participants Terry Smith (Carlsbad) Greg Mayer (Vista) Robin Putnam (Vista) Steve Jepsen (Vista/Dudek) Mark Sullivan (Pirnie/ARCADIS -MJS) Franz Schauer (Pirnie/ ARCADIS) Libby Tortorici (Pirnie/ARCADIS) B. Focus Group Key Discussions 1. The SRF funding applications which have already been filed are for a single project. 2. The environmental documents which have been prepared in support of the project and the SRF funding applications deal with the project as a whole. 3. Approval of the existing SRF funding will require that all easements and permits be obtained. The NRG issue relative to easements will delay SRF funding approval until this issue is resolved. 4. The NRG issue and potential delays in getting this issue resolved support consideration for bidding the project under multiple construction contracts. 5. If the project is bid under multiple construction contracts, the existing SRF funding applications will need to be pulled and new applications submitted. 6. The existing Agua Hedionda Lift Station is an aged facility. There is concern about the potential for failure and spills, and there is agreement by staff that emergency stand-by pumping facilities need to be installed as soon as possible. 7. The emergency stand-by pumping system will include two (2) trailer mounted engine driven pumps. After the new Lift Station is completed and operational the stand-by pumps will be available for use at other locations within in Vista and Carlsbad. C. Focus Group Recommendations and Action Items 1. Bid the project under a single construction contract. a. Develop one set of Front End Documents b. Include separate bid schedules for the four (4) drawing sets. c. Develop one set of Technical Specifications. d. Include the 4 drawing sets. Action Items Terry Smith {Carlsbad,) and Greg Mayer (Vista) and/or Robin Putnam (Vista) to brief and seek approval from their respective Utilities/Public Works Directors and/or City Managers on the "single project" recommendation; and B&C to be directed by Carlsbad to restructure the Contract Documents for a single construction contract after Carlsbad and Vista approvals of the "single project" recommendation. 3 I~ARCADIS The Vr'aie-r Dtli!Sf0!1 of ARCAV15 2. Do not reapply for SRF funding. Action Items None required. 3. Install emergency stand-by pumps that will remain "ready" at the existing Lift Station until the new Lift Station is constructed and placed into service. Action Items Terry Smith (Carlsbad,} and Greg Mayer (Vista} and/or Robin Putnam {Vista} to brief and seek approval from their respective Utilities/Public Works Directors and/or City Managers on moving forward immediately with implementation of the emergency stand-by pump recommendation for the existing Lift Station via a "design build" approach with Dudek assuming the role as Designer, and Vista preparing the procurement documents. 4 -~fA ARCADIS The WatPr Div!SIO!J of ARCAD/5 i. SRF requirements to be satisfied by the Contractor. Reference and append SRF requirements to be satisfied by the Contractor. Action Item Carlsbad staff and Vista staff will coordinate and work with B&C to reference and append these requirements in the Front End Documents. 2. Modify the Front End Documents to include the following relative to bid schedules. a. Develop separate bid schedules for each of the four {4) drawing packages. Action Item B&C will generate separate bid schedules for subsequent review by the City and the Constructability Review team 3. Develop unit bid items with 11best estimates" of unit quantities for the following. a. Removal and disposal of unsuitable fill Action Item B&C will generate the "best estimate" unit quantities and bid items for subsequent review by the City and the Constructabi/ity Review team. b. Importation and placement/compaction of "select" fill Action Item B&C will generate the "best estimate" unit quantities and bid items for subsequent review by the City and the Constructability Review team. c. Pavement resurfacing based on a cost per linear feet of pipe. This will require unit bid items for each pipe size Action Item B&C will generate the "best estimate" unit quantities and bid items for subsequent review by the City and the Constructability Review team. d. Removal, treatment and disposal of contaminated soil Action Item B&C will generate the "best estimate" unit quantities and bid items for subsequent review by the City and the Constructability Review team. e. Treatment and disposal of contaminated groundwater Action Item B&C will generate the "best estimate" unit quantities and bid items for subsequent review by the City and the Constructability Review team. f. Flagging fees (a lump sum item might be a better approach for this work) Action Item B&C and Carlsbad to make the final determination on how to best address this in the bid schedule. A final determination was not made at the September lOth Workshop but the general consensus was leaning towards having these costs included in the overall bid and not break it out as a unit bid item. 7 I (.2 ARCADIS The Vl"'atet Oiv!SIO'l of AR.CADIS g. Microtunneling stand-by/idle days Action Item B&C will generate the "best estimate" unit quantities and bid items for subsequent review by the City and the Constructability Review team. h. Microtunneling "obstruction" removal shaft Action Item B&C to add in the Microtunneling Specification what size obstruction is handled under this unit bid items. Also specify that rocks and/or boulders that are below a strength of 30,000 psi shall not constitute an obstruction. i. Microtunneling "obstruction" removal Action Item B&C to add in the Microtunneling Specification what size obstruction is handled under this unit bid items. Also specify that rocks and/or boulders that are below a strength of 30,000 psi shall not constitute an obstruction. j. Sound barriers based on per square feet of sound walls {a lump sum item might be a better approach for this work) Action Item B&C will generate the "best estimate" unit quantities and bid items for subsequent review by the City and the Constructability Review team. k. Protection of existing shallow 42" sewer based on per linear foot of pipe. This may need to include the design of a subsurface slab to be installed to spread the load over the pipe to accommodate potential NRG heavy equipment access. Action Item B&C will generate the "best estimate" unit quantities and bid items for subsequent review by the City and the Constructability Review team. 4. Develop stipulated bid items for the following a. Daily cost for maintaining Stormwater protection {SWPP) facilities b. CPM Schedule baseline and monthly updates, including cost/cash loading Action Item B&C will generate "best estimate" unit quantities and bid items with input from the Constructability Review team. 5. Modify the Front End Documents to include Contractor/Manufacturer Certifications to be included with the bids for selected materials and/or equipment such as the Hobas pipe, or equal. Also require stiffness calculations be submitted with the bids for the Hobas pipe, or equal. Action Item B&C to add Contractor/Manufacturer Certification requirements and stiffness calculation requirements to be included with bids 8 I (.2 ARCADIS The Water DiVISIOrt o.f ARCAD/5 6. Modify the Front End Documents to allow Contractors to bid either "open-cut" or microtunneling for installation of pipe in Avenida Encinas north of Palomar Airport Road. See discussions under Item 5-OPEN-CUT VERSUS MICROTUNNELING IN AVENIDA ENCINAS AND HOD. Action Item B&C to add the "either/or" bid item in the bid schedule. 7. Modify the Front End Documents to provide a list of pre-qualified HOD contractors if the final decision is to pre-qualify HOD contractors. See discussions on Item 5-OPEN-CUT VERSUS MICROTUNNELING IN AVENIDA ENCINAS AND HOD. Action Item B&C to incorporate the pre-qualifications into the Front End Documents after a final determination is made. See discussions on Item 5 -OPEN-CUT VERSUS MICROTUNNELING IN AVENIDA ENCINAS AND HDD. 9 I~ARCADIS Tile Vlat@r DI'!S/00 ol AllCADIS 3. AGUA HEDIONDA LIFT STATION A. Focus Group Participants Terry Smith (Carlsbad) Robin Putnam (Vista) Brian Benjamin (Encina) Guy Headrick (Encina) David Ummel (Encina) Mark Sullivan (Pirnie/ARCADIS -MJS) Franz Schauer (Pirnie/ ARCADIS) Libby Tortorici (Pirnie/ARCADIS) A. Focus Group Key Discussions 1. Power will be supplied by SDG&E via two overhead 12 KV feeders. Both feeders will come from a single substation but from separate transformers. This arrangement is a typical industry standard. 2. The current design employs a single diesel stand-by generator. Having one stand-by generator with redundant Utility power feeders as identified under Item 3.B.l is a typical industry standard. 3. The design PWWF for the Lift Station is 33 MGD. The currently designed "critical Loads" on the proposed 450 KW stand-by generator will allow for pumping of the 33 MGD PWWF as confirmed by B&C. 4. Remote monitoring of the current Lift Station at Encina is accomplished by a "frame relay point-to-point" connection via a dedicated overhead phone line from AT&T. However, reaches of the line from the lift station to Encina are corroded. Encina would prefer to replace the dedicated phone line. The Contractor shall be required to maintain uninterrupted remote monitoring service to Encina during construction and until the new/upgraded AT&T service to the new pump station is fully operational. 5. Encina has preferences for field instruments relative to Manufacture and model numbers. 6. Encina has a preference to engage a 3'd Party System Programmer (ROI Engineering) for the new Lift Station. 7. Encina would like to have security/surveillance cameras with local recording installed at the new lift station as part of the construction package. 8. Encina would like to have access cards (key cards) installed at the new lift station as part of the construction package. 9. A "hard wire" back-up should be installed to operate the new Lift Station via level floats in the event of a complete PLC system failure at the station. 10 \fQARCADIS Thf' Water Di~·!.stO'l of A.RCAD!5 B. Focus Group Recommendations and Action Items 1. Implement Recommendation 1.C.3 regarding the installation of two {2) trailer mounted engine drive pumps at the existing Lift Station. Action Items Terry Smith (Carlsbad,) and Greg Mayer (Vista) and/or Robin Putnam (Vista) to brief and seek approval from their respective Utilities/Public Works Directors and/or City Managers on moving forward immediately with implementation of the emergency stand-by pump recommendation for the existing Lift Station via a "design build" approach with Dudek assuming the role as Designer, and Vista preparing the procurement documents. 2. Re-evaluate the stand-by generator sizing for the new Lift Station to accommodate the design 33 MGD PWWF. Action Item B&C has confirmed that the currently designed 450 KW will support pumping of the 33 MGD PWWF. No further action required 3. Explore replacement of the existing AT&T dedicated overhead telephone line with a new service relocated into the bridge. Action Item Carlsbad staff to contact AT&T request replacement of the existing dedicated overhead telephone lines as part of Franchise Utility work to be covered under Action Item 2.C.1.c. B&C to include in the Contract Documents the requirements for the Contractor to maintain uninterrupted remote monitoring service to Encino during construction and until the new/upgraded AT&T service to the new pump station is fully operational. 4. Evaluate installing fiber optic conduit to Cannon Road for future connection to a citywide fiber optic network. Action Item B&C to generate construction requirements and costs to install fiber optic conduit to Cannon Road for Carlsbad and Vista to decide on this option. 5. Have Encina staff review the 90% design package for the Lift Station and provide Manufacturer names and model numbers for preferred field instruments, security/surveillance camera and support systems, and key card access system, and to identify equipment for the existing Lift Station to be salvaged. Action Item Carlsbad staff will provide Encino with a copy of the 90% design package for discussion at a subsequent review meeting with Carlsbad, Vista, Encino, B&C and Pirnie/ ARCADIS. The review meeting is scheduled for 10:30 AM on September 20th at Encino. 11 I~ARCADIS Thf> Wate-r DtvlStor. ot Afi.CAL'IS 6. Explore the 3'd Party System Programmer option. Action Item Encina to provide Carlsbad staff and B&C with a sample scope of work and contract for 3'd Party programming for consideration and follow-up action. 7. Implement the "hard wire" back-up pump control system. Action Item B&C to work with Encina to define the "back-up" system requirements, including equipment, field instruments and operation/control. 12 I f:a ARCADIS The v~-'ate>r Dlv!S.IO'l of ARCADIS 4. GENERAL PROVISIONS A. Focus Group Participants Terry Smith {Carlsbad) Robin Putnam {Vista) Mark Sullivan {Pirnie/ARCADIS -MJS) Franz Schauer {Pirnie/ARCADIS) Libby Tortorici (Pirnie/ ARCADIS) B. Focus Group Key Discussions 1. The discussions under this Focused Work Group session were a continuation of the discussions and recommendations under Critical Issue Item 2-FRONT END DocuMENTS C. Focus Group Recommendations and Action Items 1. Define Contractor constraints and allowances for regular daily work hours, night work, and weekend work; define Contractor constraints and requirements for traffic control and maintaining access to residential and commercial entities affected by the work, including submittal requirements prior to the work, and notifications to the City and the Community prior to the work; and define Contractor constraints during City events such as the Carlsbad Marathon. Action Item Carlsbad staff to consult with the City's Traffic Department to discuss Contractor work constraints, allowances and requirements to minimize Community impacts relative to work in City streets. These requirements will be reflected in the City's Front End Documents and in related Technical Specifications by B&C. 2. Define Contractor constraints and requirements for all tie-in, shutdown and sewerage by-pass and diversion activities, including work limited to low flow night time periods, submittal requirements prior to the work, and notifications to the City prior to the work. Action Item B&C to develop ond specify the requirements for tie-in, shutdown and by- pass/diversion work required of the Contactor 3. Define the general sequence of construction requirements and interim milestone completion requirements for the various elements of work. These should not define the Contractor's sequence and/or scheduling of work outside of the general requirements defined by B&C. Action Item B&C to develop and generate general sequence and milestone completion requirements to be placed on the Contractor with input from the Constructability team. 13 I(.QARCADIS T h e VI" a t e r D 1 v 1 s 1 o rr o t A R C A [1 1 5 5. OPEN-CUT VERSUS MICROTUNNELING IN AVENIDA ENCINAS AND HOD A. Focus Group Participants Terry Smith (Carlsbad) Tony White (Vista) Steve Jepsen (Vista/Dudek) Nick Boswell (B&C) Steve Deering (Pirnie/ARCADIS-Dudek) Craig Camp (Pirnie/ARCADIS-Hatch-Matt) Mark Sullivan (Pirnie/ARCADIS -MJS) Libby Tortorici (Pirnie/ ARCADIS) B. Focus Group Key Discussions 1. Open-cut construction in Avenida Encinas, north of Palomar Airport Road will create challenges for the Contractor due to high and perched ground water, potentially contaminated soil and groundwater, depth of excavation and utility crossings in the construction area. 2. The Contractor should be allowed to install the pipe from Sta. 52.00 to Sta. 38.00 via open-cut or microtunneling. 3. A number of potential issues and concerns were discussed relative to the HDD pipeline work. These included, a. HDD pipe is called out as 29" ID, 36"00 and DR 11. Is this pipe available? The pipe manufacturers must be contacted to verify the specified pipe is actually available and to confirm lead times and prices. b. There are a significant number of overhead electric lines that may interfere with HDD "tracking" devices. c. Staging/laydown may require an area of approximately 150' x 200'. Need to show the staging area limits on the plans. d. The entry and exit plans and profiles are not currently shown in the design package. e. Wobbles or sags in the installed HDD are anticipated will be on the order of 6" above and 6" below the target elevations shown on the drawings. A specified acceptable "sag" tolerance should be included in the specifications. f. Special joint requirements at terminations are not currently shown or specified in the design package. g. The specifications do not currently define that HOPE pipe needs to be set on rollers and that dragging of the pipe across the ground shall be prohibited. h. The specifications do not currently define flotation control or management of the HOPE pipe during pull back. i. "Frac-outs" should be cause to shut the HDD activities down until a solution is put forth by the Contractor and approved by the City. 14 I f:l ARCADIS The Ware' DiYIS!Or: of ARCAL't5 4. The general sequence of construction, i.e., HDD first, Lift Station after HDD, Microtunneling after or concurrent with HDD and Lift Station, and Open-Cut. See Item 4.C.5. 5. Specifications need to be written very tightly to limit only qualified and experienced HDD and Microtunneling Contractors/Subcontractors to do the work. However, consideration needs to be given to pre-qualifying HDD contractors and specifying the% of work to be done by this specialty contractor versus the General Contractor. C. Focus Group Recommendations and Action Items 1. Allow Contractors, at their option, to install the "open-cut" section of pipe in Avenida Encinas, north of Palomar Airport Road via microtunneling. The bid schedule will include an "either/or'' bid item for this work from Sta. 52.00 to Sta. 38.00. Action Item B&C to include in the bid schedule an "either/or' bid item for the bidders to bid either open-cut or microtunneling from Sta. 52.00 to Sta. 38.00. 2. B&C and their HDD sub-consultant (Jacobs and/or Hatch-Matt} should review and revise the plans and specifications accordingly to address the concerns identified under Item S.B.3. Action Item B&C to revise and resubmit the design package {plans and specifications) to the City for review followed by a review meeting with the City, B&C and the Constructability Review team. The revised specifications will include a tolerance limit of 3" above and 3" below the target elevation reflected on the drawings; requirements that the tolerance limit be checked by the Contractor every 30' during the "pilot hole" construction; requirements that tracking the "pilot hole" installation by the Contractor shall be via the specified gyroscopic system and methods; and stringent QA/QC requirements that the Contractor and his HDD subcontractor will need to implement. 3. Send the revised HDD specifications and plans to reputable and experienced HDD contractors for their input and comments; and request indication of their intention to bid the work and meet the requirements of the Contract Documents. Action Item Implement this item. After comments are received from HDD contractors, Carlsbad, Vista and B&C with input from the Constructabi/ity Review Team need to revisit the proposed HDD installation to make a final decision. 15 lfQARCADIS The V~1 ater D1v 1S10n of ARCAD!S 6. SEWAGE BY-PASS SYSTEMS A. Focus Group Participants Terry Smith (Carlsbad) Don Wasko (Carlsbad) Tony White (Vista) Nick Boswell (B&C) Steve Deering (Pirnie/ARCADIS-Dudek) Mark Sullivan (Pirnie/ARCADIS -MJS) Franz Schauer (Pirnie/ARCADIS) Libby Tortorici (Pirnie/ ARCADIS) B. Focus Group Key Discussions 1. This Focus Group agreed with the recommendations and action items presented under Items 1.C.3 2. Need to identify all tie-in work with constraints, milestones and allowable durations of shutdowns. 3. Need to require the Contractor to develop and submit detailed MOPO (Maintenance of Plant Operations) for all tie-in and by-pass/diversion work. 4. Do not attempt to define the Contractor's specific means and methods. 5. Detailed sequence of work and tie-in/by-pass specifications have been developed by B&C subsequent to the 90% design packages provided to the Constructability Review team C. Focus Group Recommendations and Action Items 1. Proceed with Action Item l.C.3 2. Proceed with Action Item 4.C.l 16 Attachment B Fee Estimate Attachment C Project Schedule I / PWENG643 AMENDMENT NO. 6 TO EXTEND AND AMEND AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES FOR THE DESIGN OF THE VISTA/CARLSBAD INTERCEPTOR SEWER, REACHES 11 B-15, AND THE AGUA HEDIONDA SEWER LIFT STATION (BROWN AND CALDWELL) This Amendment No. 6 is entered into and effective as of the q-!fl. day of M~ , 20~ amending the agreement dated June 10, 2008, (the "Agreeme ) by and between the C1ty of Carlsbad, a mumc1pal corporation, ("C1ty"), and Brown and Caldwell, a private employee-owned company, ("Contractor") (collectively, the "Parties") for professional engineering services for the design of the Vista/Carlsbad Interceptor Sewer, Reaches 11 B-15 and the Agua Hedionda Sewer Lift Station. RECITALS A. On November 30, 2009, the Parties executed Amendment No. 1 to the Agreement to provide additional engineering studies and design services; and B. On May 28, 2010, the Parties executed Amendment No. 2 to the Agreement to extend it for one (1) additional year; and C. On February 23, 2011, the Parties executed Amendment No. 3 to the Agreement to provide additional design services, permit assistance and environmental surveys; and D. On June 22, 2011, the Parties executed Amendment No. 4 to the Agreement to extend it for one (1) additional year; and E. On December 8, 2011, the Parties executed Amendment No. 5 to the Agreement to provide additional design services and assistance with easement acquisition; and F. The Parties desire to alter the Agreement's scope of work to provide additional design services and reports; and G. The Parties desire to extend the Agreement for a period of three (3) additional years; and H. The Parties have negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated by this reference as Exhibit "A", Scope of Services and Fee. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. In addition to those services contained in the Agreement, as may have been amended from time to time, Contractor will provide those services described in Exhibit "A". 2. City will pay Contractor for all work associated with those services described in Exhibit "A" on a time and materials basis not-to-exceed eighty one thousand seven hundred eighteen dollars ($81,718). Contractor will provide City, on a monthly basis, copies of invoices sufficiently detailed to include hours performed, hourly rates, and related activities and costs for approval by City. 3. Contractor will complete all work described in Exhibit "A" by June 9, 2015. City Attorney Approved Version 5/12/11 1 Amendment 006 -Additional Engineering Support and Final Design Services ---~---~-----~---~--------~~----·----------- Following City direction, Brown and Caldwell will update the contract documents and cost estimate. Brown and Caldwell will prepare and incorporate to the drawings one plan detail figure and one manhole excavation section figure with notes to direct the work. Brown and Caldwell will prepare one new specification section to for the additional work and will incorporate one City-provided specification section for manhole rehabilitation. The work is located within an existing City of Carlsbad sewer easement but is also in close proximity to the vehicle overpass at Palomar Airport Road for the railroad. If right-of-way permits are required for the work, Brown and Caldwell will include requirements for the Contractor to prepare the permit applications and acquire permits. No permit acquisition work is included by Brown and Caldwell. Brown and Caldwell will update the Project 3, 90 percent and Final engineer's cost estimate to include the work of Phase 021 to field locate and rehabilitate the sewer manhole. Phase Assumptions: • No field or aerial survey work is included in Phase 021 by Brown and Caldwell. Contractor to field locate manhole prior to construction. Design will be based on record information provided by the City. • City to provide CCTV data inspection reports and manhole rehabilitation specification from previous manhole rehabilitation project. Phase Deliverables: 3. Final Package 3 contract documents to include manhole location and rehabilitation work. 4. Add to Package 3 90 and 100 percent engineer's construction cost estimate for Phase 021 work. Phase 022 -Design Updates for Revised Grades Resulting from Amtrak's Rail Expansion Project Bid Package(s) Impacted: Engineering Effort -Bid Package 1: CAD Effort -Bid Package 1: Engineering Effort -Bid Package 2 Brown AND Caldwell • Bid Packages 1 and 2. • Update to Structural Design for Bridge Abutments and Reduced Wall Design by R2H. See Attachment B for proposal. Engineering redesign and coordination efforts with San Dieguito Engineering (SDE), City, and Amtrak to collect the information needed to update the existing grading background topographic files, correct all existing topographic backgrounds, correct all proposed grading work impacted by the changes including drainage designs, incorporate the changes to Brown and Caldwell's Bid Packages 1, and QA/QC for all design changes. • Sheet C-500. Redesign existing and proposed grading including designs for the infiltration basins, etc., to accommodate new grade conditions from Amtrak fill. • Sheet C-501. Revise existing grading and proposed drainage connection piping to match infiltration basin changes. • Sheet C-502. Revise existing grading and paving plan for changes to grade conditions • Sheet C-505. Section revisions for existing and proposed grading. • Sheet C-505. Section revisions for existing and proposed grading. • Sheet C-500. Modify existing and proposed grading around infiltration basins, etc., to accommodate new grade conditions from Amtrak fill and redesign final grading. • Sheet C-501. Revise proposed drainage connection piping to match infiltration basin changes. • Sheet C-502. Revise paving plan for changes to grade conditions • Sheet C-505. Section revisions. • Sheet C-505. Section revisions. • Revise existing grading to accommodate new grade conditions from Amtrak fill. • Revise pipeline proposed grading to accommodate new grade conditions from Amtrak fill. • Engineering redesign and coordination efforts with SDE, R2H, City, and Amtrak to update the existing grading background topographic files to reflect final topographic conditions and to work with R2H to incorporate the changes associated with the grading and reduce the overall impact of the project by reducing the fill depth and associated concrete needed for the lagoon crossing for Bid Package 2 bridge design, and QA/QC for all design changes as presented below: 13 Amendment 006 -Additional Engineering Support and Final Design Services ---------~-------~-------------- Phase 023 -Modify Project Design to Include 6-lnch Fire Water Service Bid Package(s) Impacted: • Bid Package 1, Bid Package 2. Phase Effort -Engineering Package 1.: • Sheet C-100. Revise detail of back flow preventer at station due to upsizing of line. Phase Effort -CAD Package 1.: Phase Effort -Engineering Package 2: • Sheet C-501. Revise yard piping for new pipeline alignment. Update water service labels on sheet. • Sheets C-501, C-504, C-505, C-506, and C-509. Revise labeling for new size water service and fire service call outs. • Engineering design for portion of 6-inch line at AHLS site including water service and fire service connections and hydrant. • Engineering design for portion of 6-inch line from new connection at condominium complex to current alignment. • Provide new water line alignment backgrounds and size information for bridge utility crossing to bridge subconsultant R2H. Phase Effort -CAD Package 2: · Phase Effort -Sub R2H: • Sheet G-6. Revise sheet to show revised connection location and alignment and call outs for 6-inch water service. • Sheet C-4. Revise sheet to show connection at condominium complex. • Sheets C-2 and C-3. Revise sheets for new water line cal louts. • Sheets C-5, C-6 and C-9 revise water line labels. • Effort to redesign 90 percent plans for the proposed larger water utility crossing for the bridge and to modify all plans as needed to call out the larger water service. Under Phase 023, Brown and Caldwell will update the Package 1 and Package 2 contract document to include construction of a new 6-inch water service to the AHLS including fire service, backflow prevention, and fire hydrant connection for the AHLS site as required by the Fire Department. The line will service the new lift station with potable and fire flow water and will replace the existing 3-inch water service that currently feeds the station and will be abandoned by the projects. The new connection will begin north of the bridge project and extend south adjacent to the n'ew incoming AHLS gravity sewer in open space, across the new project bridge to the lift station site. The work involves engineering and CAD changes to the Package 1 and Package 2 contract documents to add information for flow metering, backflow prevention, fire hydrant, and changes to existing labeling, alignments, and profiles which impact many sheets as presented above. The work also includes effort by project structural bridge design subconsultant R2H to redesign 90 percent plans for the proposed larger water utility crossing the bridge and to modify their plans as needed to call out the larger water service as well as Brown and Caldwell's Project Manager effort to coordinate the changes with R2H. Phase Deliverables: 5. Modify Package 1 and Package 2 Contract Document as detailed. 6. Modify 90 percent Bridge Design Contract Document for larger 6-inch line on bridge. Work by R2H. 7. Add to Package 1 and Package 2 engineer's construction cost estimates the work added by Phase 023. Phase 024 -Construction Soil Management, Dewatering, and Safety Plan Bid Package(s) Impacted: Phase Effort: • Phase work relates to all bid packages and will be included as attachment to contract documents. • Per attached and below scope of work descriptions. See Brown and Caldwell's attached detailed scope of work for preparation of the Phase 024 deliverables for project specific Soil and Groundwater Management Plan (SGMP) and associated community health and safety plan (CHSP). Under Phase 024, Brown and Caldwell will prepare a project-specific SGMP and CHSP. Brown and Caldwell will also update the project contract documents including earthwork, dewatering, and other related specification sections to incorporate the recommendations of the prepared SGMP and CHSP plans for project construction. Listed in this section are the planned deliverables for Phase 024 work. Background: To construct the AHLS project facilities, large amounts of earthwork is needed and large volumes of existing soil must be disposed of offsite by the Contractor. During project preliminary design, soil and groundwater samples were collected from the AHLS site area and tested environmentally to asses any associated impacts needed for project construction earthwork, dewatering, and safety. The investigation results are presented in the project Environmental Soil and Groundwater Sampling Report developed by Ninyo & Moore. The report findings indicate that soil and groundwater Brown AND Caldwell 15 PWENG643 AMENDMENT NO. 5 TO AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES FOR THE DESIGN OF THE VISTA/CARLSBAD INTERCEPTOR SEWER, REACHES 11B-15, AND THE AGUA HEDIONDA SEWER LIFT STATION (BROWN AND CALDWELL) This Amendment No. 5 is entered into and effective as of the cg-fh day of ])ecanber , 20lL, amending the agreement dated June 10, 2008, (the "Agreement") by and between the City of Carlsbad, a municipal corporation, ("City"), and Brown and Caldwell, a private employee-owned company, ("Contractor") (collectively, the "Parties") for professional engineering services for the design of the Vista/Carlsbad Interceptor Sewer, Reaches 11B-15 and theAgua Hedionda Sewer Lift Station. RECITALS A. On November 30, 2009, the Parties executed Amendment No. 1 to the Agreement to provide additional engineering studies and design services; and B. On May 28, 2010, the Parties executed Amendment No. 2 to the Agreement to extend it for one (1) additional year; and C. On February 23, 2011, the Parties executed Amendment No. 3 to the Agreement to provide additional design services, permit assistance and environmental surveys; and D. On June 22, 2011, the Parties executed Amendment No.4 to the Agreement to extend it for one (1) additional year; and E. The Parties desire to alter the Agreement's scope of work to provide additional design services and easement acquisition assistance; and F. The Parties have negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated by this reference as Exhibit "A", Scope of Services and Fee. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. In addition to those services contained in the Agreement, as may have been amended from time to time, Contractor will provide those services described in Exhibit "A". 2. City will pay Contractor for all work associated with those services described in Exhibit "A" on a time and materials basis not-to-exceed thirty five thousand two hundred four dollars ($35,204). Contractor will provide City, on a monthly basis, copies of invoices sufficiently detailed to include .hours performed, hourly rates, and related activities and costs for approval by City. 3. Contractor will complete all work described in Exhibit "A" by June 9, 2012. 4. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. City Attorney Approved Version 5/12/11 1 CERTIFICATE OF SECRETARY OF BROWN AND CALDWELL, A CALIFORNIA CORPORATION I, the undersigned, do hereby certify that: 1. I am the duly elected and acting Secretary of Brown and Caldwell, a California corporation, and am keeper of the corporate records and seal of said corporation. 2. At the annual meeting of the Board of Directors on February 4, 2011, the following resolution was adopted: RESOLVED that all Brown and Caldwell officers currendy appointed to serve are ratified and authorized to continue to hold their offices at the pleasure of the Board of Directors of this corporation until the next annual meeting of the Board of Directors of this corporation or until their respective successors are elected or qualified, or until their earlier resignation. A listing of current company officers is attached. BE IT FURTHER RESOLVED that all Brown and Caldwell officers listed are authorized to financially commit the corporation in accordance with the Company procedures and policies within their respective area of responsibility or as stated in the Bylaws. 3. Marc G. Damikolas is a Vice President of Brown and Caldwell, is so identified in the February 4, 2011, resolution referenced above, and in that capacity is duly authorized to financially commit the corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the f>~~l of the Corporation this 14th day of July, 2011. SIGNED: ~D~~. ROBERT D. GOODSON, SecreNry~ (SEAL) Amendment 005 -Additional Engineering Support and Final Design Services Exhibit A -Scope of Work Amendment 005 for Agua Hedlonda Lift Station and Interceptor Replacement Projects City of Carlsbad Background The City of Carlsbad (City) engaged Brown and Caldwell (BC) in June 2008 to prepare three (3) separate bid packages for construction of the Agua Hedionda Lift Station (AHLS) and V/C Interceptor Sewer Project (project) facilities as follows: • Package 1 -Agua Hedionda Sewer Lift Station and Forcemain Project • Package 2 -V/C Interceptor Sewer and Lagoon Bridge Replacement Project • Package 3 -V/C Interceptor Relief Sewer in Avenida Encinas Project Currently Packages 1, 2 and 3 are at the approximate 90-percent design completion level and project construction is scheduled to begin in the summer of 2012. Recently during project final design the City asked Brown and Caldwell to complete additional engineering support and final design work. As a result, these changes necessitate additional services outside the contracted scope of work. To date, four (4) amendments have been processed to support additional services requested by the City. This scope of work includes the tasks most recently request by the City and constitutes project Amendment 005. The work of Amendment 005 includes Phases 17 -19 which will be added to the existing project contract and be completed for the costs shown on the attached Exhibit B -Fee Proposal. Amendment 005 will not change the project schedule Amendment Work by Phase The added work of Phases 17 through 19 is described below including descriptions by phase detailing which of the three project construction bid packages (Bridge, Lift Station and Gravity Sewer) will be updated by the work, and expected engineering and CAD effort needed for their completion. Phase 017 -Figure Preparation Support and Contract Document Update Bid Package(s) Impacted: Phase CAD and Engineering Effort: • Bid Package 1, Bid Package 2. • Engineering support for figure preparation, SDG&E meeting attendance for coordination gas line relocation, and coordination with power company for alternative facility power feed request. • CAD support to prepare two gas pipeline alignment relocation figures and 1 associated easement acquisition figure. • CAD support to prepare two electrical service alignment figures. • CAD support to prepare two NCTD easement acquisition figures Under Phase 017, BC completed additional CAD and engineering support work to aid the City to plan and negotiate relocation of a 12" gas pipeline and associated easement. The gas pipeline alignment will be relocated in order to harmonize the gas line alignment with work proposed by the AHLS projects, including the new lagoon bridge crossing, AHLS facilities, and project construction efforts. Extra work included coordination with the City, evaluation of line relocation alternatives, development of draft and final figures for the recommended alternative realignments identified, development of an easement acquisition figure for the line realignment, and attendance at one coordination meeting with the City and gas company reprehensive. Under Phase 017 BC also completed additional engineering coordination and CAD support work to investigate alternatives to provide backup electrical power service to the AHLS with an associated new easement. Extra work included coordination with the City and power company representatives, evaluation of relocation alternatives and service recommendation, and preparation of draft and final figures showing the new service alignment, typical cross section, and proposed new easement area needed. Under Phase 017 BC complete additional CAD and engineering support work to aid the City to plan and negotiate acquisition of new easements from the North County Transit District (NCTD) needed for project facilities that are located within the existing NCTD rail line right-of-way (ROW). Extra work included coordination with the City and CAD and engineering support efforts to develop draft and final figures used for negotiation of the associated new easements. Phase Deliverables: 1. Draft and Final Figures -Proposed Alternatives for Gas Line Relocation and Easement Acquisition. 2. Draft and Final Figures -Site Electrical Service Extension and Potential Easement Acquisition. 3. Draft and Final Figures -Utility Easements Requested from the North County Transit Authority. Phase 018 -Planning Level Alternatives Development for Pipeline Protection Design Bid Package(s) Impacted: Engineering Effort: CAD Effort: Cost Estimation: • Not applicable. Work relates to Bid Package 1, however, it includes planning level analysis only. • Preparation of three preliminary plan and profile drawing sheets and one section detail. • Preparation of planning level pipeline loading calculations. • Evaluation of protection alternatives for consideration. • Meeting with City to review the alternatives and gain agreement and City approval for the recommended final protection design. • Letter report deliverable detailing the preliminary design recommended for construction. • Preparation of three preliminary plan and profile drawing sheets and one section detail. • Planning level cost estimate. Wastewater from the AHLS is conveyed to the Encina Wastewater Treatment Plant by a 42-inch lined and reinforced concrete pipeline constructed in 1963. Under Phase 018, Brown and Caldwell will complete a planning level analysis and prepare a recommended preliminary design concept that can be used for protection of the sewer in place from vehicle loading for the 3,200-foot pipeline reach located between the AHLS site and Cannon Road. In this area, the pipeline alignment is located near and within the limits of the AHLS dirt site access road used by City staff for maintenance access. In the future, the road is expected to be used more frequently and by larger vehicles to construct the new AHLS project facilities and for future access. Phase 018 includes preparation of preliminary plan and profile figures for the pipeline reach to be evaluated. The physical information will be compiled and used to complete preliminary pipeline loading calculations to evaluate the sewer's ability to withstand AASHTO traffic H-20 loading conditions. Following completion of the analysis, Brown and Caldwell will meet with the City to present the findings of the work and to gain City agreement as to the preferred recommended method for the job. Following City acceptance, Brown and Caldwell will prepare and submit a letter report outlining the findings of the planning work and preliminary design recommendations for design and construction of the selected method. Phase Assumptions: • The work of Phase 018 includes preparation of planning level pipeline loading calculations and planning level design recommendation for pipe protection method. • No survey, geotechnical, or pipeline inspection work is included in Phase 018. • Detailed design for the recommended protection method is not included in Phase 018. Phase Deliverables: 1. Three preliminary plan and profile drawings; two section figures. 2. Preliminary loading calculations for the pipeline. 3. Letter report presenting calculations, findings of analysis, description of alternatives for pipeline protection, and recommendation for pipeline protection. 4. Planning level cost estimate. Phase 019-Final Design for Selected Pipeline Protection Bid Package(s) Impacted: Recommended Potholing: Engineering Effort: CAD Effort: Cost Estimation: • Bid Package 1. • Recommend 10 potholes to verify the depth of cover over the 3,200-foot- long subject 42-inch pipeline segment for protection design. City item to complete. • Prepare final loading calculations for design using the potholed field depth information. • Prepare three final plan and profile drawings, notes, and protection details to present the protection work in the Package 1 contract documents. • Prepare specification section(s) to direct the Contractor how to construct the work. • Three final new plan and profile drawings and two section details. Final labeling and adjustments only. • Prepare final details for protection system. Approximately two new sheets needed for four new details. • Update the Package 1, 90 percent plan set to incorporate the new work. • Add to Bid Package 1 cost estimate the new construction to protect the pipeline. Phase 019 includes preparation of updates to the Package 1 contract documents to include the additional final design work to construct the City-approved pipeline protection system. For the work, Brown and Caldwell recommends the potholes be taken overthe pipeline alignment to field verify the pipeline cover to be used for final design. Potholing work will be completed by others and is not included in this amendment. Brown and Caldwell will prepare final pipeline loading calculations, three final plan and profile drawings, two section detail drawings, and specifications needed to construct the pipeline protection. Brown and Caldwell will add to the Phase 1 project construction cost estimate the estimated construction cost for the pipeline protection design. Phase Assumptions: • Potholing to be completed by others. No survey, geotechnical, or pipeline inspection work is included in Phase 019. Phase Deliverables: 1. Final plans and specifications for Project 1 contract documents updated to include the pipeline protection construction work. This includes three new plan and profile sheets, one new detail sheet, and approximately two added specification sections. 2. Add to project 90-and 100-percent engineer's construction cost estimate the work to construct the pipeline protection method designed. AMENDMENT NO. 4 TO EXTEND THE AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES FOR THE DESIGN OF THE VISTA/CARLSBAD INTERCEPTOR SEWER, REACHES 11B-15, AND THE AGUA HEDIONDA SEWER LIFT STATION (BROWN AND CALDWELL) PWENG643 n.d-This Amendment No. 4 is entered into and effective as of the c::2.;L day of June... , 2011, extending the agreement dated June 10, 2008 (the "Agreement") by and between the City of Carlsbad, a municipal corporation, ("City"), and Brown and Caldwell, a private employee owned company, ("Contractor") (collectively, the "Parties") for professional engineering services for the design of the Vista/Carlsbad Interceptor Sewer, Reaches 11 B-15 and the Agua Hedionda Sewer Lift Station. RECITALS A. On November 30, 2009, the Parties executed Amendment No. 1 to the Agreement to provide additional engineering studies and design services; and B. On May 28, 2010, the Parties executed Amendment No. 2 to the Agreement to extend it for one additional year; and C. On February 23, 2011, the Parties executed Amendment No. 3 to the Agreement to alter the Agreement's scope of work to provide additional design services, permit assistance and environmental surveys; and D. The Parties desire to extend the Agreement for a period of one (1) year. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. The Agreement, as may have been amended from time to time, is hereby extended for a period of one (1) year ending on June 9, 2012. 2. All other provisions of the Agreement, as may have been amended from time to time, shall remain in full force and effect. 3. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, shall include coverage for this Amendment. Ill Ill Ill Ill Ill City Attorney Approved Version 5/12/11 CERTIFICATE OF SECRETARY OF BROWN AND CALDWELL, A CALIFORNIA CORPORATION I, the undersigned, do hereby certify that: 1. I am the duly elected and acting Secretary of Brown and Caldwell, a California corporation, and am keeper of the corporate records and seal of said corporation. 2. At the annual meeting of the Board of Directors on February 4, 2011, the following resolution was adopted: RESOLVED that all Brown and Caldwell officers currendy appointed to serve are ratified and authorized to continue ·to hold their offices at the pleasure of the Board of Directors of this corporation until the next annual meeting of the Board of Directors of this corporation or until their respective successors are elected or qualified, or until' their earlier resignation. A listing of current company officers is attached. BE IT FURTHER RESOLVED that all Brown and Caldwell officers listed are authorized to financially commit the corporation in accordance with the Company procedures and policies within their respective area of responsibility or as stated in the Bylaws. 3. Nicolas Kanetis is a Vice President of Brown and Caldwell, is so identified in the February 4, 2011, resolution referenced above, and in that capacity is duly authorized to financially commit the corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of the Corporation this 6th day of June, 2011. SIGNED: ~D~~ ROBERT D. GOODSON, Secretary (SEAL) PWENG643 AMENDMENT NO. 3 TO AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES FOR THE DESIGN OF THE VISTA/CARLSBAD INTERCEPTOR SEWER, REACHES 11B-15, AND THE AGUA HEDIONDA SEWER LIFT STATION (BROWN AND CALDWELL) his Amendment No. 3 is entered into and effective as of the oa3 rt/ day of -~~"'-W~=-=::::::::.:;¥=-• 201-l-, amending the agreement dated June 10, 2008 (the "Agreement") by an between the City of Carlsbad, a municipal corporation, ("City"), and BROWN AND CALDWELL, a private employee owned company, ("Contractor") (collectively, the "Parties") for professional engineering services for the design of the Vista/Carlsbad Interceptor Sewer, Reaches 11B-15 and theAgua Hedionda Sewer Lift Station. RECITALS A. On November 30, 2009, the Parties executed Amendment No. 1 to the Agreement to provide additional engineering studies and design services; and B. On May 28, 2010, the Parties executed Amendment No. 2 to the Agreement to extend it for one additional year; and C. The Parties desire to alter the Agreement's scope of work to provide additional design services, permit assistance and environmental surveys; and D. The Parties have negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated by this reference as Exhibit "A", Scope of Services and Fee. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. In addition to those services contained in the Agreement, as may have been amended from time to time, Contractor will provide those services described in Exhibit "A". 2. City will pay Contractor for all work associated with those services described in Exhibit "A" on a time and materials basis not-to-exceed four hundred ninety one thousand sixty seven dollars ($491 ,067). ContraCtor will provide City, on a monthly basis, copies of invoices sufficiently detailed to include hours performed, hourly rates, and related activities and costs for approval by City. 3. Contractor will complete all work described in Exhibit "A" by June 10, 2011. · 4. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 5. All requisite insurance policies to be maintained by Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. City Attorney Approved Version 09.22.10 7 City of Carlsbad Agua Hedionda Lift Station, Force Main and Interceptors VC-11 B through VC-15 AMENDMENT NO. 3 Exhibit "A" During final design for the Agua Hedionda Lift Station (AHLS) and V / C Interceptor Sewer Replacement projects for the City of Carlsbad (City), certain site conditions, additional requirements of regulatory agencies, and design changes requested by the City necessitated additional engineering services outside the original contracted scope of work and subsequent, approved Amendments No. 1 and 2. These changes have resulted in this request for additional compensation for the work performed as detailed in the following Amended Scope of Work and Additional Tasks. Table A-1 summarizes the costs associated with the additional services provided by Brown and Caldwell (BC). A more detailed cost breakdown, including labor hours and cost, subconsultant fees, and other direct costs, are set forth in Table A-2 presented at the conclusion of this Amendment request. Table A-1. Amendment No, 3 Cost Summary Task No. Description Total Cost 1.0 Project Management $33,679 3.5 Steel Bridge Corrosion Study 16,822 4.1 CEQA 79,632 5.5 Permitting 137,618 6.10 Trenchless Force Main Design 67,730 6.11 Additional Design Effort 155,586 Total Phase II Cost $491,067 The Amended Scope of Work and Additional Tasks presented below increased the design effort and associated costs to provide a complete and comprehensive set of contract documents for the 90% submittal to the City. These unique design features and the necessary attention to detail that each required exceeded the budgeted amount for the design milestone, but provide overall cost savings and value-added benefits to the City of Carlsbad, City of Vista, and other project stakeholders, including: • A reduction in constructions costs • Mitigation of risk to the Cities of Carlsbad and Vista • Improved construction sequencing • Mitigation of, or minimization of, bypass pumping • Ease of operation and maintenance Project 134967 Page 1 of& !0 Exhibit "A" • Lower energy costs over the life of the AHLS • Architectural and site aesthetics that blend with the coastal environment. AMENDED SCOPE OF WORK Task 1.1 Project Management The extension of the contract duration (13 months) increased project management services encompassing monthly project administration, invoicing, billing cycles, internal quality assurance, coordination and accounts payable to subconsultants and ongoing design efforts. Task 3.5 Steel Bridge Corrosion Study In October 2008, the City requested BC to evaluate the suitability of installing a steel truss bridge in the marine environment of the Agua Hedionda Lagoon. BC identified two suitable bridge types - a 150-foot clear span steel truss and a bow string truss bridge. The evaluation performed by BC at the request of the City included a corrosion study performed by V&A Associates and consultations with two manufactures of the pre-engineered trusses. At the request of the City, BC also conducted a preliminary life-cycle cost analysis, comparing a coated steel bridge versus a weathering steel bridge, and evaluated the expected life span of a weathering steel bridge located in a marine environment. Task 4.1 CEQA Tack 4.1.1 Expanded Environmental Survey The design team determined after the 50% design that it would be beneficial to widen the existing berm north of the lagoon in order to construct the new 54-inch sewer line. This was deemed desirable by all stakeholders because it would minimize the amount of bypass pumping that would be required. However, this additional improvement was not considered within the environmental survey conducted prior to this decision. The additional construction impact as a result of the berm widening requires that the area be surveyed to complete the CEQA document. Additional costs were incurred to conduct the expanded environmental survey. Task 4.1.2 Additional Agency Permitting Requirements During an Agency meeting with California Department of Fish and Game (CDFG), U.S. Army Corps of Engineers (USACE), U.S. Forest Service (USPS), and the Regional Water Quality Control Board (RWQCB), additional permitting requirements were identified, resulting in the following actions: • Addressing the potential impacts from the relocation of the existing 12-inch natural gas line; • Addressing Coastal Commission verbal comments in the CEQA document; • Processing NMP Authorization pursuant to Section 10 of the River and Harbors Act through the USACE; • Processing a 1600 Lake and Streambed Alteration Agreement through the CDFG; • Providing a drawing package that includes plan views of the overall project and elevations of superstructures. Task 4.1.3 Remaining CEQA Process The following tasks are anticipated for the remaining effort to complete the CEQA process. • Draft requested changes to CEQA document from Carlsbad Planning Department and SDGE. Project 134967 Page 2 of6 Exhibit "A" Amendment No. 3 • Provide additional changes requested by Planning Department to finalize document. • Draft and modify Responses to Comments for Planning Department. • Attend Planning Commission hearing and meetings with Coastal Commission Staff, Resource Agencies and others as necessary. • Process Coastal Commission CDP for area within Agua Hedionda LCP. • Strategize and represent project at Coastal Commission hearing, as necessary. • Prepare documentation to satisfy Coastal Commission special conditions and pull Coastal Commission CDP. • Prepare and process for approval DCSS Conceptual Revegetation Plan. Task 5.5 Permitting Task 5.5.1 Additional Planning Department Requirements During a meeting held with the Carlsbad Planning Department, additional permitting requirements were identified for the AHLS project that was not originally anticipated, encompassing the following: • Mapping and figure updates to the Precise Development Plan. • Specific Plan -144 amendment, including consistency analysis. • Hillside Development Permit, including slope analysis. • Special Use Permit application, including plans. • Impact Analysis of Potential Simultaneous Projects. • Project Overview Figures. • Visual Simulations. Tasks 6.10 Trenchless Force Main Design Following the force main evaluation conducted by BC in Amendment 1, the City agreed that the force main should be designed to go under the utility tunnel on the NRG property to eliminate intermittent low and high points. Because of the increased depth required to go under the utility tunnel, it was determined that it would be more cost effective and less disruptive to use Horizontal Directional Drilling (HDD) to install the force main. Jacobs Associates, under contract with BC, conducted all trenchless design for the AHLS project. The additional design effort for BC and Jacobs is as follows: Task 6.1 0.1 NRG meetings for access and utility coordination. Task 6.1 0.2 Four-geotechnical borings and soils analysis. Task.6.10.3 HDD design services: • Preparation of a technical memorandum on the trenchless construction method proposed for the force main. • Preparation of 50%, 90%, 100% and final plans and specifications for the proposed HDD force main. Additionally, the effort required to gain access to the NRG property for geotechnical investigations, as well as negotiating additional easements, required numerous meetings and telephone calls to coordinate these activities. Project 134967 Page 3 of6 IL Task 6.11 Additional Design Effort Exhibit "A" Amendment No. 3 The following tasks incurred additional labor effort above our original estimated effort due to design enhancements, energy savings, and incorporation of value engineering comments/suggestions by project stakeholders. These items entailed an additional, unanticipated design effort that resulted in the following benefits to the City and stakeholders: • Reduced operation and maintenance costs. • Improved energy efficiency. • Mitigation of risk during construction. • Lower construction costs. Task 6.11.1. Design of Terminus Structure at Encina Water Pollution Control Facility-The 50% design level revealed the significant deterioration of this vital structure that receives sewage flows from the V /C Interceptor and the Occidental Sewers. The design team took an innovative approach that mitigates construction risk and allows removal of this structure with minimal bypass pumping. The design intent also provides a new structure to accept all the incoming flows to the Encina facility and eventually replaces the existing aging structure. Task 6.11.2. Grading Revisions at the AHLS Site -Responding to 50% design comments from the stakeholders, grading changes were made to the AHLS site to minimize retaining wall height, lower the pump station profile on the site, and improve the aesthetic appeal of the facility while still maintaining site access. This change reduced the extended shaft length of the pumps to the motors. The grading improvements will reduce construction costs, but required extensive redesign of the site grading to incorporate the changed elevations. Task 6.11.3. Removal of External Force Main Metering Vault/Force Main Discharge Relocation - The pump room orientation and metering location were extensively re-designed after the 50% design review to incorporate removal of the deep, external metering vault and bring the force main electro-magnetic flow meter inside the main structure. These improvements will enhance future operation and maintenance of the AHLS. Task 6.11.4. Intermediate Mezzanine Deck Removal/Motor Room Deck Openings/Underhung Bearings -The decision to remove the intermediate mezzanine level improves equipment access and lowers construction cost and complexity. This change resulted in the additional design of large grated openings to accommodate, equipment removal, increased structural design to transmit and carry loads through the structure, and special detailing to the underhung bearing assembly to allow operator disassembly and unrestricted maintenance access. Task 6.11.5. Lift Pump Discharge Channel Removai/Eductor Assembly -This design enhancement resulted from stakeholder input at the 50% design level to eliminate any confined space entry on the lift side of the AHLS. The same inherent features were maintained in individual pump discharge and elimination of discharge check valves. An energy-saving design using dedicated eductors on the discharge of each lift pump discharge, as well as dedicated flow meters, was crafted with operator maintenance concerns in mind. Project 134967 Page 4 of& (3 Exhibit "A" Amendment No. 3 Task 6.11.6. Incorporation of Reclaimed Water at AHLS Site -This design concept uses reclaimed water for significant non-potable uses on the site and avoids the use of reclaimed water within the pump station, thus avoiding an expensive dual plumbed structure. Dedicated reduced pressure principle backflow preventers were provided to allow the City to use the reclaimed water for bioftlter irrigation and humidification, eductors for the lift pumps, and landscape irrigation. Utilizing reclaimed water also eliminates a separate air gap system and associated maintenance concerns within the lift station. The design enhancements incorporate the City's commitment to sustainability through the future use of reclaimed water at this facility. Task 6.11.7. 54-inch Gravity Sewer Relocation (North of New Bridge)-This significant redesign effort after the 50% submittal benefits the City and stakeholders in the sequencing/phasing of construction activities by minimizing bypass pumping of sewage during piping transitions. By realigning the new 54-inch sewer to the west of the existing 42-inch sewer, along with extensive regrading of this area and phasing the bridge package, the transfer of sewage to the new pipeline segments will be achieved with minimal bypass pumping, thus reducing risk to the Contractor and City. This benefit will translate into reduced construction cost by detailed, sequenced phasing of pipeline construction milestones. Task 6.11.8. Temporary 42-inch Bypass Structure (South of New Bridge) -Similar to the 54-inch realignment, design efforts related to this structure south of the new bridge were critical to phasing the work, coordination between the three different construction packages, and the seamless transition of sewage flows to the new system. This design enhancement benefits the City by providing clear direction to the Contractors for the bridge and lift station, sequencing the transfer of flows, and minimizing bypass pumping. This results in reduced risk to the overall project in the phasing and sequencing of construction. Task 6.11.9. 42-inch Diversion Junction Structure (South of New Station) -Similar to the above temporary 42-inch bypass connection, this structure allows construction with minimum flow disruption in the existing 42-inch sewer and minimizes bypass pumptng. Task 6.11.10. 54-inch Diversion Junction Structure and Bypass Connection (South of Palomar Airport Road) -The connection to the existing 42-inch sewer south of Palomar Airport Road is similar to the previous junction structures. Design of the structure was necessary due to the inability to parallel the new 54-inch sewer east of the existing 42-inch sewer. Thus, the flow from the 42-inch sewer is intercepted north of the treatment plant, minimizing the interference and size of the new structure identified in Task 6.11.1. The diversion structure also allows construction with minimum flow disruption in the existing 42-inch sewer. The following additional tasks are in addition to the negotiated and agreed upon scope of work and were required as a consequence of the iterative nature of design, such as: • Unforeseen design refinements due to changed conditions that were not evident, nor could have been anticipated at the onset of design efforts. • Necessary redesign in order to reduce construction costs and avoid utility conflicts. • Evident improvements that improve water quality and site drainage as a result of recent changes to storm water quality regulations. Project 134967 Page 5 of6 Exhibit "A" Amendment No. 3 • Extensive coordination with project stakeholders and landowners. Task 6.11.11. Site and Surface Water Quality Improvements -BC incorporated the Ia test regulatory requirements for the foUowing increased civil, site, and stormwatet plans and specifications: • Standard Stormwater Urban Management Plan (SUSMP) -the latest regulations, incorporation of comments from the City of Carlsbad Planning Department, and CEQA requirements necessitated an extensive design effort to implement the changes to meet the. latest surface runoff requirements. • Inilltration Basin Design -Incorporation of this new design feature required extensive design and site grading to the design AHLS site. Task 6.11.12. NRG 9-foot Diameter Utility Tunnel-1bis unforeseen utility conflict had far reaching implications that impacted the following: • Pipeline alignment • Revisions to final elevations of the lift station • Wet weU and drain line elevations • Selection of pipeline construction method' A mid-span intercept horizontal directional drill construction method was selected to assure adequate clearances were maintained beneath this existing structure as well as to maintain necessary grades and other utility conflicts. Thls tncreased the complexity of the design of the pipelines south of the AHI.S. Task 6.11.13. Coordination with the Poseidon 54-Inch Desalination Pipeline -Crossing of this major transmission line from the planned Pose.tdon project required extensive redesign of the AHLS force main due to a conflict within the City easement on the Western Development property north of Cannon Road. Task &.11.14. NRG Coordination Effort and Acquisition of Additional Property for the AHLS Site -Extensive coordination with NRG was required to enlarge the AHLS site, provide the necessary space to aesthetically blend the AHI.S structures into the property, and ensure adequate site access for City and Encina Wastewater Authority maintenance vehicles. Task 6.11.15. Coordination with Sempra UUiltles -Location of the bridge abutments and construction phasing required extensive coordination with Sempra to mitigate the conflicts with the 12-inch high-pressure gas line. Pnljed 134967 Pagel of I / ,, CERTIFICATE OF SECRETARY OF BROWN AND CALDWELL, A CALIFORNIA CORPORATION I, the undersigned, do hereby certify that 1. I am the duly elected and acting Secretary of Brown and Caldwell, a California corporation, and am keeper of the corporate records and seal of said corporation. 2. At the annual meeting of the Board of Directors on Februru:y 5, 2010, the following resolution was adopted: RESOLVED that all Brown and Caldwell officers currently appointed to sen•c ate ratified and authorized to continue to hold their offices at the pleasure of the Board of Directors of tllis corporation w1til the next annual meeting of the Board of Directors of tllis c01poration or until tl1eir respective successors are elected or qualified, or until their ea.dier resignation. A listing of current company officers is attached. BE IT FURTHER RESOLVED that all Brown and Caldwell officers listed are authorized to financially commit the. corporation in accordance witl1 the Company procedures and policies within their respective area of responsibility or as stated in the Bylaws. 3. Marc G. Damikolas is a Yicc President of Brown and Caldwell, is so identified in the February 5, 2010, resolution referenced above, and in tl1at capacity is duly authorized to financially conunit the corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of the COlpOiation tl:Us 16th day of September, 2010. SIGNED: /Uuf ;2/?u/ls ROBERT D. GOODSO~ •. Secretary (SEAL) PWENG643 AMENDMENT NO. 2 TO EXTEND THE AGREEMENT FOR PROFESSIONAL SERVICES FOR THE DESIGN OF THE VISTA/CARLSBAD INTERCEPTOR SEWER, REACHES 11B-15, AND THE AGUA HEDIONDA SEWER LIFT STATION (BROWN AND CALDWELL) ~ ... ~ ~mendment No. 2 is entered into and effective as of the , i5 day of ~ , 201!2_, extending the agreement dated June 10, 2008 (the "Agreemenf)by and between the City of Carlsbad, a municipal corporation, ("City"), and BROWN AND CALDWELL, a private employee owned company, ("Contractor'') (collectively, the "Parties") for engineering services for the design of the Vista/Carlsbad Interceptor Sewer, Reaches 11B-15 and theAgua Hedionda Sewer Lift Station. RECITALS A. On November 30, 2009, the Parties executed Amendment No. 1 to the Agreement to provide additional engineering studies and design services; and B. The Parties desire to extend the Agreement for a period of one (1) year. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. The Agreement, as may have been amended from time to time, is hereby extended for a period of one (1) year ending on June 10, 2011. 2. All other provisions of the Agreement, as may have been amended from time to time, shall remain in full force and effect. 3. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, shall include coverage for this Amendment. City Attorney Approved Version #05.22.01 1 CERTIFICATE OF SECRETARY OF BROWN AND CALDWELL, A CALIFORNIA CORPORATION I, the undersigned, do hereby certify that: 1. I am the duiy elected and acting Secretary of Brown and Caldwell, a California corporation, and am keeper of the corporate records and seal of said corporation. 2. At the annual meeting of the Board of Directors on February 5, 2010, the following resolution was adopted: RESOLVED that all Brown and Caldwell officers currendy appointed to serve are ratified and authorized to continue to hold their offices at the pleasure of the Board of Directors of this corporation until the next annual meeting of the Board of Directors of this corporation or until their respective successors are elected or qualified, or until their earlier resignation. A listing of current company officers is attached. BE IT FURTHER RESOLVED that all Brown and Caldwell officers listed are authorized to financially commit the corporation in accordance with the Company procedures and policies within their respective area of responsibility or as stated in the Bylaws. 3. Michael W. Nienberg is a Vice President of Brown and Caldwell, is so identified in the February 5, 2010, resolution referenced above, and in that capacity is duiy authorized to financially commit the corporation. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of the Corporation this 3'd day of March, 2010. (' SIGNED: 2~4~------ROBERT S. LEICHTNER, Secretary (SEAL) ________________ ____;A..;;;.m;:.;..end=ment 006 -Additional Engineering Support and Final Design Services Attachment A: Detailed Fee Proposal for Amendment No. 006 Brown ... .c Caldwell A -----------------A~m=en=dm;;.:.en=t006-Additional Engineering Support and Final Design Services Attachment B: R2H Proposal for Structural Design Updates Brown AI~ Caldwell 8 • R2H Engineering, Inc. February 16, 2012 Mr. Nicholas Boswell Brown and Caldwell 9665 Chesapeake Drive Suite 201 San Diego, CA 92123 Re: Agua Hedionda -Bridge Changes R2H Project No: 08052 01 -Revised Dear Mr. Boswell: R2H Engineering is pleased to submit this proposal for the changes required on the Agua Hedionda project. Please review this entire document carefully to ensure a common understanding of our scope of services. Note that there are a number of conditions specific to this project. PROJECT DESCRIPTION It is our understanding the changes required for the referenced project consists of the modifications required on the structural engineering and design for the pedestrian overpass. We expect the required modifications can generally be described as follows: Task 1 Task 2 • Incorporate new grading plan, provided by others. as a background on the structural drawings. This new grading plan lowers the cover over the burled pipe by 2'-0". • Add a new 16" sleeve to accept a 12' water line Location of the line shall be provided by others, this modification is for the placement of the sleeve only. • Verification of ability of existing sleeve to accept 6" line. Modify as required. • Update elevations on the pedestrian bridge. Modify structural sheets as necessary to represent the new bridge deck height, including changes to retaining wall lengths and heights, utilizing retaining walls as previously calculated and designed. • If requested, redesign retaining walls providing updated calculations for the new shorter walls. Modifications are not expected to require changes to the original design of the abutment or bridge. Modifications or changes requiring structural engineering design changes to the abutment or bridge are not part of th1s proposal. SCOPE OF SERVICES Our basic scope of services was developed based on our conversations with Brown and Caldwell. R2H wlll provide services as follows: 1 71 50 VIa del Campo, SUite 306 San Olego. CA 92127 858.673.8416 tel 858.673.8418 lax Las Vegas, NV Salt Lake City, UT Idaho Falls, 10 ).\ ____________ Amendment 006 -Additional Engineering Support and Final Design Services Attachment C: BC Scope of Work for Construction Soil Management, Dewatering and Community Safety Plan Brown'"'~catdwell c AGUA HEDIONDA LAGOON LIFT STATION AND FORCE MAIN SOIL MANAGEMENT AND DEWATERING PLAN SCOPE OF WORK Project Understanding The Aqua Hectionda Lift Station project involves construction of a new 33-mgd sewer lift station, 1.5 miles of 54-inch gravity sewer, and 4,000 feet (HDD construction) of 36-inch force main needed to upgrade the ex.isting lift station and conveyance system. As part of the preliminary design assessment for the project, several soil samples were collected from geotechnkal soil borings for environmental testing. Attached to this scope of work are figures that show the locations of the borings completed for the project. In adctition, samples were collected from shallow groundwater to determine potential impacts from groundwater on dewatering options. Results from this sampling were presented in the E11vironnte11lal Soil a11d GrotmdJJiater SampliNg Report developed by Ninyo & Moore.1 The following findings were found from the investigation: • Boring B-6 located within the footprint of the proposed lift station showed non- detect or low concentrations for all of the analytes with the exception of organo- chlorine pestiddes (endosulfan I, endosulfan II and 4,4- dichlorodiphenyltrichloroethene lDDTJ), with DDT concentrations detected above the United States Environmental Protection Agency (U.S. EPA) regional screening levels for both residential and industrial land uses. • Total petroleum hrdrocarbons (fPH) were detected in samples B-7 and B-20 at depths of 36 and 5 feet below the ground surface (bgs), respectively. • Groundwater samples collected from B-14 and B-18 had detections ofTPH, and B- 18 had detections of volatile organic compounds (VOCs). Soil and groundwater removed dudng grading and dewatering could contain contaminants above screening levels or permitted concentrations. Thus soil and groundwater may need to be properly re-used or removed for proper disposal disposed in accordance with applicable regulations. To allow for management of the potentially impacted soil and groundwater, Brown and Caldwell will develop a Soil and Groundwater Management Plan (SGMP) and associated community health and safety plan (CHSP). The following scope of work (SOW) presents the detail of the SGMP. Soil and Groundwater Management Plan The SGMP will be developed to allow for the proper assessment and disposal of soil and groundwater, as to be in accordance with applicable laws and regulations, and to help prevent costl} downtime during grading or pipeline installation. The SGMP will follow and address the project CEQA mitigation requirements identified for the project. The three components of the plan, CHSP, soil management plan and groundwater management plan, are described further in the following sections of this scope of work. It should be noted that it rna}' be appropriate to get regulatory approval of this plan, such as through a Voluntary Assistance Program (V AP) case through the San D1ego County Department of Environmental Health, espedally in the event that removal of significantly 1 Ninyo & Moore, 2009. Environmental Soil and Groundwater Sampling, Agua l ted1onda Lift Station lind force Main, Carlsbad, California. August. impacted soil occurs prior to the grading. Cb/111/JIIili!Jt F-1 et!llb o11d S'!fc!J' Plu11 During removal of impacted soil a CHSP will be required. The CHSP will be prepared in accordance with Section 4, IV of the San Diego County Department of Environmental Health Site Assessment and Mitigation (SAM) Manual. The plan wiU include a site description and maps, hazard analysis, potential monitoring equipment, control measures, emergency planning, and a public notification program. It should be not.ed that a Site Specific Health and Safety Plan (SSHP) will not be developed as part of this scope of work. A SSHP should be developed by the contractor who is performing the work, so that it meets their specific company requirements and be representative of potential project personnel. The requirement of the SSHP wjlJ be presented in the final SGMP and should be relayed to future contractors. Soil Mollogelltelll The soil management plan wm be based on the assumption that the locations planned for soil reuse or disposal will be identified by the Contractor and agreed to by the Owner prior to excavation. The soil management plan will focus on three areas: • Further assessment of impacts (i.e. additional soil borings and analytical testtng); • Details and regulations for removal of soil and confirmation sampling if testing indicates that "hot spots" are present that need to go to a landfill; and • A discussion of disposal options for remaining soil (if •'hot spot'' excavation is performed). These options will be presented, but will ultimately have to be based on the results of the additional testing; The disposal options that include potential soil re-use will include identification of associated Jaws and regulations, and have a general summary of associated requirements. The regulations are stringent and based on use of the soil in areas of industrial use or beneath roads or other non-residential features, so a suitable location for the placement of this soil will be identified and presented in the SGMP. The SGMP will be prepared in accordance with the County of San Diego Department of Environmental Health's Site Assessment and Mitigation Manual, RWQCB guidelines, and the standard of care of the industry. For uncontaminated groundwater encountered during construction dewatering, groundwater will be tested and discharged to the local sewer system for treatment per Encina's existing NPDES permit requirements. To address disposal options for potentially contaminated groundwater, the SGMP will identify the governing regulations, testing requirements and disposal options based on the results of additional testing to be completed by the Contractor and needed for disposal of contaminated groundwater encountered during construction dewatering. Results of the preliminary groundwater sampling completed by Ninyo and Moore indicate potential containments jn the soil and/ or groundwater observed at the following project locations: A. At the lift station site B. At Avenida Encinas road just south of Palomar Airport road C. At Avenida Encinas road just south of Cannon road D. At Avenida Encinas road 400-500 feet north of Palomar Airport road Boswell, Nicholas From: Sent: To: SubJect: Attachments: Nick, See attached. Andrew Karydes SDE,Inc. 0 Andy Karydes [akarydes@sdeinc.com] Thursday, July 28, 2011 3:24 PM Boswell, Nicholas AHLS topo limits Limlts.kmz 1 0 PWENG643 AMENDMENT NO. 1 TO AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES FOR THE DESIGN OF THE VISTA/CARLSBAD INTERCEPTOR SEWER, REACHES 118-15, AND THE AGUA HEDIONDA SEWER LIFT STATION (BROWN AND CALDWELL) l --"'"' This Am~nt No.1 ~ entered into and effective as of the ~ cfC-day of 7/ rJ tJ.t Pl , 200~, amending the agreement dated June 10, 2008 (the "Agreement") by and between the City of Carlsbad, a municipal corporation, ("City"}, and BROWN AND CALDWELL, a private employee owned company (collectively, the ~Parties~) for professional engineering services for the design of the Vista/Carlsbad Interceptor Sewer, Reaches 11 BM 15 and the Agua Hedoinda Sewer Lift Station. RECITALS A. The Parties desire to alter the Agreement's scope of work to provide additional design services, permit assistance and environmental surveys; and B. The Parties havE:* negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated by this reference as Exhibit "A", Scope of Services and Fee. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. In addition to those services contained in the Agreement, as may have been amended from time to time, Contractor will provide those services described in Exhibit "A". 2. City will pay Contractor for all work associated with those services described in Exhibit "A" on a time and materials basis not-to-exceed ninety eight thousand two hundred thirty dollars ($98,230). Contractor will provide City, on a monthly basis, copies of invoices sufficiently detailed to include hours performed, hourly rates, and related activities and costs for approval by City. 3. Contractor will complete all work described In Exhibit "A" by June 10, 2010. 4. All other provisions of the Agreement, as may have been amended from time to time, will remain in full force and effect. 5. All requisite insurance policies to be maintained by Contractor pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. City Attorney Approved Version #05 22 01 SCOPE OF WORK Exhibit "A" Amendment I Agua Hedionda Lift Station, Force Main and Interceptors VC-118 through VC-15 Task 6.6-Separation of Construction Packages The origtnal scope of work included the design of a single bid package for the entire project. In December of2009, the City requested that Brown and Caldwell (BC) revise the project to include three construction contracts; Vism / Carlsbad Interceptor Sewer and Lagoon Bridge Replacement (Reach VCllb), Agua Hedionda Sewer Lift Station & Force Main Replacement (Reach VC12 & VC13) and Vista/ Carlsbad Interceptor Relief Sewer in Avenida Encinas (Reach VC14 & VClS). For all three packages bid support services are included. In the attached fee estimate under Phase II Task 6. 7, and Phase Til Task 1.1 are the additional costs associated for this effort. Tasks 6.7 and 3.1.3-Extended Trenchless Force Main Evaluation During the preliminaty design phase, the City and NRG Energy were in the process of resolving issues related to future site development proposed by NRG. lbis restricted BCs ability to obtain existing utility information from NRG. At the time utility information within the Cabrillo Power Plant propcrty was limited to public records. During the preliminary design for the proposed sewer force main, an existing 9-feet diameter tunnel was identified within the Cabrillo tank farm. The tunnel crosses the force main profile mid span of the proposed alignment. The City requested that BC further evaluate additional options and profiles for crossing the tunnel and amend the design to avoid the tunnel. Included in the attached fee estimate under Tasks 6.7 and 3.1.3 are the additional potholing and ttenchless investigation associated with this effort. Task 6.8-Prepare Fuel CeU Technical Memorandum The City of Carlsbad requested that BC evaluate the use of a fuel cell as parr of an alternative source of primary power to operate the new lift station. BC evaluated the potential of using this form of technology and provided the City with a Technical Memorandum of the findings. Included in the attached fee estimate under Tasks 6.8 is the additional cost of the evaluation. Task 6.9-Gas Line Relocation Design During discussions with NCTD about alternative locations for the new lagoon bridge, one thing remained consistent; the bridge could be no further west than the existing. BC investigated the potential of locating the new bridge east of the existing, within the alignment of the existing 12-inch HPG line. During the development of the Preliminary Design Report this was not option; Sempra Utility would not allow the pipeline to be out of service for an extended duration. However when this topic was revisited a year later with Sempra, the utility had recently constructed a new ~W-inch transmission line. The new pipeline was planned to be fully online prior to the construction of the new bridge. This would reduce the reliance in the 12-inch HPG line in conflict with the new lagoon bridge. The City requested BC to design and coordinate with Sempra the relocation of the segment of gas line in conflict with the bridge. Included in the attached fee estimate under Task 6.9 is the additional design fee associated with this effort. AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES FOR THE DESIGN OF THE VISTA/CARLSBAD INTERCEPTOR SEWER, REACHES 11B-15, AND THE AGUA HEDIONDA SEWER LIFT STATION (BROWN AND CALDWELL) THIS AGREEMENT is made and entered into as of the j(J'*l day of -"""'7""f-...........,'-'--=---' 20~, by and between the CITY OF CARLSBAD, a municipal cor ation, ("City"), and BROWN AND CALDWELL, a private employee owned company, ("Contractor"). RECITALS A. City requires the professional services of a consultant engineer that is experienced in the final design of wastewater collection and conveyance systems, environmental compliance and resource agency permitting. B. Contractor has the necessary experience in providing professional services and advice related to the design of wastewater collection and conveyance systems. C. Selection of Contractor is expected to achieve the desired results in an expedited fashion. D. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City 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 profe.ssional 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 City Manager may amend the Agreement to extend it for two (2) additional one (1) year periods or parts. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. City Attorney Approved Version #11.28.06 1 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be a not-to-exceed fee of two million three hundred eighty two thousand two hundred eighty one dollars ($2,382,281) paid on a time and material basis. No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. The City reserves the right to withhold a ten percent (10%) retention until City 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 City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City 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 City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City 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 City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City 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 City. 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 City. City Attorney Approved Version #11.28.06 2 8. OTHER CONTRACTORS The City 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 by any negligence, recklessness, or willful misconduct 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 obta1n 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 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless City Attorney or City 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. City, 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. 1 0.1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 1 0.1.3 Workers' Compensation and Employer'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 City's satisfaction, a declaration stating this. City Attorney Approved Version #11.28.06 3 1 0.1.4 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. 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 Liability. The City will be named as an additional insured on General 1 0.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 1 0.2.3 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 City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City 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 City to obtain or maintain insurance and City 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. City 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. 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 City 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. City Attorney Approved Version #11.28.06 4 q 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. 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 City. 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 City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City: Name Terry L. Smith Title Senior Civil Engineer Dept Engineering CITY OF CARLSBAD Address 1635 Faraday Avenue Carlsbad, CA 92008 Phone No. (760) 602-2765 For Contractor: Name Ray Fakhoury Title Executive Engineer BROWN AND CALDWELL Address 9665 Chesapeake Drive, Ste. 201 San Diego, CA 92123 Phone No. (858) 514-8822 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 City will evaluate Contractor's duties pursuant to this Agreement to determine whether disclosure under the Political Reform Act and City'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 City Clerk those schedules specified by City and contained in the Statement of Economic Interests Form 700. 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 City an affidavit disclosing this interest. City Attorney Approved Version #11.28.06 5 /0 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 City 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 (1 0) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City 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 City 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. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City 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 City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City 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 City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. 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. City will make the final determination as to the portions of tasks completed and the compensation to be made. City Attorney Approved Version #11.28.06 6 ( ( 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, City 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 City 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 City, 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 City 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 City to terminate this Agreement. 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 City 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 City, 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. City Attorney Approved Version #11.28.06 7 FEE SUMMARY BY MAJOR TASK LABOR DIRECT TOTAL TASK OESCRJPTION COST SUBCONSULTANTS(1) COSTS (2) COST PHASE II Task 1 -Project Management $110,145 $0 $17,350 $127 495 Task 2 -Site Coordination $43,080 $0 $400 $43,480 Task 3 -Investigations $32,258 $218,700 $1,450 $274,278 Task 4-CEQA Compliance $21,864 $41,000 $850 $67,814 Task 5-Permitting $56,768 $30,500 $2,050 $92,368 Task 6 -Prepare Contract Documents (incl. QA/QC) $1,312,169 $381,450 $11,900 $1,743,664 TOTAL ALL TASKS-PHASE II $1 576.284 $671,650 $34,000 $2,349,099 PHASE Ill Task 1 -Bid Phase Services $26,892 $4,536 $1,300 $33,182 TOTAL ALL TASKS PHASE II & PHASE Ill $1 603176 $676,186 $35,300 $2,382 281 (1) Subconsultants fees includes Brown and Caldwell's 10% standard Markup. (2) Direct Costs consist of mileage to/from meetings, and reproduction costs for reports, bluelines, mylars. BROWN AND CALDWELl.. Team Member Ray F akhoury Mike Anderson Doug McCartney Steve Davidson Jim Schettler Garr Jones Charles Joyce Farrukh Mazhar Chris Herencia Ed Matthews Kevin Calderwood Ron Ross Victor Occiano Nick Boswell James Bartlett Frank Shadan Erik Lozano Tori Herencia Tammy Burgoa City of Carlsbad Agua Hedionda Lift Station Final Design Schedule of Hourly Billing Rates 2008/2009* Classification PROJECT MANAGEMENT Executive Engineer QUALITY ASSURANCE I QUALITY CONTROL Chief Engineer Supervising Engineer Supervising Engineer Managing Engineer TECHNICAL ADVISORS Vice President Vice President~ Infrastructure Vice President DESIGN TEAM Supervising Engineer Managing Engineer Supervising Engineer Senior Engineer Managing Engineer Senior Engineer Chief Engineer Supervising Engineer (Electrical) Engineer III (Instrumentation) Senior Designer Senior Drafter SUPPORT STAFF Hourly Billing Rate $226 $243 $195 $195 $226 $243 $243 $243 $195 $226 $195 $169 $226 $169 $243 $195 $148 $139 $110 POLICY NUMBER: GEC 0025903 COMMERCIAL GENERAL LIABILITY CG 2010 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED ···OWNERS, LESSEES OR CONTRACTORS --SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Name of Additional Insured Persoo(s) or Organization(s): ANY PERSON OR ORGANIZATION THAT YOU ARE REQUIRED TN A WRI1TEN CONTRACT OR AGREEMENT TO INCLUDE AS AN ADDITIONAL INSURED, PROVIDED THE "BODILY INJURY" OR ''PROPERTY DAMAGE" OCCURS SUBSEQUENT TO THE EXECUTION OF THE WRITTEN CONTRACT OR AGREEMENT SCHEDULE Location(s) of Covered Operations Various· as required by written contract (Information required to complete this Schedule, if not shown above, will be shown in the Declarations.) A. Section II· Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions~ or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional msured(s) at the location(s) designated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations bas been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 201007 04 Miscellaneous Attachment M541 24 Certificate ID : 3588024 Copyright, ISO Properties, Inc., 2004 POLICY NUMBER: GEC 0025903 COMMERCIAL GENERAL LIABILITY CG 20100704 THIS ENDORSEMENT CHANGES THE POLLCY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED ---OWNERS, LESSEES OR CONTRACTORS --SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Name of Additional Insured Person{s) or Organization{s): ANY PERSON OR ORGANIZATION THAT YOU ARE REQUIRED fN A WRJTTEN CONTRACT OR AGREEMENT TO INCLUDE AS AN ADDITIONAL INSURED, PROVIDED THE "BODILY INJURY" OR "PROPERTY DAMAGE" OCCURS SUBSEQUENT TO THE EXECUTION OF THE WRITTEN CONTRACT OR AGREEMENT SCHEDULE Location(s) of Covered Operations Various-as required by written contract (lnfonnation required to complete this Schedule, if not shown above, will be shown in the Declarations.) A. Section II-Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury". "property damage" or "personal and advertising injury" caused, in whole or in part, by: I. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: I. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20100704 Miscellaneous Allllehmcm M54l2~ Cc"ificalc 10; 2240667 Copyright, ISO ProperUes, Inc., 2004 POLICY NUMBER: GEC 0026903 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED· OWNERS, LESSEES OR CONTRACTORS COMPLETED OPERATIONS This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Person(s) or Organlzation(s): Location And Description of Completed Operations: ANY PERSON OR ORGANIZATION THAT YOU ARE Vanous ·as required by written contract REQUIRED IN A WRITIEN CONTRACT OR AGREEMENT TO INCLUDE AS AN ADDITIONAL INSURED, PROVIDED THE "BODILY INJURY" OR "PROPERTY DAMAGE" OCCURS SUBSEQUENT TO THE EXECUTION OF THE WRITIEN CONTRACT OR AGREEMENT. SUCH INSURANCE AS IS AFFORDED TO THE ADDITIONAL INSURED SHALL BE PRIMARY AND NON-CONTRIBUTORY. Information required to complete this Schedule, if not shown above will be shown in the Declarations. Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown In the Schedule. but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products- completed operations hazard". CG 20 37 0704 Mis~llono:ous Attachment MS 1361 Certific~te JD 2240667 Copyright, ISO Properties, Inc., 2004 Page.1 of 1