Loading...
HomeMy WebLinkAboutMichael Baker International Inc; 2018-11-28; PSA19-605CAPSA19-605CA General Counsel Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 3 PROJECT NO. 5020-B This third Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between Michael Baker International, Inc., a Pennsylvania 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 design 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 May 21, 2020, (“proposal”), attached as Appendix "A" for Pressure Reducing Station Design Support Services, (the “Project"). The Project services shall include professional engineering design services for pressure reducing station design. 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 five (5) 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 $42,377. DocuSign Envelope ID: 344E1F6E-B528-4807-B7F0-F9792AFD832E August 5, 2020 PSA19-605CA 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. TABLE 1 FEE ALLOTMENT PRESSURE REDUCING STATION DESIGN SUPPORT SERVICES TASK GROUP TIME & MATERIALS Task 1.1 – Geotechnical Services $6, 637 Optional Seismic Profile $3,300 1.2 – Pipeline Design $6,430 1.3 – SDG&E Right of Way Support Data Gathering and Review $1,060 Communication and Coordination $1,060 ½ Day Survey $2,010 1.4 – HOA Right of Way Support Data Gathering and Review $1,060 Communication and Coordination $1,840 Meeting (1) $920 Plat and Legal (1) $3,060 1.5 – Potholing (AL) $15,000 TOTAL (Not-to-Exceed) $42,377 /// /// /// /// /// /// /// /// DocuSign Envelope ID: 344E1F6E-B528-4807-B7F0-F9792AFD832E PSA19-605CA General Counsel Approved Version 7/19/17 3 CONTRACTOR Michael Baker International, Inc. Michael Baker International, Inc. (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) Tim Thiele, Vice-President Steve Huff, Assistant Secretary (print name/title) (print name/title) tthiele@mbakerintl.com sjhuff@mbakerintl.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: _________________________ Geoff Patnoe, Assistant Executive Manager APPROVED AS TO FORM: CELIA A. BREWER, General Counsel BY: _____________________________ Assistant General Counsel DocuSign Envelope ID: 344E1F6E-B528-4807-B7F0-F9792AFD832E August 5, 2020 APPENDIX "A" SCOPE OF SERVICES DocuSign Envelope ID: 344E1F6E-B528-4807-B7F0-F9792AFD832E We Make a Difference MBAKERINTL.COM May 21, 2020 Proposal Electronic Submittal Mr. David Hull, P.E. Related PO: 138088, 138089 | Related Mbi: 176116, 176117 Associate Engineer Carlsbad Municipal Water District 5950 El Camino Real Carlsbad, CA 92008 Subject: Proposal for Task Order No. 3 Additional Services to support TO1 and TO2. Dear Mr. Hull: This proposal is in response to the Carlsbad Municipal Water District (CMWD) request for additional professional engineering services to support TO 1: Replacement of Melrose Pressure Reducing Station, Lower El Fuerte Pressure Reducing Station, and Abandonment of the Palomar Oaks Pressure Reducing Station; and TO2: Pressure Reducing Station at El Fuerte Street/Corintia Street; 1,100 feet of 12-inch Watermain in El Fuerte (La Costa Meadows School towards Santa Isabel Street) Services are understood to be needed for the following issues: 1. No existing geotechnical reports were found for review, as assumed in the approved scope of services. Therefore, CMWD would like services to characterize geotechnical conditions for constructability, particularly at Lower El Fuerte where the PRS will be located within the San Diego Gas and Electric (SDGE) right of way. 2. At Lower El Fuerte, the preferred site is within the SDGE right of way. This location will move existing AC water lines and existing service connections from the 318 pressure zone to the 510 pressure zone, increasing pressure by 83 psi. To guard against problems due to the added pressure, CMWD has requested design replacement of approximately 700 feet of existing 12” AC water mains with 12” C900 PVC water main and four to five private water service pressure reducing valves. 3. The preferred location for the Pressure Reducing Station (PRS)relocation at lower El Fuerte has utilities in the sidewalk in front of it, that prevent location inside the ROW. CMWD would like the new PRS to be located outside the traveled way for safety. Therefore, the preferred location is behind the back of sidewalk, inside SDGE right of way. Services are needed to gather information, coordinate with SDGE, participate in meetings, and pursue rights for the new location. 4. CMWD would like the new Corintia Pressure Reducing Station (PRS) to be located outside the road and pedestrian traveled way for safety. Therefore, the preferred location is behind the back of sidewalk, inside HOA property. An alternate location could be inside the right of way partially within the sidewalk, which would be within existing rights and not require an easement. The detailed scope of work follows: DocuSign Envelope ID: 344E1F6E-B528-4807-B7F0-F9792AFD832E David Hull May 21, 2020 Page 2 of 3 SCOPE OF WORK TO3 – Geotechnical, Design, and ROW 1.1 Geotechnical Services Services include a desktop geotechnical study, including one (1) boring in the proposed vault location, or one (1) seismic profile up the HOA slope. Report will address rock rippability, suitability of native material for bedding and backfill, temporary shoring, lateral earth pressure for thrust block design, and precast box support. Seismic lines can be gathered as an optional service. Pricing assumes this will be conducted in parallel with TO2 services and reflects the rate for half of one day of seismic profile work at each site. If this option is not selected charges will not apply. 1.2 Pipeline Design Plan and profile pipeline design services for approximately 700 feet of pipeline replacement. Services include specifications for the contractor to coordinate the precise location to install a private pressure reducing valve assembly at a location outside the right of way for five services, typically where the private pipe enters the home. One sheet of plan and profile and connection details is anticipated. 1.3 SDGE Right of Way Investigations Services include research and review of SDGE easement rights, communication and coordination with CMWD and SDGE. Services include an ½ day survey. This is anticipated to be used to establish the low point of power lines but will be coordinated to pick up potholes and other design features as possible under the ½ day minimum. 1.4 HOA Right of Way Support Services include research and review of HOA title report and easements, communication and coordination with CMWD and HOA, participation in one (1) meeting led by CMWD specific to acquisition issues, and preparation of one (1) plat and legal description to support rights acquisition. For the purposes of this proposal, we anticipate the efforts to a Joint Use Agreement (JUA) between HOA and CMWD. 1.5 Potholing Michael Baker team member, AirxUS, will contact Underground Service Alert to mark-out any utilities within the project area limits as defined by the team. Utilities identified to be located will be exposed using vacuum extraction potholing methods. This will include excavation, identifying the utility size and material type, depth measurement to top of utility, backfilling using native materials, asphalt patching of the vacuum extraction hole, and basic traffic control per the MUTCD manual. It is anticipated that potholing will be performed at the El Fuerte and Melrose Palomar West PRS locations only. Five potholes total are expected, including paving restoration and standard MUTCD traffic control. Any engineered traffic control would be outside of typical MUTCD requirements and constitute additional services. DocuSign Envelope ID: 344E1F6E-B528-4807-B7F0-F9792AFD832E David Hull May 21, 2020 Page 3 of 3 ASSUMPTIONS • Direct costs of permits or reviews by others, if any, are paid directly by CMWD. • Outreach and legal review and processing is provided separately by CMWD for work with SDGE and private homeowners. Design deliverables are assumed to be sufficient for coordination. FEES The Time and Materials Not to Exceed estimated engineering services fee for TO3 is $42,377 and will be billed in accordance with our existing agreement with the District. Unused funding, if any, will return to the budget at the end of the project. The work breakdown follows: We are prepared to begin the work immediately following your written authorization to proceed. All other terms and conditions of the existing agreement with CMWD apply. Please feel free to contact me at (858) 810-1403, if you have any questions. Sincerely, Carlos Mendoza, P.E. Project Manager cc: D. Smith, File $230 $245 $175 $130 $115 $150 $290 $180 $200 Incl. 10% Markup Incl. 10% Markup TO3 - Additional Services to Support TO1 and TO2 1.1 Geotechnical Services 3 5,947 3 $6,637 Optional Seismic Profile 3,300 $3,300 1.2 Pipeline Design 8 2 2 20 10 42 $6,430 1.3 SDGE Right of Way Support Data gathering and review 2 4 6 $1,060 Communication and Coordination 2 4 6 $1,060 1/2 day Survey 5 2 1 8 $2,010 1.4 HOA Right of Way Support Data gathering and review 2 4 6 $1,060 Communication and Coordination 8 8 $1,840 Meeting (1)4 4 $920 Plat and Legal (1)2 13 15 $3,060 1.5 Potholing (AL)15,000 0 $15,000 0 $0 31 2 2 20 10 12 5 2 14 15,000 9,247 98 $42,377 Project Manager DesignerProject Engineer Program Manager , QA/QC Total Hours Two-Person Field Total FeeTaskDescription Person-Hours Task Subtotal SCSTAirxUSDesign Technicia n GIT/ Permit Process Field Survey Supervis Licensed Surveyor DocuSign Envelope ID: 344E1F6E-B528-4807-B7F0-F9792AFD832E Holder Identifier : 7777777707070700077761616045571110777617116304557207453136772406310073650566157330020776051513066410307462415322665013070673265761777200723604013241331307340055312274130076727242035772000777777707000707007 7777777707070700073525677115456000723111416027202207033337242172100070233372420720010703333625316211107023327253162000071222373530721000703333625206201007022337252063100077756163351765540777777707000707007Certificate No :570078094027CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 08/30/2019 IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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. PRODUCER Aon Risk Services Central, Inc. Pittsburgh PA Office EQT Plaza ~ Suite 2700 625 Liberty Avenue Pittsburgh PA 15222-3110 USA PHONE(A/C. No. Ext): E-MAILADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # (866) 283-7122 INSURED 24554XL Insurance America IncINSURER A: 20443Continental Casualty CompanyINSURER B: 20427American Casualty Co. of Reading PAINSURER C: 20494Transportation Insurance Co.INSURER D: 37540Beazley Insurance Company, Inc.INSURER E: INSURER F: FAX(A/C. No.):(800) 363-0105 CONTACTNAME: Michael Baker International, Inc 5 Hutton Centre DriveSuite 500Santa Ana CA 92707 USA COVERAGES CERTIFICATE NUMBER:570078094027 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.Limits shown are as requested POLICY EXP (MM/DD/YYYY)POLICY EFF (MM/DD/YYYY)SUBRWVDINSR LTR ADDL INSD POLICY NUMBER TYPE OF INSURANCE LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR POLICY LOC EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG X X X X GEN'L AGGREGATE LIMIT APPLIES PER: $2,000,000 $100,000 $10,000 $2,000,000 $4,000,000 $4,000,000 B 08/30/2019 08/30/2020 General Liability 6078988730 PRO- JECT OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY BODILY INJURY ( Per person) PROPERTY DAMAGE (Per accident) X BODILY INJURY (Per accident) $2,000,000B08/30/2019 08/30/2020 Commercial Auto - AOS COMBINED SINGLE LIMIT (Ea accident) BUA 6078988680 EXCESS LIAB X OCCUR CLAIMS-MADE AGGREGATE EACH OCCURRENCE DED $10,000,000 $10,000,000 $10,000 08/30/2019 UmbrellaUMBRELLA LIABA 08/30/2020US00079952LI19A RETENTIONX X E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT E.L. EACH ACCIDENT $1,000,000 X OTH-ER PER STATUTEC08/30/2019 08/30/2020 AOS WC6078988727D 08/30/2019 08/30/2020 $1,000,000 Y / N (Mandatory in NH) ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED?N / AN WI WORKERS COMPENSATION AND EMPLOYERS' LIABILITY If yes, describe under DESCRIPTION OF OPERATIONS below $1,000,000 WC6078988713 Per ClaimPSDEF190046008/30/2019 08/30/2020 Professional Liab. and CP $5,000,000Aggregate E&O-PL-PrimaryE $5,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) City of Carlsbad/CMWD is included as Additional Insured in accordance with the policy provisions of the General & Automobile Liability policies. A Waiver of Subrogation is granted in favor of Certificate Holder in accordance with the policy provisions of the Workers Compensation policy. Should any of the above described policies be cancelled before the expiration date thereof, the policy provisions will governhow notice of cancellation may be delivered to certificate holders in accordance with the policy provisions of each policy. CANCELLATIONCERTIFICATE HOLDER AUTHORIZED REPRESENTATIVECity of Carlsbad/CMWDc/o EXIGIS Insurance Compliance ServicesP.O. Box 4668 - ECM #35050New York NY 10163-4668 USA ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:ACORD 25 FORM TITLE:Certificate of Liability Insurance AGENCY ADDITIONAL REMARKS EFFECTIVE DATE: CARRIER NAIC CODE NAMED INSURED See Certificate Number: See Certificate Number: POLICY NUMBER AGENCY CUSTOMER ID: ADDITIONAL REMARKS SCHEDULE LOC #: Aon Risk Services Central, Inc. 570000027699 570078094027 570078094027 ADDITIONAL POLICIES If a policy below does not include limit information, refer to the corresponding policy on the ACORD certificate form for policy limits. INSURER INSURER INSURER INSURER INSURER(S) AFFORDING COVERAGE Page _ of _ NAIC # Michael Baker International, Inc TYPE OF INSURANCE POLICY NUMBER LIMITS WORKERS COMPENSATION C WC6078988694 08/30/2019 08/30/2020 CA N/A ADDL INSD INSR LTR SUBR WVD POLICY EFFECTIVE DATE (MM/DD/YYYY) POLICY EXPIRATION DATE (MM/DD/YYYY) ACORD 101 (2008/01)© 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CNA PARAMOUNT Additional Insured - Owners, Lessees or Contractors - Scheduled Person or Organization Endorsement Policy No: 6078988730 Endorsement No: 1 Effective Date: 08/30/2019 CG 20 10 (04-13) Page 1 of 1 CONTINENTAL CASUALTY COMPANY Insured Name: MICHAEL BAKER INTERNATIONAL, LLC Copyright Insurance Services Office, Inc., 2012 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. It is understood and agreed as follows: A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused, in whole or in part, by: 1.Your acts or omissions; or 2.The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to bodily injury or property damage occurring after: 1.All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2.That portion of your work out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CNA PARAMOUNT Primary and Noncontributory - Other Insurance Condition Endorsement CNA74987XX (1-15) Page 1 of 1 Policy No: 6078988730 Endorsement No: Continental Casualty Company Effective Date: 8/30/2019 Insured Name: MICHAEL BAKER INTERNATIONAL, LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART It is understood and agreed that the condition entitled Other Insurance is amended to add the following: Primary And Noncontributory Insurance Notwithstanding anything to the contrary, this insurance is primary to and will not seek contribution from any other insurance available to an additional insured under this policy provided that: a.the additional insured is a named insured under such other insurance; and b.the Named Insured has agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA PARAMOUNT Additional Insured - Owners, Lessees or Contractors - Completed Operations Endorsement CG 20 37 (04-13) Policy No: 6078988730 Page 1 of 1 Endorsement No: 1 Effective Date: 08/30/2019 Insured Name: MICHAEL BAKER INTERNATIONAL, LLC Copyright Insurance Services Office, Inc., 2012 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. It is understood and agreed as follows: A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for bodily injury or property damage caused, in whole or in part, by your work at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the products-completed operations hazard. However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. POLICY NUMBER: 6078988680 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: MICHAEL BAKER INTERANTIONAL, LLC Endorsement Effective Date: 8/30/2019 SCHEDULE Name Of Person(s) Or Organization(s): Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II – Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I – Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1 CNA71527XX (Ed. 10/12) ADDITIONAL INSURED – PRIMARY AND NON-CONTRIBUTORY It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: SCHEDULE Name of Additional Insured Persons Or Organizations Any person or organization for whom or which you are required by written contract or agreement to add as an additional insured on this policy. 1.In conformance with paragraph A.1.c. of Who Is An Insured of Section II – LIABILITY COVERAGE, the personor organization scheduled above is an insured under this policy. 2.The insurance afforded to the additional insured under this policy will apply on a primary and non-contributorybasis if you have committed it to be so in a written contract or written agreement executed prior to the date of the"accident" for which the additional insured seeks coverage under this policy. All other terms and conditions of the Policy remain unchanged. CNA71527XX (10/12) Page 1 of 1 Policy No: 6078988680 Endorsement No: Effective Date: 08/30/2019 Insured Name: Michael Baker International, LLC Copyright CNA All Rights Reserved. CONTINENTAL CASUALTY COMPANY Workers Compensation Blanket Waiver of Our Right to Recover From Others Policy No: WC 6078988713 Policy Effective Date: 08/30/2019 Policy Page: Form No: G-19160-B (11-1997) Endorsement Effective Date: 08/30/2019 Endorsement Expiration Date: 08/30/2020 Endorsement No: Page: 1 of 1 Underwriting Company: American Casualty Company of Reading, PA © Copyright CNA All Rights Reserved. This endorsement changes the policy to which it is attached. It is agreed that Part One - Workers’ Compensation Insurance G. Recovery From Others and Part Two - Employers’ Liability Insurance H. Recovery From Others are amended by adding the following: We will not enforce our right to recover against persons or organizations. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) PREMIUM CHARGE - Refer to the Schedule of Operations The charge will be an amount to which you and we agree that is a percentage of the total standard premium for California exposure. The amount is 2%. All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. BLANKET WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS CNA PARAMOUNT Changes - Notice of Cancellation or Material Restriction Endorsement Policy No: 6078988730 Endorsement No: 1 Effective Date: 08/30/2019 CNA74702XX (1-15) Page 1 of 1 CONTINENTAL CASUATY COMPANY Insured Name: MICHAEL BAKER INTERNATIONAL, LLC Copyright CNA All Rights Reserved. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART EMPLOYEE BENEFITS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART STOP GAP LIABILITY COVERAGE PART TECHNOLOGY ERRORS AND OMISSIONS LIABILITY COVERAGE PART SPECIAL PROTECTIVE AND HIGHWAY LIABILITY POLICY – NEW YORK DEPARTMENT OF TRANSPORTATION SCHEDULE Number of days notice (other than for nonpayment of premium): 30 Number of days notice for nonpayment of premium: Name of person or organization to whom notice will be sent: Address: 500 GRANT ST STE 5400PITTSBURGH, PA 15219 If no entry appears above, the number of days notice for nonpayment of premium will be 10 days. It is understood and agreed that in the event of cancellation or any material restrictions in coverage during the policy period, the Insurer also agrees to mail prior written notice of cancellation or material restriction to the person or organization listed in the above Schedule. Such notice will be sent prior to such cancellation in the manner prescribed in the above Schedule. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. Policy No: 6078988680 Endorsement No: Effective Date: 08/30/2019 CNA86681XX (8-16) Page 1 Insured Name: MICHAEL BAKER INTERTNATIONAL, LLC © CNA All Rights Reserved. NOTICE OF CANCELLATION TO OTHERS ENDORSEMENT This endorsement modifies the notice of cancellation of insurance provided by this policy: In the event of cancellation of the insurance afforded by this policy, we agree to mail advance written notice to other persons or organizations subject to the following: 1. Number of days advance notice: 30 days, or as required by written contract or agreement. 2. Other person or organization: any person or organization to whom you are required by written contract or agreement to mail advance written notice of cancellation. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. This endorsement modifies insurance provided under the WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY: In the event of cancellation or material change that reduces or restricts coverage during the policy period, we agree to send prior written notice in the manner prescribed, to the person or organization listed in the Schedule. SCHEDULE 1.Number of days advance notice: For nonpayment of premium: 10 For any other reason: 30 2.Name and Address of Person or Organization: All other terms and conditions of the policy remain unchanged. © Copyright CNA All Rights Reserved. Form No: CNA87380XX (11-2016) Endorsement Effective Date: 8/30/2019 Endorsement No: 1 ; Page: 1 of 1 Endorsement Expiration Date: Policy No: WC 6078988713 Policy Effective Date: 8/30/2019 Policy Page: Underwriting Company: American Casualty Company of Reading, PA This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy. NOTICE OF CANCELLATION OR MATERIAL CHANGE ENDORSEMENT Workers Compensation NOTICE OF CANCELLATION OR MATERIAL CHANGE ENDORSEMENT PSA19-605CA General Counsel Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 2 PROJECT NO. 5020 This second Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between Michael Baker International, Inc., 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 engineering design services in accordance with the "Project Engineer’s Manual", 2001 edition, as published by the City's Engineering Department, City "Standards for Design & Construction of Public Works Improvements in the City of Carlsbad," and the proposal dated September 25, 2019, (“proposal”), attached as Appendix "A" for the preparation of design and construction plans and specifications for a new pressure reducing station at Corintia Street and 1,100 feet of 12 inch watermain along El Fuerte Street, (the “Project"). The Project services shall include engineering services for the preparation of design and construction plans and specifications. 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 seven (7) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within two hundred forty days (240) 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 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 DocuSign Envelope ID: 07314C96-C358-4045-ADBD-39307286B39B October 29, 2019 PSA19-605CA General Counsel Approved Version 7/19/17 2 performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $97,980. 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: 07314C96-C358-4045-ADBD-39307286B39B PSA19-605CA General Counsel Approved Version 7/19/17 3 TABLE 1 FEE ALLOTMENT NEW PRESURE REDUCING STATION ENGINEERING SERVICES TASK GROUP TIME & MATERIALS Task 1: Project Administration $1,385 Task 2: Field Reconnaissance, Data Collection, Utility Research, and Categorical Exemption Documentation $21,960 Task 3: Survey/Mapping, Data Collection and Research $8,820 Task 4: Review of Existing Geotechnical Investigations $1,160 Task 5: Preliminary Technical Memorandum $10,960 Task 6: Final Design $42,540 Task 7: Bid Support Services $1,020 Task 8: Construction Support Services $8,000 Other Direct Costs $2,135 TOTAL (Not-to-Exceed) $97,980 CONTRACTOR Michael Baker International, Inc. Michael Baker International, Inc. (name of Contractor) (name of Contractor) *By: By: (sign here) (sign here) Tim Thiele, Vice President Steve Huff, Assistant Secretary (print name/title) (print name/title) tthiele@mbakerintl.com sjhuff@mbakerintl.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: 07314C96-C358-4045-ADBD-39307286B39B October 29, 2019 APPENDIX "A" SCOPE OF SERVICES DocuSign Envelope ID: 07314C96-C358-4045-ADBD-39307286B39B 9755 Clairemont Mesa Boulevard | San Diego, CA 92124 Office: 858.614.5000| Fax: 858.614.5001 September 25, 2019 Proposal Electronic Submittal Ms. Adelina Sanchez, P.E. Associate Engineer Carlsbad Municipal Water District 5950 El Camino Real Carlsbad, CA 92008 Subject: Proposal for Task Order No. 2– Pressure Reducing Station at El Fuerte Street/Corintia Street; 1,100 feet of 12-inch Watermain in El Fuerte (La Costa Meadows School towards Santa Isabel Street) Dear Ms. Sanchez: The Carlsbad Municipal Water District (CMWD) is requesting professional engineering services for the preparation of design and construction plans and specifications to provide improvements for a new pressure reducing station (PRS) to be located near the corner of El Fuerte Street and Corintia Street in the La Costa area of Carlsbad. Additionally, the project will include approximately 1,100 feet of new 12-inch diameter watermain along El Fuerte Street from the northerly boundary of La Costa Meadows School towards Santa Isabel Street. See Figure 1 for the approximate locations of the improvements to be done. Our project understanding was developed from telephone conversation with Dave Padilla, MBI’s site visit on September 7, 2019, review of the PDF exhibit sent by you on September 9th, and review of the record drawing information obtained from the City’s document management system. The record drawings reviewed were: ·172-6 Sheet Nos. 1, 21, 22, and 23 ·191-5 Sheet No. 13 ·397-3B Sheet Nos. 3, 4, and 5 ·397-3E Sheet No. 3 The execution of this design/construction plan effort is anticipated to coincide with the project to replace the Melrose Drive and the Lower El Fuerte pressure reducing stations and abandon the Palomar West PRS with respect to kick-off meeting, progress meetings and plan review meetings. Therefore, the additional time included for those items for this project will be minimal as the general time to prepare for those meetings will be shared by all four projects. It is anticipated that the El Fuerte/Corintia PRS and 12-inch water main plans will be combined into one plan set for bidding and construction under one specification with the other aforementioned PRS replacements. Our general approach will be to create an existing conditions base plan for the site, prepare a technical memorandum (TM) that identifies the existing conditions and potential PRS siting options along with the proposed improvements for each option, including design concept exhibits with a conceptual level opinion of probable construction cost. Once the TM is approved, we will proceed to a 75-percent complete design level and submit plans and technical specifications for District review. We will meet with the District to discuss their comments and incorporate those comments into our 100-percent complete submittal package. The District would like to have the plans, specifications and Opinion of Probable Construction Cost (OPCC) completed within a realistic schedule. Our schedule of Preliminary Project Milestones assumes that an APPENDIX A DocuSign Envelope ID: 07314C96-C358-4045-ADBD-39307286B39B Michael Baker International September 25, 2019 Proposal for As-Needed Task Order El Fuerte/Corintia PRS and El Fuerte Watermain Page 2 of 8 NTP will be issued by October 29, 2019. We have allowed only two weeks for District review period each for the review of the submittals for the Technical Memorandum, the 75- and 100-percent complete plans. No geotechnical work is included in our scope or fee estimate, and we propose that only a review of existing geotechnical reports in the project areas is required to understand any unusual geotechnical conditions that might exist. Per the District’s request, Michael Baker International (Michael Baker) is providing CMWD with this proposal for preliminary and final engineering design services to prepare construction plans and specifications, bid services support, and construction support services for the El Fuerte Street/Corintia Street PRS and 1,100 feet of 12-inch Waterline. Attached please find our Scope of Services (Exhibit A), Compensation and Payment (Exhibit B), and Preliminary Project Milestones (Exhibit C). If the attached are acceptable, please forward to Michael Baker a Task Order from CMWD. We are prepared to begin the work immediately following your written authorization to proceed and execution of the Task Order. The estimated engineering services fee for this task order for the El Fuerte/Corintia PRS and the 12-inch watermain infill project is $97,980. We appreciate the opportunity to provide this proposal and look forward to working with you. Please feel free to contact me at (858) 810-1408, if you have any questions. Sincerely, Daniel G. Smith, P.E. Program Manager Attachments, cc: J. Harris, D. Smith, File DocuSign Envelope ID: 07314C96-C358-4045-ADBD-39307286B39B Michael Baker International September 25, 2019 Proposal for As-Needed Task Order El Fuerte/Corintia PRS and El Fuerte Watermain Page 3 of 9 EXHIBIT A Scope of Services TASK 1. PROJECT ADMINISTRATION 1.1 Project Management Provide project management during the preliminary and final design phases of the project. Project Management will include project coordination, schedule and billing management. 1.2 Meetings The Project "Kick-Off" Meeting will be held within a week of Notice to Proceed. This meeting should include representatives from, but not be limited to, the District, Michael Baker, and subconsultants. The primary objective is to establish project protocol, finalize the project schedule, and identify key technical issues. Meetings will be scheduled to discuss the technical memorandum (TM), 75- and 100-percent plan submittals directly with staff. It is intended that these meetings will be held jointly with the meetings for the Melrose Drive and Lower El Fuerte PRS and Palomar West PRs abandonment. Michael Baker will provide agenda and meeting minutes for each meeting. 1.3 Quality Control/Quality Assurance The deliverables will be reviewed by a senior project manager for content, clarity, and accuracy prior to submittal to the District. TASK 2. FIELD RECONNAISSANCE, DATA COLLECTION, UTILITY RESEARCH, AND CATEGORICAL EXEMPTION DOCMUMENTATION 2.1 Field Reconnaissance Perform a reconnaissance survey to become familiar with the project sites, develop a photographic inventory of the locations and existing improvements, and identify issues to be considered in any relocation. The team will obtain and review all available reports, right-of- way maps, drawings, grading plans, and standard specifications from the District, and other local agencies. 2.2 Research and Review of Record Information Collect and review utility maps and easement information regarding abandoned, existing, and proposed utilities corresponding to the project sites. Utility maps will be reviewed to corroborate the utility information shown on the base mapping CADD files. The District will pay any charges by the utility agencies and entity associated with provided utility maps for locating utilities for design of the Project; these will be invoiced as reimbursable costs and are included in the estimate of direct costs. Digital copies of all utility research received will be submitted to the District for their records. DocuSign Envelope ID: 07314C96-C358-4045-ADBD-39307286B39B Michael Baker International September 25, 2019 Proposal for As-Needed Task Order El Fuerte/Corintia PRS and El Fuerte Watermain Page 4 of 9 EXHIBIT A Scope of Services 2.3 Utility Mark-Outs and Subsurface Utility Locating Michael Baker team member, AirxUS, will contact Underground Service Alert to mark-out any utilities within the project area limits as defined by the team. Utilities identified to be located will be exposed using vacuum extraction potholing methods. This will include excavation, identifying the utility size and material type, depth measurement to top of utility, backfilling using native materials, asphalt patching of the vacuum extraction hole, and basic traffic control per the MUTCD manual. It is anticipated that potholing will be performed along El Fuerte between Santa Isabel street and Corintia Street as it may affect the watermain or PRS locations. Ten potholes are anticipated to be needed for the PRS and watermain. Any traffic control outside of typical MUTCD requirements will also be an additional service. 2.4 Categorical Exemption Documentation Michael Baker will develop a project description that outlines the project location, project components, construction activities and duration, for inclusion into the environmental documents prepared by Carlsbad Municipal Water District. TASK 3. SURVEY/MAPPING, DATA COLLECTION, AND RESEARCH 3.1 Survey Records Research Michael Baker International shall complete research and investigation of existing and future constraints affecting the Project Site, including a site visit the become familiar with the current conditions of the site such as topography and existing improvements, locations of existing street survey monuments, building and other structures to remain. Records research to include review right-of-way documents, map books and existing street plans, if available, from the City of Carlsbad and the County of San Diego, dry utility plans and other reference documents of the project limits to establish a survey mapping base plan. 3.2 Field Survey/Mapping During this initial field data collection, Michael Baker will establish control for the project utilizing benchmarks recognized by the District and locate existing monumentation, including benchmarks local to the project. The basis of horizontal control shall be California State Plane coordinates on the North American Horizontal Datum of 1983 (NAD83), and the vertical control shall be based on North American Vertical Datum of 1988 (NAVD88). No aerial mapping will be performed. DocuSign Envelope ID: 07314C96-C358-4045-ADBD-39307286B39B Michael Baker International September 25, 2019 Proposal for As-Needed Task Order El Fuerte/Corintia PRS and El Fuerte Watermain Page 5 of 9 EXHIBIT A Scope of Services Michael Baker will perform a conventional field survey to locate, measure and describe existing topographic features within the proposed project limits. The topographic data collection shall include, but not be limited to curbs, gutters, paving, walls, fences, above ground utility structures, surface drainage features, manholes, valves, tops and toes of slopes, grade breaks and spot elevations or other pertinent features that may be affected by the construction of the project. Following field data collection, Michael Baker will compile the results of the field survey to prepare a base map with the collected topographic data and a base map depicting property lines, easements, and rights of way. Upon the completion of the pothole activities Michael Baker will perform a field survey to horizontally and vertically locate the witness points (PK nails) for each pothole location. Information will be summarized in a report that indicates function, size, materials type, and elevation of the utility that was located. TASK 4. REVIEW OF EXISTING GEOTECHNICAL INVESTIGATIONS 4.1 Review of Existing Geotechnical Investigations Michael Baker will review the previously generated geotechnical investigations for the project area to assist with the determination of the soil characterization and its impact on the design of the water main. Michael Baker has not included any geotechnical investigation in this proposal. Research will be undertaken with the City’s Construction and Building departments. TASK 5. PRELIMINARY TECHNICAL MEMORANDUM 5.1 Preliminary Design Drawings Utilizing the existing conditions base plan from the field survey and the information obtained from the utility research, prepare a conceptual plan for the two potential locations for the El Fuerte Street/Corintia Street PRS, and a pipeline alignment (plan view only) for the 12-inch watermain. Our conceptual plan will show existing water main alignments, existing utilities, and approximate locations of tie-ins to the existing improvements water main both horizontally and vertically. Connection detail concepts will be a part of these preliminary drawings. It is anticipated that one plan sheet will be prepared for the preliminary design for each option. 5.2 Preliminary Design Technical Memorandum Prepare a preliminary design technical memorandum (DTM) that summarizes the existing conditions and the proposed design parameters for the PRS improvements. The design recommendations in the memorandum will include location analysis, potential utility conflicts and resolutions, pipeline configuration and appurtenance locations, thrust restraints, record right-of-way information, and any special construction considerations. Pipe materials will be DocuSign Envelope ID: 07314C96-C358-4045-ADBD-39307286B39B Michael Baker International September 25, 2019 Proposal for As-Needed Task Order El Fuerte/Corintia PRS and El Fuerte Watermain Page 6 of 9 EXHIBIT A Scope of Services in accordance with the District’s approved materials list. The technical memorandum will be submitted to the District along with the preliminary design drawings. This is envisioned as a three to four-page document with the drawings attached. After District review and comments the final DTM will be prepared incorporating the District’s comments. TASK 6. FINAL DESIGN 6.1 75-Percent Submittal Proceed from Preliminary Design Memorandum phase directly to 75-percent complete plans; District comments from the Preliminary Design Memorandum will be incorporated into the 75-percent design drawings. Proposal forms, technical specifications, and Opinion of Probable Construction Cost (OPCC) will be a part of this submittal. Anticipated drawings for the El Fuerte/Corintia Pressure Reducing Station and 12-inch water main that will be included in the drawing set for the Lower El Fuerte and Melrose Drive PRS Replacments, and Palomar Oaks PRS abandonment (LElF/MD/PW) includes: 1. Site Plan/Demolition Plan (separate sheet) 2. Watermain Plan and Profile 3-4. Proposed Piping and Mechanical Plan and Sections (2 sheets) 5. Connection Details for El Fuerte and Corintia Street 6. Structural Plan/Sections for new vault at El Fuerte/Corintia Street PRS 7. Electrical Plan layout for El Fuerte/Corintia (District template) The District’s standard template for PRS station electrical and controls layout will be added to the final set of plans with any equipment updates per the Operations department included. Deliverables will include four half sized sets of plans, two hard copies of the bid proposal forms, technical specifications and OPCC. A PDF of the plans, specifications and OPCC will also be submitted. In accordance with Task 2.2, we will meet with the District staff after their two- week plan review period and discuss any comments from the 75-percent submittal. 6.2 100-Percent Submittal Address and incorporate District comments from the 75-percent submittal and prepare 100- percent complete plans. Proposal forms, technical specifications, and Opinion of Probable Construction Cost will be a part of this submittal. Deliverables will include one full sized plan set, three half sized sets of plans, two hard copies of the proposal forms, technical specifications and OPCC. A PDF of the plans, specifications and OPCC will also be submitted. In accordance with Task 2.2, we will meet with the District staff after their two- week plan review period and discuss any comments from the 100-percent submittal. DocuSign Envelope ID: 07314C96-C358-4045-ADBD-39307286B39B Michael Baker International September 25, 2019 Proposal for As-Needed Task Order El Fuerte/Corintia PRS and El Fuerte Watermain Page 7 of 9 EXHIBIT A Scope of Services 6.3 Final Submittal Address and incorporate District comments from the 100-percent submittal into the Final plans. Final Proposal forms, technical specifications, and Opinion of Probable Construction Cost will be a part of this submittal. Final deliverables will include two full-sized plan sets, two half-sized sets of plans, final hard copies of the proposal forms, technical specifications and OPCC. A PDF of the plans, specifications and OPCC will be submitted along with the CADD files for the plans and the Word files for the proposal forms, technical specifications and OPCC. TASK 7. BID SUPPORT SERVICES (minimal time due to combining with LElF/MD/PW) 7.1 Attend Pre-Bid Meeting Participate in Pre-Bid Meeting at District offices. 7.2 Respond to Contractor’s Questions Provide responses to Contractor’s questions which are vetted through the District Project Manager. 7.3 Prepare Addendum Prepare one addendum during the bid period. 7.4 Bid Review Assistance Assist with review of bids as specifically directed by the District Project Manager. TASK 8. CONSTRUCTION SUPPORT SERVICES (minimal time due to combining with LElF/MD/PW) 8.1 Attend Pre-Construction Meeting and Site Visits Participate in Pre-Construction Meeting at District offices and perform a maximum of three site visits during construction for the El Fuerte/Corintia PRS and 12-inch Watermain site. 8.2 Submittal Review Review Contractor’s submittals for materials and instruments to be provided up to a maximum of 12 additional submittals including re-submittals. 8.3 Respond to Contractor’s RFIs Review and respond to Contractor’s requests for information/clarification which are vetted through the District Project Manager. Anticipate 5 RFIs at 2 hours each. 8.4 Review Contractor’s Request for Changes Review and respond to Contractor’s request for changes in the work which are vetted through the District’s Project Manager. Allowance of 8 hours for El Fuerte/Corintia changes. DocuSign Envelope ID: 07314C96-C358-4045-ADBD-39307286B39B Michael Baker International September 25, 2019 Proposal for As-Needed Task Order El Fuerte/Corintia PRS and El Fuerte Watermain Page 8 of 9 EXHIBIT A Scope of Services 8.5 Prepare Record Drawings Prepare Record Drawings from Contractor’s redlines that are approved by the District’s construction manager. ASSUMPTIONS In preparing this scope of work, Michael Baker based our scope on the following assumptions: 1) Michael Baker has not included any effort for preparation of easement documents. 2) A Geotechnical Investigation is not included. 3) No environmental services are included other than preparation description for NOE documents. 4) The District can provide existing waterline mark-outs in the project areas. 5) Michael Baker has not included any hydraulic modeling of the water system in this proposal. It has been stated in the request for proposal information that the District has performed the hydraulic calculations for pipe sizing and abandonment considerations. 6) The District will pay for all encroachment permit expenses for pre-design and construction activities. 7) The District will provide access to the existing water main locations if located outside of public road right-of-way. ADDITIONAL SERVICES Services which are not specifically identified herein as services to be performed by Michael Baker are considered "Additional Services" for purposes of this Agreement. Client may request that Michael Baker perform services which are Additional Services. Upon such request Michael Baker will perform the requested services upon full execution of an amendment to this Agreement setting forth the scope, schedule and fee for such Additional Service. In the event Michael Baker performs Additional Services at the Client’s written request before receipt of such executed amendment, Client acknowledges its obligation to pay for such services at Michael Baker's hourly rates as shown in the Fee Summary, within 30 days of receipt of invoice for services performed. FEE In accordance with the associated fee summary shown on Exhibit B, Michael Baker proposes to perform the above scope of work on a Time & Materials (T&M) basis with a not-to-exceed (NTE) amount. Michael Baker acknowledges that the NTE amount cannot be exceeded for the scope of work unless changes are approved in advance by a written change order issued and signed by the CMWD and Michael Baker. DocuSign Envelope ID: 07314C96-C358-4045-ADBD-39307286B39B Michael Baker International September 25, 2019 Proposal for As-Needed Task Order El Fuerte/Corintia PRS and El Fuerte Watermain Page 9 of 9 EXHIBIT A Scope of Services Progress billings will be forwarded to the Client monthly. These billings will include the fees earned for the billing period plus all reimbursable project expenses advanced by the Consultant. Reimbursable expenses (printing, courier, postage, etc.) will be billed at cost plus 10% to cover administrative costs. Mileage will be billed at current IRS mileage rate. PAYMENT Client shall pay the Consultant for services performed within 30 days of receipt of invoice from Consultant. Work shall commence upon receipt of an executed Purchase Order. Michael Baker invoices will follow CMWD standard invoice format. DocuSign Envelope ID: 07314C96-C358-4045-ADBD-39307286B39B $230 $245 $210 $175 $130 $115 $150 $290 $180 $200 $75Subconsultant1 Project Management/Meetings/ QA/QC1.1 Project Management0 $01.2 Meetings (Kick-off and 3 Meetings)112 $4051.3 Quality Control/Quality Assurance/Technical Reviews44 $9801401000000006$1,3852 Field Reconnaissance, Data Collection, and Utility Research2.1 Field Reconnaisance224 $8102.2 Research and Review of Record Water Plan Information4 48 $1,2202.3 Utility Mark-outs and Locating (10 potholes)2$19,000 2 $19,2302.4 Categorical Exemption Documents44 $700200104200000$19,00018$21,9603 Survey/Mapping3.1 Survey Records Research / Base Mapping/6 2 210 $1,6603.2 Field Survey, Mapping, Easement Plotting4 20 2 228 $7,1600000001020440038$8,8204 Review of Geotechnical Investigations4.1 Review of Exisitng Geotechnical Reports246 $1,1602004000000006$1,1605 Preliminary Design Technical Memorandum/Preliminary Drawings5.1 Preliminary Design Drawings (Approx. 30% Plan view with conflicts identified) 2 4 12 16 2054 $7,7805.2 Preliminary Design Technical Memorandum2 2 2 6 44 20 $3,18042618162400004074$10,9606 Final Design6.1 Final Design Submittal at 75% (Plans, Specs, Cost Projections) 6 16 36 44 246 132 $19,9706.2 Final Design Submittal at 100% (Plans, Specs, Cost Projections) 4 12 28 36 184 102 $15,3906.3 Final Design Submittal at Final (Plans, Specs, Cost Projections) 2 6 16 14 62 46 $7,180120348094480000120280$42,5407 Bid Support Services7.1 Attend Pre-Bid Meeting0 $07.2 Respond to Contractor's Questions1 1 13 $6157.3 Prepare One Addendum112 $4057.4 Provide Bid Review Assistance (limited to hours as shown)0 $02012000000005$1,020Construction Support Services8.1 Attend Pre-Construction and Site Meetings (maximum of 3 site meetings) 246 $1,1608.2 Submittal Review (Maximum of 12 sbmittals)4 8 416 $2,7608.3 Respond to Contractor's RFIs (maximum of 5)1 2 47 $1,3508.4 Review Contractor's request for Changes (maximum limit to hours shown) 189 $1,6308.5 Prepare Record Drawings12 47 $1,100506268000000045$8,000$2,135286471411227410204416$19,000467$97,980CARLSBAD MUNICIPAL WATER DISTRICTEl Fuerte Street/Corintia Street PRS and El Fuerte 12-inch WatermainEngineering Services Fee EstimateTaskDescriptionOther Direct Costs (Reprographics, Travel, Etc.)Person-Hours Task SubtotalField Survey SupervisorLicensed SurveyorTotal FeePerson-Hours Task SubtotalPerson-Hours Task SubtotalPerson-Hours Task SubtotalTwo-Person Field CrewStructural EngineerPerson-Hours Task SubtotalAirxUSProject ManagerDesignerProject EngineerDesign TechnicianGIT/ Permit ProcessorClericalPerson-Hours Task SubtotalPerson-Hours Task SubtotalPerson-Hours Task SubtotalTotalProgram Manager, QA/QCTotal HoursEXHIBIT BDocuSign Envelope ID: 07314C96-C358-4045-ADBD-39307286B39B EXHIBIT C Carlsbad Municipal Water District Pressure Reducing Station Replacements (El Fuerte Street/Corintia Street PRS and 12-inch Watermain) (Also Revised schedule for Lower El Fuerte/Melrose Drive PRS/Palomar West PRS Abandonment) Project Milestones October 29, 2019 Notice to Proceed October 31, 2019 Kick-off Meeting December 4, 2019 Base Plan Complete (Records and Utility research, Aerial Mapping, etc.) January 9, 2020 Submit Preliminary Design Technical Memorandum (DTM) and Drawings January 30, 2020 Comment Review Meeting for DTM Review and Discussion February 19, 2020 Submit Final DTM March 25, 2020 Submit 75% Plans, Technical Specification, OPCC, and Bid Form April 8, 2020 Comment Review Meeting for 75% Plans May 14, 2020 Submit 100% Plans, Specs, and OPCC, and Bid Form May 28 2020 Comment Review Meeting for 100% Plans June 11, 2020 Submit Final Plans, Specs, OPCC, and Bid Form DocuSign Envelope ID: 07314C96-C358-4045-ADBD-39307286B39B Holder Identifier : 7777777707070700077761616045571110777617116304557207453136772406310073650566157330020776051513066410307462415322665013070673265761777200723604013241331307340055312274130076727242035772000777777707000707007 7777777707070700073525677115456000723111416027202207033337242172100070233372420720010703333625316211107023327253162000071222373530721000703333625206201007022337252063100077756163351765540777777707000707007Certificate No :570078094027CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 08/30/2019 IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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. PRODUCER Aon Risk Services Central, Inc. Pittsburgh PA Office EQT Plaza ~ Suite 2700 625 Liberty Avenue Pittsburgh PA 15222-3110 USA PHONE(A/C. No. Ext): E-MAILADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # (866) 283-7122 INSURED 24554XL Insurance America IncINSURER A: 20443Continental Casualty CompanyINSURER B: 20427American Casualty Co. of Reading PAINSURER C: 20494Transportation Insurance Co.INSURER D: 37540Beazley Insurance Company, Inc.INSURER E: INSURER F: FAX(A/C. No.):(800) 363-0105 CONTACTNAME: Michael Baker International, Inc 5 Hutton Centre DriveSuite 500Santa Ana CA 92707 USA COVERAGES CERTIFICATE NUMBER:570078094027 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.Limits shown are as requested POLICY EXP (MM/DD/YYYY)POLICY EFF (MM/DD/YYYY)SUBRWVDINSR LTR ADDL INSD POLICY NUMBER TYPE OF INSURANCE LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR POLICY LOC EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG X X X X GEN'L AGGREGATE LIMIT APPLIES PER: $2,000,000 $100,000 $10,000 $2,000,000 $4,000,000 $4,000,000 B 08/30/2019 08/30/2020 General Liability 6078988730 PRO- JECT OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY BODILY INJURY ( Per person) PROPERTY DAMAGE (Per accident) X BODILY INJURY (Per accident) $2,000,000B08/30/2019 08/30/2020 Commercial Auto - AOS COMBINED SINGLE LIMIT (Ea accident) BUA 6078988680 EXCESS LIAB X OCCUR CLAIMS-MADE AGGREGATE EACH OCCURRENCE DED $10,000,000 $10,000,000 $10,000 08/30/2019 UmbrellaUMBRELLA LIABA 08/30/2020US00079952LI19A RETENTIONX X E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT E.L. EACH ACCIDENT $1,000,000 X OTH-ER PER STATUTEC08/30/2019 08/30/2020 AOS WC6078988727D 08/30/2019 08/30/2020 $1,000,000 Y / N (Mandatory in NH) ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED?N / AN WI WORKERS COMPENSATION AND EMPLOYERS' LIABILITY If yes, describe under DESCRIPTION OF OPERATIONS below $1,000,000 WC6078988713 Per ClaimPSDEF190046008/30/2019 08/30/2020 Professional Liab. and CP $5,000,000Aggregate E&O-PL-PrimaryE $5,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) City of Carlsbad/CMWD is included as Additional Insured in accordance with the policy provisions of the General & Automobile Liability policies. A Waiver of Subrogation is granted in favor of Certificate Holder in accordance with the policy provisions of the Workers Compensation policy. Should any of the above described policies be cancelled before the expiration date thereof, the policy provisions will governhow notice of cancellation may be delivered to certificate holders in accordance with the policy provisions of each policy. CANCELLATIONCERTIFICATE HOLDER AUTHORIZED REPRESENTATIVECity of Carlsbad/CMWDc/o EXIGIS Insurance Compliance ServicesP.O. Box 4668 - ECM #35050New York NY 10163-4668 USA ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:ACORD 25 FORM TITLE:Certificate of Liability Insurance AGENCY ADDITIONAL REMARKS EFFECTIVE DATE: CARRIER NAIC CODE NAMED INSURED See Certificate Number: See Certificate Number: POLICY NUMBER AGENCY CUSTOMER ID: ADDITIONAL REMARKS SCHEDULE LOC #: Aon Risk Services Central, Inc. 570000027699 570078094027 570078094027 ADDITIONAL POLICIES If a policy below does not include limit information, refer to the corresponding policy on the ACORD certificate form for policy limits. INSURER INSURER INSURER INSURER INSURER(S) AFFORDING COVERAGE Page _ of _ NAIC # Michael Baker International, Inc TYPE OF INSURANCE POLICY NUMBER LIMITS WORKERS COMPENSATION C WC6078988694 08/30/2019 08/30/2020 CA N/A ADDL INSD INSR LTR SUBR WVD POLICY EFFECTIVE DATE (MM/DD/YYYY) POLICY EXPIRATION DATE (MM/DD/YYYY) ACORD 101 (2008/01)© 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CNA PARAMOUNT Additional Insured - Owners, Lessees or Contractors - Scheduled Person or Organization Endorsement Policy No: 6078988730 Endorsement No: 1 Effective Date: 08/30/2019 CG 20 10 (04-13) Page 1 of 1 CONTINENTAL CASUALTY COMPANY Insured Name: MICHAEL BAKER INTERNATIONAL, LLC Copyright Insurance Services Office, Inc., 2012 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. It is understood and agreed as follows: A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused, in whole or in part, by: 1.Your acts or omissions; or 2.The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to bodily injury or property damage occurring after: 1.All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2.That portion of your work out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CNA PARAMOUNT Primary and Noncontributory - Other Insurance Condition Endorsement CNA74987XX (1-15) Page 1 of 1 Policy No: 6078988730 Endorsement No: Continental Casualty Company Effective Date: 8/30/2019 Insured Name: MICHAEL BAKER INTERNATIONAL, LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART It is understood and agreed that the condition entitled Other Insurance is amended to add the following: Primary And Noncontributory Insurance Notwithstanding anything to the contrary, this insurance is primary to and will not seek contribution from any other insurance available to an additional insured under this policy provided that: a.the additional insured is a named insured under such other insurance; and b.the Named Insured has agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA PARAMOUNT Additional Insured - Owners, Lessees or Contractors - Completed Operations Endorsement CG 20 37 (04-13) Policy No: 6078988730 Page 1 of 1 Endorsement No: 1 Effective Date: 08/30/2019 Insured Name: MICHAEL BAKER INTERNATIONAL, LLC Copyright Insurance Services Office, Inc., 2012 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. It is understood and agreed as follows: A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for bodily injury or property damage caused, in whole or in part, by your work at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the products-completed operations hazard. However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. POLICY NUMBER: 6078988680 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: MICHAEL BAKER INTERANTIONAL, LLC Endorsement Effective Date: 8/30/2019 SCHEDULE Name Of Person(s) Or Organization(s): Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II – Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I – Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1 CNA71527XX (Ed. 10/12) ADDITIONAL INSURED – PRIMARY AND NON-CONTRIBUTORY It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: SCHEDULE Name of Additional Insured Persons Or Organizations Any person or organization for whom or which you are required by written contract or agreement to add as an additional insured on this policy. 1.In conformance with paragraph A.1.c. of Who Is An Insured of Section II – LIABILITY COVERAGE, the personor organization scheduled above is an insured under this policy. 2.The insurance afforded to the additional insured under this policy will apply on a primary and non-contributorybasis if you have committed it to be so in a written contract or written agreement executed prior to the date of the"accident" for which the additional insured seeks coverage under this policy. All other terms and conditions of the Policy remain unchanged. CNA71527XX (10/12) Page 1 of 1 Policy No: 6078988680 Endorsement No: Effective Date: 08/30/2019 Insured Name: Michael Baker International, LLC Copyright CNA All Rights Reserved. CONTINENTAL CASUALTY COMPANY Workers Compensation Blanket Waiver of Our Right to Recover From Others Policy No: WC 6078988713 Policy Effective Date: 08/30/2019 Policy Page: Form No: G-19160-B (11-1997) Endorsement Effective Date: 08/30/2019 Endorsement Expiration Date: 08/30/2020 Endorsement No: Page: 1 of 1 Underwriting Company: American Casualty Company of Reading, PA © Copyright CNA All Rights Reserved. This endorsement changes the policy to which it is attached. It is agreed that Part One - Workers’ Compensation Insurance G. Recovery From Others and Part Two - Employers’ Liability Insurance H. Recovery From Others are amended by adding the following: We will not enforce our right to recover against persons or organizations. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) PREMIUM CHARGE - Refer to the Schedule of Operations The charge will be an amount to which you and we agree that is a percentage of the total standard premium for California exposure. The amount is 2%. All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. BLANKET WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS CNA PARAMOUNT Changes - Notice of Cancellation or Material Restriction Endorsement Policy No: 6078988730 Endorsement No: 1 Effective Date: 08/30/2019 CNA74702XX (1-15) Page 1 of 1 CONTINENTAL CASUATY COMPANY Insured Name: MICHAEL BAKER INTERNATIONAL, LLC Copyright CNA All Rights Reserved. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART EMPLOYEE BENEFITS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART STOP GAP LIABILITY COVERAGE PART TECHNOLOGY ERRORS AND OMISSIONS LIABILITY COVERAGE PART SPECIAL PROTECTIVE AND HIGHWAY LIABILITY POLICY – NEW YORK DEPARTMENT OF TRANSPORTATION SCHEDULE Number of days notice (other than for nonpayment of premium): 30 Number of days notice for nonpayment of premium: Name of person or organization to whom notice will be sent: Address: 500 GRANT ST STE 5400PITTSBURGH, PA 15219 If no entry appears above, the number of days notice for nonpayment of premium will be 10 days. It is understood and agreed that in the event of cancellation or any material restrictions in coverage during the policy period, the Insurer also agrees to mail prior written notice of cancellation or material restriction to the person or organization listed in the above Schedule. Such notice will be sent prior to such cancellation in the manner prescribed in the above Schedule. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. Policy No: 6078988680 Endorsement No: Effective Date: 08/30/2019 CNA86681XX (8-16) Page 1 Insured Name: MICHAEL BAKER INTERTNATIONAL, LLC © CNA All Rights Reserved. NOTICE OF CANCELLATION TO OTHERS ENDORSEMENT This endorsement modifies the notice of cancellation of insurance provided by this policy: In the event of cancellation of the insurance afforded by this policy, we agree to mail advance written notice to other persons or organizations subject to the following: 1. Number of days advance notice: 30 days, or as required by written contract or agreement. 2. Other person or organization: any person or organization to whom you are required by written contract or agreement to mail advance written notice of cancellation. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. This endorsement modifies insurance provided under the WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY: In the event of cancellation or material change that reduces or restricts coverage during the policy period, we agree to send prior written notice in the manner prescribed, to the person or organization listed in the Schedule. SCHEDULE 1.Number of days advance notice: For nonpayment of premium: 10 For any other reason: 30 2.Name and Address of Person or Organization: All other terms and conditions of the policy remain unchanged. © Copyright CNA All Rights Reserved. Form No: CNA87380XX (11-2016) Endorsement Effective Date: 8/30/2019 Endorsement No: 1 ; Page: 1 of 1 Endorsement Expiration Date: Policy No: WC 6078988713 Policy Effective Date: 8/30/2019 Policy Page: Underwriting Company: American Casualty Company of Reading, PA This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy. NOTICE OF CANCELLATION OR MATERIAL CHANGE ENDORSEMENT Workers Compensation NOTICE OF CANCELLATION OR MATERIAL CHANGE ENDORSEMENT PSA19-605CA General Counsel Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 1 PROJECT NO. 5020 This first Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between Michael Baker International, Inc., a Pennsylvania ("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 design 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 August 23, 2019, (“proposal”), attached as Appendix "A" for the Replacement of Melrose And Lower El Fuerte Pressure Reducing Stations, And Abandonment of Palomar Oaks Pressure Reducing Station, (the “Project"). The Project services shall include replacement of Melrose and lower El Fuerte pressure reducing stations, and abandonment of Palomar Oaks pressure reducing station. 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 seven (7) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within two hundred and forty days (240) 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 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 DocuSign Envelope ID: 309390A9-676B-4132-B44C-B217918E7BC7 October 24, 2019 PSA19-605CA General Counsel Approved Version 7/19/17 2 performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $156,700. 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: 309390A9-676B-4132-B44C-B217918E7BC7 PSA19-605CA General Counsel Approved Version 7/19/17 3 TABLE 1 FEE ALLOTMENT REPLACEMENT OF MELROSE AND LOWER EL FUERTE PRESSURE REDUCING STATIONS, AND ABANDONMENT OF PALOMAR OAKS PRESSURE REDUCING STATION TASK GROUP TIME & MATERIALS 1. Project Management Meetings $8,945 2. Field Reconnaissance, Data Collection, and Utility Research $3,770 3. Survey / Mapping $12,620 4. Review of Geotechnical Investigations $2,210 5. Preliminary Design Technical Memo/Prelim Drawings $24,150 6. Final Design $75,510 7. Bid Support Services $5,110 8. Construction Support Services $21,660 9. Other Direct Costs $2,725 TOTAL (Not-to-Exceed) $156,700 CONTRACTOR Michael Baker International, Inc. Michael Baker International, Inc. (name of Contractor) (name of Contractor) *By: By: (sign here) (sign here) Tim Thiele, Vice President Steve Huff, Assistant Secretary (print name/title) (print name/title) tthiele@mbakerintl.com sjhuff@mbakerintl.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: 309390A9-676B-4132-B44C-B217918E7BC7 October 24, 2019 APPENDIX "A" SCOPE OF SERVICES DocuSign Envelope ID: 309390A9-676B-4132-B44C-B217918E7BC7 9755 Clairemont Mesa Boulevard | San Diego, CA 92124 Office: 858.614.5000| Fax: 858.614.5001 August 23, 2019 Proposal Electronic Submittal Ms. Adelina Sanchez, P.E. Associate Engineer Carlsbad Municipal Water District 5950 El Camino Real Carlsbad, CA 92008 Subject: Proposal for Task Order No. 1– Replacement of Melrose Pressure Reducing Station, Lower El Fuerte Pressure Reducing Station, and Abandonment of the Palomar Oaks Pressure Reducing Station Dear Ms. Sanchez: The Carlsbad Municipal Water District (CMWD) is requesting professional engineering services for the preparation of design and construction plans and specifications to provide improvements to three of its pressure reducing stations (PRS). The locations and general work to be performed for each are listed below: 1. Melrose Drive PRS – This is a dual train subsurface PRS located approximately 300 feet north of the intersection of Melrose Drive and Paseo Corto in the parkway outside of the sidewalk area along Melrose Drive that was constructed in 1999. This station reduces the pressure from the 700 zone to the 550 zone. The work to be done is a complete replacement of the PRS (interior piping, connected appurtenances, and connections to the inlet and outlet piping in the street to a location just south of the existing PRS. The new vault will be equipped with a double leaf hatch to improve access to the pressure reducing valves. It is anticipated that the exterior piping and conduits for the electrical, vents and pressure relief drain line will be replaced as part of the work to be done. 2. Lower El Fuerte PRS – This is dual train subsurface PRS located in the street in front of 7352 El Fuerte Street in the La Costa area that was constructed in 1976. The station reduces the pressure from the 510 zone to the 318 zone. The work to be done is a complete replacement of the PRS with the actual location of the PRS moving approximately southerly along El Fuerte Street to a location within the parkway and out of the street section. The existing concrete vault has approximate interior dimensions of 10 feet long, 8 feet wide with an interior height of 7 feet. The Operations and Maintenance staff will be consulted as to whether these dimensions are appropriate for the new vault. The new vault will also incorporate an additional manhole or double leaf hatch over the pressure reducing valves to facilitate removal from the vault. The new electrical and control pedestals will be reconnected to the existing power supply. 3. Palomar West PRS – The is a dual train subsurface PRS located approximately 1,600 feet west of Palomar Oaks Way along Palomar Airport Road that was constructed in 1989. This station reduces the pressure from the 375 zone to the 241 zone. This station is redundant and antiquated and will be demolished and a plan will be developed to indicate the extent of the existing improvements to be removed. The new improvement to be done at this location will be to construct an infill pipe line connecting the segments of existing pipe leading into and out of the existing station after DocuSign Envelope ID: 309390A9-676B-4132-B44C-B217918E7BC7 Michael Baker International August 23, 2019 Proposal for As-Needed Task Order Pressure Reducing Station Upgrades and Abandonments -Melrose, El Fuerte, and Palomar West Page 2 of 8 removing the 45- degree bends located in the street. It is anticipated that the top part of the vault structure will be removed to within 5 feet of the existing finished grade with the rest of the vault structure itself remaining in place after the floor of the structure has been perforated. Our project understanding was developed from our site meeting on July 9, 2019 with Ken Knatz and Eric Sanders, conference call with Adelina Sanchez and Dave Padilla on August 8th, and review of the record drawing information obtained from the City’s document management system. It is anticipated that all three projects will be combined into one plan set for bidding and construction under one specification. Our general approach will be to create an existing conditions base plan for each site, prepare a technical memorandum (TM) that identifies the existing conditions and proposed improvements at each site including design concept exhibits with a conceptual level opinion of probable construction cost. Once the TM is approved, we will proceed to a 75-percent complete design level and submit plans and technical specifications for District review. We will meet with the District to discuss their comments and incorporate those comments into our 100-percent complete submittal package. The District would like to have the plans, specifications and Opinion of Probable Construction Cost (OPCC) completed within a realistic schedule. Our schedule of Preliminary Project Milestones assumes that an NTP will be issued by August 15, 2019. We have allowed only two weeks for District review period each for the review of the submittals for the Technical Memorandum, the 75- and 100-percent complete plans. No geotechnical work is included in our scope or fee estimate, and we propose that only a review of existing geotechnical reports in the project areas is required to understand any unusual geotechnical conditions that might exist. Per the District’s request, Michael Baker International (Michael Baker) is providing CMWD with this proposal for preliminary and final engineering design services to prepare construction plans and specifications, bid services support, and construction support services for the Pressure Reducing Station Upgrades and Abandonments Project .Attached please find our Scope of Services (Exhibit A), Compensation and Payment (Exhibit B), and Preliminary Project Milestones (Exhibit C). If the attached are acceptable, please forward to Michael Baker a Task Order from CMWD. We are prepared to begin the work immediately following your written authorization to proceed and execution of the Task Order. The estimated engineering services fee for this task order for all three PRS locations is $156,700. Without the optional potholing under this task the estimated engineering services fee would be $141,470. We appreciate the opportunity to provide this proposal and look forward to working with you. Please feel free to contact me at (858) 810-1408, if you have any questions. Sincerely, Daniel G. Smith, P.E. Program Manager Attachments, cc: J. Harris, D. Smith, File DocuSign Envelope ID: 309390A9-676B-4132-B44C-B217918E7BC7 Michael Baker International August 23, 2019 Proposal for As-Needed Task Order Pressure Reducing Station Upgrades and Abandonments -Melrose, El Fuerte, and Palomar West Page 3 of 9 EXHIBIT A Scope of Services TASK 1. PROJECT ADMINISTRATION 1.1 Project Management Provide project management during the preliminary and final design phases of the project. Project Management will include project coordination, schedule and billing management. 1.2 Meetings The Project "Kick-Off" Meeting will be held within a week of Notice to Proceed. This meeting should include representatives from, but not be limited to, the District, Michael Baker, and subconsultants. The primary objective is to establish project protocol, finalize the project schedule, and identify key technical issues. Meetings will be scheduled to discuss the technical memorandum (TM), 75- and 100-percent plan submittals directly with staff. Michael Baker will provide agenda and meeting minutes for each meeting. 1.3 Quality Control/Quality Assurance The deliverables will be reviewed by a senior project manager for content, clarity, and accuracy prior to submittal to the District. TASK 2. FIELD RECONNAISSANCE, DATA COLLECTION, UTILITY RESEARCH, AND CATEGORICAL EXEMPTION DOCMUMENTATION 2.1 Field Reconnaissance Perform a reconnaissance survey to become familiar with the project sites, develop a photographic inventory of the locations and existing improvements, and identify issues to be considered in any relocation. The team will obtain and review all available reports, right-of- way maps, drawings, grading plans, and standard specifications from the District, and other local agencies. 2.2 Research and Review of Record Information Collect and review utility maps and easement information regarding abandoned, existing, and proposed utilities corresponding to the project sites. Utility maps will be reviewed to corroborate the utility information shown on the base mapping CADD files. The District will pay any charges by the utility agencies and entity associated with provided utility maps for locating utilities for design of the Project; these will be invoiced as reimbursable costs and are included in the estimate of direct costs. Digital copies of all utility research received will be submitted to the District for their records. DocuSign Envelope ID: 309390A9-676B-4132-B44C-B217918E7BC7 Michael Baker International August 23, 2019 Proposal for As-Needed Task Order Pressure Reducing Station Upgrades and Abandonments -Melrose, El Fuerte, and Palomar West Page 4 of 9 EXHIBIT A Scope of Services 2.3 Utility Mark-Outs and Subsurface Utility Locating Michael Baker team member, AirxUS, will contact Underground Service Alert to mark-out any utilities within the project area limits as defined by the team. Utilities identified to be located will be exposed using vacuum extraction potholing methods. This will include excavation, identifying the utility size and material type, depth measurement to top of utility, backfilling using native materials, asphalt patching of the vacuum extraction hole, and basic traffic control per the MUTCD manual. It is anticipated that potholing will be performed at the El Fuerte and Melrose Palomar West PRS locations only. Five potholes total are expected five at El Fuerte and five at Melrose Drive. Any traffic control outside of typical MUTCD requirements will also be an additional service. 2.4 Categorical Exemption Documentation Michael Baker will develop a project description that outlines the project location, project components, construction activities and duration, as well as substantiation for the notice of exemption. TASK 3. SURVEY/MAPPINGFIELD RECONNAISSANCE, DATA COLLECTION, AND UTILITY RESEARCH 3.1 Survey Records Research Michael Baker International shall complete research and investigation of existing and future constraints affecting the Project Site, including visit the site to become familiar with the current conditions of the site such as topography and existing improvements, building and other structures to remain. Records research to include review right-of-way documents, map books and existing street plans, if available, from the City of Carlsbad and the County of San Diego, dry utility plans and other reference documents of the project limits to establish a survey mapping base plan. 3.2 Field Survey/Mapping During this initial field data collection, Michael Baker will establish control for the project utilizing benchmarks recognized by the District and locate existing monumentation, including benchmarks local to the project. The basis of horizontal control shall be California State Plane coordinates on the North American Horizontal Datum of 1983 (NAD83), and the vertical control shall be based on North American Vertical Datum of 1988 (NAVD88). No aerial mapping will be performed. DocuSign Envelope ID: 309390A9-676B-4132-B44C-B217918E7BC7 Michael Baker International August 23, 2019 Proposal for As-Needed Task Order Pressure Reducing Station Upgrades and Abandonments -Melrose, El Fuerte, and Palomar West Page 5 of 9 EXHIBIT A Scope of Services Michael Baker will perform a field survey to locate, measure and describe existing topographic features within the proposed project limits. The topographic data collection shall include, but not be limited to curbs, gutters, paving, walls, fences, above ground utility structures, surface drainage features, manholes, valves, tops and toes of slopes, grade breaks and spot elevations or other pertinent features that may be affected by the construction of the project. Following field data collection, Michael Baker will compile the results of the field survey to prepare a base map with the collected topographic data and a base map depicting property lines, easements, and rights of way. Upon the completion of the pothole activities Michael Baker will perform a field survey to horizontally and vertically locate the witness points (PK nails) for each pothole location. Information will be summarized in a report that indicates function, size, materials type, and elevation of the utility that was located. TASK 4. REVIEW OF EXISTING GEOTECHNICAL INVESTIGATIONS 4.1 Review of Existing Geotechnical Investigations Michael Baker will review the previously generated geotechnical investigations for the project area to assist with the determination of the soil characterization and its impact on the design of the water main. Michael Baker has not included any geotechnical investigation in this proposal. Research will be undertaken with the City’s Construction and Building departments. TASK 5. PRELIMINARY TECHNICAL MEMORANDUM 5.1 Preliminary Design Drawings Utilizing the existing conditions base plan from the field survey and the information obtained from the utility research, prepare a conceptual plan for the two proposed PRS relocations and pipeline plan view for the Palomar West locations. Our conceptual plan will show existing water main alignments, existing vault locations, and approximate locations of tie-ins to the existing improvements water main both horizontally and vertically. Connection detail concepts will be a part of these preliminary drawings. It is anticipated that one plan sheet will be prepared for the preliminary design for each site. 5.2 Preliminary Design Technical Memorandum Prepare a preliminary design technical memorandum (DTM) that summarizes the existing conditions and the proposed design parameters for the PRS improvements. The design recommendations in the memorandum will include location analysis, potential utility conflicts and resolutions, pipeline configuration and appurtenance locations, thrust restraints, record right-of-way information, and any special construction considerations. Pipe materials will be in accordance with the District’s approved materials list. The technical memorandum will be submitted to the District along with the preliminary design drawings. This is envisioned as a three to four-page document with the drawings attached. After District review and comments the final DTM will be prepared incorporating the District’s comments. DocuSign Envelope ID: 309390A9-676B-4132-B44C-B217918E7BC7 Michael Baker International August 23, 2019 Proposal for As-Needed Task Order Pressure Reducing Station Upgrades and Abandonments -Melrose, El Fuerte, and Palomar West Page 6 of 9 EXHIBIT A Scope of Services TASK 6. FINAL DESIGN 6.1 75-Percent Submittal Proceed from Preliminary Design Memorandum phase directly to 75-percent complete plans; District comments from the Preliminary Design Memorandum will be incorporated into the 75-percent design drawings. Proposal forms, technical specifications, and Opinion of Probable Construction Cost (OPCC) will be a part of this submittal. Anticipated drawing set for the Pressure Reducing Station Upgrades and Abandonments for El Fuerte, Melrose Drive, and Palomar Oaks PRS includes: 1. Title Sheet 2. Index, General and Water Notes, Symbols, Legends, and Abbreviations 3. Site Plans (all three sites on a single sheet) 4. Demolition Plans (all three sites on a single sheet) 5-6. Proposed Piping and Mechanical Plan and Sections (2 sheets) 7. Palomar West Pipeline and Details 8. Connection Details for El Fuerte and Melrose Drive 9-10. Structural Notes (2 sheets) 11-12. Structural Details (2 sheets) 13-16. Structural Plan/Sections for new vault at El Fuerte and Melrose Drive PRS Palomar West PRS will not have any structural sheets. The District’s standard template for PRS station electrical and controls layout will be added to the final set of plans with any equipment updates per the Operations department included. Deliverables will include four half sized sets of plans, two hard copies of the bid proposal forms, technical specifications and OPCC. A PDF of the plans, specifications and OPCC will also be submitted. In accordance with Task 2.2, we will meet with the District staff after their two- week plan review period and discuss any comments from the 75-percent submittal. 6.2 100-Percent Submittal Address and incorporate District comments from the 75-percent submittal and prepare 100- percent complete plans. Proposal forms, technical specifications, and Opinion of Probable Construction Cost will be a part of this submittal. Deliverables will include one full sized plan set, three half sized sets of plans, two hard copies of the proposal forms, technical specifications and OPCC. A PDF of the plans, specifications and OPCC will also be submitted. In accordance with Task 2.2, we will meet with the District staff after their two- week plan review period and discuss any comments from the 100-percent submittal. DocuSign Envelope ID: 309390A9-676B-4132-B44C-B217918E7BC7 Michael Baker International August 23, 2019 Proposal for As-Needed Task Order Pressure Reducing Station Upgrades and Abandonments -Melrose, El Fuerte, and Palomar West Page 7 of 9 EXHIBIT A Scope of Services 6.3 Final Submittal Address and incorporate District comments from the 100-percent submittal into the Final plans. Final Proposal forms, technical specifications, and Opinion of Probable Construction Cost will be a part of this submittal. Final deliverables will include two full-sized plan sets, two half-sized sets of plans, final hard copies of the proposal forms, technical specifications and OPCC. A PDF of the plans, specifications and OPCC will be submitted along with the CADD files for the plans and the Word files for the proposal forms, technical specifications and OPCC. TASK 7. BID SUPPORT SERVICES 7.1 Attend Pre-Bid Meeting Participate in Pre-Bid Meeting at District offices. 7.2 Respond to Contractor’s Questions Provide responses to Contractor’s questions which are vetted through the District Project Manager. 7.3 Prepare Addendum Prepare one addendum during the bid period. 7.4 Bid Review Assistance Assist with review of bids as specifically directed by the District Project Manager. TASK 8. CONSTRUCTION SUPPORT SERVICES 8.1 Attend Pre-Construction Meeting and Sites Visits Participate in Pre-Construction Meeting at District offices and perform a maximum of three site visits during construction. 8.2 Submittal Review Review Contractor’s submittals for materials and instruments to be provided up to a maximum of 24 submittals including re-submittals. 8.3 Respond to Contractor’s RFIs Review and respond to Contractor’s requests for information/clarification which are vetted through the District Project Manager. 8.4 Review Contractor’s Request for Changes Review and respond to Contractor’s request for changes in the work which are vetted through the District’s Project Manager. DocuSign Envelope ID: 309390A9-676B-4132-B44C-B217918E7BC7 Michael Baker International August 23, 2019 Proposal for As-Needed Task Order Pressure Reducing Station Upgrades and Abandonments -Melrose, El Fuerte, and Palomar West Page 8 of 9 EXHIBIT A Scope of Services 8.5 Prepare Record Drawings Prepare Record Drawings from Contractor’s redlines that are approved by the District’s construction manager. ASSUMPTIONS In preparing this scope of work, Michael Baker based our scope on the following assumptions: 1) Michael Baker has not included any effort for preparation of easement documents. 2) A Geotechnical Investigation is not included. 3) No environmental services are included other than preparation description for NOE documents. 4) The District can provide existing waterline mark-outs in the project areas. 5) Michael Baker has not included any hydraulic modeling of the water system in this proposal. It has been stated in the request for proposal information that the District has performed the hydraulic calculations for pipe sizing and abandonment considerations. 6) The District will pay for all encroachment permit expenses for pre-design and construction activities. 7) The District will provide access to the existing water main locations if located outside of public road right-of-way. ADDITIONAL SERVICES Services which are not specifically identified herein as services to be performed by Michael Baker are considered "Additional Services" for purposes of this Agreement. Client may request that Michael Baker perform services which are Additional Services. Upon such request Michael Baker will perform the requested services upon full execution of an amendment to this Agreement setting forth the scope, schedule and fee for such Additional Service. In the event Michael Baker performs Additional Services at the Client’s written request before receipt of such executed amendment, Client acknowledges its obligation to pay for such services at Michael Baker's hourly rates as shown in the Fee Summary, within 30 days of receipt of invoice for services performed. FEE In accordance with the associated fee summary shown on Exhibit B, Michael Baker proposes to perform the above scope of work on a Time & Materials (T&M) basis with a not-to-exceed (NTE) amount. Michael Baker acknowledges that the NTE amount cannot be exceeded for the scope of work unless changes are approved in advance by a written change order issued and signed by the CMWD and Michael Baker. DocuSign Envelope ID: 309390A9-676B-4132-B44C-B217918E7BC7 Michael Baker International August 23, 2019 Proposal for As-Needed Task Order Pressure Reducing Station Upgrades and Abandonments -Melrose, El Fuerte, and Palomar West Page 9 of 9 EXHIBIT A Scope of Services Progress billings will be forwarded to the Client monthly. These billings will include the fees earned for the billing period plus all reimbursable project expenses advanced by the Consultant. Reimbursable expenses (printing, courier, postage, etc.) will be billed at cost plus 10% to cover administrative costs. Mileage will be billed at current IRS mileage rate. PAYMENT Client shall pay the Consultant for services performed within 30 days of receipt of invoice from Consultant. Work shall commence upon receipt of an executed Purchase Order. Michael Baker invoices will follow CMWD standard invoice format. DocuSign Envelope ID: 309390A9-676B-4132-B44C-B217918E7BC7 $230 $245 $210 $175 $130 $115 $150 $290 $180 $200 $75Subconsultant1 Project Management/Meetings/ QA/QC1.1 Project Management66 $1,3801.2 Meetings (Kick-off and 3 Meetings)9918 $3,6451.3 Quality Control/Quality Assurance/Technical Reviews1616 $3,9201516090000000040$8,9452 Field Reconnaissance, Data Collection, and Utility Research2.1 Field Reconnaisance448 $1,6202.2 Research and Review of Record Water Plan Information6 410 $1,5702.3 Utility Mark-outs and Locating (10 potholes, Optional)2$15,000 2 $15,2302.4 Categorical Exemption Documents22 $350400124200000$15,00022$3,7703 Survey/Mapping3.1 Survey Records Research / Base Mapping/10 6 218 $2,9803.2 Field Survey, Mapping, Easement Plotting8 24 6 240 $9,64000000018241240058$12,6204 Review of Geotechnical Investigations4.1 Review of Exisitng Geotechnical Reports21012 $2,210200100000000012$2,2105 Preliminary Design Technical Memorandum/Preliminary Drawings5.1 Preliminary Design Drawings (Approx. 30% Plan view with conflicts identified) 2 4 36 52 20114 $16,6605.2 Preliminary Design Technical Memorandum6 2 4 16 128 48 $7,490828525232000080162$24,1506 Final Design6.1 Final Design Submittal at 75% (Plans, Specs, Cost Projections) 6 20 82 100 526 266 $39,3606.2 Final Design Submittal at 100% (Plans, Specs, Cost Projections) 4 14 46 70 304 168 $24,7606.3 Final Design Submittal at Final (Plans, Specs, Cost Projections) 2 8 20 36 82 76 $11,39012042148206900000120510$75,5107 Bid Support Services7.1 Attend Pre-Bid Meeting448 $1,6207.2 Respond to Contractor's Questions1 2 2 611 $1,7807.3 Prepare One Addendum12 47 $1,1007.4 Provide Bid Review Assistance (limited to hours as shown)2 24 $6106021012000000030$5,110Construction Support Services8.1 Attend Pre-Construction and Site Meetings (maximum of 3 site meetings) 10616 $3,3508.2 Submittal Review (Maximum of 24)6 4 28 1250 $8,6808.3 Respond to Contractor's RFIs (maximum of 10)4 2 1218 $3,4408.4 Review Contractor's request for Changes (maximum of 2) 26 412 $2,0308.5 Prepare Record Drawings24 16 830 $4,160240656328000000126$21,660$2,72571185829730613218241242015000930$156,700WITHOUT OPTIONAL ITEM 2.3 $141,470Person-Hours Task SubtotalField Survey SupervisorLicensed SurveyorTotal FeePerson-Hours Task SubtotalCARLSBAD MUNICIPAL WATER DISTRICTPRS Upgrades and Abandonments - El Fuerte Street, Melrose Drive, and Palomar WestEngineering Services Fee EstimateTaskDescriptionAirxUSProject ManagerDesignerProject EngineerOther Direct Costs (Reprographics, Travel, Etc.)TotalProgram Manager, QA/QCTotal HoursPerson-Hours Task SubtotalPerson-Hours Task SubtotalTwo-Person Field CrewStructural EngineerPerson-Hours Task SubtotalDesign TechnicianGIT/ Permit ProcessorClericalPerson-Hours Task SubtotalPerson-Hours Task SubtotalPerson-Hours Task SubtotalEXHIBIT BDocuSign Envelope ID: 309390A9-676B-4132-B44C-B217918E7BC7 EXHIBIT C Carlsbad Municipal Water District Pressure Reducing Station Replacements (El Fuerte Street, Melrose Drive, Palomar West) Project Milestones September 24, 2019 Board Approval September 27, 2019 Notice to Proceed October 1, 2019 Kick-off Meeting October 31, 2019 Base Plan Complete (Records and Utility research, Aerial Mapping, etc.) December 2, 2019 Submit Preliminary Design Technical Memorandum (DTM) and Drawings December 16, 2020 Comment Review Meeting for DTM Review and Discussion January 6, 2020 Submit Final DTM February 3, 2020 Submit 75% Plans, Technical Specification, OPCC, and Bid Form February 18, 2020 Comment Review Meeting for 75% Plans March 17, 2020 Submit 100% Plans, Specs, and OPCC, and Bid Form March 31, 2020 Comment Review Meeting for 100% Plans April 14, 2020 Submit Final Plans, Specs, OPCC, and Bid Form DocuSign Envelope ID: 309390A9-676B-4132-B44C-B217918E7BC7 Holder Identifier : 7777777707070700077761616045571110777617116304557207453136772406310073650566157330020776051513066410307462415322665013070673265761777200723604013241331307340055312274130076727242035772000777777707000707007 7777777707070700073525677115456000723111416027202207033337242172100070233372420720010703333625316211107023327253162000071222373530721000703333625206201007022337252063100077756163351765540777777707000707007Certificate No :570078094027CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 08/30/2019 IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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. PRODUCER Aon Risk Services Central, Inc. Pittsburgh PA Office EQT Plaza ~ Suite 2700 625 Liberty Avenue Pittsburgh PA 15222-3110 USA PHONE(A/C. No. Ext): E-MAILADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # (866) 283-7122 INSURED 24554XL Insurance America IncINSURER A: 20443Continental Casualty CompanyINSURER B: 20427American Casualty Co. of Reading PAINSURER C: 20494Transportation Insurance Co.INSURER D: 37540Beazley Insurance Company, Inc.INSURER E: INSURER F: FAX(A/C. No.):(800) 363-0105 CONTACTNAME: Michael Baker International, Inc 5 Hutton Centre DriveSuite 500Santa Ana CA 92707 USA COVERAGES CERTIFICATE NUMBER:570078094027 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.Limits shown are as requested POLICY EXP (MM/DD/YYYY)POLICY EFF (MM/DD/YYYY)SUBRWVDINSR LTR ADDL INSD POLICY NUMBER TYPE OF INSURANCE LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR POLICY LOC EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG X X X X GEN'L AGGREGATE LIMIT APPLIES PER: $2,000,000 $100,000 $10,000 $2,000,000 $4,000,000 $4,000,000 B 08/30/2019 08/30/2020 General Liability 6078988730 PRO- JECT OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY BODILY INJURY ( Per person) PROPERTY DAMAGE (Per accident) X BODILY INJURY (Per accident) $2,000,000B08/30/2019 08/30/2020 Commercial Auto - AOS COMBINED SINGLE LIMIT (Ea accident) BUA 6078988680 EXCESS LIAB X OCCUR CLAIMS-MADE AGGREGATE EACH OCCURRENCE DED $10,000,000 $10,000,000 $10,000 08/30/2019 UmbrellaUMBRELLA LIABA 08/30/2020US00079952LI19A RETENTIONX X E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT E.L. EACH ACCIDENT $1,000,000 X OTH-ER PER STATUTEC08/30/2019 08/30/2020 AOS WC6078988727D 08/30/2019 08/30/2020 $1,000,000 Y / N (Mandatory in NH) ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED?N / AN WI WORKERS COMPENSATION AND EMPLOYERS' LIABILITY If yes, describe under DESCRIPTION OF OPERATIONS below $1,000,000 WC6078988713 Per ClaimPSDEF190046008/30/2019 08/30/2020 Professional Liab. and CP $5,000,000Aggregate E&O-PL-PrimaryE $5,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) City of Carlsbad/CMWD is included as Additional Insured in accordance with the policy provisions of the General & Automobile Liability policies. A Waiver of Subrogation is granted in favor of Certificate Holder in accordance with the policy provisions of the Workers Compensation policy. Should any of the above described policies be cancelled before the expiration date thereof, the policy provisions will governhow notice of cancellation may be delivered to certificate holders in accordance with the policy provisions of each policy. CANCELLATIONCERTIFICATE HOLDER AUTHORIZED REPRESENTATIVECity of Carlsbad/CMWDc/o EXIGIS Insurance Compliance ServicesP.O. Box 4668 - ECM #35050New York NY 10163-4668 USA ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:ACORD 25 FORM TITLE:Certificate of Liability Insurance AGENCY ADDITIONAL REMARKS EFFECTIVE DATE: CARRIER NAIC CODE NAMED INSURED See Certificate Number: See Certificate Number: POLICY NUMBER AGENCY CUSTOMER ID: ADDITIONAL REMARKS SCHEDULE LOC #: Aon Risk Services Central, Inc. 570000027699 570078094027 570078094027 ADDITIONAL POLICIES If a policy below does not include limit information, refer to the corresponding policy on the ACORD certificate form for policy limits. INSURER INSURER INSURER INSURER INSURER(S) AFFORDING COVERAGE Page _ of _ NAIC # Michael Baker International, Inc TYPE OF INSURANCE POLICY NUMBER LIMITS WORKERS COMPENSATION C WC6078988694 08/30/2019 08/30/2020 CA N/A ADDL INSD INSR LTR SUBR WVD POLICY EFFECTIVE DATE (MM/DD/YYYY) POLICY EXPIRATION DATE (MM/DD/YYYY) ACORD 101 (2008/01)© 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CNA PARAMOUNT Additional Insured - Owners, Lessees or Contractors - Scheduled Person or Organization Endorsement Policy No: 6078988730 Endorsement No: 1 Effective Date: 08/30/2019 CG 20 10 (04-13) Page 1 of 1 CONTINENTAL CASUALTY COMPANY Insured Name: MICHAEL BAKER INTERNATIONAL, LLC Copyright Insurance Services Office, Inc., 2012 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. It is understood and agreed as follows: A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused, in whole or in part, by: 1.Your acts or omissions; or 2.The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to bodily injury or property damage occurring after: 1.All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2.That portion of your work out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CNA PARAMOUNT Primary and Noncontributory - Other Insurance Condition Endorsement CNA74987XX (1-15) Page 1 of 1 Policy No: 6078988730 Endorsement No: Continental Casualty Company Effective Date: 8/30/2019 Insured Name: MICHAEL BAKER INTERNATIONAL, LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART It is understood and agreed that the condition entitled Other Insurance is amended to add the following: Primary And Noncontributory Insurance Notwithstanding anything to the contrary, this insurance is primary to and will not seek contribution from any other insurance available to an additional insured under this policy provided that: a.the additional insured is a named insured under such other insurance; and b.the Named Insured has agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA PARAMOUNT Additional Insured - Owners, Lessees or Contractors - Completed Operations Endorsement CG 20 37 (04-13) Policy No: 6078988730 Page 1 of 1 Endorsement No: 1 Effective Date: 08/30/2019 Insured Name: MICHAEL BAKER INTERNATIONAL, LLC Copyright Insurance Services Office, Inc., 2012 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations. It is understood and agreed as follows: A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for bodily injury or property damage caused, in whole or in part, by your work at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the products-completed operations hazard. However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. POLICY NUMBER: 6078988680 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: MICHAEL BAKER INTERANTIONAL, LLC Endorsement Effective Date: 8/30/2019 SCHEDULE Name Of Person(s) Or Organization(s): Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II – Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I – Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1 CNA71527XX (Ed. 10/12) ADDITIONAL INSURED – PRIMARY AND NON-CONTRIBUTORY It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: SCHEDULE Name of Additional Insured Persons Or Organizations Any person or organization for whom or which you are required by written contract or agreement to add as an additional insured on this policy. 1.In conformance with paragraph A.1.c. of Who Is An Insured of Section II – LIABILITY COVERAGE, the personor organization scheduled above is an insured under this policy. 2.The insurance afforded to the additional insured under this policy will apply on a primary and non-contributorybasis if you have committed it to be so in a written contract or written agreement executed prior to the date of the"accident" for which the additional insured seeks coverage under this policy. All other terms and conditions of the Policy remain unchanged. CNA71527XX (10/12) Page 1 of 1 Policy No: 6078988680 Endorsement No: Effective Date: 08/30/2019 Insured Name: Michael Baker International, LLC Copyright CNA All Rights Reserved. CONTINENTAL CASUALTY COMPANY Workers Compensation Blanket Waiver of Our Right to Recover From Others Policy No: WC 6078988713 Policy Effective Date: 08/30/2019 Policy Page: Form No: G-19160-B (11-1997) Endorsement Effective Date: 08/30/2019 Endorsement Expiration Date: 08/30/2020 Endorsement No: Page: 1 of 1 Underwriting Company: American Casualty Company of Reading, PA © Copyright CNA All Rights Reserved. This endorsement changes the policy to which it is attached. It is agreed that Part One - Workers’ Compensation Insurance G. Recovery From Others and Part Two - Employers’ Liability Insurance H. Recovery From Others are amended by adding the following: We will not enforce our right to recover against persons or organizations. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) PREMIUM CHARGE - Refer to the Schedule of Operations The charge will be an amount to which you and we agree that is a percentage of the total standard premium for California exposure. The amount is 2%. All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. BLANKET WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS CNA PARAMOUNT Changes - Notice of Cancellation or Material Restriction Endorsement Policy No: 6078988730 Endorsement No: 1 Effective Date: 08/30/2019 CNA74702XX (1-15) Page 1 of 1 CONTINENTAL CASUATY COMPANY Insured Name: MICHAEL BAKER INTERNATIONAL, LLC Copyright CNA All Rights Reserved. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART EMPLOYEE BENEFITS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART STOP GAP LIABILITY COVERAGE PART TECHNOLOGY ERRORS AND OMISSIONS LIABILITY COVERAGE PART SPECIAL PROTECTIVE AND HIGHWAY LIABILITY POLICY – NEW YORK DEPARTMENT OF TRANSPORTATION SCHEDULE Number of days notice (other than for nonpayment of premium): 30 Number of days notice for nonpayment of premium: Name of person or organization to whom notice will be sent: Address: 500 GRANT ST STE 5400PITTSBURGH, PA 15219 If no entry appears above, the number of days notice for nonpayment of premium will be 10 days. It is understood and agreed that in the event of cancellation or any material restrictions in coverage during the policy period, the Insurer also agrees to mail prior written notice of cancellation or material restriction to the person or organization listed in the above Schedule. Such notice will be sent prior to such cancellation in the manner prescribed in the above Schedule. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. Policy No: 6078988680 Endorsement No: Effective Date: 08/30/2019 CNA86681XX (8-16) Page 1 Insured Name: MICHAEL BAKER INTERTNATIONAL, LLC © CNA All Rights Reserved. NOTICE OF CANCELLATION TO OTHERS ENDORSEMENT This endorsement modifies the notice of cancellation of insurance provided by this policy: In the event of cancellation of the insurance afforded by this policy, we agree to mail advance written notice to other persons or organizations subject to the following: 1. Number of days advance notice: 30 days, or as required by written contract or agreement. 2. Other person or organization: any person or organization to whom you are required by written contract or agreement to mail advance written notice of cancellation. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. This endorsement modifies insurance provided under the WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY: In the event of cancellation or material change that reduces or restricts coverage during the policy period, we agree to send prior written notice in the manner prescribed, to the person or organization listed in the Schedule. SCHEDULE 1.Number of days advance notice: For nonpayment of premium: 10 For any other reason: 30 2.Name and Address of Person or Organization: All other terms and conditions of the policy remain unchanged. © Copyright CNA All Rights Reserved. Form No: CNA87380XX (11-2016) Endorsement Effective Date: 8/30/2019 Endorsement No: 1 ; Page: 1 of 1 Endorsement Expiration Date: Policy No: WC 6078988713 Policy Effective Date: 8/30/2019 Policy Page: Underwriting Company: American Casualty Company of Reading, PA This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy. NOTICE OF CANCELLATION OR MATERIAL CHANGE ENDORSEMENT Workers Compensation NOTICE OF CANCELLATION OR MATERIAL CHANGE ENDORSEMENT PSA 19-605CA MASTER AGREEMENT FOR WATER/RECYCLED WATER ENGINEERING SERVICES MICHAEL BAKER INTERNATIONAL ,JHIS AGREEMENT is made and entered into as of the 2~ day of NQ-r(.,~ , 2018, by and between the Carlsbad Municipal Water District, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad, hereinafter referred to as "CMWD", and Michael Baker International, a Pennslyvania 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 under Request for Qualifications (RFQ) No. 18-05, 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 19-605CA 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 19-605CA 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-:VII"; 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 19-605CA 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 19-605CA 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. ForCMWD: 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 Timothy Thiele Title Project Manager Address 500 Grant Street, Suite 5400 ______ _.._ _____ _ Phone Email Pittsburgh, PA 19103 760-476-9193 tthiele@mbakerintl.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~ 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 19-605CA 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 19-605CA 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 19-605CA 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 Michael Baker International, a Pennslyvania corporation ~#~-(sign here) .:JtJl/til //, f//J12J21s-Vce/JReS1a4 (print name/title) q /z-7 /II} By: 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: -111tdlll Matt Hall, President ATTEST: Barb ~:t:ttt!~_f_l.~BM...~~J.LL.(r!::J._~rJcl/l.s.=TNf)t 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 8 General Counsel Approved Version 6/12/18 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of f:,o.,n))\--e.<t:,P ) personally appeared Yann \\ t \\°'-v,\S who proved to me on the basis of satisfactory evidence to be the person~) whose name~) is/,if6, subscribed to the within instrument and acknowledged to me that hc/shotthoy executed the same in his/her:.'thoir authorized capaci~, and that by hicll=ler.4heir signature(t) on the instrument the person~). or the entity upon behalf of which the person(.t) acted, executed the instrument. I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature~)\,~ \. I •... w,. NEVA M. COBIAN f Ii: i .,_ · Commission No. 2188922 • ~ .. ' . NOTARY PUBLIC -CALIFORNIA ~ SAN DIEGO COUNTY ! · Commission Expires March 31, 2021 I (Seal) 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 O ro..-01 ~ On SqJ;,,,y,~J-t ,J..eJ/8 before me, c."'-.-ct~4-"1Ul'?_,, 1-Jc?'fu.-ft'r'; /J.ii It~ Date I Her-e Insert Name and Title of the Officer personally appeared --~fd~_/'_CAtl.,U,~~~f_li~i,,_,_/~M..~A..~v\.~--------------./ Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. CINDY OKAMOTO Notary Public -California Orange County Commission# 2171175 Comm. Ex ires Nov 7, 2020 Place Notary Seal Above z z l> 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 or fraudulent reattachment of this form to an unintended document. Description of Attached DoCment 17'1 I . I ~ fr/J~/.1-Jf -!AO:f(!_ A- Title or Type of Document: i'7 o-ru>-rtsit>Cf-J{L/.U,t,, Document c5"ate: _______ _ Number of Pages: ___ Signer(s) Other Than amed Above: ____________ _ Capacity(ies) Claimed by Signer(s) Signer's Name: ----------,~-=----~,s.u::w~.5!!.!..~=-------------- ' Corporate Officer -Title(s): ______ _ Partner -r Limited I r General . Individual Attorney in Fact Trustee Guardian or Conservator Trustee Other: _______________ _ Other: _____ _ Signer Is Representing: _______ _ Signer Is Representing: ---~-------- ;(,."C(,"C(;.'C(;.'C(,"C(,."C(,"C(;.'C(,-'Q:,'C(;'C(,'C(,"C(,'C(,'C(,'C(,'C(,-'<;(,"C(,.~'C<,'C(;,'~:,(,"C(,.'<,:,(,"q(,"C(,"U(,"C(,"C($<,[(,'C(;,'C(,~-'<!-<,'C(;'Y(;,'C(;.'C(,"U<,"U(,"G(,"C(,-'C(;,'C(,'< ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 PSA 19-605CA 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 (city of Carlsbad FEE SCH EDU LE P SA 19-605CA . Master Agreement Consultant Services 25. WATER/rU:CY(ft.ED WATER ENmNEERiNG Pricing shall remain firm for the three (3) year term of the Agreement. Michael Baker Staff NAME ! TITLE HOURLY RATE 1. John Harris, PE, CQM 2. Dan Smith, PE 3. Carlos Mendoza, PE 4. Joel Bowdan, PE 5. Wayne Papac, CCM 6. Scott Jenkins, Ph.D. 7. Mujahid Chandoo, PE 8. Sal Sheikh, PE 9. Karl Meier, PE 10. Brad Mielke, PE, SE 11. Ken Zaklukiewicz, CFPS 12. Marek Przywara, PE 13. Greg Gomez, PE, QSP, CISEC 14. Staff 15. Staff 16. Staff 17. Brandon Lacap, PE 18. Kyle Wood, PE 19. Greg Postlewaite, PE 20. Staff 21. Staff 22. Staff 23. Staff 24. Shirley Reppert 25. Aharon Weintraub 26. Hilary Ellis 27. Richard Roldan 28. Richard Missell 29. Amanda Saour 30. Staff 31. Staff Michael Baker INTERNATIONAL Senior Project Manager $245.00 Project Manager $230.00 Project Manager $230.00 Project Manager $230.00 Senior Constructability Reviewer $230.00 Senior Technical Manager $245.00 Project Manager $230.00 Technical Manager $210.00 Technical Manager $210.00 Technical Manager $210.00 · Technical Manager $210.00 Technical Manager $210.00 Constructability Reviewer $160.00 Engineer $18S.00 Senior Planner $185.00 Landscape Architect $175.00 Project Engineer $175.00 Project Engineer $175.00 Project Engineer $175.00 Project Planner $155.00 Environmental Specialist $150.00 Design Engineer $160.00 GIS Analyst $150.00 Designer/ Planner $130.00 Designer/ Planner $130.00 Graphic Artist $110.00 Design Technician $115.00 Design Technician $115.00 Design Technician $115.00 Engineering Aid / Planning Aid $85.00 Office Support/ Clerical $75.00 10 'Master Agreement Consulting Services Discipline 1125. Water I Recyded Water Engineering {Ciryof Carlsbad Survey Personnel NAME 1. Staff 2. Staff 3. Mark MacFarland, Pl5 4. John Bistowski Expenses DESCRIPTION l. Mileage 2. Copy services 3. Blueprinting, Reproduction, Messenger Service, and other Direct Costs 4. Subconsultant Management Fee Subconsultant PSA 19-605CA Master Agreement Consultant Services 25. WffellER/R~CYClEO WPi'fER EU'llGiNEERRNG TITLE HOURLY RATE 2-Person Survey Crew $290 1-Person Survey Crew $175 Licensed Surveyor $200 Reid Supervisor $180 COST % MARKUP At the IRS approved rate N/A At cost 10% At cost 10% At cost 10% Geotechnical subconsultant, Ninyo & Moore, (see attached Fee Schedule) Michael Baker INTERNATIONAL 11 Master Agreement Consulting Services Disdpline #2S. Water/ Recyded Water Engineering AIRX Utility Surveyors, Inc. PREVAILING WAGE RATE SHEET June 20, 2018 Pricing on this document is valid for 90 days from the date above. Prepared For: Michael Baker International Project Name: Project Location: City of Carlsbad SOQ -Category #25 WaterfRecycled Water Engineering City of Cartsbad Total Number of estimated Potholes: Project Management & Report Preparation Project Management On Site/Records Resea~h/Report dra!ting/AC1m1n. Specialty Training \'.'/Mob (AnUc,pated]: Name of Training Potholing Potholes Less Than 5· Deep Pot11<>les s-to 8' Deep Pothole,, O' lo , ~-Deep Potholes 11' or Deeper/Trenches (Hourly) Daily Rate: 1 Vac Truck & 1 Supp Truck USA Mark-Out/ Standby Coord. I 0A & QC Pothole Layout w/Mob Mobilization: Hydro-Vac Unit. SuP,POrt Trk & 2 Man Crew• Wet& Dry Utility Locating Locating -1 Man & Equipment (Elec, Mag, Sonic. Gl'RJ CCTV Vi<:feo & Locating (2 Man Crew & Equip) -HoUt1y Rate CCTV Video & Locating (2 Man Crew & Equip) -lF Rate .. Mobilization: Locator or CCTV Unit & Crew"' Traffic Control Traffic Contro~'ROW plans -11"X17" Traffic Conuol/ROW plans -D Sheets Permit processing Minimal Traffic Control Equipment (wlCCTV only! Bike Lane, Shoulder or Narrow Lane aosure (Excludes ArrowBo;;rcl) Small Intersections/Standard Lane Closures (Up to 50(Y:,. tapers) Large fnlersections/Mulliple Lane Closures Aelditional Arrow Board Night Work Premium Certified i=lagman / Addti Laborer Concrete and Asphalt Patching Aquaphalt Permanenl Patch w/Saw Cut AC Cold Mix or Quick Set Concrete Patch W/Saw Cut Backfill -Sand and Nati\e Soil AC Hot Mix Patch wfSaw Ct.Jt Coring -12• Diameter Sidewalk; Panel Replacement Additional Notes, Fees & Exclusions: 1•• All meblL::atk,n I:c charpd pormt to po,Ull. 1-) cr:rvin~poctionfaotoS10 m[nfrnum i:a 800 L.Jl'por d:i,yothal"W'bo prlc.lri51 rvVQrt:, to Uw fiouirtyr~tv. e:t~co 11otkiw:: for LIP to XX potholo loc:itlon; ~nd XX hours or l.ltility lo~~ttn;. No. Flagmen· No.:_;.._"-",,c. .. _::"',oc., hours@ No.:· · :o. hours@ No.: O. hours@ No.: · · •.o· @ No.: 0 @ No.:. ::::·:·;o·. @ No.:···· .:o @ No.: .e· days @ No.: ...._ __ ;;;,.;a;;;;· -~·· ·..:o_·· hours@ No.: o hours@ No.:~···'-'-'-'-"~""··O'-'-. hours@ No.: .a. hours@ No.: :a LF@ No.:. . ·. 0 hours@ No.:_.-'-'-'-""'"'"-·.-'-: .-'-0-'-. No.: -"'~~'-'--'-'O_· @ No.: -'-""~...:.......:.::'O,_. · hours @ No.:< · -:.o · each@ No.:, > 0 each@ No.: ... :..._O·, each@ No.::-0 each@ No.:: ..... ,0. days@ No.:• _o nights @ :o;.·_::,:_· ;::$,_175··. porh:k.!tlor Ne.::.:..-,,,.· '.<:o No.:::. ·,·. ,·::.:o No.: 0.'. No.: '.0·, No.: =~""'-'c:..·...::o,_ No.:_· '-"-'='--:"-·.:-'·:;;;;·O~ @ @ @ @ • This 0$tI11M111tt ~ iho pro-..i:;.ion for pir'o•illng w"gc,. Pr-•I/Ing W•p r«.:s -aro ~•rby Cho C.Woml:t 0.~rt,r,.u,tof ~trill/ R•l•tion:I (DIR) •nds~ lo clanp •nnually por DIR ,,.tpBiftJ~ Ffttlo~prpvdlngw:,go mtos wltl aW, apply If ;,JJPff,t;.ttH. • Thls i.1:; an Mlirn.t:ito only based cm llml\o~ lnfo~11ott pn,~od. Ad)l#CftJolJt:s, ehar,ge:s and ~poaso to •ct,.gl n.ld r:ond'rtJOM nr.-y Incur addod Co$h. Brr''mlfmmrdrnmtctmctu«lwont trPW? Wnmtod: m,r,m,1; «offm:s:t:1W,rMm1 ac:mdi&d • 0-Bid &dgo foo wlll .:ippty unla~:; ~pon:.orc~ or o~cor,: I:: -pro,.;dod. • Cliont to foclllt.;to .:icco$.$ ti:> :;l:o :ind utllityc.'.lbino~ or r:;icltLUas In the ~ri;;i.::. AlrX .:il:.o roquc:;.::: copio3-or .::2vail:,.blc ,:,~-!:luPt m,.::2,c,:i. rc.1.::i,Jri9 to th~ proJoc.t. • Poltlolll\Q and Bcavatlon r.1te applies to t>,>leal condition$ of asphalt cir eonaete surface maieriar 6" -8" 1n depd, ~ dig.Qblo $oil condition$. &Gesslve sutiaco motoriDI, toncrete t>ene.ath ::isphtilt. C:Obbto, don:.e day, CT8 b.o:se, !llurry, a.tiche or other medium 'MU be charged al U,o ~ovrtyrate tistod on Shi$ e:stim&to. • Utllttyt..ocatJng: Minlmum Ch:IJ'gct of 2 m.:in hours. for Loe:rtlr,g. CCTV Rat&$ ate bllStld on typieal condidon::.. Cond'ttior,~ !;udi 8.$ ~nda.rd elbows, ~::e o!plp11 and /imftod or no occtts:dbJlltymaypr&velJI CCTV IOcofing & inspec/Jon ofutRily. L~l/ng vll) CCTV j~ Jrmilod ffd1Joporthan 5 fool and notguaratnood duo to ec,uJpmont llmftafiont, CC1V pn"ciTlfl oxdudo:JotrJn9 olplp11. • UtJIJty ~r1clng: Utnilias pn,v;ouslymarlu1d and subsoqi,ontfyloat dut-lo co1tditi011$ beyond ourccrrt,ol sh.ii nol b4 th,: ,-sponslbifl,Y of AIRX. Fl.(J-m!Jrl<lf'l9 wiJJ bo d,1,up•rJ at lh• ul/Jity tocn"ng 12/0 indleat,,d on lh/:;os/JmaJ.e. • Tr;,,l?lc can•ol and ~JghtofWayptun dr.iwfng b on 1'1'.'"Xt7~ :,.hoc ts, I( 0 Stiocb ~,o roqulrod, Dddl~onaJ foes wilt appl) • Permltroesi ~l'IQMofw.,yorlr:aniccontroJ ~hn.--•w~r,dduPQSlb:.a.n, 'it, lldd<!l:on101h• EbtiMataTot:21.I. The>T;ofaoswill bo paid b)>AlrXon<lchaf'011Jd))o~ lo lh• C1'4ntat cast plii~ 10"'4. Alr?C c.a11not guarantee turn-aroundtlm._ tor P.,f'Mlt p(O¢••s. • SW\dard ftfflc corurol indudeS all signs. e.D1'1'1t$, banieJ.des. slgl'I s:tainde, .21nd caution tape and, am,w-boani unless otherwts• spodl'ied. Speda1tyoqulpmont 5uc;h es non~lcal signago, Ci11Sh botrots. mo:s.=;rigc, board~ or K .. Ran .-ra a,dditional. • AlrX.can pro\oide ccrci1ieel 1la9~n or 21ddll:lonal laborers as needed at 2, r.,,1e of S175 per rnat!Jhout. • Patching:?rieing allOW.:J for A.C Cold P:atch, Quick, S.,: Ce,ncra:o ~::,. Qu;:if1ty pqrm.:inc-nt p.,tch wltl, Aq,1.1:.ph.:ilt only. Ui;.c-of Ac:;u:.i<:ih-llt pr<>duc:t [$ dqp,o~de,nt upon Agor1cy::icc.opt::inc.o .an(! gu.ar:i.1'11oodfor S yo::ir:1. Please n,questquotr,l(Olhorp.ltl;hlng m.aterialorN:. Ho1M)d'Grindingl$ r11c_1.dred. • FbHro•d Risfwta1Way:R.ailt'oad Protd~l..labi5ltylnsul3f100willbe requtredfor2lllw0fkwithlnr:1~road rightofw:uyand mayr,:,quirc~lroad.deSls,°"311ed11agglng and ulilitymat1<-atttPflr'$Ont\OI. coomin.Dllor, ofpo~onnol mnyatl'.octschadufQ o(WOM(. MM.I foo=-wilt bo poid for b)'AIRX11nd CN119•d back 10 the Cllentat cost plus 10%. • Hzzardou$ Spqil1:Tcstlng.Storiigo. i,:nd Disposal ohny material. ha:!:atdous or o1het',,,ise-. wlll lr'ICl,lr oddilional charge and tiased on projeiat rwiquiremcnts. lfroqulred, ~ boo lil'i1100 p:,/dfot-byAkXand dt.Df511N.'.tb.ackro rho! Cllentat.eost~ 10,,. • t, alt' oxe.1w:t.1on b usod, pricing assumos. Chat spok wDI bo pbcod back rmo the hok1 oMlta ac backfill tr offdt.o d'ar:~I ~ ra<i;ull'od. an add"ctionalfoo wlil rr,,cur. • SPod•lt.Ybir,lng due to project r&Qulre,mor,ts m:ayina.rr cddod \ima and ei::eu~nd affoctschodule or work. • Work within Callr.illm. railroad. en-dtonm111ntally$on$llive or contaminated .are.as m.ayincur .11.dditlonal costs:. • Nlghlworic.lrroillU'lrod. wlll lna,ractdfional co~trorbaJtoon [lghtirt;, gen~1ots and b•rtieede lt9htt. • HJ nsto:,. ore tiosod on :1 standard 40-howwofk woek. o.ettitne. doubleiitne or ba1idaymt.es w!II 11pplyifapplia,blo, 12 PSA 19-605CA LOCAL $195 ... ~,-· i:·.:-;..SO S330 per hour= :'L->~;$9.'. S3.15 per LF= : :_.:::::;:rso,oo: S75 ~•""" ...,. :•.c .'c::'-$0 .. Sub.total '.;.:$0'00, ~ p/sheet"' .:' .• ,,,,:;:_.:•.:SO Gall for quote : : • ':::i<.:;>,59.: S75 per hour= .· ;:·.;: ~0::: .. ~ . ..SO., S150 each= . -:-;~,_;,;,·0:SIJ' S350 each-' SO S550 each= : :·:·,.::~/:'...SO: S750 each= ... .,;.:;_.,;-..>-S9, S150 per day= '. i/. ,.<,S<t S350 per night=·.·: ···'."."l:;,so. Q hours:: '.": '::\-1,'::l\:sQ sub-total ··_so. $135 S75 $35 Gall for Quote S130 Call for Quote each= eech"' each= each= Estimate Total: ', .. ;;::,::?:;;,.<$Q:. :i'.'::iti,::,;5;0·,- .· .,.'/:IL::so: . ··.:::.:.:::"·'.:::-so·: L·:SO. $0:00.j Principal Engineer/Geologist/Environmental Scientist Certified Industrial Hygienist Senior Engineer/Geologist/Environmental Scientist Senior Project Engineer/Geologist/Environmental Scientist Certified Asbestos Consultant, Lead Inspector/Assessor, Lead Project Monitor Project Engineer/Geologist/Environmental Scientist Senior Staff Engineer/Geologist/Environmental Scientist Staff Engineer/Geologist/Environmental Sci~ntist . Certified Site Surveillance Technician, Lead Sampling Technician* GISAnalyst Field Operations Manager Supervisory Technician* Nondestructive Examination Technician", UT, MT, LP ACI Concrete Technician* Concrete/Asphalt Batch Plant Inspector* Special Inspector (Concrete, Masonry, Steel, Welding, and Fireproofing)* Senior Field/Laboratory Technician" Field/Laboratory Technician* Technical Illustrator/CAD Operator Information Specialist GeotechnicaVEnvironmental/Laboratory Assistant Data Processing, Technical Editing, or Reproduction Concrete Coring Equipment (includes one technician) X-Ray Fluorescence. PID/FIO Usage Anchor load test equipment (includes technician) Hand Auger Equipment Inclinometer Usage . Vapor Emission Kits .. Level D Personal Protective Equipment (per person per day) . Rebar Locator (Pachometer) Nuclear Density Gauge Usage Field Vehicle Usage Direct Project Expenses Laboratory testing, geophysical equipment, and other special equipment provided upon request. PSA 19-605CA $ 178 $ 178 $ 168 $ 163 $ 163 $ 156 $ 142 $ 126 $ 126 $ 116 $ 112 $ 98 $ 98 $ 98 $ 98 $ 98 $ 98 $ 98 $ 92 $ 78 $ 76 $ 68 $ 180/hr $ 300/day $ 140/day $ 97/hr $ 65/day $ 40/hr $ 40/kit $ 30/p/d $ 30/hr $ 15/hr $ 12/hr Cost plus 1 O % For field and laboratory technicians and special inspectors, regular hourly rates are charged during normal weekday construction hours. Overtime rates at 1.5 times the regular rates will be charged for work performed outside normal construction hours and all day on Saturdays. Rates at twice the regular rates will be charged for all work in excess of 12 hours in one day or on Sundays and holidays. Lead time for any requested service is 24 hours. Field Technician rates are based on a 4-hour minimum. Special inspection rates are based on a 4-hour minimum for the first 4 hours and an 8- hour minimum for hours exceeding 4 hours. Field personnel are charged portal to portal. Invoices will be submitted monthly and are due upon receipt. A service charge of 1.0 percent per month may be charged on accounts not paid within 30 days. The terms and conditions of providing our consulting services include our limitation of liability and indemnities as presented in Ninyo & Moore's Work Authorization and Agreement. "Indicates rates that are based on Prevailing Wage Determination made by the State of California, Director of Industrial Relations on a semiannual basis. Our rates will be adjusted in conjunction with the increase in the Prevailing Wage Determination during the life of the project. Ninyo & Moore j City of Carlsbad Master Agreements I S02-01360 I June 12, 2018 13 C11 PW SOILS Atterberg Limits, D 4318, CT 204 $ 170 California Bearing Ratio (CBR), D 1883 $ 550 Chloride and Sulfate Content, CT 417 & CT 422 $ 175 Consofidation, D 2435, CT 219 $ 300 Consofidation, Hydro-CoUapse only, D 2435 ·····•········-··----.. ------------·--.. -· $ 150 _ Consolidation -T me Rate, D 2435, CT 219 $ 75 Direct Shear -Remo!ded, D 3080 $ 350 Direct Shear-Undisturbed, D 3080 $ 300 Durab!Trty Index, CT 229 $ 175 Expansion Index, D 4829, IBC 18-3 $ 190 Expansion Potential (Method A), D 4546 $ 170 Geofabric Tensile and Bonga!ion Test, D 4632 $ 200 Hydraulic Conductivity, D 5084 $ 350 Hydrometer Analysis, D 422, CT 203 $ 220 Moisture, Ash, & Organic Matter of Peat/Organic Soils $ 120 Moisture Only, D 2216, CT 226 $ 35 Moisture and Density, D 2937 . $ 45 Permeability, CH, D 2434, CT 220 $ 300 pH and Resistivity, CT 643 $ 175 ProctorDensilyD1557, D 698, CT216,AASHTOT-180 $ 220 Proctor Densilywith Rock Correction D 1557 $ 340 R-value, D 2844, CT 301 $ 325 Sand Equivalent, D 2419, CT 217 $ 125 Sieve Analysis, D 422, CT 202 $ 145 SieveAnalysis,200 Wash, D 1140, CT202 $ 100 Specific Gravity, D 854 $ 125 Thermal Resistivity (ASTM 5334, IEEE 442) $ 925 Triaxial Shear, C.D, D 4767, T 297 $ 450 Triaxial Shear, c_u_, w/pore pressure, D 4767, T 2297 per pt $ 400 Trim Shear, C.U., wloptte pressure,D4767, T2297perpt $ 250 Triaxial Shear, U.U., D 2850 $ 180 Unconfined Compression, D 2166, T 208 $ 130 MASONRY Brick Absorption, 24-hoursubmersion, 5-hrboff111g, 7-day, C67 $ 70 Brick Compression Test, C 67 $ 55 Brick Efflorescence, C 67 $ 55 Brick Modulus of Rupture, C 67 $ 50 Brick Moisture as received, C 67 $ 45 Brick Saturation Coefficient, C 67 $ 60 Concrete Block Compression Test, 8x8x16, C 140 $ 70 Concrete Block Conformance Package, C 90 $ 500 Concrete Block Linear Shrinkage, C 426 $ 200 Concrete Block Unit Weight and Absorption, C 140 $ 70 Cores, Compression or Shear Bond, CA Code $ 70 Masoruy Grout, 3x3x6 prism compression, C 39 $ 45 Masoruy Mortar, 2x4 cyfmder compression, C 109 $ 35 Masoruy Prism, half size, compression, C 1019 $ 120 Masonry Prism, Full size, compression, C 1019 $ 200 REINFORCING AND STRUCTURAL STEEL Chemical Analysis, A 36, A 615 $ 135 Fireproofing Densily Test, UBC 7-6 $ 60 Hardness Test, Rockwell, A 370 $ 70 High Strength Bolt, Nut & Washer Conformance, per assembly, A 325 $ 150 Mechanically Spliced Reinforcing Tensile Test, ACI $ 175 Pre-Stress Strand (I wire}, A416 $ 170 ReinforcingTensae or Bend upto No. 11, A615 & A 706 $ 60 structural S1eel Tensile Test Up to 200,000 lbs. (machining extra), A 370 $ 80 Welded Reinforcing Tens~e Test Up to No. 11 bars, AC! $ 65 PSA 19-605CA CONCRETE Compression Tests, 6x12 Cylinder, C 39 Concrete Mix Design Review, Job Spec Concrete Mix Design, per Trial Batch, 6 cylinder, ACI Concrete Cores, Compression (excludes sampfing), C 42 Drying Shrinkage, C 157 Flexural Test, C 78 Flexural Test, C 293 Flexural Test, CT 523 Gunite/Shotcrete, Panels, 3 cut cores per panel and test, ACI Jobsi!e Testing Laboratory Lightweight Concrete FIii, Compression, C 495 Petrographic Analysis, C 856 Restrained Expansion of Shrinkage Compensation Splitting Tensile Strength, C 496 3x6 Grout, (CLSM), C 39 2x2x2 Non-Shrink Grout, C 109 ASPHALT CONCRETE $ 30 $ 180 $ 850 $ 60 $ 400 $ 75 $ 75 $ 85 $ 275 Quote $ 50 $2,000 $ 450 $ 100 $ 45 $ 45 AirVoids, T269 $ 75 Asphalt Mix Design, Caltrans (mcl. Aggregate Quality} $ 4,500 Asphalt M"IX Design Review, Job Spec $ 180 Dust Proportioning, CT LP-4 $ 75 Extraction, % Asphalt, including Gradation, D 2172, CT 382 $ 250 Extraction, % Asphalt without Gradation, D 2172, CT 382 _______________ $ 150 Film Shipping, CT 302 $ 120 Hveem S1abili!y and UnitWeightD 1560, T 246, CT366 $ 225 Marshall Stability, Flow and Unit Weight T 245 . $ 240 Maximum Theoretical Unit Weight D 2041, CT309 $ 150 Moisture Conten~ CT 370 $ 85 Moisture Susceptibility and Tensile Stress Ratio, T238, CT 371 $ 1,000 SlurryWetTrackAbrasion, D 3910 $ 150 Superpave, Asphalt Mix Verification Oncl. Aggregate Quality} $ 4,900 Superpave, Gyratory Unit Wt, T 312 $ 100 Superpave, Hamburg Wheel, 20,000 passes, T 324 $ 1,000 Unit Weight sample or core, D 2726, CT308 .$ 100 Voids in Mineral Aggregate, (VMA) CT LP-2 $ 75 Voids filled wi1h Asphalt, (VFA) CT LP-3 .$ 75 Wax Density, D 1188 $ 100 AGGREGATES Clay Lumps and Friable Particles, C 142 Cleanness Value, CT 227 Crushed Particles, CT 205 Durabilfy, Coarse or Fr1e, CT 229 Rne Aggregate Angularity, ASTM c·12s2, T304, CT 234 Rat and Elongated Particle, D 4791 Lightweight Particles, C 123 .. Los Angeles Abrasion, C 131 or C 535 Material Finer than No. 200 Sieve by Washing, C 117 Organic lmpunlies, C 40 Potential Alkafl Reactivity, Mortar Bar Method, Coarse, C 1260 Potential Alkali Reactivity, Mortar Bar Method, Fine, C 1260 Potential Reactivity of Aggregate (Chemical Method), C 289 Sand Equivalent, T 176, CT 217 Sieve Analysis, Coarse Aggregate, T 27, C 136 Sieve Analysis, Fine Aggregate Qncluding wash), T 27, C 136 Sodium Sulfate Soundness, C 88 Specific Gravily and Absorption, Coarse, C 127, CT 206 Specific Gravity and Absorption, Fr1e, C 128, CT 207 ROOFING Roofing Tile Absorption, (sat of 5), C o7 Roofing lile Strength Test, (set of 5), C o7 $ 180 $ 180 $ 175 $ 205 $ 180 $ 220 $ 180 $ 200 $ 90 $ 90 $1,250 $ 950 $ 475 $ 125 $ 120 $ 145 $ 450 $ 115 $ 175 $ 250 $ 250 Special preparation of standard test specimens will be charged at the technician·s hourly rate_ Ninyo & Moore is accredited to perform the AASHTO equivalent of many ASTM test procedures. Ninyo & Moore I City of Carlsbad Master Agreements I $02-01360 j June 12, 2.018 14 C11 PW ~ I DATE(MM/DD/YYYY) AC:C,Rc,• CERTIFICATE OF LIABILITY INSURANCE ~ 08/24/2018 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 have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Aon Risk Services Central, NAME: Inc. PHONE (866) 283-7122 I r.e~. No.): (800) 363-0105 Pittsburgh PA office (A/C. No. Ext): EQT Plaza~ suite 2700 E-MAIL 625 Liberty Avenue ADDRESS: Pittsburgh PA 15222-3110 USA INSURER(S) AFFORDING COVERAGE NAIC# INSURED INSURER A: Liberty Mutual Fire Ins Co 23035 Michael Baker International, Inc INSURER B: Liberty Insurance Corporation 42404 5 Hutton Centre Drive Lloyd's Syndicate No. 2623 AA1128623 suite 500 INSURER C: Santa Ana CA 92707 USA INSURERD: XL Insurance America Inc 24554 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 570072755456 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. Limits shown are as requested 'LrR TYPE OF INSURANCE Wso wvo POLICY NUMBER ,~~l5'5Tvmi ,~~M'tiJ'.vm LIMITS A X COMMERCIAL GENERAL LIABILITY TBLn~ "•~ a, I .HS UIS/ jU/ LU.H UIS/ jU/LUB EACH OCCURRENCE $2,000,000 t--D CLAIMS-MADE 0occuR General Liability ._,,....,,.,n...,,._ JU nL1'tlt::U $300,000 PREMISES (Ea occurrence) -MED EXP (Any one person) $10,000 -PERSONAL & ADV INJURY $2,000,000 -GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $4,000,000 Fl 0PRO-0Loc $4,000,000 POLICY X JECT PRODUCTS -COMP/OP AGG OTHER: A AUTOMOBILE LIABILITY AS2-681-004145-728 08/30/2018 08/30/2019 COMBINED SINGLE LIMIT $2,000,000 Commercial Auto -AOS {Ea accident\ t--BODILY INJURY ( Per person) X ANY AUTO t--OWNED ~ SCHEDULED BODILY INJURY (Per accident) AUTOS ONLY AUTOS t--t--NON-OWNED PROPERTY DAMAGE HIRED AUTOS (Per accident) -ONLY t--AUTOS ONLY D X UMBRELLA LIAS ~ OCCUR US000799 5 2 LI 18A 08/30/2018 08/30/2019 EACH OCCURRENCE $10,000,000 -Umbrell a AGGREGATE $10,000,000 EXCESS LIAS CLAIMS-MADE OED I X I RETENTION $10,000 B WORKERS COMPENSATION AND WA768D004145778 08/30/2018 08/30/2019 XI PER I IOTH-EMPLOYERS' LIABILITY Y/N workers comp -AOS STATUTE ER ANY PROPRIETOR/ PARTNER/ EXECUTIVE ~ E.L. EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L. DISEASE-EA EMPLOYEE $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE-POLICY LIMIT $1,000,000 C E&o-PL-Primary PSDEF1800460 08/31/2018 08/30/2019 Per claim $5,000,000 Professional Li ab. and CP Aggregate $5,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached ~ more space is required) RE: All Operations. City of Carlsbad is included as Additional Insured in accordance with the policy prov1s1ons of the General Liability policy. General Liability policy evidenced herein is Primary and Non-Contributory to other insurance available to Additional Insured, but only in accordance with the policy's provisions. A waiver of subrogation is granted in favor of certificate Holder in accordance with the policy provisions of the General Liability policy. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Carlsbad/CMWD AUTHORIZED REPRESENTATIVE 1635 Faraday Ave. Carlsbad CA 92008 USA ~~g~ ~~ ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD - - a, <D "' ;::i; "' r--N r--0 0 r--"' 0 z .s OI I.) .::: t: Cl) u --~ ~ i; I - POLICY NUMBER: TB2-681-004145-718 COMMERCIAL GENERAL LIABILITY CG 2010 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insU"ance provided under the following: COMMERCIAL GENERAL LIABILllYCOVERAGE PART A. Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily ifiury'', "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omi ssi ans; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However. 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insU"ed is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that wlich you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily iriury'' or "property damage" occuring after. 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injuy or damage arises has been put to its intended use by any person or organization other than another contractor or sL.bcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insU"eds, the following is added to Section Ill -Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): All persons or organizations with whom you have entered into a written contract or agreement, prior to an "occurrence" or offense, to provide additional insured status. Location(s) Of Covered Operations All locations as required by a written contract or agreement entered into prior to an "occmence" or offense. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 2010 0413 © Insurance Services Office, Inc .. 2012 Page 1 of 1 POLICYNUMBER: 162-681-004145-718 COMMERCIAL GENERAL LIABILITY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART A. Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(s} shown in the Schedule, but only with respect to liability for "bodily injury'' or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of ths endorsement performed for that additional insured and included in the "products-completed operations hazard". However. 1. The insurance afforded to such additional insured any applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that wlich you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section Ill -Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): All persons or organizations with whom you have entered into a written contract or agreement, prior to an "occurrence" or offense, to provide additional insured status. Location And Description Of Completed Operations All locations as required by a written contract or agreement entered into prior to an "occurrence" or offense. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 20 37 0413 © Insurance Services Office, Inc., 2012 Page 1 of 1 Policy Number: AS2-681-004145-728 Issued By: Liberty Mutual Fire Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF-INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART Schedule Name of Other Person(s)/ Email Address or mailing Organization(s): address: Per schedule on file with the Per schedule on file with the Company Company Number Days Notice: 30 A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule above. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. LIM 99 01 0511 © 2011, Liberty Mutual Group of Companies. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc. with its permission. Page 1 of 1 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT • CALIFORNIA 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 Additional premium is a percent of the California Manual Workers Compensation premium. Subject to a minimum premium charge of $ 250 Person or Organization Where required by contract or written agreement prior to loss and allowed by law. Issued by Liberty Insurance Corporation 21814 For attachment to Policy No. WA7-68D-004145-778 Issued to Michael Baker International, LLC WC 04 03 06 Ed: 04/1984 Job Description Effective Date Premium$ Page 1 of 1 PolicyNumber TB2-681-004145-718 Issued by Liberty Mutual Fire Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. OTHER INSURANCE AMENDMENT -SCHEDULED ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILllYCOVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABIUTY COVERAGE PART LIQUOR LIABILITY COVERAGE PART If you are obligated under a written agreement to provide liability insurance on a primary, excess, contingent. or any other basis for ally person or organization shown in the Schedule of this endorsement that qualifies as an additional insured on this policy, this policy will apply solely on the basis required by such written agreement and Paragraph 4. Other Insurance of Section IV -Conditions will not apply. If the applicable written agreement does not specify on what basis the liability insurance will apply, the provisions of Paragraph 4. Other Insurance of Section IV -Conditions will govern. However, this insurance is excess over ally other insurance available to the additional insured for which it is also covered as an additional insured by attachment of an endorsement to another policy providing coverage for the same "occurrence", claim or "suit". Schedule Person or Organization: All persons or organizations with whom you have entered into a written contract' or agreement. prior to an "occurrence" or offense. to provide additional insured status. LC 24 20 0213 © 2013 Liberty Mutual Insurance. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office. Inc., with its permission. Policy Number TB2-681-004145-718 Issued by Liberty Mutual Fire Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF-INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART COMMERCIAL LIABILITY -UMBRELLA COVERAGE FORM Schedule Name of Other Person(s) / Email Address or mailing address: Number Days Notice: Organization(s): Per schedule on file with the 30 Company A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule above. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. LIM 99 01 0511 © 2011 Liberty Mutual Group of Companies. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1