Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Infrastructure Engineering Corporation; 2018-11-28; PSA19-603CA
PSA19-603CA General Counsel Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 4 PROJECT NO. 50551 This fourth Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between Infrastructure Engineering Corporation, a California corporation ("Contractor") and the Carlsbad Municipal Water District, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad, referred to as ("CMWD"), dated November 28, 2018, (the “Agreement”), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide water and recycled water engineering services in accordance with the City of Carlsbad Engineering Standards, 2016 Edition, the Standard Specifications for Public Works Construction, 2018 Edition and the supplements thereto as published by the “Green Book” Committee of Public Works Standards and the proposal dated June, 5,2020, (“proposal”), attached as Appendix "A" for Water and Recycled Water Engineering Services, (the “Project"). The Project services shall include design services. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the Executive Manager or General Manager and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within ten (10) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within one (1) year thereafter. Working days are defined in section 6-7.2 "Working Day" of the Standard Specifications for Public Works Construction (Green Book). In no event shall Contractor work beyond the term or authorized compensation of the Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on calendar days. Appendix "A", attached, prepared by Contractor and reviewed by CMWD, shows the parties’ intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix “A”, will be performed by the Contractor only upon authorization of CMWD through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix “A”, then the Contractor shall only invoice CMWD for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $92,173. DocuSign Envelope ID: BA0E97AC-CCA6-4484-8349-4A99A2EEAF51 July 1, 2020 PSA19-603CA General Counsel Approved Version 7/19/17 2 4. PREVAILING WAGE RATES Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// DocuSign Envelope ID: BA0E97AC-CCA6-4484-8349-4A99A2EEAF51 PSA19-603CA General Counsel Approved Version 7/19/17 3 TABLE 1 FEE ALLOTMENT DESIGN SERVICES TASK GROUP TIME & MATERIALS TASK 1 – Project Management $3,660 TASK 2 – Survey, Mapping & Right of Way $18,470 TASK 3 – Field Reconnaissance & Data Collection $28,118 TASK 4 – Preliminary Design Memo & 50% Plans $16,170 TASK 5 – Construction Drawings & Specifications $25,755 TOTAL (Not-to-Exceed) $92,173 CONTRACTOR Infrastructure Engineering Corporation Infrastructure Engineering Corporation (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) Robert Weber, President Vicki Shaw, Secretary (print name/title) (print name/title) rweber@iecorporation vshaw@iecorporation (e-mail address) (e-mail address) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, president or vice-president Column 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. CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad By: ___________________________________ Date: _________________________ Geoff Patnoe, Assistant Executive Manager APPROVED AS TO FORM: CELIA A. BREWER, General Counsel BY: _____________________________ Assistant General Counsel DocuSign Envelope ID: BA0E97AC-CCA6-4484-8349-4A99A2EEAF51 July 1, 2020 APPENDIX "A" SCOPE OF SERVICES DocuSign Envelope ID: BA0E97AC-CCA6-4484-8349-4A99A2EEAF51 06-05-20 APPENDIX "A" SCOPE OF SERVICES Background The City of Carlsbad and Carlsbad Municipal Water District (CMWD) are engaging Infrastructure Engineering Corporation (IEC) to provide professional engineering services for design of the Palomar Airport Waterline Realignment Project (the Project) located on the County of San Diego (County) McClellan-Palomar Airport (Airport) site. The Project will generally be designed based on the Alternative 1 described in the Palomar Airport Waterline Realignment Study – Technical Memorandum (dated April 20, 2020 prepared by IEC) and will generally consist of approximately 1,500 feet of 10” PVC potable water pipeline segments as follows: •Segment A&B: 850 LF along Aircraft Rd and adjacent to Building 2186 (Alternative 1) •Segment C: 350 LF between Buildings 2026 and 2036•Segment D: 300 LF across airport entrance road and between Buildings 2208 and 2210 •Replacement of landscaping and irrigation system impacted by pipeline construction: south of and adjacent to Building 2188, west end of Segment C, and west end of Segment D. IEC will provide right of way services for easements and quitclaims, prepare final plans, technical specifications, and estimates (PS&E) for construction of the Project, and provide additional engineering support services on an as-needed basis. The overall project will be prepared as one bid package using a conventional design-bid-build delivery method. The plans, designs, specifications, estimates, calculations, and other documents furnished under this Scope of Services shall conform to applicable CMWD standards and manuals, except where noted herein. Scope of Services The following tasks will be performed by IEC unless otherwise noted. Task 1 - Project Management 1.1 Hold a teleconference Kick-off Meeting to establish communication protocol, review the project scope and schedule, and identify key technical issues. Provide agenda and meeting minutes. 1.2 Provide project management and administration for the design phase of the project including subconsultant coordination, scheduling, budgeting, progress reporting, and invoicing. Prepare and submit monthly invoices and provide a monthly project progress report that describes activities completed during the previous period, activities anticipated during the upcoming period, and any technical, budget or schedule issues that may affect the project. Task 2 – Surveying, Mapping and Right of Way 2.1 Provide survey and mapping services for the following subtasks: •Locate and field verify existing survey control points and benchmarks within and adjacent to the project limits. DocuSign Envelope ID: BA0E97AC-CCA6-4484-8349-4A99A2EEAF51 SCOPE OF SERVICES - PALOMAR AIRPORT WATERLINE REALIGNMENT PROJECT Page 2 of 6 06-05-20 • Perform field survey for detailed topography of selected areas and surface features to add detail to the CMWD-provided mapping. Survey elevations of culverts and drain pipes within the mapped area. Field survey crew will be approved for access to the Airport. • Review CMWD/County right-of-way maps and easement documents provided by CMWD to define existing easements along the pipeline corridors. Existing easements will be mapped from CMWD-provided documents. No survey ties or right-of-way analysis are included in this task. 2.2 Prepare up to one (1) permanent easement and three (3) temporary construction easements for the new pipelines, and two (2) quitclaim documents for the existing pipelines to be abandoned. Configure the boundary of each easement/quitclaim and prepare plat and legal description for each. It is assumed that all the easements and quitclaims involve one underlying owner (County of San Diego). The appropriate grant of easement or quitclaim document will be provided by CMWD and any coordination and negotiation with the County will be handled by CMWD. Task 3 - Field Reconnaissance, Data Collection, and Utility Search 3.1 Conduct a Dig-Alert utility request, and review utility maps and information provided by entities with existing, abandoned or proposed facilities in the project area. Plot utilities on base maps. Identify potential utility relocations that may be required. 3.2 Perform a site visit to review the survey and utility data, and potentially difficult construction areas. 3.3 Engage Underground Solutions to provide pothole services as a subconsultant to IEC and perform the following subtasks: • Identify locations (up to 12) for possible potholing and forward to CMWD for review. Coordinate with CMWD and County Airport staff regarding field potholing effort. • Prepare a Community Health and Safety Plan CHSP) for submission to the County of San Diego Department of Environmental Health for the potholing activities. Plan will include information describing the landfill as prepared by geotechnical firm and provided to IEC by CMWD. • Obtain a Right of Entry Permit from the County. • Conduct potholing of existing utilities using vacuum extraction technology in areas of proposed pipeline alignment where conflicting utilities may be located. Coordinate with utility agencies for Dig-Alert and utility mark-outs prior to excavations. Provide traffic control and pavement replacement using Perma-Patch or concrete. • Field survey potholed utilities to obtain coordinates and elevation data for each utility potholed. Present this information on the construction drawings. 3.4 Coordinate with geotechnical engineer (engaged by CMWD) regarding field investigation and review of results. Task 4 – Preliminary Design Submittal 4.1 Prepare a Preliminary Design Memorandum for the Project that includes: • Basis of pipeline design - pressure, surge, external loading • Recommendations for pipe selection • Corrosion control • Discussion of pipeline horizontal alignment with 50% drawings that include the proposed horizontal alignment for the pipelines, existing utilities, topography, easements, and right-of- way • Basis for other key design features DocuSign Envelope ID: BA0E97AC-CCA6-4484-8349-4A99A2EEAF51 SCOPE OF SERVICES - PALOMAR AIRPORT WATERLINE REALIGNMENT PROJECT Page 3 of 6 06-05-20 • Construction phasing plan (narrative) • Opinion of construction cost estimate • Conceptual-level description of traffic control requirements with identification of areas where construction work area will need to be restricted due to Airport requirements. • Jurisdiction of relevant government agencies and permits that will be required for the project. • Identification of additional permanent and temporary right-of-way requirements that may be needed for construction, operation, and maintenance of the pipeline and appurtenances. CMWD will provide the required pipeline diameters and system pressure requirements (operating and surge). No system hydraulic modeling or surge analyses are included in the scope of services. The design of any onsite retrofit work is not included in this scope of service. The preliminary design memorandum will be issued once, with comments generated by CMWD being incorporated into the subsequent design submittals. One PDF copy of the Preliminary Design Memorandum, including 11”x17” drawings, will be submitted to CMWD. 4.2 Meet once with CMWD and Airport staff to discuss comments on the Preliminary Design Memorandum and reach concurrence on mutually agreeable items. For any items that require further research, IEC will provide a written response and recommendation within two weeks. 4.3 Submit the 50% plans to the utility agencies that are identified from the Dig-Alert utility request as having existing, abandoned or proposed facilities in the project area. Request agency confirmation of utilities plotted on the plans. Task 5 - Construction Plans and Specifications 5.1 Prepare and deliver to CMWD project construction drawings including cover sheet, sheet index, general notes, layout, profiles, and construction details. Provide CMWD standard “full size” sheets with plan and profile drawings at 1 inch = 40 feet horizontal scale and 1 inch = 4 feet vertical scale. Sign and stamp the final construction drawings. Provide construction drawings in digital format for AutoCAD 2018 software with layers to follow CMWD standard layers format and GIS Standards. Present the utility pothole information on the construction drawings. Incorporate utility agency comments on the 50% plans into final design plans. Identify locations where relocation of other utilities may be required. If the design for utility relocations or further coordination with the utility agency(s) is required, these services can be added upon mutual written agreement. The abandonment or demolition of existing pipelines will be accomplished using notes on the plans. The CMWD will provide any mitigation measures as defined by the CEQA compliance process and IEC will include them on the plans. The construction contractor will prepare required traffic control plans per CMWD and Airport requirements. Deliver the following plan packages to CMWD: • 100% PS&E: Submit construction drawings that incorporate comments from the Preliminary Design Memorandum and 50% Drawings. Submit one set of PDF drawings. DocuSign Envelope ID: BA0E97AC-CCA6-4484-8349-4A99A2EEAF51 SCOPE OF SERVICES - PALOMAR AIRPORT WATERLINE REALIGNMENT PROJECT Page 4 of 6 06-05-20 • Final PS&E: Submit construction drawings that incorporate comments from the 100% Design Submittal. Provide one set of PDF drawings, and the CADD drawing files used to generate plots. 5.2 Prepare contract technical specifications (Divisions 1 through 16) to supplement the CMWD Standard Specifications. Prepare the bid schedule with each pipeline segment defined by its own bid schedule. Prepare measure and payment description for each bid item in the bid schedule. The CMWD will compile the complete package that includes Notice Inviting Bids, bid proposal, contract agreement, insurance, bid schedules, supplemental technical specifications, bond forms, CMWD’s general provisions, special provisions, and reference to standard specifications. CMWD will provide IEC the front-end documents and the general provisions for red-line markup. Deliver the following specification packages to CMWD: • 100% PS&E: Submit one set of technical specifications for review in electronic files (Microsoft Word). • Final PS&E: Submit one copy in PDF format, and a copy of the electronic files (Microsoft Word) of the specifications and bid schedule. 5.3 Prepare an opinion of construction cost estimate for the Project. The Preliminary Design Memorandum construction cost estimate will be updated and submitted with each subsequent design submittal. 5.4 Prepare and include in the contract documents a draft CHSP for the construction work with site- specific landfill information and monitoring requirements provided by CMWD. The contractor will be responsible for completing and obtaining County DEH acceptance of the CHSP. 5.5 Conduct up to two (2) meetings with the CMWD and Airport for design coordination. One meeting will focus on discussing comments on the 100% Design Submittal and reaching concurrence on mutually agreeable items. For any items that require further research, IEC will provide a written response and recommendation within two weeks. 5.6 Assist CMWD with a request to the State Water Resources Control Board – Division of Drinking Water (DDW) for CA Water Code variance regarding location of the proposed waterlines in relation to the existing landfill areas at the project site. Incorporate DDW comments/requirements into the final plans. Task 6 – Additional Engineering Design Services Through Project Completion It is anticipated that CMWD will address the standard requests for clarification from bidders and submittals and requests for information (RFI) from the contractor. IEC will provide additional engineering design support services as requested by CMWD. These services will be provided on a time and materials basis up to the budget identified in the fee breakdown. IEC will coordinate with CMWD to monitor the level of expenditures relative to the identified budget. These support services may encompass one or more of the following during the bid and construction phase: • Respond to requests from CMWD for clarification and submit responses electronically via e-mail or memorandum (PDF). • Review special design-related submittals and shop drawings received from CMWD for conformance with contract documents. Submit responses electronically via e-mail or memorandum (PDF) as appropriate noting exceptions and/or comments within ten (10) working days. • Provide responses to design related RFI’s received from the CMWD within five (5) working days. Submit responses electronically via e-mail or memorandum (PDF) as appropriate. DocuSign Envelope ID: BA0E97AC-CCA6-4484-8349-4A99A2EEAF51 SCOPE OF SERVICES - PALOMAR AIRPORT WATERLINE REALIGNMENT PROJECT Page 5 of 6 06-05-20 • Prepare as-built drawings based on redline mark-ups from CMWD and submit digital files (PDF and AutoCAD files). Project Schedule The schedule below assumes a notice to proceed (NTP) is issued to IEC on or about July 12, 2020. This schedule assumes no delays in obtaining permits and executing field work (e.g. due to weather or other circumstances beyond IEC’s control), assumes timely responses for information and meeting coordination with CMWD/Airport, and allows for 3-week review periods by CMWD/Airport. Submittal Weeks from NTP Preliminary DDW Variance Request 3 weeks Preliminary Design Memorandum & 50% Plans 13 weeks 100% PS&E 20 weeks Final PS&E 28 weeks Additional engineering design services (Task 6) will be performed on an as-needed basis in response to CMWD requests. These support services are anticipated to be completed by September 30, 2021. Assumptions 1. CMWD will provide the following: • Topographic base mapping and survey control data for project area that meets National Map Accuracy standards suitable for 1 inch = 20-feet scale. • Landfill information and monitoring requirements to support preparation of a CHSP for the potholing activities and for construction contract. • Geotechnical investigation that provides information needed for the design and construction of the proposed pipeline and appurtenant facilities. • Prepare and submit to DDW a request for CA Water Code variance and coordinate with them to obtain approval. • Pay any charges by the utility agencies associated with provided utility maps for the design of the Project, and pay for any permit, plan review and recording fees. 2. Field services performed as part of this project are subject to prevailing wage rates. 3. Permission for site access for personnel, equipment and vehicles will be granted for work in the CMWD right-of-way and Airport areas without the need for special security clearances. 4. If structural engineering, landscaping, or other specialty services are required, they can be added upon mutual written agreement. 5. CMWD will provide construction administration and inspection for the project and will designate one point of contact from IEC will receive direction and requests for support services. 6. CMWD will have a certified QSD review and administer the contractor SWPPP document. CMWD or Contractor will retain a qualified QSP to perform storm water discharge monitoring and best management plan inspection, develop rain event action plans, collect storm water grab samples, maintain records, and perform non-storm water discharge and non-visible pollutant monitoring. 7. The construction contractor will have sole and complete responsibility for job site conditions during the course of construction of the project, including safety of all persons and property. IEC will not have control over or charge of, and shall not be responsible for, construction means, methods, techniques, sequences or procedures, as these are solely the responsibility of the construction contractor. 8. The construction cost opinions prepared by IEC represents its judgment as a design professional and are supplied for the general guidance of CMWD. Since IEC has no control over the cost of DocuSign Envelope ID: BA0E97AC-CCA6-4484-8349-4A99A2EEAF51 SCOPE OF SERVICES - PALOMAR AIRPORT WATERLINE REALIGNMENT PROJECT Page 6 of 6 06-05-20 labor and material, or over competitive bidding or market conditions, IEC does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to CMWD. 9. Consistent with the professional standard of care and unless specifically provided herein, IEC will be entitled to rely upon the accuracy of data and information provided by CMWD or others without independent review or evaluation. DocuSign Envelope ID: BA0E97AC-CCA6-4484-8349-4A99A2EEAF51 FEE ESTIMATE Carlsbad Municipal Water District / City of Carlsbad Palomar Airport Waterline Replacement Project Infrastructure Engineering Corporation Principal Sr. Project Manager Sr. Project Engineer Project Engineer/ Designer Engineer III/ CAD III Designer Engineer II/ CAD II Designer Project Surveyor Admin / Word Processor $250.00 $235.00 $185.00 $170.00 $155.00 $145.00 $145.00 $100.00 TASK 1 PROJECT MANAGEMENT $3,660 1.1 Kick-off Meeting (teleconference)2 3 5 $980 $0 $0 $980 1.2 Project Management & Administration 8 8 16 $2,680 $0 $0 $2,680 TASK 2 SURVEY, MAPPING & RIGHT OF WAY $18,470 2.1 Surveying 1 12 16 29 $4,595 $200 $0 $4,795 2.2 Easements 1 4 4 84 93 $13,675 $0 $0 $13,675 TASK 3 FIELD RECONNAISSANCE & DATA COLLECTION $28,118 3.1 Information Compilation & Review 2 4 6 $1,150 $0 $0 $1,150 Utility Research and Plotting 8 16 24 $3,680 $0 $0 $3,680 3.2 Site Visit 4 4 8 $1,620 $50 $0 $1,670 3.3 Potholing 2 8 10 $1,830 $0 $12,733 $14,563 CHSP for Potholing 1 8 9 $1,595 $0 $1,100 $2,695 Pothole Tie-in Survey 8 12 8 28 $4,260 $100 $0 $4,360 3.4 Geotechnical Coordination/Review 1 4 5 $915 $0 $0 $915 TASK 4 PRELIMINARY DESIGN MEMO & 50% PLANS $16,170 4.1 Preliminary Design Memorandum 2 2 16 20 $3,690 $0 $0 $3,690 50% Horizontal Alignment Plans 2 12 40 54 $8,310 $0 $0 $8,310 Construction Cost Estimate 1 4 5 $915 $0 $0 $915 4.2 Coordination Meeting 3 5 8 $1,555 $100 $0 $1,655 4.3 Utility Plan Submittals 2 8 10 $1,500 $100 $0 $1,600 TASK 5 CONSTRUCTION DRAWINGS & SPECIFICATIONS $25,755 5.1 100 Percent Submittal 3 2 16 60 81 $12,640 $0 $0 $12,640 Final Submittal 2 8 20 30 $4,730 $0 $0 $4,730 5.2 Specifications 2 8 6 16 $2,430 $0 $0 $2,430 5.3 Construction Cost Estimates 2 8 10 $1,830 $0 $0 $1,830 5.4 Draft CHSP for Construction 1 4 5 $915 $0 $0 $915 5.5 Design Coordination/Review Meetings (2)6 8 14 $2,770 $100 $0 $2,870 5.6 DDW Variance Support 2 2 $340 $0 $0 $340 Task Subtotal - Hours 5 45 0 156 0 160 108 14 488 Task Subtotal - Costs $1,250 $10,575 $0 $26,520 $0 $23,200 $15,660 $1,400 $78,605 $650 $13,833 $92,173 TOTAL NOT-TO-EXCEED DESIGN FEE:$92,173 Direct Cost Subcontract (includes 10% mark-up) Total CostTaskSubtask Labor-Hours Subtask Labor CostTask/Subtask Description Page 1 of 2 6/5/2020 DocuSign Envelope ID: BA0E97AC-CCA6-4484-8349-4A99A2EEAF51 The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $ UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PERSTATUTE OTH-ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe underDESCRIPTION OF OPERATIONS below (Mandatory in NH)OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNEDAUTOSAUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ 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 THISCERTIFICATE 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. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: 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 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). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS:E-MAIL FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 2/14/2019 Cavignac &Associates450BStreet,Suite 1800SanDiegoCA92101 Certificate Department 619-744-0574 619-234-8601 certificates@cavignac.com Travelers Property Casualty Company of America 25674 INFRENG-01 Hartford Ins Co of the Midwest 37478InfrastructureEngineeringCorporation14271DanielsonStreetPoway,CA 92064 XL Specialty Company 37885 397358792 A X 1,000,000 X 1,000,000 X Contractual Liab 10,000 X Separation of In 1,000,000 2,000,000 Y 6807H08841A 2/13/2019 2/13/2020 2,000,000 Deductible 0 A 1,000,000 X XX Y BA0643M522 2/13/2019 2/13/2020 A X X 5,000,000 0 CUP3637T08A X 5,000,000 2/13/2019 2/13/2020 B Y 72WEGRT6756 2/13/2019 2/13/2020 X 1,000,000 1,000,000 1,000,000 C ProfessionalLiability DPR9938352 2/13/2019 2/13/2020 Each ClaimAggregate $2,000,000$2,000,000 Re:Project Name:Carlsbad FCF No.5 Planning Study;IEC Project No:052.CARL.0026.01.Additional Insured coverage applies to General Liability andAutomobileLiabilityforCityofCarlsbad/CMWD per policy form.Waiver of subrogation applies to Workers Compensation per policy form.Professional Liability -Claims made form,defense costs included within limit.Excess/Umbrella policy follows form over underlying policies:General Liability,Auto Liability &Employers Liability (additional insured and waiver of subrogation apply).If the insurance company elects to cancel or non-renew coverage for any reason otherthannonpaymentofpremiumtheywillprovide30daysnoticeofsuchcancellationornonrenewal. City of Carlsbad/CMWDc/o EXIGIS Insurance Compliance ServicesP.O.Box 4668 -ECM #35050NewYorkNY10163-4668 '311)6'-%0 %983 430-'= )2(367)1)28 '% 8 430-'= 291&)6 BA0643M522 8,-7 )2(367)1)28 ',%2+)7 8,) 430-'= 40)%7) 6)%( -8 '%6)*900= 238-') 3* '%2')00%8-32 -8 -7 %+6))( 8,%8 8,-7 )2(367)1)28 ',%2+)7 8,) 430-'= 40)%7) 6)%( -8 '%6)*900= ()7-+2%8)( )28-8= 238-') 3* '%2')00%8-32 463:-()( &= 97 8,-7 )2(367)1)28 13(-*-)7 -2796%2') 463:-()( 92()6 8,) *3003;-2+ %00 '3:)6%+) 4%687 -2'09()( -2 8,-7 430-'= 7',)(90) '%2')00%8-32 291&)6 3* (%=7 238-') 3* '%2')00%8-32 4)6732 36 36+%2->%8-32 %2= 4)6732 36 36+%2->%8-32 83 ;,31 =39 ,%:) %+6))( -2 % ;6-88)2 '3286%'8 8,%8 238-') 3* '%2')00%8-32 3* 8,-7 430-'= ;-00 &) +-:)2 &98 320= -* =39 7)2( 97 % ;6-88)2 6)59)78 83 463:-() 79', 238-') -2'09(-2+ 8,) 2%1) %2( %((6)77 3* 79', 4)6732 36 36+%2->%8-32 %*8)6 8,) *-678 2%1)( -2796)( 7,3;2 -2 8,) ()'0%6%8-327 6)')-:)7 238-') *631 97 3* 8,) '%2')00%8-32 3* 8,-7 430-'= %2( ;) 6)')-:) 79', ;6-88)2 6)59)78 %8 0)%78 (%=7 &)*36) 8,) &)+-22-2+ 3* 8,) %440-'%&0) 291&)6 3* (%=7 7,3;2 -2 8,-7 7',)(90) %((6)77 8,) %((6)77 *36 8,%8 4)6732 36 36+%2->%8-32 -2'09()( -2 79', ;6-88)2 6)59)78 *631 =39 83 97 463:-7-327 % -* ;) '%2')0 8,-7 430-'= *36 %2= 78%89836-0= 4)61-88)( 6)%732 38,)6 8,%2 2324%=1)28 3* 46)1-91 ;) ;-00 1%-0 238-') 3* '%2')00%8-32 83 8,) 4)6732 36 36+%2->%8-32 7,3;2 -2 8,) 7',)(90) %&3:) ;) ;-00 1%-0 79', 238-') 83 8,) %((6)77 7,3;2 -2 8,) 7',)(90) %&3:) %8 0)%78 8,) 291&)6 3* (%=7 7,3;2 *36 '%2')00%8-32 -2 8,) 7',)(90) %&3:) &)*36) 8,) )**)'8-:) (%8) 3* '%2')00%8-32 & -* ;) ()'-() 83 238 6)2); 8,-7 430-'= *36 %2= 78%89836-0= 4)61-88)( 6)%732 %2( % 291&)6 3* (%=7 -7 7,3;2 *36 2326)2);%0 -2 8,) 7',)(90) %&3:) ;) ;-00 1%-0 238-') 3* 8,) 2326)2);%0 83 8,) 4)6732 36 36+%2->%8-32 7,3;2 -2 8,) 7',)(90) %&3:) ;) ;-00 1%-0 79', 238-') 83 8,) %((6)77 7,3;2 -2 8,) 7',)(90) %&3:) %8 0)%78 8,) 291&)6 3* (%=7 7,3;2 *36 2326)2);%0 -2 8,) 7',)(90) %&3:) &)*36) 8,) )<4-6%8-32 (%8) )**)'8-:) (%8) 9 )<4-6%8-32 (%8) 20 4%+) Policy No. BA0643M522 Policy No. BA0643M522 Policy No. BA0643M522 7',)(90) 2326)2);%0 %((6)77 430-'=291&)6 -779)(%8) 8,-7)2(367)1)28',%2+)78,)430-'=40)%7)6)%(-8'%6)*900= ()7-+2%8)()28-8=z238-')3* '%2')00%8-322326)2);%0463:-()(&=97 8LMWIRHSVWIQIRXQSHMJMIWMRWYVERGITVSZMHIHYRHIVXLIJSPPS[MRK %00'3:)6%+)4%687-2'09()(-28,-7430-'= '%2')00%8-32 2YQFIVSJ(E]W2SXMGISJ'ERGIPPEXMSR 2YQFIVSJ(E]W2SXMGISJ2SRVIRI[EP 4)673236 36+%2->%8-32 463:-7-327 -088LI8VEZIPIVW-RHIQRMX]'SQTER]4EKISJ %2=4)67323636+%2->%8-3283;,31=39 ,%:)%+6))(-2%;6-88)2'3286%'88,%8 238-')3*'%2')00%8-32362326)2);%03*8,-7430-'= ;-00&)+-:)2&98320=-* =397)2(97%;6-88)26)59)7883 463:-()79',238-')-2'09(-2+8,) 2%1)%2(%((6)773*79',4)673236 36+%2->%8-32%*8)68,)*-6782%1)( -2796)(6)')-:)7238-')*631973* 8,)'%2')00%8-32362326)2);%03*8,-7430-'=%2( ;)6)')-:)79',;6-88)26)59)78%8 0)%78(%=7&)*36)8,)&)+-22-2+3* 8,)%440-'%&0)291&)63*(%=77,3;2 -28,-77',)(90) 8,)%((6)77*368,%84)67323636+%2-> %8-32-2'09()(-279',;6-88)26)59)78 *631=398397 %-J[IGERGIPXLMWTSPMG]JSVER]WXEXYXSVMP]TIVQMX XIH VIEWSR SXLIV XLER RSRTE]QIRX SJ TVIQMYQ ERHERYQFIVSJHE]WMWWLS[RJSVGERGIPPEXMSRMR XLIWGLIHYPIEFSZI[I[MPPQEMPRSXMGISJGERGIP PEXMSRXSXLITIVWSRSVSVKERM^EXMSRWLS[RMRXLI WGLIHYPIEFSZI ;I[MPPQEMPWYGLRSXMGIXSXLI EHHVIWWWLS[RMRXLIWGLIHYPIEFSZIEXPIEWXXLI RYQFIV SJ HE]W WLS[R JSV GERGIPPEXMSR MR XLI WGLIHYPIEFSZIFIJSVIXLIIJJIGXMZIHEXISJGER GIPPEXMSR &-J[IHIGMHIXSRSXVIRI[XLMWTSPMG]JSVER]WXEXY XSVMP]TIVQMXXIHVIEWSRERHERYQFIVSJHE]WMW WLS[RJSVRSRVIRI[EPMRXLIWGLIHYPIEFSZI[I [MPPQEMPRSXMGISJXLIRSRVIRI[EPXSXLITIVWSRSV SVKERM^EXMSR WLS[R MR XLI WGLIHYPI EFSZI ;I [MPPQEMPWYGLRSXMGIXSXLIEHHVIWWWLS[RMRXLI WGLIHYPI EFSZI EX PIEWX XLI RYQFIV SJ HE]W WLS[RJSVRSRVIRI[EPMRXLIWGLIHYPIEFSZIFI JSVIXLII\TMVEXMSRHEXI 6807H08841A 6807H08841A 6807H08841A 6807H08841A 6807H08841A 6807H08841A 6807H08841A 6807H08841A THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. Form WC 99 03 94 Printed in U.S.A. Process Date:01/07/19 Policy Expiration Date:02/13/20 © 2011, The Hartford NOTICE OF CANCELLATION TO CERTIFICATE HOLDER(S) Policy Number:72 WEG RT6756 Endorsement Number: Effective Date:02/13/19 Effective hour is the same as stated on the Information Page of the policy. Named Insured and Address:INFRASTRUCTURE ENG. CORP. 14271 DANIELSON ST POWAY CA 92064 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 thirty (30)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 the 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 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 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. THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. Countersigned by Authorized Representative Form WC 04 03 06 (1) Printed in U.S.A. Process Date:01/07/19 Policy Expiration Date:02/13/20 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA Policy Number:72 WEG RT6756 Endorsement Number: Effective Date:02/13/19 Effective hour is the same as stated on the Information Page of the policy. Named Insured and Address:INFRASTRUCTURE ENG. CORP. 14271 DANIELSON ST POWAY CA 92064 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 applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2 %of the California workers'compensation premium otherwise due on such remuneration. SCHEDULE Person or Organization Job Description Any person or organization from whom you are required by written contract or agreement to obtain this waiver of rights from us PSA19-603CA General Counsel Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 3 PROJECT NO. 5055 This third Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between Infrastructure Engineering Corporation, a California corporation (“Contractor”) and the Carlsbad Municipal Water District, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad, referred to as (“CMWD”), dated November 28, 2018, (the “Agreement”), the terms of which are incorporated herein by this reference. 1. CONTRACTOR’S OBLIGATIONS Contractor shall provide water and recycled water engineering services in accordance with the City of Carlsbad Engineering Standards, 2016 Edition, the Standard Specifications for Public Works Construction, 2018 Edition and the supplements thereto as published by the “Green Book” Committee of Public Works Standards and the proposal dated November 12, 2019, (“proposal”), attached as Appendix “A” for the Palomar Airport Waterline Engineering Services, (the “Project”). The Project services shall include preliminary engineering evaluation. 2. PROGRESS AND COMPLETION Contractor’s receipt of this Project Task Description and Fee Allotment, signed by the Executive Manager or General Manager and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within ten (10) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within one hundred (100) working days thereafter. Working days are defined in section 6-7.2 “Working Day” of the Standard Specifications for Public Works Construction (Green Book). In no event shall Contractor work beyond the term or authorized compensation of the Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, “Fee Allotment”, herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on time and materials. Appendix “A”, attached, prepared by Contractor and reviewed by CMWD, shows the parties’ intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix “A”. Additional task groups, not shown in Table 1 or Appendix “A”, will be performed by the Contractor only upon authorization of CMWD through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix “A”, then the Contractor shall only invoice CMWD for work actually performed. The maximum total cost of Contractor’s services for this Project Task Description and Fee Allotment is $17,920. DocuSign Envelope ID: 22CF4ADD-586B-496D-A799-D2C4F18E01A5 December 27, 2019 PSA19-603CA General Counsel Approved Version 7/19/17 2 TABLE 1 FEE ALLOTMENT PALOMAR AIRPORT WATERLINE PRELIMINARY ENGINEERING EVALUATION TASK GROUP TIME & MATERIALS TASK 1 – Identify Alternatives $3,170 Kick off meeting/Site Visit $1,610 Identify Alternatives $1,560 TASK 2 – Evaluate Alternatives $5,010 Advantage/Disadvantage Comparison $2,760 Develop Costs $2,250 TASK 3 – Prepare Technical Memorandum $9,740 Prepare Draft TM $6,510 Prepare Final TM $3,230 TOTAL (Not-to-Exceed) $17,920 CONTRACTOR Infastructure Engineering Corporation Infastructure Engineering Services (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) Robert Weber, President Vicki Shaw, Secretary (print name/title) (print name/title) rweber@iecorporation.com vshaw@iecorporation.com (e-mail address) (e-mail address) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, president or vice-president Column 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. CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad By: ________________________________ Date: _________________________ Vicki V. Quiram, General Manager APPROVED AS TO FORM: CELIA A. BREWER, General Counsel BY: _____________________________ Deputy General Counsel DocuSign Envelope ID: 22CF4ADD-586B-496D-A799-D2C4F18E01A5 December 27, 2019 APPENDIX "A" SCOPE OF SERVICES DocuSign Envelope ID: 22CF4ADD-586B-496D-A799-D2C4F18E01A5 November 12, 2019 City of Carlsbad Mr. Stephen Kash, PE 5950 El Camino Real Carlsbad, CA 92008 REFERENCE: PROPOSAL FOR ENGINEERING SERVICES FOR PALOMAR AIRPORT WATERLINE, CIP 50551 Dear Mr. Kash: Infrastructure Engineering Corporation (IEC) is pleased to provide this proposal to provide a preliminary engineering evaluation for the Palomar Airport Waterline Realignment, CIP 50551. This proposal is based on our meeting of October 31, 2019 and subsequent site visit conducted by IEC staff. PROJECT UNDERSTANDING AND SCOPE OF SERVICES The Carlsbad Municipal Water District owns and operates several distribution waterlines at Palomar Airport as part of the District’s 550 pressure zone. The lines are 8-inch, 10-inch, and 12-inch diameter and include steel, PVC, and ACP construction. A portion of the existing 10-inch diameter steel line recently experienced leakage which necessitated and expensive emergency repair by the District. As a result, the District is interested in exploring alternatives to realign portions of the water system to possibly abandon/decommission the steel lines and minimize future failures. Based on our meeting, review of District furnished materials, and subsequent site visit we propose the following Scope of Services: Task 1 – Identify Alternatives IEC will identify up to four alternatives to realign the subject waterlines with the primary goal of eliminating steel pipe and maintaining accessibility for future operation and maintenance. The District provided “Exhibit: Preliminary Requirements” will be used as an initial starting point. We will hold a kickoff meeting with District staff and conduct a site visit to observe the project area firsthand. A summary of the proposed alternatives consisting of a graphic description of each will be provided to the District for review. Task 2 – Evaluate Alternatives Based on the findings of Tasks, IEC will carry forward the alternatives found to be hydraulically functional and evaluate them from the standpoint of planning level cost, accessibility, constructability and phasing, impact to airport operations, long term operation and maintenance, and schedule. The evaluation will consider abandonment of steel pipe especially in areas where the pipe is located beneath FAA-spec pavement. Advantages and disadvantages for each alternative will be identified and a qualitative comparison made. DocuSign Envelope ID: 22CF4ADD-586B-496D-A799-D2C4F18E01A5 Mr. Stephen Kash, PE City of Carlsbad November 12, 2019 Page 2 of 2 Task 3 – Prepare Technical Memorandum IEC will prepare a Technical Memorandum to summarize the results of the alternatives evaluation and provide a recommendation on which alternative to carry forward to the final design process. The TM shall provide an overview of the methodology, summarize the alternatives including advantages and disadvantages, costs, permitting, and phasing and implementation schedule. The draft TM shall be provided for District review and finalized based on one round of District comments. We assume there will be one review meeting with District staff to discuss the draft TM. SCHEDULE We will complete this task order in accordance with the following proposed schedule: Notice to Proceed/Kickoff Meeting and Site Visit: 12/16/2019 Task 1 Identify Alternatives: 12/16/2019 – 12/31/2019 Task 2 Evaluate Alternatives: 1/6/2020 – 1/24/2020 Task 3 Prepare Draft TM: 1/27/2020 – 2/6/2020 District Review: 2/7/2020 – 2/21/2020 Final TM: 2/24/2020 – 2/28/2020 FEE The proposed fee is depicted on the attached table. We will provide these services in accordance with our existing contract for as needed services. We appreciate the opportunity to provide this proposal and are ready to begin the work upon the District’s issuance of a task order. Please feel free to contact us with any questions. Sincerely, Robert S. Weber, PE President DocuSign Envelope ID: 22CF4ADD-586B-496D-A799-D2C4F18E01A5 FEE ESTIMATE CARLSBAD MUNICIPAL WATER DISTRICT Palomar Airport Road Waterline Realignment - Alternatives Evaluation Sr. Project Manager (Anders Egense) Engineer III (Sheila McAtee) Engineer II/ CAD II Designer (Viet Duy Vo) $235.00 $155.00 $145.00 TASK 1 Identify Alternatives $3,170 Kickoff Meeting/Site Visit 4 4 8 $1,560 $50 $0 $1,610 Identify Alternatives 4 4 8 $1,560 $0 $0 $1,560 TASK 2 Evaluate Alternatives $5,010 Advantage Disadvantage Comparison 4 8 4 16 $2,760 $0 $0 $2,760 Develop Costs 2 4 8 14 $2,250 $0 $0 $2,250 TASK 3 Prepare Technical Memorandum $9,740 Prepare Draft TM 12 16 8 36 $6,460 $50 $0 $6,510 Prepare Final TM 6 8 4 18 $3,230 $0 $0 $3,230 32 44 24 100 $7,520 $6,820 $3,480 $17,820 $100 $0 $17,920 TOTAL NOT-TO-EXCEED FEE:$17,920 Direct Cost Subcontract Total Cost Task/ Subtask Subtask Labor-Hours Subtask Labor CostTask/Subtask Description Fee Estimate for Palomar Airport Waterline Realignment_Revised Page 1 of 1 11/12/2019 DocuSign Envelope ID: 22CF4ADD-586B-496D-A799-D2C4F18E01A5 The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $ UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PERSTATUTE OTH-ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe underDESCRIPTION OF OPERATIONS below (Mandatory in NH)OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNEDAUTOSAUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ 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 THISCERTIFICATE 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. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: 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 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). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS:E-MAIL FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 2/14/2019 Cavignac &Associates450BStreet,Suite 1800SanDiegoCA92101 Certificate Department 619-744-0574 619-234-8601 certificates@cavignac.com Travelers Property Casualty Company of America 25674 INFRENG-01 Hartford Ins Co of the Midwest 37478InfrastructureEngineeringCorporation14271DanielsonStreetPoway,CA 92064 XL Specialty Company 37885 397358792 A X 1,000,000 X 1,000,000 X Contractual Liab 10,000 X Separation of In 1,000,000 2,000,000 Y 6807H08841A 2/13/2019 2/13/2020 2,000,000 Deductible 0 A 1,000,000 X XX Y BA0643M522 2/13/2019 2/13/2020 A X X 5,000,000 0 CUP3637T08A X 5,000,000 2/13/2019 2/13/2020 B Y 72WEGRT6756 2/13/2019 2/13/2020 X 1,000,000 1,000,000 1,000,000 C ProfessionalLiability DPR9938352 2/13/2019 2/13/2020 Each ClaimAggregate $2,000,000$2,000,000 Re:Project Name:Carlsbad FCF No.5 Planning Study;IEC Project No:052.CARL.0026.01.Additional Insured coverage applies to General Liability andAutomobileLiabilityforCityofCarlsbad/CMWD per policy form.Waiver of subrogation applies to Workers Compensation per policy form.Professional Liability -Claims made form,defense costs included within limit.Excess/Umbrella policy follows form over underlying policies:General Liability,Auto Liability &Employers Liability (additional insured and waiver of subrogation apply).If the insurance company elects to cancel or non-renew coverage for any reason otherthannonpaymentofpremiumtheywillprovide30daysnoticeofsuchcancellationornonrenewal. City of Carlsbad/CMWDc/o EXIGIS Insurance Compliance ServicesP.O.Box 4668 -ECM #35050NewYorkNY10163-4668 '311)6'-%0 %983 430-'= )2(367)1)28 '% 8 430-'= 291&)6 BA0643M522 8,-7 )2(367)1)28 ',%2+)7 8,) 430-'= 40)%7) 6)%( -8 '%6)*900= 238-') 3* '%2')00%8-32 -8 -7 %+6))( 8,%8 8,-7 )2(367)1)28 ',%2+)7 8,) 430-'= 40)%7) 6)%( -8 '%6)*900= ()7-+2%8)( )28-8= 238-') 3* '%2')00%8-32 463:-()( &= 97 8,-7 )2(367)1)28 13(-*-)7 -2796%2') 463:-()( 92()6 8,) *3003;-2+ %00 '3:)6%+) 4%687 -2'09()( -2 8,-7 430-'= 7',)(90) '%2')00%8-32 291&)6 3* (%=7 238-') 3* '%2')00%8-32 4)6732 36 36+%2->%8-32 %2= 4)6732 36 36+%2->%8-32 83 ;,31 =39 ,%:) %+6))( -2 % ;6-88)2 '3286%'8 8,%8 238-') 3* '%2')00%8-32 3* 8,-7 430-'= ;-00 &) +-:)2 &98 320= -* =39 7)2( 97 % ;6-88)2 6)59)78 83 463:-() 79', 238-') -2'09(-2+ 8,) 2%1) %2( %((6)77 3* 79', 4)6732 36 36+%2->%8-32 %*8)6 8,) *-678 2%1)( -2796)( 7,3;2 -2 8,) ()'0%6%8-327 6)')-:)7 238-') *631 97 3* 8,) '%2')00%8-32 3* 8,-7 430-'= %2( ;) 6)')-:) 79', ;6-88)2 6)59)78 %8 0)%78 (%=7 &)*36) 8,) &)+-22-2+ 3* 8,) %440-'%&0) 291&)6 3* (%=7 7,3;2 -2 8,-7 7',)(90) %((6)77 8,) %((6)77 *36 8,%8 4)6732 36 36+%2->%8-32 -2'09()( -2 79', ;6-88)2 6)59)78 *631 =39 83 97 463:-7-327 % -* ;) '%2')0 8,-7 430-'= *36 %2= 78%89836-0= 4)61-88)( 6)%732 38,)6 8,%2 2324%=1)28 3* 46)1-91 ;) ;-00 1%-0 238-') 3* '%2')00%8-32 83 8,) 4)6732 36 36+%2->%8-32 7,3;2 -2 8,) 7',)(90) %&3:) ;) ;-00 1%-0 79', 238-') 83 8,) %((6)77 7,3;2 -2 8,) 7',)(90) %&3:) %8 0)%78 8,) 291&)6 3* (%=7 7,3;2 *36 '%2')00%8-32 -2 8,) 7',)(90) %&3:) &)*36) 8,) )**)'8-:) (%8) 3* '%2')00%8-32 & -* ;) ()'-() 83 238 6)2); 8,-7 430-'= *36 %2= 78%89836-0= 4)61-88)( 6)%732 %2( % 291&)6 3* (%=7 -7 7,3;2 *36 2326)2);%0 -2 8,) 7',)(90) %&3:) ;) ;-00 1%-0 238-') 3* 8,) 2326)2);%0 83 8,) 4)6732 36 36+%2->%8-32 7,3;2 -2 8,) 7',)(90) %&3:) ;) ;-00 1%-0 79', 238-') 83 8,) %((6)77 7,3;2 -2 8,) 7',)(90) %&3:) %8 0)%78 8,) 291&)6 3* (%=7 7,3;2 *36 2326)2);%0 -2 8,) 7',)(90) %&3:) &)*36) 8,) )<4-6%8-32 (%8) )**)'8-:) (%8) 9 )<4-6%8-32 (%8) 20 4%+) Policy No. BA0643M522 Policy No. BA0643M522 Policy No. BA0643M522 7',)(90) 2326)2);%0 %((6)77 430-'=291&)6 -779)(%8) 8,-7)2(367)1)28',%2+)78,)430-'=40)%7)6)%(-8'%6)*900= ()7-+2%8)()28-8=z238-')3* '%2')00%8-322326)2);%0463:-()(&=97 8LMWIRHSVWIQIRXQSHMJMIWMRWYVERGITVSZMHIHYRHIVXLIJSPPS[MRK %00'3:)6%+)4%687-2'09()(-28,-7430-'= '%2')00%8-32 2YQFIVSJ(E]W2SXMGISJ'ERGIPPEXMSR 2YQFIVSJ(E]W2SXMGISJ2SRVIRI[EP 4)673236 36+%2->%8-32 463:-7-327 -088LI8VEZIPIVW-RHIQRMX]'SQTER]4EKISJ %2=4)67323636+%2->%8-3283;,31=39 ,%:)%+6))(-2%;6-88)2'3286%'88,%8 238-')3*'%2')00%8-32362326)2);%03*8,-7430-'= ;-00&)+-:)2&98320=-* =397)2(97%;6-88)26)59)7883 463:-()79',238-')-2'09(-2+8,) 2%1)%2(%((6)773*79',4)673236 36+%2->%8-32%*8)68,)*-6782%1)( -2796)(6)')-:)7238-')*631973* 8,)'%2')00%8-32362326)2);%03*8,-7430-'=%2( ;)6)')-:)79',;6-88)26)59)78%8 0)%78(%=7&)*36)8,)&)+-22-2+3* 8,)%440-'%&0)291&)63*(%=77,3;2 -28,-77',)(90) 8,)%((6)77*368,%84)67323636+%2-> %8-32-2'09()(-279',;6-88)26)59)78 *631=398397 %-J[IGERGIPXLMWTSPMG]JSVER]WXEXYXSVMP]TIVQMX XIH VIEWSR SXLIV XLER RSRTE]QIRX SJ TVIQMYQ ERHERYQFIVSJHE]WMWWLS[RJSVGERGIPPEXMSRMR XLIWGLIHYPIEFSZI[I[MPPQEMPRSXMGISJGERGIP PEXMSRXSXLITIVWSRSVSVKERM^EXMSRWLS[RMRXLI WGLIHYPIEFSZI ;I[MPPQEMPWYGLRSXMGIXSXLI EHHVIWWWLS[RMRXLIWGLIHYPIEFSZIEXPIEWXXLI RYQFIV SJ HE]W WLS[R JSV GERGIPPEXMSR MR XLI WGLIHYPIEFSZIFIJSVIXLIIJJIGXMZIHEXISJGER GIPPEXMSR &-J[IHIGMHIXSRSXVIRI[XLMWTSPMG]JSVER]WXEXY XSVMP]TIVQMXXIHVIEWSRERHERYQFIVSJHE]WMW WLS[RJSVRSRVIRI[EPMRXLIWGLIHYPIEFSZI[I [MPPQEMPRSXMGISJXLIRSRVIRI[EPXSXLITIVWSRSV SVKERM^EXMSR WLS[R MR XLI WGLIHYPI EFSZI ;I [MPPQEMPWYGLRSXMGIXSXLIEHHVIWWWLS[RMRXLI WGLIHYPI EFSZI EX PIEWX XLI RYQFIV SJ HE]W WLS[RJSVRSRVIRI[EPMRXLIWGLIHYPIEFSZIFI JSVIXLII\TMVEXMSRHEXI 6807H08841A 6807H08841A 6807H08841A 6807H08841A 6807H08841A 6807H08841A 6807H08841A 6807H08841A THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. Form WC 99 03 94 Printed in U.S.A. Process Date:01/07/19 Policy Expiration Date:02/13/20 © 2011, The Hartford NOTICE OF CANCELLATION TO CERTIFICATE HOLDER(S) Policy Number:72 WEG RT6756 Endorsement Number: Effective Date:02/13/19 Effective hour is the same as stated on the Information Page of the policy. Named Insured and Address:INFRASTRUCTURE ENG. CORP. 14271 DANIELSON ST POWAY CA 92064 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 thirty (30)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 the 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 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 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. THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. Countersigned by Authorized Representative Form WC 04 03 06 (1) Printed in U.S.A. Process Date:01/07/19 Policy Expiration Date:02/13/20 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA Policy Number:72 WEG RT6756 Endorsement Number: Effective Date:02/13/19 Effective hour is the same as stated on the Information Page of the policy. Named Insured and Address:INFRASTRUCTURE ENG. CORP. 14271 DANIELSON ST POWAY CA 92064 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 applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2 %of the California workers'compensation premium otherwise due on such remuneration. SCHEDULE Person or Organization Job Description Any person or organization from whom you are required by written contract or agreement to obtain this waiver of rights from us PSA19-603CA General Counsel Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 2 PROJECT NO. 5019-B This second Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between Infrastructure Engineering Corporation, a California corporation ("Contractor"), and the Carlsbad Municipal Water District, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad, referred to as ("CMWD"), dated November 28, 2018, (the “Agreement”), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide professional engineering services to complete the Lake Calavara Outlet Improvements Project in accordance with the City of Carlsbad Engineering Standards, 2016 Edition, the Standard Specifications for Public Works Construction, 2018 Edition and the supplements thereto as published by the “Green Book” Committee of Public Works Standards and the proposal dated October 11, 2019, (“proposal”), attached as Appendix "A" for the Lake Calavera Outlet Improvements Project, (the “Project"). The Project services shall include the addition of design services. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the Executive Manager or General Manager and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within three (3) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within two-hundred (200) working days thereafter. Working days are defined in section 6-7.2 "Working Day" of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Executive Manager or General Manager. In no event shall Contractor work beyond the term or authorized compensation of the Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on monthly invoices. Appendix "A", attached, prepared by Contractor and reviewed by CMWD, shows the parties’ intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix “A”, will be performed by the Contractor only upon authorization of CMWD through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix “A”, then the Contractor shall only invoice CMWD for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $36,200. DocuSign Envelope ID: 8D06C536-3B76-4E9C-AA28-CD3E3C16B93B October 29, 2019 PSA19-603CA General Counsel Approved Version 7/19/17 2 TABLE 1 FEE ALLOTMENT LAKE CALAVERA OUTLET IMPROVEMENTS FOR ENGINEERING DESIGN SERVICES TASK GROUP TIME & MATERIALS 1. Demolish existing hydraulic equipment $9,520 2. Rearrange equipment within the control building $5,960 3. Provide updated estimate of probable construction cost $0 4. Add pressure transmitters to each of two air receivers $3,980 5. Reconnect the barrel screen backwash system $0 6. Add lead/lag controls to the two air compressors and associate air dryers $6,560 7. Add bid form item to remove mud from the bottom of the existing outlet tower $0 8. Add a permanent 24-inch butterfly valve in the existing outlet box $0 9. Provide elect/control-ladder logic-valve control and backwash panel $7,560 10. Specification related to the above $1,800 11. Project management associated with the above $880 TOTAL (Not-to-Exceed) $36,260 CONTRACTOR Infrastructure Engineering Corporation Infrastructure Engineering Corporation (name of Contractor) (name of Contractor) *By: By: (sign here) (sign here) Robert Weber, President Vicki Shaw, Secretary (print name/title) (print name/title) rweber@iecorporation.com vshaw@iecorporation.com (e-mail address) (e-mail address) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, president or vice-president Column 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. CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad By: ________________________________ Date: _________________________ for Scott Chadwick, Executive Manager APPROVED AS TO FORM: CELIA A. BREWER, General Counsel BY: _____________________________ Deputy General Counsel DocuSign Envelope ID: 8D06C536-3B76-4E9C-AA28-CD3E3C16B93B October 29, 2019 APPENDIX "A" SCOPE OF SERVICES DocuSign Envelope ID: 8D06C536-3B76-4E9C-AA28-CD3E3C16B93B October 11, 2019 Mark Biskup, PE City of Carlsbad 5950 El Camino Real Carlsbad, CA 92008-8802 RE: Lake Calavera Outlet Improvement Project No. 5019-B Design Fee Adjustment Request Dear Mr. Biskup: As you have requested, we have prepared a proposal to perform additional work resulting from a constructability review of the 90% submittal of drawings and specification held on July 17, 2019, for the subject project. The changes were not based so much on constructability issues, but rather some new thoughts, ideas, and preferences by both new and existing City personnel. Ideas and decision resulting from the meeting and the site visit on July 17, 2019, that added changes worthy of capturing costs (some changes were incidental and will be changed without extra fee) are provided in the additional services scope of work present below. Additional Scope of Work 1.Demolish the existing hydraulic equipment within the control building, and controls within the control panel, and related control panel labeling. 2.Rearrange equipment within the Control Building. 3.Provide updated estimate of probable construction cost. (No Charge) 4.Add pressure transmitters to each of two air receivers. 5.Reconnect the barrel screen backwash system. (No Charge) 6.Add lead/lag controls to the two air compressors and associated air dryers. 7.Add item in the bid form to remove mud from the bottom of the existing previously modified outlet tower to provide access to the drain valve located at the bottom of tower. (No Charge) 8.Add a permanent 24-inch butterfly valve in the existing outlet box. (No charge) 9.Providing electrical/control engineering including PLC evaluation, ladder logic diagrams, wiring changes, within the valve control panel and the compressor/backwash panel. Includes one site visit. 10.Specification related to the above. APPENDIX A DocuSign Envelope ID: 8D06C536-3B76-4E9C-AA28-CD3E3C16B93B 11. Project Management associated with the above. Hours and costs are provided in the attached budget spreadsheet for the above tasks We respectfully request authorization of Additional Service in the amount of $ 36,260 for this additional effort. Please contact me at (760) 231-1919 should you have any questions or need further information. Sincerely, Richard H. Kennedy, PE Senior Project Manager Attachment: Additional Service Fee Spreadsheet DocuSign Envelope ID: 8D06C536-3B76-4E9C-AA28-CD3E3C16B93B DRAFT FEE ESTIMATE Additional Desigjn Services Lake Calavera Outlet Improvements for Carlsbad Municipal Water District Infrastructure Engineering Corporation 8/11/19 Sr. Project Manager Sr. Project Engineer Engineer II/ CAD II Designer Word Processor $220.00 $200.00 $145.00 $85.00 TASK 1 DEMOLISH EXISTING HYDRAULIC EQUIPMENT $9,520 D-5 New Sheet 2 12 20 34 $5,740 $5,740 M-6 Update Panel Labeling 2 8 12 22 $3,780 $3,780 TASK 2 REARRANGE EQUIPMENT WITHIN THE CONTROL BUILDING $5,960 M-3 Upstream Outlet Pipe Modification Plan 2 16 16 34 $5,960 $5,960 TASK 3 PROVIDE UPDATED ESTIMATE OF PROBABLE CONSTRUCTION COST $0 Update Existing Estimate 0 $0 $0 TASK 4 ADD PRESSURE TRANSMITTERS TO EACH OF TWO AIR RECEIVERS.$3,980 M-2, M-3, M-4Add Pressure Transmitters 1 8 8 17 $2,980 $1,000 $3,980 TASK 5 RECONNECT THE BARREL SCREEN BACKWASH SYSTEM.$0D-3, M-2, M-3,Reconnect Barrel Screens 0 $0 $0 TASK 6 ADD LEAD/LAG CONTROLS TO THE TWO AIR COMPRESSORS AND ASSOCIATED AIR DRYERS $6,560 I-1, I-2 and I-3 1 8 12 21 $3,560 $3,000 $6,560 TASK 7 ADD BID FORM ITEM TO REMOVE MUD FROM THE BOTTOM OF THE EXISTINOUTLET TOWER $0 Add Bid Form Item 0 $0 $0 TASK 8 ADD A PERMANENT 24-INCH BUTTERFLY VALVE IN THE EXISTING OUTLET BOX.$0 M-23 Add 24-Inch Valve $0 $0 TASK 9 PROVIDE ELECT/CONTR - LADDER LOGIC - VALVE CONTROL & BACKWASH PANEL.$7,560 New E-1, E-2, E-3 to provide electric/control Changes 2 8 $1,560 $6,000 $7,560 TASK 10 SPECIFICATION RELATED TO THE ABOVE.$1,800 Prepare New Specifications 4 $800 $1,000 $1,800 TASK 11 PROJECT MANAGEMENT ASSOCIATED WITH THE ABOVE.$880 Project Management 4 $880 $880 Task Subtotal - Hours 12 58 76 0 128 Task Subtotal - Costs $2,640 $11,600 $11,020 $0 $25,260 $0 $11,000 $36,260 Direct Cost Total CostTaskSubtask Labor-Hours Subtask Labor CostTask/Subtask Description and Associated Sheet Changes Eelctrical Subconsultant Page 1 of 1 10/11/2019 DocuSign Envelope ID: 8D06C536-3B76-4E9C-AA28-CD3E3C16B93B The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $ UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PERSTATUTE OTH-ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe underDESCRIPTION OF OPERATIONS below (Mandatory in NH)OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNEDAUTOSAUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ 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 THISCERTIFICATE 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. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: 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 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). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS:E-MAIL FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 2/14/2019 Cavignac &Associates450BStreet,Suite 1800SanDiegoCA92101 Certificate Department 619-744-0574 619-234-8601 certificates@cavignac.com Travelers Property Casualty Company of America 25674 INFRENG-01 Hartford Ins Co of the Midwest 37478InfrastructureEngineeringCorporation14271DanielsonStreetPoway,CA 92064 XL Specialty Company 37885 397358792 A X 1,000,000 X 1,000,000 X Contractual Liab 10,000 X Separation of In 1,000,000 2,000,000 Y 6807H08841A 2/13/2019 2/13/2020 2,000,000 Deductible 0 A 1,000,000 X XX Y BA0643M522 2/13/2019 2/13/2020 A X X 5,000,000 0 CUP3637T08A X 5,000,000 2/13/2019 2/13/2020 B Y 72WEGRT6756 2/13/2019 2/13/2020 X 1,000,000 1,000,000 1,000,000 C ProfessionalLiability DPR9938352 2/13/2019 2/13/2020 Each ClaimAggregate $2,000,000$2,000,000 Re:Project Name:Carlsbad FCF No.5 Planning Study;IEC Project No:052.CARL.0026.01.Additional Insured coverage applies to General Liability andAutomobileLiabilityforCityofCarlsbad/CMWD per policy form.Waiver of subrogation applies to Workers Compensation per policy form.Professional Liability -Claims made form,defense costs included within limit.Excess/Umbrella policy follows form over underlying policies:General Liability,Auto Liability &Employers Liability (additional insured and waiver of subrogation apply).If the insurance company elects to cancel or non-renew coverage for any reason otherthannonpaymentofpremiumtheywillprovide30daysnoticeofsuchcancellationornonrenewal. City of Carlsbad/CMWDc/o EXIGIS Insurance Compliance ServicesP.O.Box 4668 -ECM #35050NewYorkNY10163-4668 '311)6'-%0 %983 430-'= )2(367)1)28 '% 8 430-'= 291&)6 BA0643M522 8,-7 )2(367)1)28 ',%2+)7 8,) 430-'= 40)%7) 6)%( -8 '%6)*900= 238-') 3* '%2')00%8-32 -8 -7 %+6))( 8,%8 8,-7 )2(367)1)28 ',%2+)7 8,) 430-'= 40)%7) 6)%( -8 '%6)*900= ()7-+2%8)( )28-8= 238-') 3* '%2')00%8-32 463:-()( &= 97 8,-7 )2(367)1)28 13(-*-)7 -2796%2') 463:-()( 92()6 8,) *3003;-2+ %00 '3:)6%+) 4%687 -2'09()( -2 8,-7 430-'= 7',)(90) '%2')00%8-32 291&)6 3* (%=7 238-') 3* '%2')00%8-32 4)6732 36 36+%2->%8-32 %2= 4)6732 36 36+%2->%8-32 83 ;,31 =39 ,%:) %+6))( -2 % ;6-88)2 '3286%'8 8,%8 238-') 3* '%2')00%8-32 3* 8,-7 430-'= ;-00 &) +-:)2 &98 320= -* =39 7)2( 97 % ;6-88)2 6)59)78 83 463:-() 79', 238-') -2'09(-2+ 8,) 2%1) %2( %((6)77 3* 79', 4)6732 36 36+%2->%8-32 %*8)6 8,) *-678 2%1)( -2796)( 7,3;2 -2 8,) ()'0%6%8-327 6)')-:)7 238-') *631 97 3* 8,) '%2')00%8-32 3* 8,-7 430-'= %2( ;) 6)')-:) 79', ;6-88)2 6)59)78 %8 0)%78 (%=7 &)*36) 8,) &)+-22-2+ 3* 8,) %440-'%&0) 291&)6 3* (%=7 7,3;2 -2 8,-7 7',)(90) %((6)77 8,) %((6)77 *36 8,%8 4)6732 36 36+%2->%8-32 -2'09()( -2 79', ;6-88)2 6)59)78 *631 =39 83 97 463:-7-327 % -* ;) '%2')0 8,-7 430-'= *36 %2= 78%89836-0= 4)61-88)( 6)%732 38,)6 8,%2 2324%=1)28 3* 46)1-91 ;) ;-00 1%-0 238-') 3* '%2')00%8-32 83 8,) 4)6732 36 36+%2->%8-32 7,3;2 -2 8,) 7',)(90) %&3:) ;) ;-00 1%-0 79', 238-') 83 8,) %((6)77 7,3;2 -2 8,) 7',)(90) %&3:) %8 0)%78 8,) 291&)6 3* (%=7 7,3;2 *36 '%2')00%8-32 -2 8,) 7',)(90) %&3:) &)*36) 8,) )**)'8-:) (%8) 3* '%2')00%8-32 & -* ;) ()'-() 83 238 6)2); 8,-7 430-'= *36 %2= 78%89836-0= 4)61-88)( 6)%732 %2( % 291&)6 3* (%=7 -7 7,3;2 *36 2326)2);%0 -2 8,) 7',)(90) %&3:) ;) ;-00 1%-0 238-') 3* 8,) 2326)2);%0 83 8,) 4)6732 36 36+%2->%8-32 7,3;2 -2 8,) 7',)(90) %&3:) ;) ;-00 1%-0 79', 238-') 83 8,) %((6)77 7,3;2 -2 8,) 7',)(90) %&3:) %8 0)%78 8,) 291&)6 3* (%=7 7,3;2 *36 2326)2);%0 -2 8,) 7',)(90) %&3:) &)*36) 8,) )<4-6%8-32 (%8) )**)'8-:) (%8) 9 )<4-6%8-32 (%8) 20 4%+) Policy No. BA0643M522 Policy No. BA0643M522 Policy No. BA0643M522 7',)(90) 2326)2);%0 %((6)77 430-'=291&)6 -779)(%8) 8,-7)2(367)1)28',%2+)78,)430-'=40)%7)6)%(-8'%6)*900= ()7-+2%8)()28-8=z238-')3* '%2')00%8-322326)2);%0463:-()(&=97 8LMWIRHSVWIQIRXQSHMJMIWMRWYVERGITVSZMHIHYRHIVXLIJSPPS[MRK %00'3:)6%+)4%687-2'09()(-28,-7430-'= '%2')00%8-32 2YQFIVSJ(E]W2SXMGISJ'ERGIPPEXMSR 2YQFIVSJ(E]W2SXMGISJ2SRVIRI[EP 4)673236 36+%2->%8-32 463:-7-327 -088LI8VEZIPIVW-RHIQRMX]'SQTER]4EKISJ %2=4)67323636+%2->%8-3283;,31=39 ,%:)%+6))(-2%;6-88)2'3286%'88,%8 238-')3*'%2')00%8-32362326)2);%03*8,-7430-'= ;-00&)+-:)2&98320=-* =397)2(97%;6-88)26)59)7883 463:-()79',238-')-2'09(-2+8,) 2%1)%2(%((6)773*79',4)673236 36+%2->%8-32%*8)68,)*-6782%1)( -2796)(6)')-:)7238-')*631973* 8,)'%2')00%8-32362326)2);%03*8,-7430-'=%2( ;)6)')-:)79',;6-88)26)59)78%8 0)%78(%=7&)*36)8,)&)+-22-2+3* 8,)%440-'%&0)291&)63*(%=77,3;2 -28,-77',)(90) 8,)%((6)77*368,%84)67323636+%2-> %8-32-2'09()(-279',;6-88)26)59)78 *631=398397 %-J[IGERGIPXLMWTSPMG]JSVER]WXEXYXSVMP]TIVQMX XIH VIEWSR SXLIV XLER RSRTE]QIRX SJ TVIQMYQ ERHERYQFIVSJHE]WMWWLS[RJSVGERGIPPEXMSRMR XLIWGLIHYPIEFSZI[I[MPPQEMPRSXMGISJGERGIP PEXMSRXSXLITIVWSRSVSVKERM^EXMSRWLS[RMRXLI WGLIHYPIEFSZI ;I[MPPQEMPWYGLRSXMGIXSXLI EHHVIWWWLS[RMRXLIWGLIHYPIEFSZIEXPIEWXXLI RYQFIV SJ HE]W WLS[R JSV GERGIPPEXMSR MR XLI WGLIHYPIEFSZIFIJSVIXLIIJJIGXMZIHEXISJGER GIPPEXMSR &-J[IHIGMHIXSRSXVIRI[XLMWTSPMG]JSVER]WXEXY XSVMP]TIVQMXXIHVIEWSRERHERYQFIVSJHE]WMW WLS[RJSVRSRVIRI[EPMRXLIWGLIHYPIEFSZI[I [MPPQEMPRSXMGISJXLIRSRVIRI[EPXSXLITIVWSRSV SVKERM^EXMSR WLS[R MR XLI WGLIHYPI EFSZI ;I [MPPQEMPWYGLRSXMGIXSXLIEHHVIWWWLS[RMRXLI WGLIHYPI EFSZI EX PIEWX XLI RYQFIV SJ HE]W WLS[RJSVRSRVIRI[EPMRXLIWGLIHYPIEFSZIFI JSVIXLII\TMVEXMSRHEXI 6807H08841A 6807H08841A 6807H08841A 6807H08841A 6807H08841A 6807H08841A 6807H08841A 6807H08841A THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. Form WC 99 03 94 Printed in U.S.A. Process Date:01/07/19 Policy Expiration Date:02/13/20 © 2011, The Hartford NOTICE OF CANCELLATION TO CERTIFICATE HOLDER(S) Policy Number:72 WEG RT6756 Endorsement Number: Effective Date:02/13/19 Effective hour is the same as stated on the Information Page of the policy. Named Insured and Address:INFRASTRUCTURE ENG. CORP. 14271 DANIELSON ST POWAY CA 92064 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 thirty (30)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 the 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 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 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. THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. Countersigned by Authorized Representative Form WC 04 03 06 (1) Printed in U.S.A. Process Date:01/07/19 Policy Expiration Date:02/13/20 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA Policy Number:72 WEG RT6756 Endorsement Number: Effective Date:02/13/19 Effective hour is the same as stated on the Information Page of the policy. Named Insured and Address:INFRASTRUCTURE ENG. CORP. 14271 DANIELSON ST POWAY CA 92064 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 applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2 %of the California workers'compensation premium otherwise due on such remuneration. SCHEDULE Person or Organization Job Description Any person or organization from whom you are required by written contract or agreement to obtain this waiver of rights from us PSA19-603CA General Counsel Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 1 PROJECT NO. 5019-B This first Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between Infrastructure Engineering Corporation ("Contractor") and the Carlsbad Municipal Water District, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad, referred to as ("CMWD"), dated November 28, 2018, (the “Agreement”), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide professional engineering services to complete the Lake Calavera Outlet Improvements Project in accordance with the City of Carlsbad Engineering Standards, 2016 Edition, the Standard Specifications for Public Works Construction, 2018 Edition and the supplements thereto as published by the “Green Book” Committee of Public Works Standards, the County of San Diego Department of Environmental Health and with California’s Department of Drinking Water – Division of Dam Safety and the proposal dated February 7, 2019, (“proposal”), attached as Appendix "A" for the Lake Calavera Outlet Improvements, Capital Improvement Program Project Number 5019-B, (the “Project"). The Project services shall include Project Management; Construction Plans and Specifications; Design Meetings; Engineer’s Opinion of Estimated Construction Cost; Standard Operating Procedures for New Equipment and Start-Up Procedures; Crane Lift Plan; Construction Sequence Plan and Construction Methodology Report. The efforts are to include but not be limited to the following: 1. Design modifications to the upstream submerged valve operating system configuration; 2. Design of outlet box structural enhancements and piping flange; 3. Design to change pneumatic piping within the on-site control building; and 4. Design modifications to the existing hydraulic and pneumatic valves and tubing within the existing control cabinet. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the Executive Manager or General Manager and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within 3 working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within 180 working days thereafter. Working days are defined in section 6-7.2 "Working Day" of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Executive Manager or General Manager. In no event shall Contractor work beyond the term or authorized compensation of the Agreement, as amended by this Project Task Description and Fee Allotment. DocuSign Envelope ID: 8AD3F2C0-014B-4ECD-AA61-0B8C678DADDB March 27, 2019 PSA19-603CA General Counsel Approved Version 7/19/17 2 3. FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on monthly invoices. Appendix "A", attached, prepared by Contractor and reviewed by CMWD, shows the parties’ intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix “A”, will be performed by the Contractor only upon authorization of CMWD through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix “A”, then the Contractor shall only invoice CMWD for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $117,860. 4. PREVAILING WAGE RATES Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. /// /// /// /// /// /// /// /// /// DocuSign Envelope ID: 8AD3F2C0-014B-4ECD-AA61-0B8C678DADDB PSA19-603CA General Counsel Approved Version 7/19/17 3 TABLE 1 FEE ALLOTMENT LAKE CALAVERA OUTLET IMPROVEMENTS ENGINEERING DESIGN SERVICES TASK FEE 1. Project Management $10,750 2. Construction Plans and Specifications $85,350 3. Design Meetings $5,800 4. Engineer’s Opinion of Estimated Construction Cost $3,760 5. Standard Operating Procedures for New Equipment and Start Up Procedures $1,700 6. Crane Lift Plan, Construction Sequence Plan, Construction Methodology Report $10,500 TOTAL (Not-to-Exceed) $117,860 CONTRACTOR Infrastructure Engineering Corporation Infrastructure Engineering Corporation (name of Contractor) (name of Contractor) *By: By: (sign here) (sign here) Robert Weber, President Vicki Shaw, Secretary (print name/title) (print name/title) rweber@iecorporation.com vshaw@iiecorporation.com (e-mail address) (e-mail address) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, president or vice-president Column 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. CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad By: ________________________________ Date: _________________________ Scott Chadwick, Executive Manager APPROVED AS TO FORM: CELIA A. BREWER, General Counsel BY: _____________________________ Deputy General Counsel DocuSign Envelope ID: 8AD3F2C0-014B-4ECD-AA61-0B8C678DADDB March 27, 2019 Page 1 of 3 February 7, 2019 APPENDIX “A” DESIGN OF LAKE CALAVERA OUTLET IMPROVEMENTS General The Carlsbad Municipal Water District (CMWD) are engaging Infrastructure Engineering Corporation (IEC) to provide professional engineering services to complete the Lake Calavera Outlet Improvements Project. The primary effort consists of designing modifications to the upstream submerged valve operating system configuration, adding outlet box structural enhancements and piping flange, changing pneumatic piping within the on-site control building, and modifications to the existing hydraulic and pneumatic valves and tubing within the existing control cabinet. The hydraulic system is being abandon in favor of a pneumatic only system. Scope of Work Task 1 - Project Management 1.1 Provide project management and administration for the design phase of the project including subconsultant coordination, scheduling, budgeting, progress reporting, and invoicing. Prepare and submit monthly invoices, and provide a monthly project progress report that describes activities completed during the previous period, activities anticipated during the upcoming period, and any technical, budget or schedule issues that may affect the project. 1.2 Provide quality control review during the duration of design development including the plans, specifications, and estimate. 1.3 Provide agenda and meeting minutes. Task 2 - Construction Plans and Specifications 2.1 Prepare and deliver to Utilities Department project construction drawings including cover sheet, sheet index, general notes, site plan, demolition, structural, mechanical, and related construction details. Drawings list is included in the attached fee estimate. Provide CMWD standard “full size” sheets with plan and profile drawings at a scale appropriate for the discipline. Sign and stamp the final construction drawings. Provide construction drawings in digital format for AutoCAD 2016 software with layers to follow CMWD standard layers format. CMWD will provide any environmental mitigation measures and CEQA compliance processes. IEC will include any corresponding compliance measures on the plans. 2.2 Deliver the following plan packages to CMWD: • 90% PS&E: Submit five (5) half size and two (2) full size sets. • 100% PS&E: Submit construction drawings that incorporate comments from the 50% design Submittal and DOSD. Submit five (5) half size and two (2) full size sets. DocuSign Envelope ID: 8AD3F2C0-014B-4ECD-AA61-0B8C678DADDB Page 2 of 3 February 7, 2019 • Final PS&E: Submit construction drawings that incorporate comments from the 100% Design Submittal. Provide one (1) full size set of plan sheets on mylar, one set of PDF drawings, and the CADD drawing files. 2.3 Prepare contract technical specifications (Divisions 1 through 16) to supplement the CMWD Standard Specifications. Prepare the bid schedule and measure and payment description. CMWD will provide to IEC any special specification requirements that are to be included in the construction specifications. CMWD will compile the complete package that includes Notice Inviting Bids, bid proposal, contract agreement, insurance, bid schedules, supplemental technical specifications, bond forms, CMWD’s general provisions, special provisions, and reference to standard specifications. CMWD will provide IEC the front-end documents and the general provisions for red-line markup. Deliver the following specification packages to CMWD: • 90% PS&E: Submit four (4) hard copy sets of technical specifications for review and electronic files (Microsoft Word). • 100% PS&E: Submit four (4) hard copy sets of technical specifications for review and electronic files (Microsoft Word). • Final PS&E: Submit one (1) hard copy set, a copy in PDF format, and a copy of the electronic files (Microsoft Word) of the specifications and bid schedule. Task 3 – Design Meetings 3.1 Conduct two coordination meetings to cover the updated design schedule, material to be reviewed, and information needed. 3.2 Conduct one “as-needed” meeting within the design period. Task 4 – Engineers Opinion of Estimated Construction Cost 4.1 Prepare Engineer’s opinion of probable construction cost for the 90% Submittal. 4.2 Update the Engineer’s opinion of probable construction cost for the Final Submittal. Task 5 – Standard Operating Procedures for New Equipment and Start Up Procedures 5.1 Prepare and submit standard operating procedures (SOP’s) for the new equipment and start up procedures. Task 6 – Crane Lift Plan, Construction Sequence Plan, Construction Methodology Report 6.1 Prepare a crane lift plan. 6.2 Prepare and submit a construction sequence plan. DocuSign Envelope ID: 8AD3F2C0-014B-4ECD-AA61-0B8C678DADDB Page 3 of 3 February 7, 2019 6.3 Prepare a construction methodology report. Project Schedule The schedule below assumes a notice to proceed (NTP) is issued to IEC on or about April 1, 2019. This schedule assumes no delays in obtaining permits and executing field work (e.g. due to weather or other circumstances beyond IEC’s control), assumes timely responses for information and meeting coordination with CMWD, and allows for 2-week review periods by CMWD. Submittal Dates As-Needed Meeting (Potentially prior to 90%) 4/1/19 90% PS&E 4/22/19 Coordination Meeting 1 4/29/19 100% PS&E 5/24/19 Coordination Meeting 2 5/30/19 Final PS&E 6/7/19 Additional engineering design services will be performed on an as-needed basis in response to CMWD requests. Assumptions 1. Fee estimate is based on modifying the outlet piping upstream of the face of the dam including changes to the submerged valve operating system configuration, adding outlet box structural enhancements and piping flange, changing pneumatic piping within the on-site control building, and modifications to the existing hydraulic and pneumatic valves and tubing within the existing control cabinet. The hydraulic system is being abandon in favor of a pneumatic only system. 2. IEC is not responsible for nor tasked with suggesting means to manage lake levels, and significant hydraulic changes to the outlet works are not anticipated. 3. CMWD will coordinate with County of San Diego Department of Environmental Health and with California’s Department of Drinking Water - Division of Dam Safety (including submitting the 90% drawings to DSOD) as required. 4. Field services performed as part of this project are subject to prevailing wage rates. 5. The cost opinions prepared by IEC represents its judgment as a design professional and are supplied for the general guidance of CMWD. Since IEC has no control over the cost of labor and material, or over competitive bidding or market conditions, IEC does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to CMWD. 6. Surveying/mapping and potholing is not anticipated or included. 7. Consistent with the professional standard of care and unless specifically provided herein, IEC will be entitled to rely upon the accuracy of data and information provided by CMWD or others without independent review or evaluation. DocuSign Envelope ID: 8AD3F2C0-014B-4ECD-AA61-0B8C678DADDB The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $ UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PERSTATUTE OTH-ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe underDESCRIPTION OF OPERATIONS below (Mandatory in NH)OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNEDAUTOSAUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ 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 THISCERTIFICATE 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. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: 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 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). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS:E-MAIL FAX(A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 2/14/2019 Cavignac &Associates450BStreet,Suite 1800SanDiegoCA92101 Certificate Department 619-744-0574 619-234-8601 certificates@cavignac.com Travelers Property Casualty Company of America 25674 INFRENG-01 Hartford Ins Co of the Midwest 37478InfrastructureEngineeringCorporation14271DanielsonStreetPoway,CA 92064 XL Specialty Company 37885 397358792 A X 1,000,000 X 1,000,000 X Contractual Liab 10,000 X Separation of In 1,000,000 2,000,000 Y 6807H08841A 2/13/2019 2/13/2020 2,000,000 Deductible 0 A 1,000,000 X XX Y BA0643M522 2/13/2019 2/13/2020 A X X 5,000,000 0 CUP3637T08A X 5,000,000 2/13/2019 2/13/2020 B Y 72WEGRT6756 2/13/2019 2/13/2020 X 1,000,000 1,000,000 1,000,000 C ProfessionalLiability DPR9938352 2/13/2019 2/13/2020 Each ClaimAggregate $2,000,000$2,000,000 Re:Project Name:Carlsbad FCF No.5 Planning Study;IEC Project No:052.CARL.0026.01.Additional Insured coverage applies to General Liability andAutomobileLiabilityforCityofCarlsbad/CMWD per policy form.Waiver of subrogation applies to Workers Compensation per policy form.Professional Liability -Claims made form,defense costs included within limit.Excess/Umbrella policy follows form over underlying policies:General Liability,Auto Liability &Employers Liability (additional insured and waiver of subrogation apply).If the insurance company elects to cancel or non-renew coverage for any reason otherthannonpaymentofpremiumtheywillprovide30daysnoticeofsuchcancellationornonrenewal. City of Carlsbad/CMWDc/o EXIGIS Insurance Compliance ServicesP.O.Box 4668 -ECM #35050NewYorkNY10163-4668 '311)6'-%0 %983 430-'= )2(367)1)28 '% 8 430-'= 291&)6 BA0643M522 8,-7 )2(367)1)28 ',%2+)7 8,) 430-'= 40)%7) 6)%( -8 '%6)*900= 238-') 3* '%2')00%8-32 -8 -7 %+6))( 8,%8 8,-7 )2(367)1)28 ',%2+)7 8,) 430-'= 40)%7) 6)%( -8 '%6)*900= ()7-+2%8)( )28-8= 238-') 3* '%2')00%8-32 463:-()( &= 97 8,-7 )2(367)1)28 13(-*-)7 -2796%2') 463:-()( 92()6 8,) *3003;-2+ %00 '3:)6%+) 4%687 -2'09()( -2 8,-7 430-'= 7',)(90) '%2')00%8-32 291&)6 3* (%=7 238-') 3* '%2')00%8-32 4)6732 36 36+%2->%8-32 %2= 4)6732 36 36+%2->%8-32 83 ;,31 =39 ,%:) %+6))( -2 % ;6-88)2 '3286%'8 8,%8 238-') 3* '%2')00%8-32 3* 8,-7 430-'= ;-00 &) +-:)2 &98 320= -* =39 7)2( 97 % ;6-88)2 6)59)78 83 463:-() 79', 238-') -2'09(-2+ 8,) 2%1) %2( %((6)77 3* 79', 4)6732 36 36+%2->%8-32 %*8)6 8,) *-678 2%1)( -2796)( 7,3;2 -2 8,) ()'0%6%8-327 6)')-:)7 238-') *631 97 3* 8,) '%2')00%8-32 3* 8,-7 430-'= %2( ;) 6)')-:) 79', ;6-88)2 6)59)78 %8 0)%78 (%=7 &)*36) 8,) &)+-22-2+ 3* 8,) %440-'%&0) 291&)6 3* (%=7 7,3;2 -2 8,-7 7',)(90) %((6)77 8,) %((6)77 *36 8,%8 4)6732 36 36+%2->%8-32 -2'09()( -2 79', ;6-88)2 6)59)78 *631 =39 83 97 463:-7-327 % -* ;) '%2')0 8,-7 430-'= *36 %2= 78%89836-0= 4)61-88)( 6)%732 38,)6 8,%2 2324%=1)28 3* 46)1-91 ;) ;-00 1%-0 238-') 3* '%2')00%8-32 83 8,) 4)6732 36 36+%2->%8-32 7,3;2 -2 8,) 7',)(90) %&3:) ;) ;-00 1%-0 79', 238-') 83 8,) %((6)77 7,3;2 -2 8,) 7',)(90) %&3:) %8 0)%78 8,) 291&)6 3* (%=7 7,3;2 *36 '%2')00%8-32 -2 8,) 7',)(90) %&3:) &)*36) 8,) )**)'8-:) (%8) 3* '%2')00%8-32 & -* ;) ()'-() 83 238 6)2); 8,-7 430-'= *36 %2= 78%89836-0= 4)61-88)( 6)%732 %2( % 291&)6 3* (%=7 -7 7,3;2 *36 2326)2);%0 -2 8,) 7',)(90) %&3:) ;) ;-00 1%-0 238-') 3* 8,) 2326)2);%0 83 8,) 4)6732 36 36+%2->%8-32 7,3;2 -2 8,) 7',)(90) %&3:) ;) ;-00 1%-0 79', 238-') 83 8,) %((6)77 7,3;2 -2 8,) 7',)(90) %&3:) %8 0)%78 8,) 291&)6 3* (%=7 7,3;2 *36 2326)2);%0 -2 8,) 7',)(90) %&3:) &)*36) 8,) )<4-6%8-32 (%8) )**)'8-:) (%8) 9 )<4-6%8-32 (%8) 20 4%+) Policy No. BA0643M522 Policy No. BA0643M522 Policy No. BA0643M522 7',)(90) 2326)2);%0 %((6)77 430-'=291&)6 -779)(%8) 8,-7)2(367)1)28',%2+)78,)430-'=40)%7)6)%(-8'%6)*900= ()7-+2%8)()28-8=z238-')3* '%2')00%8-322326)2);%0463:-()(&=97 8LMWIRHSVWIQIRXQSHMJMIWMRWYVERGITVSZMHIHYRHIVXLIJSPPS[MRK %00'3:)6%+)4%687-2'09()(-28,-7430-'= '%2')00%8-32 2YQFIVSJ(E]W2SXMGISJ'ERGIPPEXMSR 2YQFIVSJ(E]W2SXMGISJ2SRVIRI[EP 4)673236 36+%2->%8-32 463:-7-327 -088LI8VEZIPIVW-RHIQRMX]'SQTER]4EKISJ %2=4)67323636+%2->%8-3283;,31=39 ,%:)%+6))(-2%;6-88)2'3286%'88,%8 238-')3*'%2')00%8-32362326)2);%03*8,-7430-'= ;-00&)+-:)2&98320=-* =397)2(97%;6-88)26)59)7883 463:-()79',238-')-2'09(-2+8,) 2%1)%2(%((6)773*79',4)673236 36+%2->%8-32%*8)68,)*-6782%1)( -2796)(6)')-:)7238-')*631973* 8,)'%2')00%8-32362326)2);%03*8,-7430-'=%2( ;)6)')-:)79',;6-88)26)59)78%8 0)%78(%=7&)*36)8,)&)+-22-2+3* 8,)%440-'%&0)291&)63*(%=77,3;2 -28,-77',)(90) 8,)%((6)77*368,%84)67323636+%2-> %8-32-2'09()(-279',;6-88)26)59)78 *631=398397 %-J[IGERGIPXLMWTSPMG]JSVER]WXEXYXSVMP]TIVQMX XIH VIEWSR SXLIV XLER RSRTE]QIRX SJ TVIQMYQ ERHERYQFIVSJHE]WMWWLS[RJSVGERGIPPEXMSRMR XLIWGLIHYPIEFSZI[I[MPPQEMPRSXMGISJGERGIP PEXMSRXSXLITIVWSRSVSVKERM^EXMSRWLS[RMRXLI WGLIHYPIEFSZI ;I[MPPQEMPWYGLRSXMGIXSXLI EHHVIWWWLS[RMRXLIWGLIHYPIEFSZIEXPIEWXXLI RYQFIV SJ HE]W WLS[R JSV GERGIPPEXMSR MR XLI WGLIHYPIEFSZIFIJSVIXLIIJJIGXMZIHEXISJGER GIPPEXMSR &-J[IHIGMHIXSRSXVIRI[XLMWTSPMG]JSVER]WXEXY XSVMP]TIVQMXXIHVIEWSRERHERYQFIVSJHE]WMW WLS[RJSVRSRVIRI[EPMRXLIWGLIHYPIEFSZI[I [MPPQEMPRSXMGISJXLIRSRVIRI[EPXSXLITIVWSRSV SVKERM^EXMSR WLS[R MR XLI WGLIHYPI EFSZI ;I [MPPQEMPWYGLRSXMGIXSXLIEHHVIWWWLS[RMRXLI WGLIHYPI EFSZI EX PIEWX XLI RYQFIV SJ HE]W WLS[RJSVRSRVIRI[EPMRXLIWGLIHYPIEFSZIFI JSVIXLII\TMVEXMSRHEXI 6807H08841A 6807H08841A 6807H08841A 6807H08841A 6807H08841A 6807H08841A 6807H08841A 6807H08841A THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. Form WC 99 03 94 Printed in U.S.A. Process Date:01/07/19 Policy Expiration Date:02/13/20 © 2011, The Hartford NOTICE OF CANCELLATION TO CERTIFICATE HOLDER(S) Policy Number:72 WEG RT6756 Endorsement Number: Effective Date:02/13/19 Effective hour is the same as stated on the Information Page of the policy. Named Insured and Address:INFRASTRUCTURE ENG. CORP. 14271 DANIELSON ST POWAY CA 92064 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 thirty (30)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 the 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 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 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. THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. Countersigned by Authorized Representative Form WC 04 03 06 (1) Printed in U.S.A. Process Date:01/07/19 Policy Expiration Date:02/13/20 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA Policy Number:72 WEG RT6756 Endorsement Number: Effective Date:02/13/19 Effective hour is the same as stated on the Information Page of the policy. Named Insured and Address:INFRASTRUCTURE ENG. CORP. 14271 DANIELSON ST POWAY CA 92064 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 applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2 %of the California workers'compensation premium otherwise due on such remuneration. SCHEDULE Person or Organization Job Description Any person or organization from whom you are required by written contract or agreement to obtain this waiver of rights from us PSA 19-603CA MASTER AGREEMENT FOR WATER/RECYCLED WATER ENGINEERING SERVICES INFRASTRUCTURE ENGINEERING CORPORATION AGREEMENT is made and entered into as of the ;2 ~ day of 4,..-:>oL..:...-.;;....::._..i...;;:;__,,,~-· 2018, by and between the Carlsbad Municipal Water District, a Public gency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad, hereinafter referred to as "CMWD", and Infrastructure Engineering Corporation, a California corporation, hereinafter referred to as "Contractor." RECITALS A. CMWD requires the professional services of a consulting firm that is experienced in water and recycled water engineering. B. The professional services are required on a non-exclusive, project-by-project basis. C. Contractor has the necessary experience in providing professional services and advice related to water and recycled water engineering. D. Contractor has submitted a proposal to CMWD and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, CMWD and Contractor agree as follows: 1. SCOPE OF WORK CMWD retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and ·conditions. Contractor's obligations with respect to any project granted to Contractor under this Agreement will be as specified in the Task Description for the project (see paragraph 5 below). 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of three (3) years from December 1, 2018, through November 30, 2021. The Executive Manager may amend the Agreement to extend it for one (1) additional one (1) year period or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, CMWD needs, and appropriation of funds by the Board of Directors. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. PROGRESS AND COMPLETION The work for any project granted to Contractor pursuant to this Agreement will begin within ten (10) days after receipt of notification to proceed by CMWD and be completed within the time specified in the Task Description for the project (see paragraph 5 below). Extensions of time for a specific Task Description may be granted if requested by Contractor and agreed to in writing by the Executive Manager (or designee) or General Manager of CMWD as authorized by the Executive Manager ("General Manager"). The Executive Manager (or designee) or General General Counsel Approved Version 6/12/18 PSA 19-603CA Manager will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of Contractor, or delays caused by CMWD inaction or other agencies' lack of timely action. 5. COMPENSATION The cumulative total for all projects allowed pursuant to this Agreement will not exceed three hundred thousand dollars ($300,000) per agreement term. Fees will be paid on a project-by- project basis and will be based on Contractor's Schedule of Rates specified in Exhibit "A". Prior to initiation of any project work by Contractor, CMWD shall prepare a Project Task Description and Fee Allotment (the "Task Description") which, upon signature by Contractor and for CMWD, the Executive Manager (or designee) or General Manager, will be considered a part of this Agreement. The Task Description will include a detailed scope of services for the particular project being considered and a statement of Contractor's fee to complete the project in accordance with the specified scope of services. The Task Description will also include a description of the method of payment and will be based upon an hourly rate, percentage of project complete, completion of specific project tasks or a combination thereof. 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of CMWD. Contractor will be under control of CMWD only as to the result to be accomplished, but will consult with CMWD as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of CMWD for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. CMWD will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. CMWD will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify CMWD and the City of Carlsbad within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which CMWD may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At CMWD's election, CMWD may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of CMWD. If Contractor subcontracts any of the Services, Contractor will be fully responsible to CMWD for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and CMWD. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by CMWD. 8. OTHER CONTRACTORS CMWD reserves the right to employ other Contractors in connection with the Services. 2 General Counsel Approved Version 6/12/18 PSA 19-603CA 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless CMWD and the City of Carlsbad and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney's fees arising out of the performance of the work described herein caused by any willful misconduct or negligent act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly,agree that any payment, attorney's fee, costs or expense CMWD or the City of Carlsbad incurs or makes to or on behalf of an injured employee under CMWD's self- administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VI I"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X''; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless the Risk Manager or Executive Manager for CMWD approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. CMWD, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to CMWD as an additional insured. 10.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an "occurrence" basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 10.1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for CMWD). $2,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to CMWD's satisfaction, a declaration stating this. 3 General Counsel Approved Version 6/12/18 PSA 19-603CA 10.1.4 Professional Liability. Errors and omIssIons liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 CMWD will be named as an additional insured on General Liability which shall provide primary coverage to the City. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to CMWD sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to CMWD's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to CMWD. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then CMWD will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by CMWD to obtain or maintain insurance and CMWD may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. CMWD reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of CMWD during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of CMWD. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to CMWD. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 4 General Counsel Approved Version 6/12/18 PSA 19-603CA 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in CMWD and Contractor relinquishes all claims to the copyrights in favor of CMWD. 15. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of CMWD and on behalf of Contractor under this Agreement. For CMWD: Name Eleida Felix Yackel Title Senior Contract Administrator Dept Public Works Carlsbad Municipal Water District Address 1635 Faraday Avenue Carlsbad, CA 92008 Phone 760-602-2767 For Contractor: Name Robert S. Weber Title Project Manager Address 14271 Danielson Street Phone Email -------------Poway, CA 92064 858-413-2400 rweber@iecorporation.com Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all categories. Yes [Z] No D 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 whose services are required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or CMWD will reduce such questions, and 5 General Counsel Approved Version 6/12/18 PSA 19-603CA their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the Executive Manager. The Executive Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the Executive Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, CMWD may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If CMWD decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, CMWD may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by CMWD and all work in progress to CMWD address contained in this Agreement. CMWD will make a determination of fact based upon the work product delivered to CMWD and of the percentage of work that Contractor has performed which is usable and of worth to CMWD in having the Agreement completed. Based upon that finding CMWD will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of CMWD, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to CMWD. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. CMWD will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, CMWD will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any agreement claim submitted to CMWD must be asserted as part of the agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to CMWD, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If CMWD seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of 6 General Counsel Approved Version 6/12/18 PSA 19-603CA which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for CMWD to terminate this Agreement. 23. JURISDICTION AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon CMWD and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of CMWD, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. 26. PUBLIC AGENCY CLAUSE Contractor agrees that any public agency as defined by Cal. Gov. Code section 6500, if authorized by its governing body, shall have the option to participate in this contract at the same prices, terms, and conditions. If another public agency chooses to participate, the term shall be for the term of this contract, and shall be contingent upon Contractor's acceptance. Participating public agencies shall be solely responsible for the placing of orders, arranging for delivery and/or services, and making payments to the Contractor. The City of Carlsbad and Carlsbad Municipal Water District shall not be liable, or responsible, for any obligations, including but not limited to financial responsibility, in connection with participation by another public agency. Ill Ill Ill Ill Ill Ill Ill Ill Ill 7 General Counsel Approved Version 6/12/18 PSA 19-603CA 27. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. Executed by Contractor this _____ day of __________ , 2018. CONTRACTOR Infrastructure Engineering Corporation, a California corporation I ( sign here) ;J(jkf 5 /f/eW /i"s,Jeptr (print name/title )I By:'-)/~,~ (sign here) '/4 '-~ _5 k(i ...J ~re c-v-~ ~ ✓-{f (print name/title) CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District o th City of Carlsbad By: ATTEST: If required by CMWD, 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, General Counsel By 4f.Q,l. Qif= eputy General ouris 8 General Counsel Approved Version 6/12/18 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 • 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 SAJ D/EGD ) On 5£ff, 2<1, d{)/f before me, NA-Mex M. CA-MUA, l1/D1lt8f f?U(jLJC, Date Here Insert Name and Title of the fficer personally appeared ~ Of3£'~T I.A/£f>~f1 Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person~ whose name~) is/ai:e- subscribed to the within instrument and acknowledged to me that he/al-lef-ti"le, executed the same in his/h0r4h0ir authorized capacity~, and that by his/t.:i0t:4heir signature(~ on the instrument the person~), or the entity upon behalf of which the person(e,-acted, executed the instrument. Place Notary Sea/ Above 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. ~ Though this section is optional, completing this information can deter alteration of the docu fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document; ---------------~""""------------ Document Date: -----------------------=~=- Signer(s) Other Than Named Above: ------------,.,,-,::.---------------- Capacity(ies) Claimed by Signer(s) Signer's Name:---------~---• Corporate Officer -Title(s): __ __,,_=----- CJ Partner -• Limited • Gen • Individual [l Attorn lJ Trustee •Other:--~------------- Signer's Name: ___________ _ • Corporate Officer -Title(s): ______ _ • Partner -• Limited • General [l Individual • Attorney in Fact • Trustee • Guardian or Conservator • Other: ______________ _ Signer Is Representing: ________ _ 016 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 • 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 SAtJ Df J;'(i 0 .. On 5 err. ~~~ Jo J 1 b,efore me, f./.'---'----'--!.:...L.>,~'--'---l---'-----\..4-µ..LL...f,.,4C~_L_!_>C...LL,1--L-J...J~....!....__::.~"----=---- personally appeared VL t/f f St-/A-W Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person~ whose name{&.) is/aFe subscribed to the within instrument and acknowledged to me that -fte/she/.tl=!ey executed the same in -Ai6/her/t1::1Qir authorized capacity~, and that bymsiher/~ signature(e} on the instrument the persor,f-5), or the entity upon behalf of which the person(s) acted, executed the instrument. i············1 ... ~\c~t.~•~·~:, NANCY M. CAMBRA -: '· Notary Public -California j ! -? ~ San Di~o County ! ' • ' Commission# 22'41350 - ••uo••' My Comm. Expir~s Jun 2, 2022 Place Notary Sea/ Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ----------------OPTIONAL---------------- Though this section is optional, completing this information can deter alteration of the document.Qr fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: -------------------.....,,,,."""--------- Document Date: __________________ _ Signer(s) Other Than Named Above: -----------~'-------------- Capacity(ies) Claimed by Signer(s) Signer's Name: ____________ _ er's Name: ____________ _ [_ I Corporate Officer -Title(s): ______ ____ 1:J Corporate Officer -Title(s): ______ _ [J Partner -• Limited • General • Partner -• Limited • General I ~ Individual I I Attorney in Fact rJ Individual • Attorney in Fact i l Trustee r~J Guardian or servator [7 Trustee • Guardian or Conservator l~ Other: _______________ _ • Other: _____________ _ Signer Is Representing: ___________ _ Signer Is Representing: _________ _ otary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 PSA 19-603CA EXHIBIT "A" SCOPE OF SERVICES Perform a variety of water and recycled water engineering tasks as outlined in individual Project Task Description & Fee Allotments (PTD&FA) related to the following: A. Constructability Review/Owner's Representative B. Dam/Dam Improvements/Reporting/Emergency Action Plan Support C. Pressure Reducing Stations D. Recycled Water Systems Design and Modeling E. Recycled Water Retrofits F. Regulatory Agency Coordination/Reports/Studies G. Tank and Reservoir Studies and Design H. Water System Design and Modeling Requests for work not listed above must be contracted under separate agreement. 9 General Counsel Approved Version 6/12/18 PSA 19-603CA FEE SCHEDULE MASTER AGREEMENT RATE SCHEDULE Rates valid through Term of Agreement. Robert Weber, PE Principal-in-Charge 3. David Padilla, PE, QSD/P QA/QC Review $235 4. ! Amy Czajkowski, PE, CCM, QSD/P Constructability Review/Owner's Rep. $250 5. Scott Adamson, PE, QSD/P Task Manager $210 6. Arie Gnesa, PE, DBIA Task Manager $220 7. Rick Kennedy, PE Task Manager $220 8. Jane Costello, PE Task Manager $220 9. Jamie Fagnant, PE, QSD Task Manager $185 10. Shyamala Raveendran, PE Task Manager $200 11. Jiajia Huang, PE Staff Engineer $170 12. Gary Rush, PLS Surveyor $170 13. Romi Iida, PE, QSD/P Staff Engineer $185 14. Brianna Lutes, PE Staff Engineer $170 15. Anthony Salvani, EIT Staff Engineer $155 16. Terry Sweitzer CADD Designer $145 Thomas Keller, PE, GE -GEi 2. Jeffrey D. Brown, PG, CEG -GEi Dam Engineer $212 3. Alex Bucher, PE -AEGIS Task Manager $165 4. . Tranh Huynh, EIT-AEGIS Staff Engineer $125 5. · Guy Kelsey, PE, SE -Kelsey Structural Structural Engineer $195 ----------------- 6. Matt Stone, PE, SE-Kelsey Structural Structural Engineer $175 ---·--- 7. 1 Gregory T. Farrand, PG, CEG -Ninyo & Moore Geotechnical Engineer $178 -------·-·------------·-·---8. Madan Chirumalla, PG, GE-Ninyo & Moore Geotechnical Engineer $168 9. Joe Moraes, PE -Moraes/Pham & Associates Electrical Engineer $200 10. Richard F. Yeager, Jr., PE -RF Yeager Engineering Corrosion Engineer $160 11. Randy J. Geving, PE -RF Yeager Engineering Corrosion Engineer $155 i *Staff may have different labor classifications and rates. Subconsultants will be billed at cost plus %10 unless specified otherwise in the agreement. i fklmbursable Costs 1 Repmt1uction. special photography, postage, t1elivery seNices, express mail, printing, travel, parking. anti any other specialty services performed by I subcontractor will be billed at cost plus ¾15. I Mileage will be billed at the current lRS allowed rate. City of Carl$1)ad Master Agreement Consultant Services RFQ No. 18-05 Discipline Category No. 25 -Water/Recycled Water Engineering 10 J I ~ IEC ACORD9 CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) ~ 2/16/2018 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 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 ~2:?cT Certificate Department Cavignac & Associates P.~~tt\°n "•"· 619-744-0574 I FAX 450 B Street, Suite 1800 IAIC Nol: 619-234-8601 San Diego CA 92101 f~D~~ss, certificates@.cavicinac.com INSURERIS) AFFORDING COVERAGE NAIC# INSURER A: Travelers Prooertv & Casualtv Comoanv of America 25674 INSURED INFRENG-01 INSURER B, Hartford Ins Co of the Midwest 37478 Infrastructure Engineering Corporation INSURER C: XL Soecialtv Comoanv 37885 14271 Danielson Street Poway, CA 92064 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 1189840862 REVISION NUMBER· 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 TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LTR •••en IW\tn POLICY NUMBER IMM/DD/YYYYI IMM/DD/YYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY y 6807H08841 A 2113/2018 2/13/2019 EACH OCCURRENCE $1,000,000 -• CLAIMS-MADE 0 OCCUR DAMAGE TO RENTED PREMISES /Ea occurrence\ $1,000,000 X Contractual Liab MED EXP (Any one person) $10,000 ~ Seearation of In PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $2,000,000 Fl •PRO-•LOC PRODUCTS -COMP/OP AGG POLICY JECT $2,000,000 OTHER: Deductible $0 A AUTOMOBILE LIABILITY BA0643M522 2/13/2018 2/13/2019 COMBINED SINGLE LIMIT $1000000 (Ea accident) f----X ANY AUTO BODILY INJURY (Per person) $ f----ALL OWNED ~ SCHEDULED BODILY INJURY (Per accident) $ f----AUTOS f--AUTOS X X NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS (Per accident\ f----f---$ A X UMBRELLA LIAB M OCCUR CUP3637T08A 2113/2018 2113/2019 EACH OCCURRENCE $2,000,000 f---- EXCESS LIAB CLAIMS-MADE AGGREGATE $2,000,000 ./ OED I X I RETENTION$ n $ B WORKERS COMPENSATION y 72WEGRT6756 2113/2018 2113/2019 XI ~\%uTE I I OTH- AND EMPLOYERS' LIABILITY ER Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE • N/A E.L. EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E L. DISEASE -EA EMPLOYEE $1,000,000 If yes, describe under E.L. DISEASE -POLICY LIMIT DESCRIPTION OF OPERATIONS below $1,000,000 C Professional Liability DPR9921869 2/13/2018 2/13/2019 Each Claim $2,000,000 / Aggregate $2,000,000 DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) RE: Agreement Number: TRAN1490, Agreement Name: Tri-Agencies Wtr Transmission Pipelines R2-Ph1. Additional Insured coverage applies to General Liability for City of Car1sbad/CMWD per policy form. Waiver of subrogation applies to Workers Compensation per policy form. Professional Liability -Claims made form, defense costs included within limit. If the insurance company elects to cancel or non-renew coverage for any reason other than nonpayment of premium Cavignac & Associates will provide 30 days notice of such cancellation or nonrenewal. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Carlsbad/CMWD ACCORDANCE WITH THE POLICY PROVISIONS. c/o EXIGIS Insurance Compliance Services P.O. Box 4668 -ECM #35050 AUTHORIZED REPRESENTATIVE New York NY 10163-4668 ~.Lo I © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD Policy #6807H08841A · COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED {ARCHITECTS, ENGINEERS AND SURVEYORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. The following is added to SECTION II -WHO IS AN INSURED: Any person or organization that you agree in a "written contract requiring insurance" to include as an additional insured on this Coverage Part, but: a. Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b. If, and only to the extent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies, or in connection with premises owned by or rented to you. The person or organization does not qualify as an additional insured: c. With respect to the independent acts or omis- sions of such person or organization; or d. For "bodily injury", "property damage" or "per- sonal injury" for which such person or organi- zation has assumed liability in a contract or agreement. The insurance provided to such additional insured is limited as follows: e. This insurance does not apply on any basis to any person or organization for which cover- age as an additional insured specifically is added by another endorsement to this Cover- age Part. f. This insurance does not apply to the render- ing of or failure to render any "professional services". g. In the event that the Limits of Insurance of the Coverage Part shown in the Declarations ex- ceed the limits of liability required by the "writ- ten contract requiring insurance", the insur- ance provided to the additional insured shall be limited to the limits of liability required by that "written contract requiring insurance". This endorsement does not increase the lim- its of insurance described in Section Ill -Lim- its Of Insurance. h. This insurance does not apply to "bodily inju- ry" or "property damage" caused by "your work" and included in the "products- completed operations hazard" unless the "written contract requiring insurance" specifi- cally requires you to provide such coverage for that additional insured, and then the insur- ance provided to the additional insured ap- plies only to such "bodily injury" or "property damage" that occurs before the end of the pe- riod of time for which the "written contract re- quiring insurance" requires you to provide such coverage or the end of the policy period, whichever is earlier. 2. The following is added to Paragraph 4.a. of SEC- TION IV -COMMERCIAL GENERAL LIABILITY CONDITIONS: The insurance provided to the additional insured is excess over any valid and collectible other in- surance, whether primary, excess, contingent or on any other basis, that is available to the addi- tional insured for a loss we cover. However, if you specifically agree in the "written contract requiring insurance" that this insurance provided to the ad- ditional insured under this Coverage Part must apply on a primary basis or a primary and non- contributory basis, this insurance is primary to other insurance available to the additional insured which covers that person or organizations as a named insured for such loss, and we will not share with the other insurance, provided that: (1) The "bodily injury" or "property damage" for which coverage is sought occurs; and (2) The "personal injury" for which coverage is sought arises out of an offense committed; after you have signed that "written contract requir- ing insurance". But this insurance provided to the additional insured still is excess over valid and collectible other insurance, whether primary, ex- cess, contingent or on any other basis, that is CG D3 81 0915 © 2015 The Travelers Indemnity Company. All rights reserved. Page 1 of 2 Includes the copyrighted material of Insurance Services Office, Inc., with its permission Policy #6807H08841A COMMERCIAL GENERAL LIABILITY available to the additional insured when that per- son or organization is an additional insured under any other insurance. 3. The following is added to Paragraph 8., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV -COMMERCIAL GENERAL LI- ABILITY CONDITIONS: We waive any right of recovery we may have against any person or organization because of payments we make for "bodily injury", "property damage" or "personal injury" arising out of "your work" performed by you, or on your behalf, done under a "written contract requiring insurance" with that person or organization. We waive this right only where you have agreed to do so as part of the "written contract requiring insurance" with such person or organization signed by you be- fore, and in effect when, the "bodily injury" or "property damage" occurs, or the "personal injury" offense is committed. 4. The following definition is added to the DEFINI- TIONS Section: "Written contract requiring insurance" means that part of any written contract under which you are required to include a person or organization as an additional insured on this Coverage Part, provid- ed that the "bodily injury" and "property damage" occurs and the "personal injury" is caused by an offense committed: a. After you have signed that written contract; b. While that part of the written contract is in ef- fect; and c. Before the end of the policy period. Page 2 of 2 © 2015 The Travelers Indemnity Company. All rights reserved. CG D3 81 0915 Includes the copyrighted material of Insurance Services Office, Inc., with its permission THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT -CALIFORNIA Policy Number: 7 2 WEG RT6 7 5 6 Endorsement Number: Effective Date: 02/13/18 Effective hour is the same as stated on the Information Page of the policy. Named Insured and Address: INFRASTRUCTURE ENG. CORP. 14271 DANIELSON ST POWAY, CA 92064 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 applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be premium otherwise due on such remuneration. 2 % of the California workers' compensation SCHEDULE Person or Organization ANY PERSON OR ORGANIZATION FROM WHOM YOU ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT TO OBTAIN THIS WAIVER OF RIGHTS FROM US. Countersigned by Form WC 04 03 06 (1) Printed in U.S.A. Process Date: 12/28/17 Job Description AS REQUIRED BY WRITTEN CONTRACT. --------------------Authorized Representative Policy Expiration Date: 02/13/19