Loading...
HomeMy WebLinkAboutMichael Baker International Inc; 2023-06-06; PSA23-2202UTILPSA23-2202UTIL General Counsel Approved Version 12/28/2022 1 AGREEMENT FOR PRESSURE REDUCING STATIONS ENGINEERING SERVICES DURING CONSTRUCTION SERVICES MICHAEL BAKER INTERNATIONAL, INC. THIS AGREEMENT is made and entered into as of the ______________ day of ___________________, 2023, by and between the Carlsbad Municipal Water District, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad, California, ("CMWD"), and Michael Baker International, Inc., a Pennsylvania corporation, ("Contractor"). RECITALS A.CMWD requires the professional services of a consultant that is experienced inengineering services. B.Contractor has the necessary experience in providing professional services andadvice related to engineering services. C.Contractor has submitted a proposal to CMWD and has affirmed its willingnessand ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, CMWD and Contractor agree as follows: 1.SCOPE OF WORKCMWD retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A and B" which is incorporated by this reference in accordance with this Agreement’s terms and conditions. 2.STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3.TERMThe term of this Agreement will be effective for a period of three hundred fifty (350) working days from the date first above written. The Executive Manager may amend the Agreement to extend it for one (1) additional one (1) year period or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, CMWD needs, and appropriation of funds by the CMWD Board of Directors. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4.TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5.COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be thirty-seven thousand two hundred fifty dollars ($37,250). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. If CMWD elects to extend the Agreement, the amount shall not exceed thirty-seven thousand two hundred fifty dollars ($37,250) per Agreement year. CMWD reserves the right to withhold a ten percent (10%) retention until CMWD has accepted the work and/or Services specified in Exhibit "A." DocuSign Envelope ID: 69DEE96C-1CBF-4494-AFBC-A17C75316B06 6th June PSA23-2202UTIL General Counsel Approved Version 12/28/2022 2 Incremental payments, if applicable, should be made as outlined in attached Exhibit "A." 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of CMWD. Contractor will be under control of CMWD only as to the result to be accomplished, but will consult with CMWD as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of CMWD for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. CMWD will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. CMWD will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify CMWD and the City of Carlsbad within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which CMWD may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At CMWD’s election, CMWD may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of CMWD. If Contractor subcontracts any of the Services, Contractor will be fully responsible to CMWD for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and CMWD. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by CMWD. 8. OTHER CONTRACTORS CMWD reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless CMWD and the City of Carlsbad, their officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney’s fee, costs or expense CMWD or the City of Carlsbad incurs or makes to or on behalf of an injured employee under the their 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 DocuSign Envelope ID: 69DEE96C-1CBF-4494-AFBC-A17C75316B06 PSA23-2202UTIL General Counsel Approved Version 12/28/2022 3 carrier is required to have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California’s List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best’s Key Rating Guide of at least “A:X”; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless the Risk Manager or Executive Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. CMWD, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to CMWD as an additional insured. 10.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an “occurrence” basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 10.1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for CMWD). $2,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to CMWD's satisfaction, a declaration stating this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor’s profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 CMWD will be named as an additional insured on Commercial General Liability which shall provide primary coverage to CMWD. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to CMWD sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to CMWD's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to CMWD. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then CMWD will have the option to declare Contractor in breach, or may purchase DocuSign Envelope ID: 69DEE96C-1CBF-4494-AFBC-A17C75316B06 PSA23-2202UTIL General Counsel Approved Version 12/28/2022 4 replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by CMWD to obtain or maintain insurance and CMWD may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. CMWD reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of CMWD during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of CMWD. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to CMWD. Contractor will have the right to make one (1) copy of the work product for Contractor’s records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in CMWD and Contractor relinquishes all claims to the copyrights in favor of CMWD. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of CMWD and on behalf of Contractor under this Agreement. For CMWD For Contractor Name Neil Irani Name Daniel Smith Title Utilities Associate Engineer Title Project Manager Carlsbad Municipal Water District Address 9635 Granite Ridge Drive, Suite 300 Address 5950 El Camino Real San Diego, CALIFORNIA 92123 Carlsbad, CA 92008 Phone 858-810-1408 Phone 442-339-2305 E-mail dan.smith@mbakerintl.com Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. DocuSign Envelope ID: 69DEE96C-1CBF-4494-AFBC-A17C75316B06 PSA23-2202UTIL General Counsel Approved Version 12/28/2022 5 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 ☐ 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants that the services required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or CMWD 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 Executive Manager. The Executive Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the Executive Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, CMWD may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If CMWD decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, CMWD may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by CMWD and all work in progress to CMWD address contained in this Agreement. CMWD will make a determination of fact based upon the work product delivered to CMWD and of the percentage of work that Contractor has performed which is usable and of worth to CMWD in having the Agreement completed. Based upon that finding CMWD will determine the final payment of the Agreement. CMWD may terminate this Agreement by tendering thirty (30) days written notice to Contractor. Contractor may terminate this Agreement by tendering sixty (60) days written notice to CMWD. DocuSign Envelope ID: 69DEE96C-1CBF-4494-AFBC-A17C75316B06 PSA23-2202UTIL General Counsel Approved Version 12/28/2022 6 In the event of termination of this Agreement by either party and upon request of CMWD, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to CMWD. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. CMWD will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, CMWD will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any agreement claim submitted to CMWD must be asserted as part of the agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to CMWD, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If CMWD seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for CMWD to terminate this Agreement. 23. JURISDICTION AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon CMWD and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of CMWD, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. DocuSign Envelope ID: 69DEE96C-1CBF-4494-AFBC-A17C75316B06 PSA23-2202UTIL General Counsel Approved Version 12/28/2022 7 26.AUTHORITYThe 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 authorityto bind Contractor to the terms and conditions of this Agreement. CONTRACTOR CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad MICHAEL BAKER INTERNATIONAL, INC., a Pennsylvania corporation By: By: Vicki V. Quiram, General Manager as authorized by the Executive Manager (sign here) Timothy Thiele,Vice President, Office Executive & Assistant Secretary (print name/title) By: (sign here) (print name/title) If required by CMWD, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Group B Chairman, Secretary, President, or Assistant Secretary, Vice-President 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: CINDIE K. McMAHON, General Counsel By:_____________________________ Deputy General Counsel DocuSign Envelope ID: 69DEE96C-1CBF-4494-AFBC-A17C75316B06 May 9, 2023 Proposal Electronic Submittal Mr. Neil Irani, P.E. Project Manager Carlsbad Municipal Water District 5950 El Camino Real Carlsbad, CA 92008 Subject: Revised Proposal for Construction Support Services: Pressure Reducing Station Replacements – Phase 2 Dear Neil: The Carlsbad Municipal Water District (CMWD) is requesting professional engineering services to provide construction support services for the Pressure Reducing Station Replacements Project – Phase 2 that is removing and replacing two existing pressure reducing stations (PRV), abandoning another existing PRV, and installing a new PRV. The locations of these facilities are as follows: ·Melrose Drive – 700 to 550 HGL PRS (remove and replace) ·Palomar East PRS (abandon) ·Lower El Fuerte PRS – 510 to 318 HGL PRS ·Corintia Street/El Fuerte Street – New 700 – 680 HGL PRS In addition to the construction support services, we have line item to modify the design drawings to show the pipeline design in El Fuerte, north of Corintia Street, as a 16-inch diameter water main in lieu of a 12- inch watermain. Per the District’s request, Michael Baker International (Michael Baker) is providing CMWD with this proposal for construction support services for the Pressure Reducing Station Replacements Project – Phase 2. Attached please find our combined Scope of Service (Exhibit A) and Compensation and Payment (Exhibit B). If the attached are acceptable, please forward to Michael Baker an agreement from CMWD. We are prepared to begin the work immediately following your written authorization to proceed and execution of the agreement. We appreciate the opportunity to provide this proposal and look forward to working with you. Please feel free to contact me at (858) 663-5334 or at Dan.Smith@mbakerintl.com, if you have any questions. Sincerely, Daniel G. Smith, P.E. Project Manager 9755 Clairemont Mesa Boulevard San Diego, CA 92124 PSA23-2202UTIL Attachment DocuSign Envelope ID: 69DEE96C-1CBF-4494-AFBC-A17C75316B06 Michael Baker INTERNATIONAL MBAKERINTL.COM Office: 858.614.SOOOI Fax: 858.614.5001 Michael Baker International Proposal for Construction Support Services related to the Pressure Reducing Station Replacements Project – Phase 2 May 9, 2023 EXHIBIT A Scope of Services for Construction Support 1. Project Management and Meetings During Construction Attend pre-construction conference (1) and bi-monthly progress meetings (12 meetings at 1 hours each including preparation and follow-up for PM, ½ hour each for project engineer). Project management activities through construction duration of 6 months. 2. Conformed Plans Prepare conformed plans and submit as “Issued for Construction” for construction plans. These conformed plans are to include design revisions to the pipe size in El Fuerte (sheet nos. 9 and 10) Street from station 1+00.00 to station 2+54.38, and from station 2+78.87 to station 19+70.42 to reduce the pipe size from 12-inch PVC to 16-inch PVC. 3. Submittal Review Review of contractor’s technical and material submittals as requested by District. It is assumed that there will be twelve (12) submittals including initial submittals and resubmittals up to the maximum amount allotted for this item. 4. Respond to Contractor’s Request for Information (RFI) Review and provide responses to contractor inquiries for clarification. A maximum of six (6) RFIs is assumed up to the maximum amount allotted for this item. 5. Site Visits During Construction Perform on site visit to clarify existing conditions or address construction issues. A maximum of four (4) site visits is assumed. 6. Prepare Record Drawings Prepare record drawings from District-approved redlines prepared by Contractor for compliance with inspector’s mark-ups, RFIs, and approved requests for changes to the work up to the maximum amount allotted for this item. 7. Coordination with District’s Project Manager during Construction Provide coordination and support to District’s Project Manager throughout the bidding and construction phases of the project. Based upon 2 hours/week for MBI project manager and two hours/week for MBI project engineer during the 6-month construction phase. ASSUMPTIONS In preparing this scope of work, Michael Baker based our scope on the following assumptions: 1) This proposal is for consulting services only, no testing or inspection services are included herein. 2) The hours required for construction support can vary depending upon on number of factors, not the least of which is a dependable, responsible contractor. The hours presented herein are an estimate and will be used as may be required. If through the construction period, if the number of hours is not sufficient for the support that is required, we will contact CMWD’s project manager to discuss adjustments to the construction support services budget. PSA23-2202UTIL DocuSign Envelope ID: 69DEE96C-1CBF-4494-AFBC-A17C75316B06 Michael Baker International Proposal for Construction Support Services related to the Pressure Reducing Station Replacements Project – Phase 2 May 9, 2023 EXHIBIT A (cont.) Scope of Services for Construction Support ADDITIONAL SERVICES Services which are not specifically identified herein as services to be performed by Michael Baker are considered "Additional Services" for purposes of this Agreement. Client may request that Michael Baker perform services which are Additional Services. Upon such request Michael Baker will perform the requested services upon full execution of an amendment to this Agreement setting forth the scope, schedule, and fee for such Additional Service. FEE In accordance with the associated fee summary shown on Exhibit B, Michael Baker proposes to perform the above scope of work on a Time & Materials (T&M) basis with a not-to-exceed (NTE) amount. Michael Baker acknowledges that the NTE amount cannot be exceeded for the scope of work unless changes are approved in advance by a written change order issued and signed by the CVWD and Michael Baker. Progress billings will be forwarded to the Client monthly. These billings will include the fees earned for the billing period plus all reimbursable project expenses advanced by the Consultant. Reimbursable expenses (printing, courier, postage, etc.) will be billed at cost plus 15% to cover administrative costs. Mileage will be billed at current IRS mileage rate. PAYMENT Client shall pay the Consultant for services performed within 30 days of receipt of invoice from Consultant. Work shall commence upon receipt of an executed Purchase Order. Michael Baker invoices will follow CVWD standard invoice format. PSA23-2202UTIL DocuSign Envelope ID: 69DEE96C-1CBF-4494-AFBC-A17C75316B06 $260 $260 $185 $160 1 Project Management/Meetings During Construction 1.1 Project Management 12 12 $3,120 1.2 Meetings (Pre-Construction, 6 bi-monthly Meetings)12 4 16 $3,860 24 0 4 0 28 $6,980 2 Conformed Plans 2.1 Revise pipe size - 12" PVC to 16" PVC along El Fuerte from Corintia Street North 2 1 2 22 27 $4,670 2.2 Issue Conformed Plans 2 4 6 $1,160 4 1 2 26 33 $5,830 3 Submittal Review 3.1 Review Contractor's Submittals (10 submittals to maximum hours allowance shown)4 16 20 $4,000 4 0 16 0 20 $4,000 4 Respond to Contractor RFIs 4.1 Review and Respond to Contractor RFIs (maximum of 6 RFIs to allowance shown)6 6 12 $2,670 6 0 6 0 12 $2,670 5 Site Visits During Construction 5.1 Site Visits (Maximum of four visits during construction)8 4 12 $2,820 8 0 4 0 12 $2,820 6 Prepare Record Drawings 6.1 Prepare Record Drawing from District-approved Contractor Mark-ups 4 6 30 40 $6,950 4 0 6 30 40 $6,950 7 Coordination and Support to District's Project Manager 7.1 Coordination/Support from Bidding through Construction Phases 26 4 30 $7,500 26 0 4 0 30 $7,500 $36,750 $500 72 1 26 56 155 $37,250 Project Manager Person-Hours Task Subtotal Person-Hours Task Subtotal Total Fee Person-Hours Task Subtotal CARLSBAD MUNICIPAL WATER DISTRICT Pressure Reducing Station Replacements Project - Phase 2 Construction Support Services Fee Estimate Task Description Sr. Designer Other Direct Costs (Reprographics, Travel, Etc.) Total Technical Manager, QA/QC Total Hours Person-Hours Task Subtotal Person-Hours Task Subtotal Person-Hours Task Subtotal Project Engineer Person-Hours Task Subtotal PSA23-2202UTIL Exhibit "B" DocuSign Envelope ID: 69DEE96C-1CBF-4494-AFBC-A17C75316B06 Ho l d e r I d e n t i f i e r : 777 7 7 7 7 7 0 7 0 7 0 7 0 0 0 7 7 7 6 3 6 1 6 0 6 5 5 5 3 3 3 0 7 7 3 6 1 7 5 5 6 3 0 4 5 5 7 6 0 7 4 5 3 1 3 6 7 7 2 4 0 6 3 1 0 0 7 3 6 5 0 5 6 6 1 5 7 3 3 0 0 2 0 7 2 6 0 4 0 1 1 3 0 7 2 1 1 0 2 0 7 5 6 6 0 5 1 7 3 2 6 7 4 5 1 2 0 7 1 6 6 2 7 7 5 3 2 4 7 2 3 3 0 0 7 3 6 2 0 1 5 5 3 2 0 1 6 7 1 2 0 7 3 4 4 0 1 5 7 5 2 2 7 4 1 3 0 0 7 7 7 2 7 2 5 2 0 2 5 7 7 3 1 1 0 7 7 7 7 7 7 7 0 7 0 0 0 7 0 7 0 0 7 666 6 6 6 6 6 0 6 0 6 0 6 0 0 0 6 2 6 0 6 4 6 6 2 0 4 4 4 6 2 0 0 6 2 0 0 0 2 4 2 6 2 2 4 0 2 2 0 0 6 0 2 2 0 2 6 2 6 2 0 4 2 0 0 0 0 6 2 2 2 2 2 4 2 6 2 0 4 2 0 0 2 0 6 2 2 2 0 2 4 0 6 0 0 4 0 0 0 2 0 6 0 0 2 0 0 4 2 6 2 2 4 2 0 0 0 0 6 2 2 2 0 2 4 2 6 2 2 4 2 2 2 2 0 6 2 2 2 0 2 4 0 4 2 0 4 0 0 0 2 0 6 0 2 2 2 2 6 0 6 0 0 0 0 6 2 2 0 6 6 6 4 6 0 6 2 2 4 0 6 6 4 4 4 0 6 6 6 6 6 6 6 0 6 0 0 0 6 0 6 0 0 6 Ce r t i f i c a t e N o : 57 0 0 9 4 9 1 8 0 4 1 CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 08/16/2022 IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. PRODUCER Aon Risk Services Central, Inc. Pittsburgh PA Office EQT Plaza ~ Suite 2700 625 Liberty Avenue Pittsburgh PA 15222-3110 USA PHONE(A/C. No. Ext): E-MAILADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # (866) 283-7122 INSURED 26247American Guarantee & Liability Ins CoINSURER A: 24319Allied World Surplus Lines Insurance CoINSURER B: 16535Zurich American Ins CoINSURER C: INSURER D: INSURER E: INSURER F: FAX(A/C. No.):(800) 363-0105 CONTACTNAME: Michael Baker International, Inc 5 Hutton Centre DriveSuite 500Santa Ana CA 92707 USA COVERAGES CERTIFICATE NUMBER:570094918041 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.Limits shown are as requested POLICY EXP (MM/DD/YYYY)POLICY EFF (MM/DD/YYYY)SUBRWVDINSR LTR ADDL INSD POLICY NUMBER TYPE OF INSURANCE LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR POLICY LOC EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG X X X X GEN'L AGGREGATE LIMIT APPLIES PER: $2,000,000 $1,000,000 $10,000 $2,000,000 $4,000,000 $4,000,000 $250,000SIR/Deductible C 08/30/2022 08/30/2023GLO419728101 PRO- JECT OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY BODILY INJURY ( Per person) PROPERTY DAMAGE (Per accident) X X X BODILY INJURY (Per accident) $2,000,000C08/30/2022 08/30/2023 $100,000 COMBINED SINGLE LIMIT (Ea accident) BAP4197284-01 Deductible EXCESS LIAB X OCCUR CLAIMS-MADE AGGREGATE EACH OCCURRENCE DED $10,000,000 $10,000,000 $10,000 08/30/2022UMBRELLA LIABA 08/30/2023AUC053258204 RETENTIONX X E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT E.L. EACH ACCIDENT $1,000,000 X OTH-ERPER STATUTEC08/30/2022 08/30/2023 AOS WC419728501C 08/30/2022 08/30/2023 $1,000,000 Y / N (Mandatory in NH) ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED?N / AN WI WORKERS COMPENSATION AND EMPLOYERS' LIABILITY If yes, describe under DESCRIPTION OF OPERATIONS below $1,000,000 WC419728201 Per Claim0312480608/30/2022 08/30/2023 Claims Made $5,000,000Aggregate SIR/Deductible $200,000 E&O-PL-PrimaryB SIR applies per policy terms & conditions $5,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: All Operations. City of Carlsbad is included as Additional Insured in accordance with the policy provisions of the General Liability policy. General Liability policy evidenced herein is Primary and Non-Contributory to other insurance available to Additional Insured, but only in accordance with the policy's provisions. A Waiver of Subrogation is granted in favor of Certificate Holder in accordance with the policy provisions of the General Liability and Workers Compensation policies. CANCELLATIONCERTIFICATE HOLDER AUTHORIZED REPRESENTATIVECity of Carlsbad/CMWDc/o Exigis Insurance Compliance Services P.O. Box 947Murrieta, CA 92564 ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. DocuSign Envelope ID: 69DEE96C-1CBF-4494-AFBC-A17C75316B06 _____, I ACC>RC,® ~ I -D □ - - - ~ □ □ - -~ -~ -~ -H I I I I I □