Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Kennedy/Jenks Consultants Inc; 2018-11-28; PSA19-602CA
PSA19-602CA City Attorney Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 6 PROJECT NO. 3840-12 This sixth Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between Kenndy/Jenks Consultants, Inc., a California corporation, ("Contractor") and the City of Carlsbad, ("City") dated November 28, 2018 (the “Agreement”), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide structural engineering services in accordance with the City of Carlsbad Engineering Standards, 2016 Edition, the Standard Specifications for Public Works Construction, 2018 Edition and the supplements thereto as published by the “Green Book” Committee of Public Works Standards and the scope of work, attached as Appendix "A" for the Structural Anchorage Review for Batiquitos Lift Station (the “Project"). The Project services shall include the review of equipment anchorage for compliance with seismic code. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director 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 forty (40) working days thereafter. Working days are defined in section 6-7.2 “Working Day” of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Master 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 work days. Appendix "A", attached, prepared by Contractor and reviewed by City, 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 the City 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 the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $3,000. DocuSign Envelope ID: CC73D7B4-28E0-4D35-AE75-48C1CAD02934 December 8, 2020 PSA19-602CA City Attorney Approved Version 7/19/17 2 TABLE 1 FEE ALLOTMENT STRUCTURAL ANCHORAGE REVIEW TASK GROUP TIME & MATERIALS Structual Review and Report $3,000 TOTAL (Not-to-Exceed) $3,000 CONTRACTOR Kennedy/Jenks Consultants, Inc. Kennedy/Jenks Consultants, Inc. (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) Donald R. Weiden, Secretary Joseph A. Wojslaw, Vice-President (print name/title) (print name/title) 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. CITY OF CARLSBAD, a municipal corporation of the State of California By: _______________________________________ Date: _________________________ Vicki V. Quiram, Utilities Director APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ____________________________ Assistant City Attorney DocuSign Envelope ID: CC73D7B4-28E0-4D35-AE75-48C1CAD02934 December 8, 2020 APPENDIX "A" SCOPE OF SERVICES DocuSign Envelope ID: CC73D7B4-28E0-4D35-AE75-48C1CAD02934 APPENDIX “A” SCOPE OF WORK Kennedy Jenks Consultants (Kennedy Jenks) will provide wastewater engineering services to assess whether the equipment anchorage for the automatic transfer switch (ATS) at the Batiquitos Lift Station is in compliance with seismic code. The ATS transfers power from commercial power to emergency power when there is a power failure, allowing the station’s emergency generator to power the station during the outage. When the power comes back on at the station, the ATS transfers the station back to commercial power. The ATS at the Batiquitos Lift Station was recently replaced and compliance with seismic code needs to be verified. Tasks/Deliverables: 1. Kennedy Jenks staff will perform a site visit, guided by City staff; equipment needs to be opened and de-powered so that attachment of ATS can be safely reviewed. 2. Kennedy Jenks will perform a structural review and document how the ATS is attached to the Motor Control Center (MCC) panel. 3. Kennedy Jenks will perform calculations for the existing ATS attachment and document any deficiencies with the connection to the MCC. 4. Kennedy Jenks will provide a letter or memo documenting any deficiencies found and providing recommendations for resolving the deficiencies. Assumptions: 1. City staff will accompany Kennedy Jenks on the site visit and provide required equipment access. 2. The scope does not include an assessment of where the MCC is mounted to the concrete as this was in place prior to the replacement of the ATS. The proposed budget is $3,000. This is for time and materials based on the labor rates in the master agreement. DocuSign Envelope ID: CC73D7B4-28E0-4D35-AE75-48C1CAD02934 DocuSign Envelope ID: CC73D7B4-28E0-4D35-AE75-48C1CAD02934 PSA19-602CA City Attorney Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 5 PROJECT NO. 47281 This fifth Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between Kennedy/Jenks Consultants, a California corporation, ("Contractor") and the City of Carlsbad, ("City") dated Novemer 28, 2018, (the “Agreement”), the terms of which are incorporated herein by this reference. 1.CONTRACTOR'S OBLIGATIONS Contractor shall provide Hosp Grove Sewer and Water Line Design 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 43811, (“proposal”), attached as Appendix "A" for the Hosp Grove Sewer and Water Line Design, (the “Project"). The Project services shall include Engineering Services for Hosp Grove Sewer and Water Line Design. 2.PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within ten (10) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within five hundred forty seven (547) working days thereafter. Working days are defined in section 6-7.2 “Working Day” of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Master 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 City, 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 the City 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 the City for work actually DocuSign Envelope ID: 7C75AC20-0116-4380-8556-9C1921BCDA00 February 20, 2020 PSA19-602CA City Attorney Approved Version 7/19/17 2 performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $106,455. 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: 7C75AC20-0116-4380-8556-9C1921BCDA00 PSA19-602CA City Attorney Approved Version 7/19/17 3 TABLE 1 FEE ALLOTMENT HOSP GROVE SEWER AND WATER LINE DESIGN TASK GROUP TIME & MATERIALS Phase 1 – Project Management $10,842 Phase 2 – Field Investigations $57,027 Phase 3 – Prepare Contract Documents $24,480 Phase 4 – Bid Phase Services $3,276 Phase 5 – Engineering Support Services $10,830 TOTAL (Not-to-Exceed) $106,455 CONTRACTOR Kennedy/Jenks Consultants Kennedy/Jenks Consultants (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) Corey Young, Vice President Joseph Alan Wojslaw, Assistant Secretary (print name/title) (print name/title) 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. CITY OF CARLSBAD, a municipal corporation of the State of California By: ________________________________ Date: _________________________ Scott Chadwick, City Manager APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ____________________________ Assistant City Attorney DocuSign Envelope ID: 7C75AC20-0116-4380-8556-9C1921BCDA00 February 20, 2020 APPENDIX "A" SCOPE OF SERVICES DocuSign Envelope ID: 7C75AC20-0116-4380-8556-9C1921BCDA00 9325 Sky Park Court, Suite 300 | San Diego, CA 92123 858-676-7500 | timothywaters@kennedyjenks.com p:\2018\1844107.04_city of carlsbad_hosp grove\01-prejobinfo\1.01-propsuptdoc\proposal for hosp grove_12.12.2019.docx 12 December 2019 Adelina Sanchez Associate Engineer Public Works – Utilities Division City of Carlsbad 5950 El Camino Real Carlsbad, CA 92008-8802 Subject: Proposal for Engineering Services Hosp Grove Park Improvements (CIP 4728), Sewer and Water Line Design KJ 1844107*04 Dear Adelina: Kennedy/Jenks Consultants, Inc. (Kennedy Jenks) is pleased to submit this proposal to the City of Carlsbad (City) for professional engineering services for the design of the sewer and water lines serving a new restroom in Hosp Grove Park. These services are proposed to be performed under Kennedy Jenks’ Master Agreement for Wastewater Engineering Services, dated 28 November 2018. The following is Kennedy Jenks’ proposed scope of work (SOW). The SOW is based on discussions with City staff, Kennedy Jenks’ understanding of the project, and Kennedy Jenks’ experience in completing similar efforts. The water line is estimated to be approximately 100 feet in length and will connect to an existing water line in Jefferson Street. The sewer line is estimated to be approximately 850 feet in length and will connect to an existing sewer line in the North County Plaza shopping center. The SOW includes project management, field investigations, preparation of contract documents, bid phase services, and engineering support services as outlined below. SCOPE OF SERVICES Phase 1 – Project Management/Meetings 1.1 Project Meetings: Kennedy Jenks will attend three (3) meetings with City staff, including an initial project kick-off meeting, as well as review meetings to discuss the City’s comments on the project deliverables (50% Design Package and 90% Design Package). Kennedy Jenks will prepare an agenda for the City’s review prior to each meeting/workshop. Draft meeting notes with action items will be distributed within five (5) working days following the meeting. Kennedy Jenks will incorporate the City’s comments and distribute a final record of the meeting notes. 1.2 Quality Assurance/Quality Control (QA/QC): Kennedy Jenks will perform a review of deliverables including drawings, calculations, cost estimates, etc. prior to delivery. 1.3 Management: This task addresses the management responsibilities associated with scheduling, budget control, invoice preparation and coordination with the City’s and Kennedy Jenks’ project team. APPENDIX A DocuSign Envelope ID: 7C75AC20-0116-4380-8556-9C1921BCDA00 Adelina Sanchez City of Carlsbad 12 December 2019 Page 2 p:\2018\1844107.04_city of carlsbad_hosp grove\01-prejobinfo\1.01-propsuptdoc\proposal for hosp grove_12.12.2019.docx Phase 2 – Field Investigations 2.1 Data Collection and Review: Kennedy Jenks will collect record drawing information from the City as well as research documented information from DigAlert member agencies listed as utility owners to plot existing utilities in a background file for use in the design of the pipelines. Utilities to be researched are existing water, sewer, gas, electrical, phone, and cable. Additionally, Kennedy Jenks will work with the City to identify other ongoing City design projects that are known to be in the same vicinity of this project. Future utilities, if any, will be plotted in the background file, to the best of Kennedy Jenks’ knowledge and available records, for reference during the pipeline design. 2.2 Surveying: The site surveying will be performed by Kennedy Jenks’ subconsultant BHA, Inc. (BHA). The work will consist of the following: • Research/Coordination: BHA will coordinate with Kennedy Jenks regarding scheduling, progress, and priorities; investigate public records, obtain copies of record maps and any documents pertinent to the project; and determine the location of control monuments and benchmarks necessary to establish survey control. • Survey Control: BHA will perform a field survey utilizing the City of Carlsbad Survey Control Network (Record of Survey 17271). Aerial targets will be set in the areas as determined by Inland Aerial. Horizontal control will be based on the California State Plane Coordinate System, Zone 6, North American Datum of 1983 (NAD 83) [Epoch 1999.92]. Elevations will be based on the North American Vertical Datum of 1988 (NAVD 88). • Right-of-Way Survey: BHA will provide a survey that will locate monuments of record sufficient to establish street centerlines, property lines, easement lines and rights-of-way. Monuments shown on maps of record, within the rights-of-way, will be searched for and if recovered, will be tied to the survey. Office calculations will be performed to reduce the field data as necessary. • Topographic Survey: BHA will conduct a field survey within the areas obscured from the aerial mapping along the project alignment locating existing on-site and street improvements, sufficient ground elevations in order to develop 1-foot contour intervals, any visible utilities with invert elevations as applicable (e.g. storm drains and sewers) and any utility mark-outs. In addition, the sewer manholes designated as “AH No. 1” and “AH No. 2” as shown on City of Carlsbad Drawing No. 267-4, will be located and invert elevations measured. • Aerial Mapping: BHA will provide, through Inland Aerial Surveys Inc., aerial mapping coverage as shown on the revised mapping exhibit (Attachment C), prepared at 1” = 20’, with one foot (1’) contour intervals in AutoCAD format. The aerial mapping accuracies will meet or exceed specifications published in the U.S. Department of Transportation’s “Reference Guide Outline,” revised in 1968. DocuSign Envelope ID: 7C75AC20-0116-4380-8556-9C1921BCDA00 Adelina Sanchez City of Carlsbad 12 December 2019 Page 3 p:\2018\1844107.04_city of carlsbad_hosp grove\01-prejobinfo\1.01-propsuptdoc\proposal for hosp grove_12.12.2019.docx • Pothole Locations: BHA will provide field surveying for the horizontal and vertical locations of the reference points set for the excavated utilities. USI will perform the excavating per their scope of work. • Base Map: A drawing file in AutoCAD format will be prepared outlining the topography, surface features and utilities located by the field survey along with the aerial mapping. In addition, the drawing will contain a basis of bearing and benchmark statement together with the labeling of found monuments. A table listing the coordinates and elevations of all monuments found or set during the course of the surveys will be included. 2.3 Potholing: Kennedy Jenks will prepare and submit a list of proposed potholing locations to the City to gain consensus. It is currently assumed that up to 5 potholes will be performed, but the final number of potholes required will be determined after Data Collection and Review (Task 2.1) and alignments of the pipelines are selected. Kennedy Jenks’ subconsultant, Underground Solutions, Inc. (USI), will perform up to 5 potholes (assumed to be no greater than 10 feet deep) along the pipeline alignment for the purposes of locating and determining the depth of existing utilities. Potholes are to be excavated using non-disruptive air/vacuum method. Each pothole may or may not result in establishing the presence of a utility. USI will: • Delineate for Underground Service Alert/DigAlert markouts. • Determine depth and diameter of utilities at each pothole location. • Backfill, compact, and patch per City Standard Drawing GS-29. • Traffic Control plans will be provided. • Traffic Control set-ups will be done according to City approved traffic control plans and permit requirements. • Obtain Right-of-Way/Traffic Control permit through the City. Permit and/or agency fees will be paid for by USI and reimbursed by the City. • Mark each pothole location with a PK nail and paint or with a stake for survey by BHA. Deliverables – Deliverables will include an electronic (Adobe pdf format) Subsurface Utility Report with data, findings, photographs and pothole locations map. 2.4 Geotechnical Investigation: The geotechnical investigation will be performed by Kennedy Jenks’ subconsultant SCST, LLC (SCST). The purpose of the geotechnical investigation will be to explore the subsurface conditions within the project boundaries and address geotechnical considerations. SCST will: • Review relevant geologic maps and documents. • Coordinate field work with Kennedy Jenks, the City, and private property owners impacted by the investigation. • Obtain an encroachment and traffic control permit from the City. It is assumed the permit application fees will be paid for by SCST and reimbursed by the City. DocuSign Envelope ID: 7C75AC20-0116-4380-8556-9C1921BCDA00 Adelina Sanchez City of Carlsbad 12 December 2019 Page 4 p:\2018\1844107.04_city of carlsbad_hosp grove\01-prejobinfo\1.01-propsuptdoc\proposal for hosp grove_12.12.2019.docx • Obtain a subsurface exploration permit from the County of San Diego, Department of Environmental Health. Permit fees will be paid for by SCST and reimbursed by the City. • Contact Underground Service Alert to delineate public utilities at the site prior to drilling. A private utility locator will be hired to delineate private utilities. • Drill up to three exploratory borings using a truck-mounted drill rig to a depth up to 20 feet below the existing ground surface or practical refusal, whichever is less. o The borings are planned to extend approximately 5 feet below the invert elevation of the proposed pipeline. o It is assumed the borings can be drilled in City right-of-way during the hours of 08:30-15:30. • Log the materials encountered in the borings and obtain samples for visual examinations and laboratory testing, including: o Assess ground water levels, if encountered. o Backfill the exploratory borings with approved backfill material and dispose of the spoils in accordance with the County of San Diego Department of Health. • Perform laboratory tests on the collected samples, which may consist of in situ moisture content and density, grain size distribution, Atterberg Limits, R-Value, corrosivity, and direct shear. • Assess potential geologic hazards that may affect site developments such as settlement, liquefaction, collapse, and earthquake shaking. • Develop recommendations for site preparation and earthwork, excavations, groundwater levels and the necessity for dewatering, temporary excavations and shoring, pipeline support, soil modulus E; for pipeline design, pipe bedding, suitability of excavated materials for use as bedding and backfill, trench backfill, pavement sections, and corrosivity of the on-site soil, in respect to concrete. • Prepare a geotechnical report presenting findings, conclusions, and recommendations. Deliverables – Deliverables will consist of a Geotechnical Report presenting findings, conclusions, and recommendations (electronic, Adobe pdf format). Phase 3 – Prepare Contract Documents 3.1 50% Design Package: Kennedy Jenks will prepare 50% construction drawings and technical specifications for the installation of new sewer and water lines serving a new restroom in Hosp Grove Park. Specifications will be prepared utilizing the City’s technical specifications, supplemented with technical specifications developed by Kennedy Jenks, as required. It is assumed that the City will prepare the front-end (Div. 0 & 1) specifications, with Kennedy Jenks preparing the Bid Schedule. Kennedy Jenks will also prepare an engineer’s opinion of probable construction cost (conforming to AACE International guidelines) and an anticipated construction schedule. The following is a Preliminary Drawing List: DocuSign Envelope ID: 7C75AC20-0116-4380-8556-9C1921BCDA00 Adelina Sanchez City of Carlsbad 12 December 2019 Page 5 p:\2018\1844107.04_city of carlsbad_hosp grove\01-prejobinfo\1.01-propsuptdoc\proposal for hosp grove_12.12.2019.docx SHEET NO. SHEET TITLE 1 Title, Vicinity Map, Location Map and Index of Sheets 2 Abbreviations, Symbols and General Notes 3 Overall Site Plan1 4 Sewer Gravity Line Plan and Profile 5 Civil Details2 1 Water service line will be shown as yard piping on the Overall Site Plan, with notes defining minimum cover, and thus it is assumed that plan and profile of this water line is not required. 2 Not included with the 50% Design Package Deliverables – Deliverables will consist of electronic an (Adobe pdf format) set of the 50% design plans, technical specifications, supporting documents (e.g. calculations), preliminary opinion of probable construction cost and anticipated construction schedule. 3.2 90% Design Package: Kennedy Jenks will incorporate responses to the City’s comments from the 50% Design Package and prepare 90% construction drawings and specifications, along with an updated opinion of probable construction cost (Class 2) and anticipated construction schedule. Deliverables – Deliverables will consist of electronic (Adobe pdf format) set of the 90% design plans, technical specifications, supporting documents (e.g. calculations), opinion of probable construction cost and anticipated construction schedule. 3.3 Final Design Package: Kennedy Jenks will incorporate responses to the City’s comments from the 90% Design Package and prepare Final design plans and construction specifications, along with an updated opinion of probable construction cost (Class 1) and anticipated construction schedule. Deliverables – Deliverables will consist of one (1) paper set of the original stamped and signed Final design plans and construction specifications (by a registered California Civil Engineer), opinion of probable construction cost, anticipated construction schedule; and will transmit the electronic AutoCAD files, technical specifications (Adobe pdf format) and bid schedule (Adobe pdf format). Phase 4 – Bid Phase Services 4.1 Pre-Bid Meeting: Kennedy Jenks will attend one (1) construction pre-bid meeting and provide technical support to City staff relative to immediate contractor questions. 4.2 Addenda: Kennedy Jenks will respond to questions from potential bidders and prepare up to one (1) addenda, as required. It is assumed that the City will distribute the addenda to all plan holders. DocuSign Envelope ID: 7C75AC20-0116-4380-8556-9C1921BCDA00 Adelina Sanchez City of Carlsbad 12 December 2019 Page 6 p:\2018\1844107.04_city of carlsbad_hosp grove\01-prejobinfo\1.01-propsuptdoc\proposal for hosp grove_12.12.2019.docx Phase 5 – Engineering Support Services 5.1 Pre-Construction Meeting: Kennedy Jenks will attend one (1) pre-construction meeting. The pre-construction meeting will be attended by the City, Kennedy Jenks and the selected contractor. The pre-construction meeting will provide the opportunity for a complete review of the Contract Documents by all parties prior to starting work. In conjunction with City staff, Kennedy Jenks will be prepared to respond to questions regarding the Contract Document requirements, including special project requirements. 5.2 Responses to RFIs: Kennedy Jenks will assist with preparing responses to requests for information (RFIs) from the contractor regarding the Contract Documents to confirm that the improvements and related facilities are constructed in compliance with the same. An RFI log will be created and maintained. Kennedy Jenks’ scope of work is based on receiving and responding up to five (5) RFIs. Kennedy Jenks will respond to RFIs within 7 calendar days in support of the construction schedule. 5.3 Submittal Reviews: Kennedy Jenks will assist City staff with the review and approval of project submittals to ensure compliance with the construction drawings and specifications. Kennedy Jenks will coordinate and process each submittal and maintain a submittal log. The submittal log will be maintained by an appropriate numbering system, such as the Contractor’s submittal number and the specification section. The log will track the number of days taken to review or respond to each submittal. Our scope of work is based on reviewing five (5) submittals (including re-submittals as required). 5.4 Record Drawings: Following receipt of redlined drawings from the City, Kennedy Jenks will prepare a set of electronic record drawings (electronic, Adobe pdf format). The record drawings will be prepared based on field changes documented by the City’s Inspector and the Contractor, and changes resulting from RFIs, clarifications and contract change orders. ASSUMPTIONS We assume the following: • City will provide existing record drawing information for existing City utilities and proposed Hosp Grove Park restroom drawing information. • Specifications will be prepared utilizing the City’s latest front-end (Div. 0 & 1) and technical specifications, supplemented with technical specifications developed by Kennedy Jenks, as required. • The City will prepare the front-end specifications (Div. 0 & 1). Kennedy Jenks will prepare a Bid Schedule form to be included as part of the front-end specifications of these Contract Documents. • Permitting, including, but not limited to, encroachment permits, storm water permits and environmental compliance (CEQA) are not included in this scope of work and are assumed to be the responsibility of others. DocuSign Envelope ID: 7C75AC20-0116-4380-8556-9C1921BCDA00 Adelina Sanchez City of Carlsbad 12 December 2019 Page 7 p:\2018\1844107.04_city of carlsbad_hosp grove\01-prejobinfo\1.01-propsuptdoc\proposal for hosp grove_12.12.2019.docx • Preparation of a SWPPP is not included in the scope of work and is assumed to be the responsibility of the Contractor, if required. • Preparation of traffic control plans and right-of-way permits, except as required for potholing and geotechnical investigations, are not included in the scope of work and are assumed to be the responsibility of the Contractor, if required. • Design of a dewatering system is not included in the scope of work. • Design of a shoring system is not included in the scope of work. • Design for temporary services, including but not limited to water, sewer, electricity, telephone, and gas, are not included in the scope of work. • Construction inspection, observation, surveying, geotechnical and materials testing and/or special inspection services during construction are not included in the scope of work. • Environmental evaluation and mitigation, including contaminated soils or groundwater, should they be found during excavation, is not included in the scope of work. • Preparing a conformed set of Contract Documents is not included in the scope of work. • Preparation of a project specific health and safety plan and a quality control plan are not included in the scope of work. • Existing sewer and water line condition assessment and rehabilitation/replacement design is not included in the scope of work. • Asset management data will be collected and provided to the City (utilizing the City’s data collection template) by the Contractor (per the requirements that will be included in the Contract Documents) and is not included in the scope of work. • Kennedy Jenks will provide the services required in accordance with the skill and care which would be exercised by comparable qualified design professionals performing similar services at the time and place such services are performed. PROPOSED PROJECT SCHEDULE Kennedy Jenks will submit the final contract documents within 143 calendar days following receipt of a notice-to-proceed per the enclosed project schedule (Attachment A). This schedule is based on City review periods of fourteen (14) calendar days for each submittal. PROPOSED FEE ESTIMATE Kennedy Jenks proposes to perform the services described above on a time and materials basis for the not-to-exceed amount of $106,455 in accordance with the enclosed fee proposal (Attachment B) and the Master Agreement Consultant Services Rate Schedule. Please contact me at (858) 676-7505 or our Project Manager, Tim Waters, at (858) 676-7528 should you have any questions regarding our proposal. Kennedy Jenks appreciates the opportunity to work with the City on this important project. DocuSign Envelope ID: 7C75AC20-0116-4380-8556-9C1921BCDA00 Adelina Sanchez City of Carlsbad 12 December 2019 Page 8 p:\2018\1844107.04_city of carlsbad_hosp grove\01-prejobinfo\1.01-propsuptdoc\proposal for hosp grove_12.12.2019.docx Very truly yours, Kennedy/Jenks Consultants, Inc. Corey Young, P.E. Timothy Waters, P.E. Vice President Project Manager Enclosures (2) DocuSign Envelope ID: 7C75AC20-0116-4380-8556-9C1921BCDA00 ID Task Name Duration Start Finish1Notice to Proceed0 daysFri 1/3/20Fri 1/3/202Phase 1 - Project Management/Meetings257 daysFri 1/3/20Mon 12/28/203Task 1.1 - Project Meetings75 daysMon 1/27/20Mon 5/11/204Kick-Off Meeting0 daysMon 1/27/20Mon 1/27/20550% Design Package Comment Review Meeting0 daysMon 3/23/20Mon 3/23/20690% Design Package Comment Review Meeting0 daysMon 5/11/20Mon 5/11/207Task 1.2 - QA/QC56 daysTue 3/3/20Tue 5/19/20850% Design Package1 dayTue 3/3/20Tue 3/3/20990% Design Package1 dayTue 4/21/20Tue 4/21/2010Final Design Package1 dayTue 5/19/20Tue 5/19/2011Task 1.3 - Management257 daysFri 1/3/20Mon 12/28/201213Phase 2 - Field Investigations71 daysMon 1/6/20Mon 4/13/2014Task 2.1 - Data Collection and Review30 daysMon 1/6/20Fri 2/14/2015Task 2.2 - Surveying15 daysWed 1/29/20Tue 2/18/2016Task 2.3 - Potholing15 daysTue 3/24/20Mon 4/13/2017Task 2.4 - Geotechnical Investigation45 daysWed 1/29/20Tue 3/31/201819Phase 3 - Prepare Contract Documents85 daysTue 1/28/20Mon 5/25/2020Task 3.1 - 50% Design Package30 daysTue 1/28/20Mon 3/9/2021City Review - 50% Design Package10 daysTue 3/10/20Mon 3/23/2022Task 3.2 - 90% Design Package25 daysTue 3/24/20Mon 4/27/2023City Review - 90% Design Package10 daysTue 4/28/20Mon 5/11/2024Task 3.3 - Final Design Package10 daysTue 5/12/20Mon 5/25/202526Phase 4 - Bid Phase Services10 daysMon 6/22/20Mon 7/6/2027Task 4.1 - Pre-Bid Meeting0 daysMon 6/22/20Mon 6/22/2028Task 4.2 - Addenda10 daysTue 6/23/20Mon 7/6/202930Phase 5 - Engineering Support Services100 daysMon 8/10/20Mon 12/28/2031Task 5.1 - Pre-Construction Meeting0 daysMon 8/10/20Mon 8/10/2032Task 5.2 - Responses to RFIs90 daysTue 8/11/20Mon 12/14/2033Task 5.3 - Submittal Reviews30 daysTue 8/11/20Mon 9/21/2034Task 5.4 - Record Drawings10 daysTue 12/15/20Mon 12/28/201/31/273/235/116/228/1018152229512192629162318152229512192631017243171421285121926291623306132027411182518152229613202731017243Dec '19Jan '20Feb '20Mar '20Apr '20May '20Jun '20Jul '20Aug '20Sep '20Oct '20Nov '20Dec '20Jan '21TaskMilestoneSummaryCity ReviewProgressATTACHMENT ACity of CarlsbadHosp Grove Park ImprovementsProposed Project Schedule (Revised December 12, 2019)Page 12019-12-12_Hosp Grove_Schedule.mpThu 12/12/19DocuSign Envelope ID: 7C75AC20-0116-4380-8556-9C1921BCDA00 Proposal Fee EstimateAttachment BKennedy Jenks CLIENT Name:PROJECT Description: Hosp Grove Park Sewer and Water Line DesignProposal/Job Number: 1844107*04 Date: City of Carlsbad12/12/2019Master Agreement November 28, 2018 RatesKJ KJ Sub Sub Sub KJ KJ KJbs Classification:TotalLaborAssoc. Proj. CostsBHA, Inc.Underground Solutions, Inc.SCST, LLCSub-MarkupODCsODCs MarkupTotalLaborAdmin. Assist.Eng-Sci-5Eng-Sci-4Sr. CAD-DesignCAD-DesignEng-Sci-3Sr. CAD-TechCAD-TechProject AdministratorEng-Sci-9Eng-Sci-8Eng-Sci-7Eng-Sci-6Eng-Sci-2TotalSubsTotalExpensesTotal Labor + Sub+ ExpensesHourly Rate: $290 $275 $260 $230 $205 $190 $175 $160 $165 $150 $125 $110 $125 $105 Hours Fees$9.74Fees Fees Fees10%Fees10%FeesPhase 1 - Project Management/MeetingsTask 1.1 Project Meetings (3)91221 $3,630 $205 $0$150$15 $3,630 $0 $370 $4,000Task 1.2 Quality Assurance/Quality Control (QA/QC)1010 $2,750 $97 $0 $0 $2,750 $0 $97 $2,847Task 1.3 Management215421 $3,790 $205 $0 $0 $3,790 $0 $205 $3,995Phase 1 - Subtotal0 10 2 0 0 24 0 12 0 0 0 0 0 4 52 $10,170 $507 $0 $0 $0 $0 $150 $15 $10,170 $0 $672 $10,842Phase 2 - Field InvestigationsTask 2.1 Data Collection and Review412 1228 $4,180 $273 $0$500$50 $4,180 $0 $823 $5,003Task 2.2 Surveying1225 $960 $49$12,865$1,287 $0 $960 $14,152 $49 $15,161Task 2.3 Potholing1247 $1,280 $68$10,000$1,000 $0 $1,280 $11,000 $68 $12,348Task 2.4 Geotechnical Investigation1247 $1,280 $68$21,061$2,106 $0 $1,280 $23,167 $68 $24,515Phase 2 - Subtotal0 0 3 0 0 10 0 22 0 0 12 0 0 0 47 $7,700 $458 $12,865 $10,000 $21,061 $4,393 $500 $50$7,700 $48,319 $1,008 $57,027Phase 3 - Prepare Contract DocumentsTask 3.1 50% Design Package11824 26 262 $9,285 $604 $0 $0 $9,285 $0 $604 $9,889Task 3.2 90% Design Package11824 26 262 $9,285 $604 $0 $0 $9,285 $0 $604 $9,889Task 3.3 Final Design Package00412 13 130 $4,410 $292 $0 $0 $4,410 $0 $292 $4,702Phase 3 - Subtotal0 0 2 0 2 20 0 60 0 0 65 0 0 5 154 $22,980 $1,500 $0 $0 $0 $0 $0 $0 $22,980 $0 $1,500 $24,480Phase 4 - Bid Phase ServicesTask 4.1 Pre-Bid Meeting347 $1,540 $68 $0$50$5 $1,540 $0 $123 $1,663Task 4.2 Addenda1141 18 $1,535 $78 $0 $0 $1,535 $0 $78 $1,613Phase 4 - Subtotal004108010010 0015$3,075$146 $0 $0 $0 $0 $50 $5 $3,075 $0 $201 $3,276Phase 5 - Engineering Support ServicesTask 5.1 Pre-Construction Meeting347 $1,540 $68 $0$50$5 $1,540 $0 $123 $1,663Task 5.2 Responses to RFIs (5)24 10 420 $3,980 $195 $0 $0 $3,980 $0 $195 $4,175Task 5.3 Submittal Reviews (5)44210 $2,000 $97 $0 $0 $2,000 $0 $97 $2,097Task 5.4 Record Drawings24 1218 $2,720 $175 $0 $0 $2,720 $0 $175 $2,895Phase 5 - Subtotal0 0 5 10 0 22 0 6 0 0 12 0 0 0 55 $10,240 $535 $0 $0 $0 $0 $50 $5 $10,240 $0 $590 $10,830All Phases Total0 10 16 11 2 84 0 101 0 0 90 0 0 9 323 $54,165 $3,146 $12,865 $10,000 $21,061 $4,393 $750 $75 $54,165 $48,319 $3,971$106,455P:\2018\1844107.04_City of Carlsbad_Hosp Grove\01-PreJobInfo\1.01-PropSuptDoc\Carlsbad Hosp Grove Fee_12.12.2019.xlsm© 2008 Kennedy/Jenks Consultants, Inc.DocuSign Envelope ID: 7C75AC20-0116-4380-8556-9C1921BCDA00 Hosp Grove Revised Mapping Exhibit Legend Planimetrics Only Topography and Planimetrics 300 ft N➤➤N Attachment CDocuSign Envelope ID: 7C75AC20-0116-4380-8556-9C1921BCDA00 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD DATE (MM/DD/YYYY) PRODUCER CONTACTNAME: FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGG $JECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH-STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) 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 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. 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). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE Lockton Companies 444 W. 47th Street, Suite 900 Kansas City MO 64112-1906 (816) 960-9000 KENNEDY/JENKS CONSULTANTS, INC. 275 BATTERY ST., SUITE 550 SAN FRANCISCO CA 94111 Lexington Insurance Company 19437 Travelers Property Casualty Co of America 25674 Zurich American Insurance Company 16535 X X 1,000,000 1,000,000 5,000 1,000,000 2,000,000 2,000,000 X X X X 1,000,000 XXXXXXX XXXXXXX XXXXXXX XXXXXXX X X 1,000,000 1,000,000 XXXXXXX N X 1,000,000 1,000,000 1,000,000 PROFESSIONAL LIABILITY $2,000,000 PER CLAIM $2,000,000 ANNUAL AGGREGATE A BAP9326879 10/1/2019 10/1/2020 A GLO5833581 10/1/2019 10/1/2020 C 026154151 10/1/2019 10/1/2020 B ZUP-15R04499 10/1/2019 10/1/2020 A WC9326878 10/1/2019 10/1/2020 10/1/2020 1372166 Y N Y N N N Y 9/23/2019 N N 15665657 15665657 XXXXXXX CITY OF CARLSBAD/CMWD C/O EXIGIS INSURANCE COMPLIANCE PO BOX 4668 – ECM #35050 NEW YORK NY 10163-4668 RE: MASTER AGREEMENT FOR WASTEWATER ENGINEERING SERVICES. SEE ATTACHED. X See Attachments CONTINUATION DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS (Use only if more space is required) ACORD 25 (2016/03) THE CITY OF CARLSBAD AND CARLSBAD MUNICIPAL WATER DISTRICT ARE ADDITIONAL INSUREDS AS RESPECTS GENERAL LIABILITY AND AUTO LIABILITY, AND THESE COVERAGES ARE PRIMARY, AS REQUIRED BY WRITTEN CONTRACT. THE ADDITIONAL INSUREDS’ OWN COVERAGE IS EXCESS OF AND NON-CONTRIBUTORY WITH THE GENERAL LIABILITY, AND ON THE AUTO LIABILITY AS RESPECTS THE USE OF VEHICLES OWNED BY KENNEDY/JENKS CONSULTANTS, INC. AS REQUIRED BY WRITTEN CONTRACT. WAIVER OF SUBROGATION APPLIES TO WORKERS COMPENSATION/EMPLOYER’S LIABILITY WHERE ALLOWED BY STATE LAW AND AS REQUIRED BY WRITTEN CONTRACT. THE UMBRELLA LIABILITY IS FOLLOW FORM OVER THE GENERAL LIABILITY, AUTO LIABILITY AND EMPLOYERS LIABILITY PER THE POLICY TERMS, CONDITIONS AND EXCLUSIONS. Certificate Holder ID: 15665657 POLICY NUMBER: GLO5833581 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s) Of Covered Operations THE CITY OF CARLSBAD AND CARLSBAD MUNICIPAL WATER DISTRICT, WHERE REQUIRED BY WRITTEN CONTRACT Information required to complete this Schedule, if not shown above, will be shown in the Declarations A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the schedule, but only with respect to liability for “bodily injury”, “property damage” or “personal and advertising injury” caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; In the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to “bodily injury” or “property damage” occurring after: 3. 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 4. 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 contractors or subcontractor engaged in performing operations for a principal as a part of the same project. U-GL-1114-A CW (10/02) Attachment Code: D501716 Certificate ID: 15665657 POLICY NUMBER: GLO5833581 COMMERCIAL GENERAL LIABILITY 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 SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations THE CITY OF CARLSBAD AND CARLSBAD MUNICIPAL WATER DISTRICT, WHERE REQUIRED BY WRITTEN CONTRACT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" 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". U-GL-1114-A-CW (10/02) Attachment Code: D501717 Certificate ID: 15665657 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY POLICY # WC9326878 WC 00 03 13 (ED. 04-84) ____________________________________________________________________________________ WAIVER OF OUR RIGHTS TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY. This endorsement changes the policy to which it is attached and if effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Eff Date: 10/1/2019 Effective Policy No: WC9326878 Endorsement No: N/A Premium$: N/A Insured: Kennedy/Jenks Consultants, Inc. Insurance Company: Zurich American Ins. Co. WC124 (4-84) WC 00 03 13 Attachment Code: D491037 Certificate ID: 15665657 PSA19-602CA City Attorney Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 4 PROJECT NO. 3840-12 This fourth Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between Kenndy/Jenks Consultants, a California corporation, ("Contractor") and the City of Carlsbad, ("City") dated November 28, 2018, (the “Agreement”), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide professional engineering services for the Knots Lane and North Batiquitos Lift Stations Generator Replacement 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 Dec. 13, 2019, (“proposal”), attached as Appendix "A" for Waterwater Engineering Services, (the “Project"). The Project services shall include engineering design support during construction. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director 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 three hundred seventy five (375) working days thereafter. Working days are defined in section 6-7.2 “Working Day” of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Master Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on time and materials basis. Appendix "A", attached, prepared by Contractor and reviewed by City, 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 the City 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 the City for work actually DocuSign Envelope ID: CFE3A299-263B-46D1-8470-271AC42968E5 February 3, 2020 PSA19-602CA City Attorney Approved Version 7/19/17 2 performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $19,065. TABLE 1 FEE ALLOTMENT ENGINEERING DESIGN SUPPORT DURING CONSTRUCTION TASK GROUP TIME & MATERIALS Task 1 – Additional Engineering Services During Construction 1.1 Submittal and Shop Drawing Reviews (2) $2,075 1.2 Requests for Information Reviews (8) $9,510 1.3 Request for Change Reviews (3) $3,300 1.4 Generator Pad Design $4,180 TOTAL (Not-to-Exceed) $19,065 CONTRACTOR Kenndy/Jenks Consultants Kenndy/Jenks Consultants (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) Corey Young, Vice President Joseph Alan Wojslaw, Assistant Secretary (print name/title) (print name/title) 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. CITY OF CARLSBAD, a municipal corporation of the State of California By: ________________________________ Date: _________________________ Vicki V. Quiram, Utilities Director APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ____________________________ Deputy City Attorney DocuSign Envelope ID: CFE3A299-263B-46D1-8470-271AC42968E5 February 3, 2020 APPENDIX "A" SCOPE OF SERVICES DocuSign Envelope ID: CFE3A299-263B-46D1-8470-271AC42968E5 38977 Sky Canyon Drive, Suite 100 | Murrieta, CA 92563 (951) 375-5571| nicholaskokotas@kennedyjenks.com https://kjcnet-my.sharepoint.com/personal/nicholaskokotas_kennedyjenks_com/documents/city of carlsbad/generators/proposal for additional esdc nk (12.13.2019).docx 13 December 2019 Mr. David Hull, P.E. Associate Engineer City of Carlsbad 5959 El Camino Real Carlsbad, CA 92008 Subject:Lift Station Generator Replacement Project, Knots Lane and North Batiquitos Lift Stations Proposal for Additional Engineering Services During Construction KJ 1844107*01 Dear Mr. Hull: Kennedy Jenks Consultants (Kennedy Jenks) is pleased to submit this proposal for additional engineering services during construction of the standby power generator at the following wastewater lift stations: North Batiquitos Lift Station and Knots Lane Lift Station. Phase 1 – Additional Engineering Services During Construction 1.1 Submittal and Shop Drawing Reviews: Kennedy Jenks will review submittals and shop drawings of fabricated and manufactured equipment for conformity with the intent of the contract plans and specifications. A submittal is defined as a submittal from the Contractor or subcontractor, product samples, calculations, shop or working drawings, certificates, or test reports, which requires review from Kennedy Jenks. Our scope includes review of 2 additional submittals including re-submittals that were not included in Kennedy Jenks’ original scope of work (dated December 14th, 2018). Kennedy Jenks will continue to maintain a submittal log. Deliverables - Written response comments on Contractor-generated submittals. The average turnaround time will be 15 business days from receipt of the submittal by Kennedy Jenks. 1.2 Requests for Information (RFI) Reviews: Kennedy Jenks will interpret and clarify contract plans and specifications, and will prepare elementary sketches to clarify design details, if required. All response(s) to RFIs will be e-mailed to the designated recipient at the City. Our scope includes the review of 8 additional RFIs that were not included in Kennedy Jenks’ original scope of work (dated December 14th, 2018). Kennedy Jenks will continue to maintain a RFI log. Deliverables - Written responses to RFIs with the appropriate supporting documents. The average turnaround time for RFIs shall be within 5 business days from receipt by Kennedy Jenks. 1.3 Request for Change (RFC) Reviews: Kennedy Jenks will review proposed design changes to address unforeseen conditions or changes to the original intent of the plans and specifications. Kennedy Jenks will provide engineering services to support the implementation of design changes, by producing sketches, calculations, or technical specifications. Our scope includes review of 3 additional RFCs that were not included in Kennedy Jenks’ original scope of work (dated December 14th, 2018). DocuSign Envelope ID: CFE3A299-263B-46D1-8470-271AC42968E5 Mr. David Hull, P.E. City of Carlsbad 13 December 2019 Page 2 9665 Granite Ridge Drive, Suite 210 | San Diego, CA 92123 (951) 501-9023 | nicholaskokotas@kennedyjenks.com https://kjcnet-my.sharepoint.com/personal/nicholaskokotas_kennedyjenks_com/documents/city of carlsbad/generators/proposal for additional esdc nk (12.13.2019).docx Deliverables - Written responses to RFC from the Contractor or City with the appropriate supporting documents. The average turnaround time will be 5 business days from receipt by Kennedy Jenks. 1.4 Generator Pad Design: Kennedy Jenks will provide the structural design of two concrete reinforced equipment pads for the selected Knots Lane and North Batiquitos Generators. Deliverables – Structural drawings of the proposed generator pad designs including dimensions, heights, and typical rebar layouts. Each generator pad design will be provided with signed and stamped structural and seismic calculations. Assumptions Surveying services are not included in our scope of work. Geotechnical services are not included in our scope of work. Field verification or potholing to determine the horizontal and vertical locations of the existing underground utilities is not included in this scope of work. Construction inspection and observation, construction staking, corrosion review and inspection, and geotechnical inspection and testing services are all provided by others and are excluded from this scope of work. The remaining duration of construction for the Standby Generator Replacements is assumed to be less than four (4) months. Job site safety assessment, coordination and enforcement is the responsibility of others. It is assumed that all special inspections are the responsibility of others and are not included in this scope of work. Kennedy Jenks will provide the services required in accordance with the skill and care which would be exercised by comparable qualified design professionals performing similar services at the time and place such services are performed. Proposed Fee Estimate Kennedy Jenks proposes to perform the Task 6 services described above on a time and materials basis in the not-to-exceed amount of $19,065 in accordance with the enclosed fee proposal. Please contact me at (951) 501-9023 should you have any questions. Kennedy Jenks appreciates the opportunity to provide professional engineering services on this project. DocuSign Envelope ID: CFE3A299-263B-46D1-8470-271AC42968E5 Mr. David Hull, P.E. City of Carlsbad 13 December 2019 Page 3 9665 Granite Ridge Drive, Suite 210 | San Diego, CA 92123 (951) 501-9023 | nicholaskokotas@kennedyjenks.com https://kjcnet-my.sharepoint.com/personal/nicholaskokotas_kennedyjenks_com/documents/city of carlsbad/generators/proposal for additional esdc nk (12.13.2019).docx Very truly yours, Kennedy Jenks Consultants, Inc. Corey Young, P.E.Nick Kokotas, P.E. Vice President Project Manager Enclosure (1): Proposal for Additional ESDC Fee Estimate DocuSign Envelope ID: CFE3A299-263B-46D1-8470-271AC42968E5 Proposal Fee EstimateKennedy Jenks Consultants CLIENT Name:PROJECT Description: Proposal/Job Number: 1844107*01Date: 12/13/2019Lift Station Generator Replacement Project - Proposal for Additional Engineering Services During ConstructionCity of Carlsbad2019 Rate ScheduleTotal Labor + Classification:TotalTotal LaborTotalExpensesTotal Labor + ExpensesEng-Sci-9Eng-Sci-8Eng-Sci-7Eng-Sci-6Eng-Sci-2Eng-Sci-5Eng-Sci-4Eng-Sci-3Hourly Rate:$290 $275 $260 $230 $205 $190 $175 $160 Hours FeesFeesTask 1 - Additional Engineering Services During Construction 1.1 Submittal and Shop Drawing Reviews (2)2 2 3 310 2,075$ $0 $2,0751.2 Requests for Information (RFI) Reviews (8)6 6 18 1848 9,510$ $0 $9,5101.3 Request for Change (RFC) Reviews (3)5 5 3 315 3,300$ $0 $3,3001.4 Generator Pad Design81220 $4,180 $0 $4,180Total0 0 21 13 0 24 36 0 93 $19,065 $0$19,065© 2008 Kennedy/Jenks Consultants, Inc.https://kjcnet-my.sharepoint.com/personal/nicholaskokotas_kennedyjenks_com/Documents/City of Carlsbad/Generators/Proposal for Additional ESDC Fee (12.13.2019).xlsmDocuSign Envelope ID: CFE3A299-263B-46D1-8470-271AC42968E5 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD DATE (MM/DD/YYYY) PRODUCER CONTACTNAME: FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGG $JECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH-STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) 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 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. 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). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE Lockton Companies 444 W. 47th Street, Suite 900 Kansas City MO 64112-1906 (816) 960-9000 KENNEDY/JENKS CONSULTANTS, INC. 275 BATTERY ST., SUITE 550 SAN FRANCISCO CA 94111 Lexington Insurance Company 19437 Travelers Property Casualty Co of America 25674 Zurich American Insurance Company 16535 X X 1,000,000 1,000,000 5,000 1,000,000 2,000,000 2,000,000 X X X X 1,000,000 XXXXXXX XXXXXXX XXXXXXX XXXXXXX X X 1,000,000 1,000,000 XXXXXXX N X 1,000,000 1,000,000 1,000,000 PROFESSIONAL LIABILITY $2,000,000 PER CLAIM $2,000,000 ANNUAL AGGREGATE A BAP9326879 10/1/2019 10/1/2020 A GLO5833581 10/1/2019 10/1/2020 C 026154151 10/1/2019 10/1/2020 B ZUP-15R04499 10/1/2019 10/1/2020 A WC9326878 10/1/2019 10/1/2020 10/1/2020 1372166 Y N Y N N N Y 9/23/2019 N N 15665657 15665657 XXXXXXX CITY OF CARLSBAD/CMWD C/O EXIGIS INSURANCE COMPLIANCE PO BOX 4668 – ECM #35050 NEW YORK NY 10163-4668 RE: MASTER AGREEMENT FOR WASTEWATER ENGINEERING SERVICES. SEE ATTACHED. X See Attachments CONTINUATION DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS (Use only if more space is required) ACORD 25 (2016/03) THE CITY OF CARLSBAD AND CARLSBAD MUNICIPAL WATER DISTRICT ARE ADDITIONAL INSUREDS AS RESPECTS GENERAL LIABILITY AND AUTO LIABILITY, AND THESE COVERAGES ARE PRIMARY, AS REQUIRED BY WRITTEN CONTRACT. THE ADDITIONAL INSUREDS’ OWN COVERAGE IS EXCESS OF AND NON-CONTRIBUTORY WITH THE GENERAL LIABILITY, AND ON THE AUTO LIABILITY AS RESPECTS THE USE OF VEHICLES OWNED BY KENNEDY/JENKS CONSULTANTS, INC. AS REQUIRED BY WRITTEN CONTRACT. WAIVER OF SUBROGATION APPLIES TO WORKERS COMPENSATION/EMPLOYER’S LIABILITY WHERE ALLOWED BY STATE LAW AND AS REQUIRED BY WRITTEN CONTRACT. THE UMBRELLA LIABILITY IS FOLLOW FORM OVER THE GENERAL LIABILITY, AUTO LIABILITY AND EMPLOYERS LIABILITY PER THE POLICY TERMS, CONDITIONS AND EXCLUSIONS. Certificate Holder ID: 15665657 POLICY NUMBER: GLO5833581 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location(s) Of Covered Operations THE CITY OF CARLSBAD AND CARLSBAD MUNICIPAL WATER DISTRICT, WHERE REQUIRED BY WRITTEN CONTRACT Information required to complete this Schedule, if not shown above, will be shown in the Declarations A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the schedule, but only with respect to liability for “bodily injury”, “property damage” or “personal and advertising injury” caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; In the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to “bodily injury” or “property damage” occurring after: 3. 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 4. 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 contractors or subcontractor engaged in performing operations for a principal as a part of the same project. U-GL-1114-A CW (10/02) Attachment Code: D501716 Certificate ID: 15665657 POLICY NUMBER: GLO5833581 COMMERCIAL GENERAL LIABILITY 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 SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations THE CITY OF CARLSBAD AND CARLSBAD MUNICIPAL WATER DISTRICT, WHERE REQUIRED BY WRITTEN CONTRACT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" 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". U-GL-1114-A-CW (10/02) Attachment Code: D501717 Certificate ID: 15665657 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY POLICY # WC9326878 WC 00 03 13 (ED. 04-84) ____________________________________________________________________________________ WAIVER OF OUR RIGHTS TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY. This endorsement changes the policy to which it is attached and if effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Eff Date: 10/1/2019 Effective Policy No: WC9326878 Endorsement No: N/A Premium$: N/A Insured: Kennedy/Jenks Consultants, Inc. Insurance Company: Zurich American Ins. Co. WC124 (4-84) WC 00 03 13 Attachment Code: D491037 Certificate ID: 15665657 DocuSign Envelope ID: FA23D1 B3-4EA5-4BF0-B283-A3ADD29AF770 PSA 19-602CA PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 3PROJECT NO. 55131 This third Project Task Description and Fee Allotment, is entered into on July 30, 2019 , pursuant to an Agreement between KENNEDY JENKS, a California corporation, ("Contractor") and the City of Carlsbad, ("City") dated November 28, 2018, (the "Agreement"), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide professional engineering services for the sewer assessment and evaluation of the Vista/Carlsbad 2 Sewer Trunk Line 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 July, 15, 2019, ("proposal"), attached as Appendix "A" for the Sewer Assessment and Engineering Services Vista/Carlsbad 2 Sewer Trunk Line, (the "Project"). 2.PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City's Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within 14 working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within six (6) months thereafter. Working days are defined in section 6-7.2 "Working Day" of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Agreement, as amended by this Project Task Description and Fee Allotment. 3.FEES TO BE PAID TO THE CONTRACTOR Contractor's compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1.Progress payments shall be based on a time and materials basis. Appendix "A",attached, prepared by Contractor and reviewed by City, shows the parties' intent as to theelements, scope and extent of the task groups. Contractor acknowledges thatperformance of any and all tasks by the Contractor constitutes acknowledgment byContractor 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 the City 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 the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $29,378. City Attorney Approved Version 7 /19/17 DocuSign Envelope ID: FA23D1B3-4EA5-4BF0-B283-A3ADD29AF770 PSA 19-602CA TABLE 1 FEE ALLOTMENT PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 3 TASK GROUP Project ManaQemenUMeetinQs CCTV Review and Conceptual Desiqn TOTAL (Not-to-Exceed) CONTRACTOR By: Kennedy/Jenks Consultants (name of Contractor) (sign here) Sridhar Sadasivan, Vice President (print name/title) By: TIME & MATERIALS $4,890 $24,488 $29,378 Kennedy/Jenks Consultants (name of Contractor) (sign here) Joseph Alan Wojslaw, Assistant Secretary (print name/title) If Contractor is a corporation, this document must be signed by one individual from eachcolumn: 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. CITY OF CARLSBAD, a municipal corporation of the State of California By: Vicki V. Quiram, Utilities Director APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: 0WttJJ.A,� � Deputy City Attorney Date: July 30, 2019 City Attorney Approved Version 7 /19/17 ACORD9 CERTIFICATE OF LIABILITY INSURANCE 10/1/2019 I DATE (MM/DD/YYYY) ~ 9/27/2018 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 Lockton Companies CONTACT NAME: 444 W. 47th Street, Suite 900 PHONE FAX IA.Ir Nn c-•': IA/C Nol: Kansas City MO 64112-1906 E-MAIL (816) 960-9000 ADDRESS: INSURER(Sl AFFORDING COVERAGE NAIC# INSURER A : Zurich American Insurance Comoanv 16535 INSURED KENNEDY/JENKS CONSULTANTS, INC. INSURER B : Travelers Property Casualty Co of America 25674 13?2l68 303 SECOND STREET, SUITE 300 SOUTH 1NsuRER c : Lexin11ton Insurance Comnanv 19437 SAN FRANCISCO CA 94107 INSURER D: INSURERE: INSURERF.: COVERAGES CERTIFICATE NUMBER: 15659319 REVISION NUMBER· xxxxxxx THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE ···~~ ••n= POLICY NUMBER IMM/DD/YYYYl /MM/DD/YYYYl LIMITS A X COMMERCIAL GENERAL LIABILITY y N GLO5833581 10/1/2018 10/1/2019 EACH OCCURRENCE $ 1 000.000 -□ CLAIMS-MADE [i] OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 1 000.000 f--MED EXP (Any one person) $ 5 000 PERSONAL & ADV INJURY $ 1 000,000 - GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2 000,000 Fl [x] PRO-□LOC $ 2 000.000 POLICY JECT PRODUCTS • COMP/OP AGG OTHER: $ A AUTOMOBILE LIABILITY N N BAP9326879 10/1/2018 10/1/2019 COMBINED SINGLE LIMIT $ 1.000 000 /Ea accident\ f-- L ANY AUTO BODILY INJURY (Per person) $ xxxxxxx 2-OWNED -SCHEDULED BODILY INJURY (Per accident) $ xxxxxxx AUTOS ONLY AUTOS HIRED -NON-OWNED PROPERTY DAMAGE X AUTOS ONLY X AUTOS ONLY /Per accident\ $ xxxxxxx f-- $ xxxxxxx B L UMBRELLA LIAB PY OCCUR N N ZUP-l 5R04499 10/1/2018 10/1/2019 EACH OCCURRENCE $ 2 000 000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 2 000 000 DED I I RETENTION$ $ xxxxxxx WORKERS COMPENSATION y 'PER I I OTH-A AND EMPLOYERS' LIABILITY WC9326878 10/1/2018 10/1/2019 XI STATUTE ER Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE ~ EL EACH ACCIDENT $ 1 000.000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) EL DISEASE • EA EMPLOYEE $ 1 000.000 If yes, describe under DESCRIPTION OF OPERATIONS below EL DISEASE· POLICY LIMIT $ 1 000.000 C PROFESSIONAL N N 026154151 10/1/2018 10/1/2019 $2,000,000 PER CLAIM LIABILITY $2,000,000 ANNUAL AGGREGATE DESCRIPTION OF OPERATIONS/ LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: UTILITIES MODELING SERVICES. PSAl 9-596CA. THE CITY OF CARLSBAD AND CARLSBAD MUNICIPAL WATER DISTRICT ARE ADDITIONAL INSUREDS AS RESPECTS GENERAL LIABILITY AND THIS COVERAGE IS PRIMARY AND NON-CONTRIBUTORY, AS REQUIRED BY WRITTEN CONTRACT. WAIVER OF SUBROGATION APPLIES TO WORKERS COMPENSATION/EMPLOYER'S LIABILITY WHERE ALLOWED BY STATE LAW AND AS REQUIRED BY WRITTEN CONTRACT. THE UMBRELLA LIABILITY JS FOLLOW FORM OVER THE GENERAL LIABILITY, AUTO LIABILITY AND EMPLOYERS LIABILITY PER THE POLICY TERMS, CONDITIONS AND EXCLUSIONS. CERTIFICATE HOLDER 15659319 CITY OF CARLSBAD/CMWD C/O EXIGIS INSURANCE COMPLIANCE PO BOX 4668 -ECM #35050 NEW YORK NY 10163-4668 CANCELLATION See Attachments SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATI ©1988 All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Attachment Code: D501716 Certificate ID: 15659319 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): THE CITY OF CARLSBAD AND CARLSBAD MUNICIPAL WATER DISTRICT WHERE REQUIRED BY WRITTEN CONTRACT. Location(s) Of Covered Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations A. Section 11-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. 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 contractors or subcontractor engaged in performing operations for a principal as a part of the same project. U-GL-1114-A CW (10/02) Attachment Code: D501717 Certificate ID: 15659319 POLICY NUMBER: GL05833581 COMMERCIAL GENERAL LIABILITY 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 SCHEDULE Name Of Additional Insured Person(s) Or Location And Description Of Completed Operations Or2anization(s) THE CITY OF CARLSBAD AND CARLSBAD MUNICIPAL WATER DISTRICT WHERE REQUIRED BY WRITTEN CONTRACT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" 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". U-GL-1114-A-CW (10/02) Attachment Code: D49103 7 Certificate ID: 15659319 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY POLICY # WC9326878 WC 00 0313 (ED. 04-84) WAIVER OF OUR RIGHTS TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY. This endorsement changes the policy to which it is attached and if effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement EffDate: 10/1/2018 Effective Policy No: WC9326878 Endorsement No: NIA Premium$: NI A Insured: Kennedy/Jenks Consultants, Inc. Insurance Company: Zurich American Ins. Co. WC124 (4-84) WC 00 0313 PSA19-602CA City Attorney Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 2 PROJECT NO. INSERT PROJECT NO. 3840-14 This Second Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between Kennedy/Jenks Consultants, a California corporation ("Contractor") and the City of Carlsbad, ("City") 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 and construction support services in accordance with the City of Carlsbad Engineering Standards, 2016 Edition, the Standard Specifications for Public Works Construction, 2018 Edition and the supplements thereto as published by the “Green Book” Committee of Public Works Standards and the proposal dated June 14, 2019, (“proposal”), attached as Appendix "A" for the Engineering Services for Hydraulic Surge Protection Design at the North Batiquitos and Poinsettia Lift Stations, (the “Project"). The Project services shall include project management, preparation of documents, bid phase services, and engineering support services. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within five days (5) after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within two hundred twenty working days following a receipt of a notice-to-proceed. Working days are defined in section 6-7.2 "Working Day" of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on time and materials. Appendix "A", attached, prepared by Contractor and reviewed by City, 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 the City 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 the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $91,500. DocuSign Envelope ID: 73261456-0B19-4690-8A54-8EC92A8D88E9 June 28, 2019 PSA19-602CA City Attorney Approved Version 7/19/17 2 TABLE 1 FEE ALLOTMENT LIFT STATION SURGE PROTECTION DESIGN AT THE NORTH BATIQUITOS AND POINSETTIA LIFT STATIONS TASK GROUP TIME & MATERIALS Phase 1 - Project Management/Meetings $13,660 Phase 2 - Preparation of Contract Documents (NBLS) $18,355 Phase 3 - Preparation of Contract Documents (Poinsettia LS) $43,045 Phase 3 - Bid Phase Services $4,405 Phase 4 - Engineering Support Services $12,035 TOTAL (Not-to-Exceed) $91,500 CONTRACTOR Kennedy/Jenks Consultants Kennedy/Jenks Consultants (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) Sridhar Sadasivan, Vice President Joseph Alan Wojslaw, Assistant Secretary (print name/title) (print name/title) 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. CITY OF CARLSBAD, a municipal corporation of the State of California By: ________________________________ Date: _________________________ for Scott Chadwick, City Manager APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ____________________________ Deputy City Attorney DocuSign Envelope ID: 73261456-0B19-4690-8A54-8EC92A8D88E9 June 28, 2019 APPENDIX "A" SCOPE OF SERVICES DocuSign Envelope ID: 73261456-0B19-4690-8A54-8EC92A8D88E9 9665 Granite Ridge Drive, Suite 210 | San Diego, CA 92123 858-676-7500 | CoreyYoung@kennedyjenks.com p:\2018\1844107.03_city of carlsbad_lift station surge protection\01-prejobinfo\1.01-propsuptdoc\proposal for lift station surge protection_06.14.2019.docx 14 June 2019 Mark Biskup Associate Engineer City of Carlsbad 5950 El Camino Real Carlsbad, CA 92008-8802 Subject: Proposal for Engineering Services for the Lift Station Surge Protection North Batiquitos and Poinsettia Lift Stations KJ 1844107*03 Dear Mark: Kennedy Jenks is pleased to submit this proposal to the City of Carlsbad (City) for professional engineering and construction support services for the lift station surge protection design at the North Batiquitos and Poinsettia Lift Stations. These services are proposed to be performed under our Master Agreement for Wastewater Engineering Services, dated 28 November 2018. The following is our proposed scope of work. The scope is based on discussions with City staff, our understanding of the project, and our experience in completing similar efforts. SCOPE OF SERVICES Phase 1 – Project Management/Meetings 1.1 Project Meetings: Kennedy Jenks will attend four (4) meetings with City staff, including an initial project kick-off meeting, as well as review meetings to discuss the City’s comments on the project deliverables (50% Design Package for the North Batiquitos Lift Station; and 50% Design Package and 90% Design Package for the Poinsettia Lift Station). Kennedy Jenks will prepare an agenda for the City’s review prior to each meeting/workshop. Draft meeting minutes with action items will be distributed within five (5) working days following the meeting. Kennedy Jenks will incorporate the City’s comments and distribute a final record of the meeting minutes. 1.2 Quality Assurance/Quality Control (QA/QC): Kennedy Jenks will perform a review of all deliverables including reports, calculations, cost estimates, etc. prior to delivery. 1.3 Management: This task addresses the management responsibilities associated with proper scheduling, budget control, invoice preparation and coordination with the City’s and Kennedy Jenks’ project team. Phase 2 – Prepare Contract Documents – North Batiquitos Lift Station 2.1 Site Visit: Kennedy Jenks will perform a site investigation of the lift station site for field reconnaissance, verification of as-builts and siting of new facilities. It is assumed that both site visits (North Batiquitos Lift Station and Poinsettia Lift Station) will be conducted on the same day. DocuSign Envelope ID: 73261456-0B19-4690-8A54-8EC92A8D88E9 Mark Biskup City of Carlsbad 14 June 2019 Page 2 9665 Granite Ridge Drive, Suite 210 | San Diego, CA 92123 858-676-7500 | CoreyYoung@kennedyjenks.com p:\2018\1844107.03_city of carlsbad_lift station surge protection\01-prejobinfo\1.01-propsuptdoc\proposal for lift station surge protection_06.14.2019.docx 2.2 90% Design Package: Kennedy Jenks will prepare 90% construction drawings and technical specifications for the replacement of the existing surge tank, air compressor and associated controls at the North Batiquitos Lift Station. Specifications will be prepared utilizing the City’s technical specifications, supplemented with technical specifications developed by Kennedy Jenks, as required. It is assumed that the City will prepared the front-end (Div. 0 & 1) specifications, with Kennedy Jenks’ preparing the Bid Schedule. Kennedy Jenks will also prepare an engineer’s opinion of probable construction cost (Class 3) and an anticipated construction schedule. The following is a Preliminary Drawing List: SHEET NO. SHEET TITLE NORTH BATIQUITOS LIFT STATION1 1 Title, Vicinity Map, Location Map and Index of Sheets 2 Abbreviations, Symbols and General Notes 3 Site Plan – North Batiquitos Lift Station 4 Mechanical Plan – North Batiquitos Lift Station 5 Mechanical Sections – North Batiquitos Lift Station 6 Overall Electrical Site Plan - North Batiquitos Lift Station 7 General Instrumentation and Controls Details and Symbols 8 P&ID - North Batiquitos Lift Station 1 North Batiquitos Lift Station drawings are assumed to be annotations of existing PDF as-built drawings. Deliverables – Deliverables will include electronic (.pdf) sets of the 90% design plans, technical specifications, supporting documents (calculations, catalog drawings, etc.), opinion of probable construction cost (Class 3) and estimate construction schedule. 2.3 Final Design Package: Kennedy Jenks will incorporate the City’s comments from the 90% Design Package and prepare Final design plans and construction specifications, along with an updated the engineer’s opinion of probable construction cost (Class 2) and anticipated construction schedule. Deliverables – Deliverables will consist of one (1) set of the original stamped and signed construction specifications (by a registered California Civil Engineer), opinion of probable construction cost, anticipated construction schedule; and will transmit the electronic AutoCAD files, technical specifications and bid schedule. Phase 3 – Prepare Contract Documents – Poinsettia Lift Station 3.1 Site Visit: Kennedy Jenks will perform a site investigation of the lift station site for field reconnaissance, verification of as-builts and siting of new facilities. It is assumed that both site DocuSign Envelope ID: 73261456-0B19-4690-8A54-8EC92A8D88E9 Mark Biskup City of Carlsbad 14 June 2019 Page 3 9665 Granite Ridge Drive, Suite 210 | San Diego, CA 92123 858-676-7500 | CoreyYoung@kennedyjenks.com p:\2018\1844107.03_city of carlsbad_lift station surge protection\01-prejobinfo\1.01-propsuptdoc\proposal for lift station surge protection_06.14.2019.docx visits (North Batiquitos Lift Station and Poinsettia Lift Station) will be conducted on the same day. 3.2 50% Design Package: Kennedy Jenks will prepare 50% construction drawings and technical specifications for the installation of a new surge tank, air compressor and associated controls at the Poinsettia Lift Station (two separate bid packages). Specifications will be prepared utilizing the City’s technical specifications, supplemented with technical specifications developed by Kennedy Jenks, as required. It is assumed that the City will prepared the front-end (Div. 0 & 1) specifications, with Kennedy Jenks’ preparing the Bid Schedule. Kennedy Jenks will also prepare an engineer’s opinion of probable construction cost (Class 3) and an anticipated construction schedule. The following is a Preliminary Drawing List: SHEET NO. SHEET TITLE POINTSETTIA LIFT STATION 1 Title, Vicinity Map, Location Map and Index of Sheets 2 Abbreviations, Symbols and General Notes 3 Site Plan – Poinsettia Lift Station 4 Civil/Structural Details2 5 Mechanical Plan – Poinsettia Lift Station 6 Mechanical Sections & Details – Poinsettia Lift Station 7 General Electrical Symbols and Details 8 Overall Electrical Site Plan - Poinsettia Lift Station 9 Single Line Diagrams/Elevations 10 Panelboard Schedules 11 Conduit Block Diagrams 12 General Instrumentation and Controls Details and Symbols 13 P&ID - Poinsettia Lift Station 2 Not included with the 50% Design Package Deliverables – Deliverables will include electronic (.pdf) sets of the 50% design plans, technical specifications, supporting documents (calculations, catalog drawings, etc.), opinion of probable construction cost (Class 3) and estimate construction schedule. 3.3 90% Design Package: Kennedy Jenks will incorporate the City’s comments from the 50% Design Package and prepare 90% construction drawings and specifications, along with an updated the engineer’s opinion of probable construction cost (Class 2) and anticipated construction schedule. DocuSign Envelope ID: 73261456-0B19-4690-8A54-8EC92A8D88E9 Mark Biskup City of Carlsbad 14 June 2019 Page 4 9665 Granite Ridge Drive, Suite 210 | San Diego, CA 92123 858-676-7500 | CoreyYoung@kennedyjenks.com p:\2018\1844107.03_city of carlsbad_lift station surge protection\01-prejobinfo\1.01-propsuptdoc\proposal for lift station surge protection_06.14.2019.docx Deliverables – Deliverables will include electronic (.pdf) sets of the 90% design plans, technical specifications, supporting documents (calculations, catalog drawings, etc.), opinion of probable construction cost (Class 2) and estimate construction schedule. 3.4 Final Design Package: Kennedy Jenks will incorporate the City’s comments from the 90% Design Package and prepare Final design plans and construction specifications, along with an updated the engineer’s opinion of probable construction cost (Class 2) and anticipated construction schedule. Deliverables – Deliverables will consist of one (1) set of the original stamped and signed construction specifications (by a registered California Civil Engineer), opinion of probable construction cost, anticipated construction schedule; and will transmit the electronic AutoCAD files, technical specifications and bid schedule. Phase 4 – Bid Phase Services 4.1 Pre-Bid Meeting: Kennedy Jenks will attend one (1) construction pre-bid meeting (Poinsettia Lift Station) and provide technical support to City staff relative to immediate contractor questions. 4.2 Addenda: Kennedy Jenks will respond to questions from potential bidders and prepare up to two (2) addenda, as required. It is assumed that the City will distribute the addenda to all plan holders. Phase 5 – Engineering Support Services 5.1 Pre-Construction Meeting: Kennedy Jenks will attend one (1) pre-construction meeting (Poinsettia Lift Station). The pre-construction meeting will be attended by the City, Kennedy Jenks and the selected contractor. The pre-construction meeting will provide the opportunity for a complete review of the Contract Documents by all parties prior to starting work. In conjunction with City staff, Kennedy Jenks will be prepared to respond to questions regarding the Contract Document requirements, including special project requirements. 5.2 Reponses to Requests for Information (RFIs): Kennedy Jenks will assist with preparing responses to requests for information (RFls) from the contractor regarding the Contract Documents to ensure that the improvements and related facilities are constructed in compliance with same. An RFI log will be created and maintained. Our scope of work is based on receiving and responding up to five (5) RFI’s. Kennedy Jenks will respond to RFI’s within 7 calendar days in support of the construction schedule. 5.3 Submittal Reviews: Kennedy Jenks Consultants will assist City staff with the review and approval of project submittals to ensure compliance with the construction drawings and specifications. Kennedy Jenks will coordinate and process each submittal and maintain a submittal log. The submittal log will be maintained by an appropriate numbering system, such as the Contractor’s submittal number and the specification section. The log will track the number of DocuSign Envelope ID: 73261456-0B19-4690-8A54-8EC92A8D88E9 Mark Biskup City of Carlsbad 14 June 2019 Page 5 9665 Granite Ridge Drive, Suite 210 | San Diego, CA 92123 858-676-7500 | CoreyYoung@kennedyjenks.com p:\2018\1844107.03_city of carlsbad_lift station surge protection\01-prejobinfo\1.01-propsuptdoc\proposal for lift station surge protection_06.14.2019.docx days taken to review or respond to each submittal. Our scope of work is based on reviewing ten (10) submittals (including re-submittals as required). 5.4 Record Drawings: Following completion, Kennedy Jenks will prepare a set of record drawings. The drawings will be prepared based on field changes documented by the City's Inspector and the contractor, and changes resulting from RFI’s, clarifications and contract change orders. ASSUMPTIONS We assume the following: Duration of the Project is assumed to be less than twelve (12) months (design and construction). Improvements and the North Batiquitos and Poinsettia Lift Stations are assumed to be two separate bid packages. Structural modifications to North Batiquitos and Poinsettia Lift Stations are limited to equipment pads for new equipment if needed for equipment mounting. No new openings or penetrations are to be added. Replacement of the existing surge tank, air compressor and controls at North Batiquitos Lift Station is assumed to be in-kind. Drawings for this design are assumed to be annotated PDF as-built drawings only, which will be provided by the City. Anchorage calculations and design is assumed to be provided by the surge tank manufacturer/supplier and is not included in our scope of work. City will provide flow data (including both existing and ultimate ADWF and PWWF) as required for bypass pumping requirements. It is assumed that a bypass pumping plan will be prepared by the Contractor as a submittal and is not included in this scope of work. Kennedy Jenks will prepare a bypass pumping technical specification to define these requirements. Specifications will be prepared utilizing the City’s latest front-end (Div. 0 & 1) and technical specifications, supplemented with technical specifications developed by Kennedy Jenks, as required. The City will prepare the front-end specifications (Div. 0 & 1). Kennedy Jenks will prepare a Bid Schedule form to be included as part of the front-end specifications of these Contract Documents. Surge analysis is not included in our scope of work and is assumed to be performed by others. Surveying services are not included in our scope of work. Geotechnical services are not included in our scope of work. Field verification or potholing to determine the horizontal and vertical locations of the existing underground utilities is not included in this scope of work. DocuSign Envelope ID: 73261456-0B19-4690-8A54-8EC92A8D88E9 Mark Biskup City of Carlsbad 14 June 2019 Page 6 9665 Granite Ridge Drive, Suite 210 | San Diego, CA 92123 858-676-7500 | CoreyYoung@kennedyjenks.com p:\2018\1844107.03_city of carlsbad_lift station surge protection\01-prejobinfo\1.01-propsuptdoc\proposal for lift station surge protection_06.14.2019.docx Permitting, including, but not limited to, encroachment permits, storm water permits and environmental compliance (CEQA) are not included in this scope of work and are assumed to be the responsibility of others, if required. Preparation of a SWPPP is not included in our scope of work and is assumed to be the responsibility of the Contractor, if required. Preparation of traffic control plans are not included in our scope of work and are assumed to be the responsibility of the Contractor, if required. Design of a dewatering system is not included in our scope of work. Design of a shoring system is not included in our scope of work. Design for temporary services, including but not limited to water, sewer, electricity, telephone, and gas, are not included in our scope of work. Construction inspection, observation, surveying, geotechnical and materials testing and/or special inspection services during construction are not included in our scope of work. Environmental evaluation and mitigation, including contaminated soils or groundwater, should they be found during excavation, is not included in our current scope of work but can be provided on an as-needed basis under an amendment to this agreement. Preparing a conformed set of Contract Documents is not included in our scope of work. Preparation of a project specific health and safety plan and a quality control and testing plan are not included in our scope of work and are assumed to be the responsibility of the Contractor. Asset management data will be collected and provided to the City (utilizing the City’s data collection template) by the Contractor (per the requirements that will be included in the Contract Documents) and is not included in our scope of work. Kennedy Jenks will provide the services required in accordance with the skill and care which would be exercised by comparable qualified design professionals performing similar services at the time and place such services are performed. PROPOSED PROJECT SCHEDULE Kennedy Jenks will submit the final contract documents for the North Batiquitos Lift Station and Poinsettia Lift Station within 59 calendar days and 122 calendar days, respectively, following receipt of a notice-to-proceed (and receipt of the surge/hydraulic analysis report for Poinsettia Lift Station) per the enclosed project schedule (Attachment A). Our schedule is based on City review periods of fourteen (14) calendar days for each submittal. PROPOSED FEE ESTIMATE Kennedy Jenks proposes to perform the services described above on a time and materials basis in the not-to-exceed amount of $91,500 in accordance with the enclosed fee proposal (Attachment B). Please contact me at (858) 676-7505 should you have any questions regarding our proposal. Kennedy Jenks appreciates the opportunity to work with the City on this important project. DocuSign Envelope ID: 73261456-0B19-4690-8A54-8EC92A8D88E9 Mark Biskup City of Carlsbad 14 June 2019 Page 7 9665 Granite Ridge Drive, Suite 210 | San Diego, CA 92123 858-676-7500 | CoreyYoung@kennedyjenks.com p:\2018\1844107.03_city of carlsbad_lift station surge protection\01-prejobinfo\1.01-propsuptdoc\proposal for lift station surge protection_06.14.2019.docx Very truly yours, Kennedy/Jenks Consultants, Inc. Corey Young, P.E. Vice President Enclosure(s) DocuSign Envelope ID: 73261456-0B19-4690-8A54-8EC92A8D88E9 ID Task NameDuration Start Finish1Notice to Proceed0 daysMon 7/8/19Mon 7/8/192Phase 1 - Project Management/Meetings273 daysMon 7/8/19Wed 7/22/203Task 1.1 - Project Meetings75 daysWed 7/10/19Wed 10/23/194Kick-Off Meeting0 daysWed 7/10/19Wed 7/10/19550% Design Package Comment Review Meeting - Poinsettia0 daysWed 9/18/19Wed 9/18/19690% Design Package Comment Review Meeting - North Batiquitos0 daysWed 8/21/19Wed 8/21/19790% Design Package Comment Review Meeting - Poinsettia0 daysWed 10/23/19Wed 10/23/198Task 1.2 - QA/QC66 daysMon 8/5/19Mon 11/4/19950% Design Package - Poinsettia1 dayMon 9/2/19Mon 9/2/191090% Design Package - North Batiquitos1 dayMon 8/5/19Mon 8/5/191190% Design Package - Poinsettia1 dayMon 10/7/19Mon 10/7/1912Final Design Package - North Batiquitos1 dayMon 9/2/19Mon 9/2/1913Final Design Package - Poinsettia1 dayMon 11/4/19Mon 11/4/1914Task 1.3 - Management273 daysMon 7/8/19Wed 7/22/201516Phase 2 - Prepare Contract Documents - North Batiquitos40 daysWed 7/10/19Wed 9/4/1917Task 2.1 - Site Visit0 daysWed 7/10/19Wed 7/10/1918Task 2.2 - 90% Design Package20 daysThu 7/11/19Wed 8/7/1919City Review - 90% Design Package10 daysThu 8/8/19Wed 8/21/1920Task 2.3 - Final Design Package10 daysThu 8/22/19Wed 9/4/192122Phase 3 - Prepare Contract Documents - Poinsettia85 daysWed 7/10/19Wed 11/6/1923Task 3.1 - Site Visit0 daysWed 7/10/19Wed 7/10/1924Task 3.2 - 50% Design Package25 daysThu 8/1/19Wed 9/4/1925City Review - 50% Design Package10 daysThu 9/5/19Wed 9/18/1926Task 3.3 - 90% Design Package15 daysThu 9/19/19Wed 10/9/1927City Review - 90% Design Package10 daysThu 10/10/19Wed 10/23/1928Task 3.4 - Final Design Package10 daysThu 10/24/19Wed 11/6/192930Phase 4 - Bid Phase Services45 daysThu 10/17/19Wed 12/18/1931Task 4.1 - Pre-Bid Meeting0 daysWed 12/4/19Wed 12/4/1932Task 4.2 - Addenda45 daysThu 10/17/19Wed 12/18/1933North Batiquitos10 daysThu 10/17/19Wed 10/30/1934Poinsettia10 daysThu 12/5/19Wed 12/18/193536Phase 5 - Engineering Support Services130 daysWed 1/22/20Wed 7/22/2037Task 5.1 - Pre-Construction Meeting - Poinsettia0 daysWed 1/22/20Wed 1/22/2038Task 5.2 - Responses to RFIs120 daysThu 1/23/20Wed 7/8/2039Task 5.3 - Submittal Reviews30 daysThu 1/23/20Wed 3/4/2040Task 5.4 - Record Drawings10 daysThu 7/9/20Wed 7/22/207/87/109/188/2110/237/107/1012/41/2229162330714212841118251815222961320273101724181522295121926291623181522295121926310172431714212851219262Jun '19Jul '19Aug '19Sep '19Oct '19Nov '19Dec '19Jan '20Feb '20Mar '20Apr '20May '20Jun '20Jul '20TaskMilestoneSummaryCity ReviewProgressATTACHMENT ACity of CarlsbadLift Station Surge ProtectionProposed Project Schedule (Revised June 14, 2019)Page 12019-06-14_LS Surge Protection_SchFri 6/14/19DocuSign Envelope ID: 73261456-0B19-4690-8A54-8EC92A8D88E9 Proposal Fee Estimate ATTACHMENT BKennedy Jenks CLIENT Name: PROJECT Description: Lift Station Surge ProtectionProposal/Job Number:1844107*03 Date: City of Carlsbad6/14/2019Master Agreement November 28, 2018 Ratesst.gnhor+ Classification:AideTotalTotalLaborAdmin. AssisEng-Sci-5Eng-Sci-4Sr. CAD-DesigCAD-DesignEng-Sci-3Eng-Sci-1Sr. CAD-TechCAD-TechProject AdministratoEng-Sci-9Eng-Sci-8Eng-Sci-7Eng-Sci-6Eng-Sci-2TotalSubsTotalExpensesTotal Labor +Subs + ExpensesHourly Rate: $290 $275 $260 $230 $205 $190 $175 $160 $130 $165 $150 $125 $110 $125 $105 $80 HoursFeesPhase 1 - Project Management/MeetingsTask 1.1 Project Meetings (4)81624 $5,120 $0 $220 $5,340Task 1.2 Quality Assurance/Quality Control (QA/QC)1414 $3,850 $0 $0 $3,850Task 1.3 Management612624 $4,470 $0 $0 $4,470Phase 1 - Subtotal0 14 14 0 0 28 0 0 0 0 0 0 0 0 6 0 62 $13,440 $0 $220 $13,660Phase 2 - Prepare Contract Documents - NBLSTask 2.1 Site Visit243312 $2,490 $0 $385 $2,875Task 2.2 90% Design Package1 11 1 14 16 18 263 $10,690 $0 $0 $10,690Task 2.3 Final Design Package1567 8 128 $4,790 $0 $0 $4,790Phase 2 - Subtotal0 2 2 20 1 23 0 26 0 0 0 26 0 0 3 0 103 $17,970 $0 $385 $18,355Phase 3 - Prepare Contract Documents - PLSTask 3.1 Site Visit243312 $2,490 $0 $385 $2,875Task 3.2 50% Design Package1217118 27 26 294 $16,110 $0 $0 $16,110Task 3.3 90% Design Package1217118 27 26 193 $16,005 $0 $0 $16,005Task 3.4 Final Design Package1 1 8 9 14 13 147 $8,055 $0 $0 $8,055Phase 3 - Subtotal0 3 7 46 2 48 0 71 0 0 0 65 0 0 4 0 246 $42,660 $0 $385 $43,045Phase 4 - Bid Phase ServicesTask 4.1 Pre-Bid Meeting - Poinsettia246 $1,280 $0 $55 $1,335Task 4.2 Addenda (2)2282 216 $3,070 $0 $0 $3,070Phase 4 - Subtotal0 0 4 2 0 12 0 2 0 0 0 2 0 0 0 0 22 $4,350 $0 $55 $4,405Phase 5 - Engineering Support ServicesTask 5.1 Pre-Construction Meeting - Poinsettia246 $1,280 $0 $55 $1,335Task 5.2 Responses to RFIs (5)24 10 420 $3,980 $0 $0 $3,980Task 5.3 Submittal Reviews (10)88420 $4,000 $0 $0 $4,000Task 5.4 Record Drawings24 1218 $2,720 $0 $0 $2,720Phase 5 - Subtotal0 0 4 14 0 26 0 8 0 0 0 12 0 0 0 0 64 $11,980 $0 $55 $12,035All Phases Total0 19 31 82 3 137 0 107 0 0 0 105 0 0 13 0 497 $90,400 $0 $1,100$91,500P:\2018\1844107.03_City of Carlsbad_Lift Station Surge Protection\01-PreJobInfo\1.01-PropSuptDoc\Carlsbad Lift Station Surge Protection Fee_06.14.2019.xlsm© 2008 Kennedy/Jenks Consultants, Inc.DocuSign Envelope ID: 73261456-0B19-4690-8A54-8EC92A8D88E9 PSA19-602CA City Attorney Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 1 PROJECT NO. 3840-12 This First Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between Kennedy/Jenks Consultants, a California corporation ("Contractor") and the City of Carlsbad, ("City") dated November 28, 2018, (the “Agreement”), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide engineering support during construction 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 December 31, 2018, (“proposal”), attached as Appendix "A" for the Lift Station Generator Replacement Project, (the “Project"). The Project services shall include engineering support services during construction. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the City Manager or Director 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 three hundred seventy-five (375) working days thereafter. Working days are defined in section 6-7.2 "Working Day" of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Director or City Manager. In no event shall Contractor work beyond the term or authorized compensation of the Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on time and materials. Appendix "A", attached, prepared by Contractor and reviewed by City, 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 the City 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 the City for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $47,112. DocuSign Envelope ID: B9F3A205-7BB2-4E77-B599-C2F5F9878D78 February 4, 2019 PSA19-602CA City Attorney Approved Version 7/19/17 2 TABLE 1 FEE ALLOTMENT Engineering Support Services During Construction TASK GROUP TIME & MATERIALS Phase 1 – Project Management/Meetings $9,141 Phase 4 – Engineering Services During Construction $25,761 Phase 5 – Building Department Coordination $12,210 TOTAL (Not-to-Exceed) $47,112 CONTRACTOR Kennedy/Jenks Consultants Kennedy/Jenks Consultants (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) Sridhar Sadasivan, Vice President Joseph Alan Wojslaw, Assistant Secretary (print name/title) (print name/title) 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. CITY OF CARLSBAD, a municipal corporation of the State of California By: ________________________________ Date: _________________________ for Scott Chadwick, City Manager APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ____________________________ Deputy City Attorney DocuSign Envelope ID: B9F3A205-7BB2-4E77-B599-C2F5F9878D78 February 4, 2019 9665 Granite Ridge Drive, Suite 210 San Diego, California 92123 858-676-7500 31 December 2018 Mr. David Hull Utilities Division City of Carlsbad 1635 Faraday Avenue Carlsbad, CA 92008 Subject: Proposal for Generator Replacement Design Project Engineering Services During Construction K/J 1544106*05 Dear Mr. Hull: Kennedy Jenks is pleased to submit this proposal to the City of Carlsbad (City) for professional engineering services for the engineering services during construction of the standby power generator at two wastewater lift stations: North Batequitos Lift Station and Knots Lane Lift Station. These services are proposed to be performed under our Master Agreement for Wastewater Engineering Services, dated 28 November 2018. The following is our proposed scope of work. This scope is based on the Condition Assessment Technical Memorandum dated September 9th, 2016, the final design drawings and specification as well as discussions with City staff, our understanding of the project, and our experience in completing similar efforts. Phases 2 & 3 were completed in a previous task order. SCOPE OF SERVICES Phase 1 – Project Management, QA/QC 1.1 Management: This task addresses the management responsibilities associated with proper scheduling, budget control, invoice preparation and coordination with the City’s and Kennedy Jenks’ project team. 1.2 Quality Assurance/Quality Control (QA/QC): Kennedy Jenks will perform a review of all deliverables including reports, calculations, cost estimates, etc. prior to delivery. Appendix "A" DocuSign Envelope ID: B9F3A205-7BB2-4E77-B599-C2F5F9878D78 Mr. David Hull City of Carlsbad 31 December 2018 Page 2 c:\projects\calrsbad, city of\generators esdc\2018-12-12 - carlsbad generator replacement proposal_esdc (draft).doc Phase 4 – Engineering Services During Construction 4.1 Submittal and Shop Drawing Reviews: Kennedy Jenks will review submittals and shop drawings of fabricated and manufactured equipment for conformity with the intent of the contract plans and specifications. A submittal is defined as a submittal from the Contractor or subcontractor, product samples, calculations, shop or working drawings, certificates, or test reports, which requires review from Kennedy Jenks. Our scope includes review of 10 submittals including re-submittals. Kennedy Jenks will create and maintain a submittal log. Deliverables - Written response comments on Contractor-generated submittals. The average turnaround time will be 15 business days from receipt of the submittal by Kennedy Jenks. 4.2 Requests for Information (RFI) Reviews: Kennedy Jenks will interpret and clarify contract plans and specifications, and will prepare elementary sketches to clarify design details, if required. All response(s) to RFIs will be e-mailed to the designated recipient at the City. Our scope includes review of 4 RFIs. Kennedy Jenks will create and maintain a RFI log. Deliverables - Written responses to RFIs. The average turnaround time for RFIs shall be within 5 business days from receipt by Kennedy Jenks. 4.3 Request for Change (RFC) Reviews: Kennedy Jenks will review proposed design changes to address unforeseen conditions or changes to the original intent of the plans and specifications. Kennedy Jenks will provide engineering services to support the implementation of design changes, by producing sketches, calculations, or technical specifications. Our scope includes review of 2 RFCs. 4.4 Site Visits: Kennedy Jenks design team members will make periodic visits to the construction site or City offices on an as-needed basis. Scope of this task includes 2 site visits to the construction site with the City. The timing of the site visits will be at the City’s discretion. 4.5 Testing, Start-up, and Close-out Assistance: Kennedy Jenks will assist the City with project close-out procedures required by the Contract Documents, consisting of participation in a final project walk-through and assistance in development of a punch-list to identify remaining work to complete the project. It is anticipated that the final walk- through will consist of confirming adequacy of arc flash and other hazard warning labels, general inspection of workmanship and adherence to contract documents, and basic code compliance. DocuSign Envelope ID: B9F3A205-7BB2-4E77-B599-C2F5F9878D78 Mr. David Hull City of Carlsbad 31 December 2018 Page 3 c:\projects\calrsbad, city of\generators esdc\2018-12-12 - carlsbad generator replacement proposal_esdc (draft).doc 4.6 Record Drawings: Kennedy Jenks shall revise the original CAD drawings, based on a single set of marked up drawings provided by the City, to reflect documented design changes during construction Deliverables – o One draft set (22”x34” PDF and 11”x17” bound bond paper) will be provided for the City to review within 3 weeks of receipt of the Contractor’s field markups. o One final 22”x34” PDF will be provided to the City 2 weeks after receipt of the City’s review comments. Phase 5 – Building Department Coordination Kennedy Jenks will review and address plan check comments from the Building Department and issue revised drawings or comment responses for permit approval. It is assumed that the City will coordinate communications with the Building Department. ASSUMPTIONS We assume the following: Surveying services are not included in our scope of work. Geotechnical services are not included in our scope of work. Field verification or potholing to determine the horizontal and vertical locations of the existing underground utilities is not included in this scope of work. Construction inspection and observation, construction staking, corrosion review and inspection, and geotechnical inspection and testing services are all provided by others and are excluded from this scope of work. The duration of construction for the Standby Generator Replacements is assumed to be less than eight (8) months. Job site safety assessment, coordination and enforcement is the responsibility of others. It is assumed that all special inspections are the responsibility of others and are not included in this scope of work. Kennedy Jenks will provide the services required in accordance with the skill and care which would be exercised by comparable qualified design professionals performing similar services at the time and place such services are performed. DocuSign Envelope ID: B9F3A205-7BB2-4E77-B599-C2F5F9878D78 Mr. David Hull City of Carlsbad 31 December 2018 Page 4 c:\projects\calrsbad, city of\generators esdc\2018-12-12 - carlsbad generator replacement proposal_esdc (draft).doc PROPOSED FEE ESTIMATE Kennedy Jenks proposes to perform the services described above on a time and materials basis in the not-to-exceed amount of $47,112 in accordance with the enclosed fee proposal. Please contact me at (951) 440-0638 should you have any questions regarding our proposal. Kennedy Jenks appreciates the opportunity to work with the City on this important project. Very truly yours, KENNEDY JENKS Sridhar Sadasivan, P.E. Project Manager Enclosures (1) DocuSign Envelope ID: B9F3A205-7BB2-4E77-B599-C2F5F9878D78 Proposal Fee EstimateKennedy/Jenks Consultants CLIENT Name:PROJECT Description: Proposal/Job Number: 1544106*05 Date:City of CarlsbadGenerator Replacement Project - Engr Svcs During Construction12/31/2018ATTACHMENT AKJ KJst.+ Classification:TotalLaborComm. Charges & ODCsTotalLaborAdmin. AssisEng-Sci-5Eng-Sci-4DesignerEng-Sci-3Eng-Sci-2Eng-Sci-9Eng-Sci-8Eng-Sci-7Eng-Sci-6TotalExpensesTotal Labor +ExpensesHourly Rate:$275 $255 $245 $220 $200 $185 $170 $150 $155 $95 Hours Fees4%FeesPhase 1 - Project Management/MeetingsTask 1.1 - Management820634 $6,010 $240 $6,010 $240 $6,250Task 1.2 - QA/QC4812 $2,780 $111 $2,780 $111 $2,891Phase 1 - Subtotal0 12 0 8 0 0 20 0 0 6 46 $8,790 $352 $8,790 $352$9,141Phase 4 - Engineering Services During ConstructionTask 4.1 - Submittal and Shop Drawing Review (10)122840 $7,400 $296 $7,400 $296 $7,696Task 4.2 - Requests for Information Review (4)61824 $4,380 $175 $4,380 $175 $4,555Task 4.3 - Request for Change Reviews (2)6410 $2,000 $80 $2,000 $80 $2,080Task 4.4 - Site Visits and Meetings (total 2)61016 $3,020 $121 $3,020 $121 $3,141Task 4.5 - Testing and Start-up8816 $3,120 $125 $3,120 $125 $3,245Task 4.6 - Record Drawings4420230 $4,850 $194 $4,850 $194 $5,044Phase 4 - Subtotal0 0 0 42 0 0 72 0 20 2 136 $24,770 $991 $24,770 $991 $25,761Phase 5 - Building Department CoordinationBuilding Department Coordination424 3260 $11,740 $470 $11,740 $470 $12,210Phase 1 - Subtotal0 4 0 24 0 0 32 0 0 0 60 $11,740 $470 $11,740 $470 $12,210All Tasks Total0 16 0 74 0 0 124 0 20 8 242 $45,300 $1,812 $45,300 $1,812$47,112Proposal Fee EstimatePage 1DocuSign Envelope ID: B9F3A205-7BB2-4E77-B599-C2F5F9878D78 PSA 19-602CA MASTER AGREEMENT FOR WASTEWATER ENGINEERING SERVICES KENNEDY/JENKS CONSULTANTS THIS AGREEMENT is made and entered into as of the 26th_ day of b~ lJ\te:W'\~ , 2018, by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and Kennedy/Jenks Consultants, a California corporation, hereinafter referred to as "Contractor." RECITALS A. The City requires the professional services of a consulting firm that is experienced in wastewater 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 wastewater engineering. D. Contractor has submitted a proposal to the City 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, the City and Contractor agree as follows: 1. SCOPE OF WORK The City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 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 City 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, the City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 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 the City 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 City Manager or the Division Director as authorized by the City Manager ("Director''). The City Manager or Director 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 the City inaction or other agencies' lack of timely action. City Attorney Approved Version 6/12/18 PSA 19-602CA 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, the City shall prepare a Project Task Description and Fee Allotment (the "Task Description") which, upon signature by Contractor and for the City, the City Manager or Director, 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 the City. Contractor will be under control of the City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of the City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. The City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. The City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify the City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which the City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, the City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of the City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to the City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and the City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by the City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney's fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. City Attorney Approved Version 6/12/18 2 PSA 19-602CA The parties expressly agree that any payment, attorney's fee, costs or expense the City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-: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 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the Risk Manager or the City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. The City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City 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 the City). $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 the City's satisfaction, a declaration stating this. 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 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. City Attorney Approved Version 6/12/18 3 PSA 19-602CA 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 the City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to the City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to the City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then the City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by the City to obtain or maintain insurance and the City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. The City reserves the right to require, at any time, 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 the City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of the City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to the City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in the City and Contractor relinquishes all claims to the copyrights in favor of the City. Ill Ill Ill Ill Ill City Attorney Approved Version 6/12/18 4 PSA 19-602CA 15. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of the City and on behalf of Contractor under this Agreement. For City Name Eleida Felix Yackel Title Senior Contract Administrator Department Public Works City of Carlsbad Address 1635 Faraday Avenue Carlsbad, CA 92008 Phone No. 760-602-2767 For Contractor Name Corey Young Title PE, DBIA-Vice President, Operations Manager Address 9665 Granite Ridge Drive, Suite 210 San Diego, CA 92123 Phone No. 858-676-7500 Email CoreyYoung@kennedyjenks.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 the City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten ( 10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City City Attorney Approved Version 6/12/18 5 PSA 19-602CA Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, the City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If the City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, the City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by the City and all work in progress to the City address contained in this Agreement. The City will make a determination of fact based upon the work product delivered to the City and of the percentage of work that Contractor has performed which is usable and of worth to the City in having the Agreement completed. Based upon that finding the City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of the City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to the City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. The City 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, the City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to the City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If the City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for the City to terminate this Agreement. City Attorney Approved Version 6/12/18 6 PSA 19-602CA 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 the City 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 the City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. 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 Ill Ill Ill City Attorney Approved Version 6/12/18 7 PSA 19-602CA 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 Kennedy/Jenks Consultants, a California corporation By: ~~ £.~ /t'~ (sign here) CITY OF CARLSBAD, a municipal corporation of the State of California By: Matt Hall, Mayor ✓vs.(= PH 4/..,,4All,11.,'J5LA....-v', lls s l.5TA.v·7Sfc·c1cr,,,.,,,y (print name/title) / (sign here) /('"; Ji. A. lof\-d.°" 1 fr,s,d~J CE o (print name/title) ATTEST: If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY ~tt~ City Attorney Approved Version 6/12/18 8 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 ~ \ ve.P'3 i 6 e. On Ll;:\o'oe. C \[)' ;;i.o ii:' before me, ~~~·'~""-· ,_-~t3~C1~\\....,.,_w~· QT....,__,_=G\~~...,..___._B~u~n~\ '-~-- Date Here Insert Name and Ti~f the Officer personally appeared ~O'Se.Q" No~s\o....w O DC, . V-e ,+h~~A._. __ _ ' 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 ~e/they executed the same in A+&Aer/their authorized capacity(ies}, and that by~r/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. KiM(HALL., -I COMM. #2161253 z Notary Public • California ~ Riverside County ~ M Comm. Expires Aug. 25, 2020 Place Notary Seal Above I certify under PENAL TY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. ----------------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 Document Title or Type of Document: rµC-'....~ p...._:5<e.e C'C'<:Q-\-- Document Date: 10 \ct I\ :Z: ______ Number of Pages: lQ { re.c) Signer(s) Other Than Named Above: _____________________ _ Capacity(ies) Claimed by Signer(s) . Signer's Name: ~Q::'::e.(?~ V\ln~S\a..u> Signer's Name: \«~ ~ P,... \....to~("I !~VCorporate Officer -Title(s): /\'½1-;-\:aM: s,, i:e~j ~Corporate Officer -Title(s): 'v,ec;:s:e_M[Ct::-n !'~ Partner -::: Limited :~ General ~ 1 Partner -~J Limited U General l: Individual •·----, Attorney in Fact :=-, Individual ·-: Attorney in Fact :::= Trustee =~ Guardian or Conservator ::J Trustee '.:J Guardian or Conservator :_ Other:_______________ ~ l Other: ______________ _ Signer Is Representing: _________ _ Signer Is Representing: _________ _ ::<,;<:<., 'C(,'C'.,'<-¼;c(,'C()C(,'C<.,'CCC<,'C(,'C(,'C(, 'C<.,'C(,'C<.,'C(,'C(,'C<., '<X.:<X., '<X,'C(,'C(,'C(,'G,'C(_;,_!'<,'<.X,;C<.;C<;,'0<,,'CT.,'C(,'C(,'C(,~~'C(,'C/4,,'C<.,'C<,;<~'C(,~'i ©2016 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 PSA 19-602CA EXHIBIT "A" SCOPE OF SERVICES Perform a variety of wastewater engineering tasks as outlined in individual Project Task Description & Fee Allotments (PTD&FA) related to the following: A. Condition Assessment/ Reporting B. Odor Control Systems C. Operation and Maintenance (O&M) Contract Implementation and Management D. Capital Improvement Program (CIP) Contract Implementation/ Management E. Pump/ Lift Stations Improvement and Design F. Sewer Rehabilitation/ Replacement Design G. Sewer System Design and Modeling Requests for work not listed above must be contracted under separate agreement. City Attorney Approved Version 6/12/18 9 PSA19-602CA Master Agreement Consultant Services Rate Schedule WASTEWATER ENGINEERING, RFQ 18-05 / Discipline No. 23 Prices Valid through November 30, 2021 Kennedy/Jenks Consultants En ineer-Scientist-S ecialist 6 Jeff Morris/ Electrical, l&C $230 Aide $80 SUBCONSULTANTS I ·Odor.Control Engineer •J_:$20s.so.J EXPENSES Descriotion Cost %Markup • M"~~fi .·•· .·, Feci~raltv-aporoved mileali!:e° rate Other Subconsultants TBD 10% * In addition to the above Hourly Rates, an Associated Project Cost charge of $9.74 per hour will be added to Personnel Compensation for costs supporting projects including telecommunications, software, information technology, internal photocopying. shipping. and other support actiVity costs related to the support of projects. 10 -··--·---------·--·---- ACORD® CERTIFICATE OF LIABILITY INSURANCE 10/1/2019 I DATE (MM/DD/YYYY) ~ 9/27/2018 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 Lockton Companies CONTACT NAME: 444 W. 47th Street, Suite 900 PHONE I FAX t ,.,,.. No. E•t\• IA/C Nol: Kansas City MO 64112-1906 E-MAIL (8 I 6) 960-9000 ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC# INSURER A: Zurich American Insurance Company 16535 INSURED KENNEDY /JENKS CONSULTANTS, INC. INSURER B : Travelers Property Casualty Co of America 25674 1372168 303 SECOND STREET, SUITE 300 SOUTH INsuRER c : Lexim1:ton Insurance Comoanv 19437 SAN FRANCISCO CA 94107 INSURER D: INSURERE: INSURER F: COVERAGES CERTIFICATE NUMBER: 15659319 REVISION NUMBER: xxxxxxx THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE ,.,.,n wun POLICY NUMBER IMM/DD/YYYYl fMM/DD/YYYYl LIMITS A _x_ COMMERCIAL GENERAL LIABILITY y N GLO5833581 10/1/2018 10/1/2019 EACH OCCURRENCE $ 1000000 D CLAIMS-MADE [i] OCCUR DAMAGE TO RENTED -PREMISES /Ea occurrencel $ 1000000 MED EXP (Any one person) $ 5 000 - PERSONAL & ADV INJURY $ 1000000 - GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2 000 000 ~ [x] PRO-DLoc PRODUCTS -COMP/OP AGG $ 2 000 000 POLICY JECT OTHER: $ A AUTOMOBILE LIABILITY N N BAP9326879 10/1/2018 10/1/2019 COMBINED SINGLE LIMIT (Ea accident) $ 1 000.000 - X ANY AUTO BODILY INJURY (Per person) $ xxxxxxx -OWNED ~ SCHEDULED X BODILY INJURY (Per accident) $ XXXXX)(X AUTOS ONLY AUTOS X HIRED X NON-OWNED iP~?~~c~J.;,;,gAMAGE $ xxxxxxx AUTOS ONLY AUTOS ONLY $ xxxxxxx B _x_ UMBRELLA LIAB f1 OCCUR N N ZUP-l 5R04499 10/1/2018 10/1/2019 EACH OCCURRENCE $ 2 000.000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 2 000 000 OED I I RETENTION $ $ xxxxxxx WORKERS COMPENSATION y PER I I OTH-A WC9326878 10/1/2018 10/1/2019 X, STATUTE ER AND EMPLOYERS' LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE Cm N/A E.L. EACH ACCIDENT $ 1.000 000 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L. DISEASE -EA EMPLOYEE $ 1.000 000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $ 1.000 000 C PROFESSIONAL N N 026154151 10/1/2018 10/1/2019 $2,000,000 PER CLAIM LIABILITY $2,000,000 ANNUAL AGGREGATE DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) RE: UTILITIES MODELING SERVlCES. PSAl 9-596CA. THE CITY OF CARLSBAD AND CARLSBAD MUNICIPAL WATER DISTRJCT ARE ADDITIONAL INSUREDS AS RESPECTS GENERAL LIABILITY AND THIS COVERAGE IS PRIMARY AND NON-CONTRIBUTORY, AS REQUIRED BY WRITTEN CONTRACT. WAIVER OF SUBROGATION APPLIES TO WORKERS COMPENSATION/EMPLOYER'S LIABILITY WHERE ALLOWED BY STATE LAW AND AS REQUIRED BY WRJTTEN CONTRACT. THE UMBRELLA LIABILITY IS FOLLOW FORM OVER THE GENERAL LIABILITY, AUTO LIABILITY AND EMPLOYERS LIABILITY PER THE POLICY TERMS, CONDITIONS AND EXCLUSIONS. CERTIFICATE HOLDER 15659319 CITY OF CARLSBAD/CMWD C/O EXIGIS INSURANCE COMPLIANCE PO BOX 4668 -ECM #35050 NEW YORK NY 10163-4668 CANCELLATION See Attachments SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ·- © 1988 All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD / ✓ Attachment Code: D501716 Certificate ID: 15659319 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS -SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): THE CITY OF CARLSBAD AND CARLSBAD MUNICIPAL WATER DISTRICT WHERE REQUIRED BY WRITTEN CONTRACT. Location(s) Of Covered Operations Information required to complete this Schedule, if not shown above, will be shown in the Declarations A. Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; In the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 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 contractors or subcontractor engaged in performing operations for a principal as a part of the same project. U-GL-1114-A CW (10/02) Attachment Code: 0501717 Certificate ID: 15659319 POLICY NUMBER: GL05833581 ✓ COMMERCIAL GENERAL LIABILITY 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 SCHEDULE Name Of Additional Insured Person(s) Or Location And Description Of Completed Operations Or2:anization(s) THE CITY OF CARLSBAD AND CARLSBAD MUNICIPAL WATER DISTRICT WHERE REQUIRED BY WRITTEN CONTRACT. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" 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". U-GL-1114-A-CW (10/02) Attachment Code: D491037 Certificate ID: 15659319 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY POLICY # WC9326878 WC 00 0313 (ED. 04-84) WAIVER OF OUR RIGHTS TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE ALL PERSONS AND/OR ORGANIZATIONS THAT ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT WITH THE INSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAIVER OF SUBROGATION BE PROVIDED UNDER THIS POLICY. This endorsement changes the policy to which it is attached and if effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Eff Date: l 01l12018 Effective Policy No: WC9326878 Endorsement No: NIA Premium$: NI A Insured: Kennedy/Jenks Consultants, Inc. Insurance Company: Zurich American Ins. Co. WC124 (4-84) WC 00 0313