Loading...
HomeMy WebLinkAbout2017-05-23; City Council; Resolution 2017-093RESOLUTION NO. 2017-093 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, AUTHORIZING EXECUTION OF A MASTER AGREEMENT WITH BROWN AND CALDWELL FOR PROFESSIONAL ENGINEERING SERVICES FOR WORK RELATED TO THE SCADA MASTER PLAN FOR SEWER, WATER AND RECYCLED WATER SYSTEMS, PROJECT NO. 5542. EXHIBIT 1 WHEREAS, the City Council of the City of Carlsbad, California has determined it necessary, desirable and in the public interest to create a SCADA Master Plan for sewer, water and recycled water systems; and WHEREAS, to obtain professional engineering services for the SCADA Master Plan for sewer, water and recycled water systems, staff issued a Request for Qualifications to eight qualified engineering firms consistent with Carlsbad Municipal Code section 3.28.060; and WHEREAS, staff received and reviewed statements of qualifications from four firms; and WHEREAS, staff recommends Brown and Caldwell as the most qualified consultant for the project; and WHEREAS, staff recommends City Council enter into a Master Agreement with Brown and Caldwell for professional engineering services, where the project task descriptions and fee allotments will not exceed $1,000,000 for the initial three-year life of the agreement, and would have the option to add an additional $200,000 for each of the three additional one year periods. NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. That the mayor is hereby authorized and directed to execute the Master Agreement with Brown and Caldwell attached hereto as Attachment A, to provide professional engineering services for the SCADA Master Plan for sewer, water and recycled water systems, Project No. 5542. 3. That the mayor is hereby authorized to delegate the responsibility to the city manager (or a designee) to sign, for and on behalf of City of Carlsbad, future project task descriptions and fee allotments issued under this Master Agreement. EXHIBIT 1 PASSED, APPROVED AND ADOPTED at a Joint Special Meeting of the Carlsbad Municipal Water District and the City Council of the City of Carlsbad on the 23rd day of May, 2017, by the following vote, to wit: AYES: NOES: ABSENT: M. Hall, K. Blackburn, M. Schumacher, C. Schumacher, M. Packard. None. None. MATI HALL, Mayor ll\QJ}AC~~6 BARBARA ENGLESON, City Clerk~ (SEAL) MASTER AGREEMENT FOR SCADA MASTER PLAN FOR SEWER, WATER, AND RECYCLED WATER SYSTEMS BROWN AND CALDWELL UTIL 1569 THIS AGREEMENT is made and entered into as of the d ~ day of ___ ....!.,_;'--....._....;;;..._?f-' 2017, by and between the Carlsbad Municipal Water District, a Public r the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad, hereinaft eferred to as "CMWD", and Brown and Caldwell, a private employee-owned company, hereinafter referred to as "Contractor." RECITALS A. CMWD requires the professional services of a professional engineering firm that is experienced in sewer, water, and recycled water systems and the Supervisory Control and Data Acquisition (SCADA) needs and designs for those systems. 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 sewer, water, and recycled water systems and the Supervisory Control and Data Acquisition (SCADA) needs and designs for those systems. D. Contractor has submitted a proposal to CMWD and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, CMWD and Contractor agree as follows: 1. SCOPE OF WORK CMWD retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. Contractor's obligations with respect to any project granted to Contractor under this Agreement will be as specified in the Task Description for the project (see paragraph 5 below). 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and generally accepted engineering standards 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 the date first above written. The Executive Manager of CMWD ("Executive Manager") may amend the Agreement to extend it for three (3) additional one (1) year periods or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, CMWD needs, and appropriation offunds by the CMWD Board of Directors. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. PROGRESS AND COMPLETION The work for any project granted to Contractor pursuant to this Agreement will begin within ten (10) days after receipt of notification to proceed by CMWD and be completed within the time specified in the Task Description for the project (see paragraph 5 below). Extensions of time for General Counsel Approved Version 9/1/15 UTIL 1569 a specific Task Description may be granted if requested by Contractor and agreed to in writing by the Executive Manager (or designee) or General Manager of CMWD as authorized by the Executive Manager ("General Manager"). The Executive Manager (or designee) or General Manager will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of Contractor, or delays caused by CMWD inaction or other agencies' lack of timely action. In no event shall a specific Task Description exceed the term of this Agreement. 5. COMPENSATION The cumulative total for all projects allowed pursuant to this Agreement in the initial three year term will not exceed one million dollars ($1 ,000,000). If the City elects to extend the Agreement, the amount shall not exceed two hundred thousand dollars ($200,000) per Agreement year. Fees will be paid on a project-by-project basis and will be based on Contractor's Schedule of Rates specified in Exhibit "A". Prior to initiation of any project work by Contractor, CMWD shall prepare a Project Task Description and Fee Allotment (the "Task Description") which, upon signature by Contractor and for CMWD, the Executive Manager (or designee) or General Manager, will be considered a part of this Agreement. The Task Description will include a detailed scope of services for the particular project being considered and a statement of Contractor's fee to complete the project in accordance with the specified scope of services. The Task Description will also include a description of the method of payment and will be based upon an hourly rate, percentage of project complete, completion of specific project tasks or a combination thereof. 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of CMWD. Contractor will be under control of CMWD only as to the result to be accomplished, but will consult with CMWD as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of CMWD for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. CMWD will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. CMWD will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify CMWD and the City of Carlsbad within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which CMWD may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At CMWD's election, CMWD may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of CMWD. If Contractor subcontracts any of the Services, Contractor will be fully responsible to CMWD for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and CMWD. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by CMWD. 2 General Counsel Approved Version 9/1/15 UTIL 1569 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 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 to the extent caused by any willful misconduct or negligent act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense CMWD or the City of Carlsbad incurs or makes to or on behalf of an injured employee under CMWD's self- administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless the Risk Manager or Executive Manager for CMWD approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. CMWD, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to CMWD as an additional insured. 1 0.1.1 Commercial General Liability Insurance. $2,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 1 0.1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for CMWD). $1,000,000 combined single-limit per accident for bodily injury and property damage. 1 0.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to CMWD's satisfaction, a declaration stating this. 3 General Counsel Approved Version 9/1/15 UTIL 1569 1 0.1.4 Professional Liability. Errors and om1ss1ons liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 1 0.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 1 0.2.1 CMWD will be named as an additional insured on General Liability which shall provide primary coverage to the City. 1 0.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 1 0.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to CMWD sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to CMWD's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to CMWD. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then CMWD will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by CMWD to obtain or maintain insurance and CMWD may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. CMWD reserves the right to require, at 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 CMWD during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of CMWD. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to CMWD. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 4 General Counsel Approved Version 9/1/15 UTIL 1569 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in CMWD and Contractor relinquishes all claims to the copyrights in favor of CMWD. 15. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of CMWD and on behalf of Contractor under this Agreement. For CMWD: Name Lindsey Stephenson Title -A-=-s_s_o-'-c'":"ia-:-te-'--'=E~n-g-:-in_e:....:e_r ----- Dept. Utilities Department Carlsbad Municipal Water District Address 5950 El Camino Real Carlsbad, CA 92008 Phone 760-603-7356 For Contractor: Name Title Address Phone Email Majid Karim Senior Manager 9665 Chesapeake Drive, Ste 201 San Diego, CA 92123 858-514-8822 mekarim@brwncald .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 Clerk for the City of Carlsbad in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or CMWD will reduce such questions, and 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 5 General Counsel Approved Version 9/1/15 UTIL 1569 recommended method of resolution within ten ( 1 0) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the Executive Manager. The Executive Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the Executive Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, CMWD may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If CMWD decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, CMWD may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by CMWD and all work in progress to CMWD address contained in this Agreement. CMWD will make a determination of fact based upon the work product delivered to CMWD and of the percentage of work that Contractor has performed which is usable and of worth to CMWD in having the Agreement completed. Based upon that finding CMWD will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of CMWD, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to CMWD. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. CMWD will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, CMWD will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any agreement claim submitted to CMWD must be asserted as part of the agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to CMWD, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If CMWD seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 6 General Counsel Approved Version 9/1/15 UTIL 1569 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. /II /II Ill Ill Ill Ill /II /II Ill Ill Ill Ill Ill Ill 7 General Counsel Approved Version 9/1/15 UTIL 1569 26. 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 __________ , 2017. CONTRACTOR BROWN AND CALDWELL, a private employee-owned company By: ~--.,/\--,{-/----~~ (sign here) ~t2.>·(Ar--l Zt N d BY4v~ (sign here) {<_obe-r--1---n GooclJon ~~~ (print name/titlE/) _) CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad ~ /); ~::Tf~L k;ad~ President I Mayor ATTEST: 8A2~~Nc~~ Secretary 1 City Clerk If required by CMWD, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, General Counsel By: ______ ......... ~--=~-:-------:--........___ Deputy General Counsel 8 General Counsel Approved Version 9/1/15 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 Urrh-a. Casfo...-., before me, On fYku.t BJ :::?.0 J 7 Date J.!. 13. V CM') G Q.ashee k. }\{~}>ublk~ R Here Insert Name and Title of the Officer personally appeared ____ o--==be,r=::.....=..._+_])__.,a.."""""' . .__~O-'-'-ou.C..L)-""o{:...!........!o.so....,_"-n----'-------- Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person~ whose nam~ is/are subscribed to the within instrument and acknowledged to me that he/sl::leltl::ley executed the same in histRel'!ti'leir authorized capacity(ies), and that by his,~rftloleir signature(sron the instrument the person~, or the entity upon behalf of which the perso~ acted, executed the instrument. e K. 8. VAN GAASBEEK Notary Public • California Contra Costa County I Commission II 2172066 ... M Comm. Ex ires Nov 17, 2020 Place Notary Sea/ Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and offici~ Signature~ v{~ ~-------­ Signature of Notary Public ................................................................. ---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: P"lt!W~ "'Ciftt aftWt;J, ,Document Date: 5-9"' f 7 Number of Pages: I er Signer(s)tstherThan Named A~ve: ------------- Capacity(ies) Claj_med by Signer(s) Signer's Name: 1<~. 6a:>ef.SO(\ Signer's Name: ___________ _ "%Corporate Officer -Title(s): se~ [J Corporate Officer -Title(s): LJ Partner - D Limited D General. j D Partner - D Limited D General D Individual [] Attorney in Fact D Individual [J Attorney in Fact D Trustee D Guardian or Conservator D Trustee D Guardian or Conservator lJ Other: D Other: _____________ _ Signer Is Representing: Signer Is Representing: ________ _ • ©2014 National Notary Association· www.NationaiNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California } County of Q ~3 IR.J On 'tYl cNj 5 1 ;)i) 11 before me, -.=<.-lo~~~~-~~:-----;:,--,----- personally appeared __ ,B-=-Y'--+->W>-,_,_____;::~..,._.-=---=_,._,....a...;....-'-"'<. ________ _ who proved to me on the basi of satisfactory evidence to be the person(~ whose name( a-) is/aF& subscribed to the within instrument and acknowledged to me that he/she/tl=ley executed the same in his/her/their authorized capacity(ie&), and that by his/herltl<teif signature(~ on the instrument the person('ST, or the entity upon behalf of which the person (.at acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. z z ~ (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM This form complies with current California statutes regarding notary wording and, DESCRIPTION OF THE ATTACHED DOCUMENT if needed. should be completed and attached to the document. Acknolwedgentsfrom other states may be completed for documents being sent to that state so long as the wording does not require the California notary to violate California notary law. (Title or description of attached document) (Title or description of attached document continued) Number of Pages __ Document Date. ___ _ CAPACITY CLAIMED BY THE SIGNER D Individual (s) D Corporate Officer (Title) D Partner(s) D Attorney-in-Fact o Trustee(s) 0 Other---------- 2015 Version www.NotaryCJasses.com 800-873-9865 • State and County infonnation must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. Be/she/they, is /are) or circling the correct forms. Failure to correctly indicate this information rnay lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. •!• Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. •!• Indicate title or type of attached document, number of pages and date. •!• Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document with a staple. EXHIBIT A Master Services Agreement Scope BrownANo. Caldwell· City of Carlsbad/CMWD SCADA Master Plan for Sewer, Water, and Recycled Water Systems April 18, 2017 Project Overview The City of Carlsbad/CMWD's (City/CMWD) current SCADA system that provides monitoring and control of the water and sewer systems has gradually grown over the years and includes a variety of equipment in the field of varying age with some equipment already at the end of its useful life. This is typical for many municipalities where the control systems grew as accessories in response to the growth of the process systems. The situation where the existing system is coming to the end of its useful life provides the City/CMWD a unique opportunity to evaluate the SCADA system with a holistic approach that goes well beyond meeting the basic operational need. This is an opportunity to provide the road map for an overall SCADA system with enterprise level connectivity and sharing of data with all City departments based on the needs of the City's users. The existing water system is comprised of 8 reservoirs, 4 pump stations and 75 pressure regulating sites, as well as a hydroelectric facility. The existing recycled water system is comprised of 3 reservoirs, 3 pump stations, and 4 pressure regulation stations. The water system currently utilizes Opto22 based equipment at the sites to collect process data and relay it back to the main operations center via cellular modems. At the main office, there is a stand-alone operator interface system with no current backup or redundancy in place. The existing wastewater system has 12 active lift station sites that are currently monitored using a Mission based SCADA platform that provides information back to the City via cellular modems. This Mission based SCADA system utilizes a web- based graphic user interface to provide information to the City/CMWD's users. The wastewater system also currently utilizes about 30 smart manhole covers that have been strategically placed to provide a second backup and alarm at high levels in critical areas. As a backup to the primary system (Mission), phone based autodialers (Verbatim) are used at every site to send critical alarms to on-call staff. The scope of work for this project under the Master Services Agreement (MSA) is to provide a clear path for the City/CMWD in achieving a smart enterprise-level SCADA system that will serve the City/CMWD into the future. The CityjCMWD will issue task orders for different scope items to keep the work flowing in the most efficient way. The objective is a collaborative evaluation and plan developed closely with key City/CMWD stakeholders with decisions made on core areas of the SCADA system including: • Evaluating the current state of the system and the needs of the City/CMWD's users, provide alternatives and recommendations to meet the needs • Develop an improvement plan to implement the recommendations • Hardware/software platform for Programmable controllers in the field (such as PLCs) • Human-machine interface (HMI) Software platform (hardware will be dictated by the software selection) • Historian needs for the SCADA and historian needs for enterprise connectivity • Communication methods for each of the sites; including potential integration with City-IT infrastructure • Programming standards for field controllers and HMI software • Define the level of automation and provide documentation for future implementation • Enterprise level connectivity with other City/CMWD systems such as the computerized maintenance management system (CMMS) Following the evaluation and determination of the core technologies and improvements to be made, a detailed implementation plan and schedule will be developed to provide the City with a method and understanding to implement the recommended improvements. Task orders will be issued by the City/CMWD based on tasks listed below or additional tasks that may be necessary as part of this effort. A summary of tasks is provided below. SCOPE I Page1of10 City of Carlsbad/CMWD SCADA Master Plan for Sewer, Water, and Recycled Water Systems Scope of Work Phase 100: Project Management For each task order assigned under the MSA, manage the coordination and oversight of the BC team and administration of the contract, including contracts, project resources, quality, budgets, deliverables and schedule, and coordinated communications between BC staff and CityjCMWD project manager and designated staff. BC will provide meeting minutes for all meetings and maintain a log of action items. Task 100: Project Management, Schedule, Status Update Meetings, and Reporting For each task order assigned under the MSA, BC will perform project management, project tracking, and provide monthly invoicing utilizing a computer based project management system. This includes all major activities of the scope of services. Monthly Progress Reports will be provided with monthly invoices to summarized work completed and being billed for each invoice. Task 110: Kickoff and Vision Development Meeting BC will facilitate a project kick-off meeting at the City/CMWD office to walk the team through each of the phases and tasks of the project and the project schedule. Within this meeting, BC will facilitate a discussion with the City/CMWD project stakeholders to develop an overall vision for the project and final SCADA system. This vision will serve to provide an overall foundation for project guidance and success of the final system. Task 120: Steering Committee Meetings BC understands that there are key City/CMWD management and stakeholders for the SCADA system that may not be directly involved in the day to day coordination and progression of the project. As such, BC will facilitate dedicated meetings to present the projects status, findings, and overall direction moving forward. This is intended to be a collaborative presentation with BC and the project team from the City/CMWD and will be held at key milestones in the project. This allows stakeholders to provide guidance and help the team correct course if required. Task 130: Quality Assurance and Quality Control (QA/QC) BC will provide internal technical QA/QC on all reports, technical memoranda, and client-submitted documentation. The BC QA/QC lead will also provide overall insight and guidance on the development of key project deliverables and Project workshops. In a more hands-on approach, the QA/QC lead will review deliverables and participate in workshops to engage the team in the actual work being done. Phase 200: Existing System Overview To better understand the existing system and its current state, BC will evaluate the existing system to determine whether it is currently meeting the needs of the process and its users as well as identify each core platforms lifecycle state and current areas of risk. Task 200: Site Assessments and Existing Documentation Review BC will review the documentation and information provided from the request made during the kickoff meeting as well as the past "75% SCADA Wastewater Masterplan" document to gather an understanding of the systems details that are currently documented. BC will facilitate a workshop at the City office to present the findings of this review and work with the team to develop an overall list of sites to be field surveyed. Since many of the sites have been field surveyed in the past and information collected and documented, BC estimates that only ten (10) sites will need to be surveyed over a two-day period. Unnecessary rework will be avoided by leveraging existing documentation that is known to be good. BC will field survey and document the existing SCADA system hardware for each of the sites selected during the workshop. During the visit, BC will evaluate the existing hardware for condition and performance and overall platform lifecycle stage. City/CMWD staff will assist in identifying hardware and providing feedback on performance as well as identifying the overall process flow between each of the sites. Task 210: Develop Existing SCADA Architecture Diagram To provide an overall picture of the existing SCADA system, BC will develop an 11-inch by 17-inch block diagram of the existing SCADA architecture based on information obtained during the site visits, and review of background information. The diagram will include locations, field controllers, human-machine interaction (HMI) computers, network hardware, and communications methods, e.g. radio telemetry, cellular modem, leased lines, etc. SCOPE I Page 2 of 10 City of Carlsbad/CMWD SCADA Master Plan for Sewer, Water, and Recycled Water Systems Scope of Worh Task 220: Existing System Overview Technical Memorandum (TM-1) BC will document the findings in a technical memorandum to identify the existing system components and architecture. A draft copy will be submitted for review and comments. In addition to documenting the existing system, BC will provide details on equipment useful life and the consequences of failure to help establish the need for the SCADA master planning effort and any potential upgrades. BC will also document also the need for moving to an enterprise system that will allow the CityjCMWD to optimize operations and improve efficiencies. Phase 300: Operational Needs and Deficiencies Assessment Based on the documented current state and information gathered during the site visits, BC will facilitate the development of the specific needs and future objectives of the City/CMWD's users within the system. In addressing the deficiencies, BC will provide ways for the system to improve efficiencies. Task 300: SCADA Current Use and Need Assessment -Potable and Recycled BC will meet with individuals responsible for operating and maintaining the Potable and Recycled Water Systems to develop an understanding on how each of the users interact, utilize, and maintain the current SCADA system. We will interview management staff and other stakeholders who utilize these systems during these visits to document what information is important to them and what future data or information they would find useful. BC will review CMWD's Advanced Metering Infrastructure (AMI) to identify how to eventually incorporate them into SCADA for flow balance. BC will document the information gathered in these interviews to present an overview of how the system is currently used and supported and where the deficiencies are with the current system within a section of the Technical Memorandum. Task 310: SCADA Current Use and Need Assessment -Sewer BC will meet with individuals responsible for operating and maintaining the Sewer System to develop an understanding on how each of the users interact, utilize, and maintain the current SCADA system. We will interview management staff and other stakeholders who utilize these systems during these visits to document what information is important to them and what future data or information they would find useful. BC will review the City's use of Smart Covers to identify how to eventually incorporate them into SCADA. BC will document the information gathered in these interviews to present an overview how the system is currently used and supported and where the deficiencies are with the current system within a section of the Technical Memorandum. Task 320: State of the Industry and Objectives Workshop Through a facilitated workshop led by BC's project technical advisor, BC will bring real-world examples and lessons learned from other utilities and industries as well as current market technologies available to demonstrate what is possible and beneficial to others to allow the City/CMWD to select functionalities that are most appealing. We feel this process is essential to developing a dialog between both the CityjCMWD and BC to understand the City/CMWD's current needs and issues and leverage our experience from other utilities and industries. During this workshop, overall core system objectives will be developed to help document the specific requirements and functionality needed in the future system. As the City/CMWD expands the usage of their SCADA system and system usage requirements become more prominent, defining these requirements up-front will help to ensure that both the current short-term issues as well as long-term needs of the future SCADA system are addressed. BC will document the objectives and functionality desired for the future system in this workshop within a section of the Technical Memorandum. Task 330: Enterprise Users Assessment and Data Map Development The core objective of this task is to develop an understanding of the enterprise level, or the level above day to day operations, uses and requirements for data and information that is collected and presented within the SCADA system. Efficiencies gained in the overall controls regarding water system management tie in directly with the City/CMWD's Climate Action Plan initiative. SCOPE I Page 3 of 10 City of Carlsbad/CMWD SCADA Master Plan for Sewer, Water, and Recycled Water Systems Scope of Work BC will coordinate with Encina Wastewater Authority and City IT, to gather insight on information and data that potentially can be shared to benefit both parties in the future. This will be an opportunity to develop an understanding of City IT's goals for the "Smart City" vision and how the utility side of the City/CMWD benefits and is potentially impacted from this vision. Resource sharing opportunities will be documented. BC will facilitate a workshop with users of the SCADA system and data from the system to map out the user requirements and needs of each of these stakeholders. Through this workshop, BC will gather information to develop a system wide data map that provides a high-level overview of how data is shared and presented to different levels and users within the organization above the core SCADA operational and process needs. This data map is important to provide a foundation for how data will be collected, stored, and presented to different users in the City/CMWD within the future SCADA system. Task 340: Level of Automation Workshop After developing an understanding of how the system is currently being used and how the City/CMWD users interact with the system and processes on a day to day basis, BC will develop alternatives to the overall level of functionality and automation for the future system to provide. BC will facilitate a workshop with the CityjCMWD to present alternative levels of automation and the corresponding impact and outcome on their implementation and future use. Task 350: SCADA Use and Needs Technical Memorandum (TM-2) BC will document the findings of this phase in a technical memorandum. A draft copy will be submitted for review and comments. BC will facilitate a workshop at the City office to review the draft. Following the workshop, the comments collected from the workshop and prior to the workshop will be incorporated into the final TM for review and acceptance. Phase 400: PLC and HMI Standardization To standardize on specific manufacturers for the PLC and HMI that will be utilized throughout the implementation of the future system, BC will help the City/CMWD establish evaluation criteria to satisfy the needs of the systems. BC will then help the CityjCMWD develop a Request for Bids (RFB) for a pubic evaluation process using those evaluation criteria. BC will facilitate a selection process with the CityjCMWD and the City/CMWD's procurement department to evaluate and select the specific PLC and HMI upon which the future system will be standardized. Task 400: PLC and HMI Evaluation Criteria Based on the functionality and deficiencies identified in the previous phase, the evaluation criteria for functionality and foundation to meet the specific needs of the CityjCMWD's users will be established. Evaluation criteria that support the CityjCMWD's needs will be developed for each of the major SCADA levels: 1) field control (PLC); and 2) operator interface (HMI, including historical data collection, enterprise data management and enterprise connectivity). The strengths and weaknesses of each core technology type will be evaluated based on how well each technology meets the needs of the City/CMWD. One of the evaluation criteria will include manufacturer stability and their history of serving the water and wastewater industries. References for the participating manufacturers will be contacted for unbiased feedback and the HMI manufacturers will be required to provide a software demonstration made for this project. Task 410: Request for Bid Preparation In order to remain open and competitive to meet the requirements of the CityjCMWD regulations and procurement requirements, BC will assist in the development of a Request for Bid (RFB) for the two main areas: PLC's and operator interface software (HMI), including historical data collection, enterprise data management and enterprise level connectivity. There will be one single RFB for the PLC and HMI. BC will describe that manufacturers can bid on one or both but that the units will be selected individually. BC will coordinate with the City/CMWD's procurement department to develop the technical and scoring requirements of each of the RFBs, including overall functional requirements and manufacturer response criteria. Manufacturers will be required to also submit local references. BC will develop the bid form for the proposers to submit their unit prices to be provided for a long-term contract with a pre-established escalation rate, as one of the evaluation criteria. BC will participate in two coordination meetings with the procurement department. The HMI evaluation will be set up in a two-step process. The first step will provide an initial evaluation based on the established evaluation criteria. The second step will be set up for the manufacturer to demonstrate system capabilities as specified in the evaluation criteria. For the second step in the HMI evaluation, the RFB will require the top three bidders to present a demonstration to the BC/City/CMWD team and to provide three local customers who would be willing to serve as a reference and give the BC/City/CMWD team a tour. I Brown ANo Caldwell ! SCOPE I Page 4of 10 City of Carlsbad/CMWD SCADA Master Plan for Sewer, Water, and Recycled Water Systems Scope of Work The PLC evaluation will be single step, and the PLC bidders will only be evaluated on the criteria provided in the request for bids. Task 420: Support during RFB and Negotiations During the RFB process, BC will provide coordination and support to the City/CMWD and the procurement department. This support process includes manufacturer clarifications, questions, and requests for information. BC will also facilitate a pre- proposal meeting for the RFB to provide overview of the RFB and assist the City/CMWD in addressing technical questions and clarifications. Following the receipt of the manufacturer proposals, BC will support City/CMWD with the technical review of each manufacturer proposal to provide insight on each proposer's responses to each of the requirement's and questions. Following the initial review period, BC will facilitate one, two-hour (2-hr) workshop, to review the manufacturer responses to the RFB and provide technical insight and feedback. For the selection of HMI, including historical data collection enterprise data management and enterprise connectivity, BC will coordinate up to three manufacturer interviews and presentations to provide the team with a detailed review and presentation of the proposed offerings. BC will develop demonstration requirements that each manufacturer will be required to complete. BC will attend a site visit to a local reference provided by the bidder for each of the 3 top HMI manufacturers. After the scores have been submitted by the City/CMWD's panel members and a manufacturer selected for both the PLC and HMI, BC will assist the City/CMWD in the negotiations process for the selection of each of the platforms. In this stage of the project, the specific installation and implementation methods of the platforms/products is not defined and negotiations will be based on core pricing and support for long term purchase agreements. Task 430: PLC and HMI Standardization Technical Memorandum (TM-3) BC will document the findings of this phase as well as the specific technology platforms/products selection in a technical memorandum. A draft version will be submitted for review and comments. Phase 500: Implementation Plan and SCADA Master Plan Preparation Develop an overall plan to implement the recommended improvements identified in the needs and deficiencies. Separate each of the improvements into logical projects and prioritize them based on technical, functional, and risk mitigation needs of the system as well as alignment with the City/CMWD's Capital Improvement Plan (CIP). Task 500: Implementation Plan Technical Memorandum (TM-4) Following the selection of each of the specific technology platforms/products, BC will develop a recommended plan for improvements on the system. The plan will be separated into three sections: • Immediate Improvements: For improvements that are recommended to be completed immediately following this project. These recommendations will include high-priority and foundational-level improvements to address areas of risk within the current system and provide the foundational improvements needed for the core implementation projects. This phase will also identify the needs for both internal and external support and the inclusion of specific roles to support the new system and the training andjor competencies of the City/CMWD's staff required. • Core-Within Five Years: A staged approach to implement the recommended improvements within five years following this project. These recommendations will include a structure and hierarchy of critical to less critical improvements that focus on providing core system functions and features and provide system stability and improved operations. Within this period, it is intended that each of the core areas of the SCADA system be implemented and ready for the future optimization phase. • Future Vision: The future vision portion of the plan will include recommended future improvements to provide system optimization and increase user performance. These recommendations include areas such as enterprise connectivity improvements, increased levels of automation, and future system-wide consolidation measures. • Climate Action Plan: provide a brief section/table describing qualitatively how the recommended improvements align with the Utilities Division's CAP action to "improve water utilities (including water supply, wastewater, and recycled water) conveyance, treatment and distribution, and other system improvements." The overall planned stages will be separated based on criticality, technical requirements, and an agreed upon total yearly capital improvement investment budget. Alternative delivery options will be evaluated. SCOPE I Page 5 of 10 City of Carlsbad/CMWD SCADA Master Plan for Sewer, Water, and Recycled Water Systems Scope of Work BC will document the implementation plan and selected construction methods for each project in a technical memorandum (TM-4), that includes the engineer's opinion of probable cost, provided in the task below. Task 510: Engineers Opinion of Probable Cost and Implementation Schedule BC will develop an engineer's opinions of probable cost for each of the recommended projects for the "Immediate Improvements" and "Within Five Years" planning stages. Opinions of probable cost will be provided for planning purposes only and are not intended to provide actual cost of hardware, installation, or professional services. A high-level project based schedule will be developed to show the relationships between key projects and implementation stages as well as provide the City/CMWD with overall timing and staging understandings. Two opinions of probable cost and schedules will be provided: one for Design-Bid-Build construction method with individual projects, and one with Design-Build construction method for the "Immediate Improvements" stage and the "Core -Within Five Years" stage. This will provide the City/CMWD with an understanding of the cost and schedule implications of both construction methods to make an educated decision. The risk aspect of both approaches will be provided as well. The schedules and opinions of probable cost will be presented within the implementation plan workshop and documented within TM-4, presented above. Task 520: Workforce Assessment BC will work with CityjCMWD staff to determine the best approaches to staff the new system. BC will provide details on the different classification of staff required to work on different aspects of the SCADA system, including engineering to support the CIP implementation, operations to support the operations and maintenance of the new system, and asset management to support the tracking of the system Task 530: SCADA Master Plan Proposed Table of Contents BC will prepare a proposed Table of Contents (sections and sub-sections), consistent with the proposed technical memos, and shall present the document at the Kick-off Meeting. The Table of Contents shall be considered a living document and shall be included and updated with each plan chapter submitted. Task 540: SCADA Master Plan Documentation Following the final acceptance of the Implementation Plan Technical Memorandum (TM-4), BC will combine each of the technical memorandums, TM's 1-4 in a single consolidated report document. BC will develop an executive summary to provide a high-level overview of the projects process, findings, improvement projects, and budget Task 550: Presentation to Upper Management/City Council/Board of Directors BC will prepare presentation for the CityjCMWD upper management or City Council/Board of Directors. BC will submit draft presentation and review with CityjCMWD 6 weeks prior to the meeting. BC will incorporate comments and provide final presentation four weeks prior to presentation. Present with CityjCMWD staff to CityjCMWD upper management or City Council/Board of Directors. Phase 600: Additional Services through Implementation BC will continue to support the CityjCMWD staff through the implementation phase of the SCADA projects. Based on the selected project delivery option, BC will prepare either design documents for design-bid-build projects or bridging documents for design-build projects. Task 600: Services through Implementation BC will provide details of services and costs based on the project implementation plan that was developed in Phase 500. BC will support the City's staff on an as-needed basis providing support in the following: • Work with the CityjCMWD to determine if having pre-qualifications for System Integrators would help provide a better quality of deliverable. If so, develop pre-qualification criteria and documentation that System Integrators would have to meet to qualify to bid SCADA projects for the CityjCMWD. • Detailed design with Plans and Specifications to implement projects that have been designated for design-bid-build delivery. Once the project is bid, BC will provide services during construction with submittal reviews and responses to requests for information (RFI). BC will prepare any documents needed for change orders. SCOPE I Page 6 of 10 City of Carlsbad/CMWD SCADA Master Plan for Sewer, Water, and Recycled Water Systems Scope of Work • Work with the CityjCMWD to determine if having pre-qualifications for design-build contractors (System Integrators) would help provide a better quality of deliverable. If so, develop pre-qualification criteria and documentation that System Integrators would have to meet to qualify to bid SCADA projects for the City/CMWD. • Bridging documents to implement projects that have been designated for design-build delivery. Require checks throughout the project for the design-build team to submit or demonstrate to ensure the project is being delivered as expected. Ensure the project maintains the schedule and provide exit ramps for contractor/project if there are major red-flags along the way. • Evaluate enterprise connectivity optimization efforts of data analysis and compatibility of SCADA with other software, such as desktop dashboards, CMMS, GIS, and asset management software. • Evaluate other optimization efforts, such as automation. Task 610: Owner's Representative Services BC will provide owner's representative services for the CityjCMWD during the implementation phase of the SCADA projects. The intent would be to have a dedicated PM for the SCADA projects whose responsibilities may include coordination between the CityjCMWD and the Contractors delivering the project (scheduling, meetings, communication, and coordination), as well as quality review of design and contracting documents for technical, constructability, cost estimating, PLC/HMI manufacturer and implementation standardization, and consistency with the SCADA Master Plan. The PM tasks will include scheduling, meetings, coordination and other typical PM tasks. Phase 700: Communication System Development Develop an overall improvement and migration plan to implement the recommended improvements for a comprehensive communication system. This would be a good opportunity to work with City IT staff to see if there is any overlap with the work they are doing for the Smart City communications. Provide cost estimates for planning development. Task 700: Remote Communications Architecture Options Evaluation Communications is a critical part of the current and future SCADA system and its reliability and robustness is key to the success of the end system. As such, it is important for the team to evaluate the options available to provide these communications and evaluate the technology options to determine the best fit for the future system. In SCADA systems there are two main communications areas to develop: the communications between remote sites and the system operations center, and the communications between the SCADA system and the City/CMWD's overall organizational network to provide users access to the data the system collects and provides. The specific architecture and technology utilized to provide communications between the SCADA system and the CityjCMWD's overall organizational network is highly based on the specific operational interface and historical platforms chosen and is defined in future tasks within this scope. BC will begin this task by having a dedicated meeting at the City office with the City IT department to determine the specific interconnections between the systems and the City IT connection locations. The meeting will also include a discussion on the future plans within the City IT department to gather an understanding of the future interconnections and potential sharing of infrastructure. In regards to the communications between remote sites and the system operations centers, it is important to select a technology that allows the CityjCMWD to easily maintain and support. In addition, one that provides a level of reliability and overall throughput to allow for the appropriate level of access. Radio telemetry systems are the current base technology within the industry used to provide communications and provide the users with complete control and access. The team will include a high-level feasibility analysis of utilizing radio telemetry as a means of communications. BC will plot each remote site and operational location within a radio survey software to determine the theoretical expected throughput and reliability of each path. An overall radio path diagram will be developed for the system to define where radio telemetry is feasible to utilize. This software based evaluation will provide the team with an understanding of the feasibility of radio telemetry to provide the communications needed. BC will also provide a high-level overview and evaluate options on other technologies available, including third party networks, and detail the strengths and weaknesses as well as the implications to utilizing these technologies for the system. Following the evaluation, BC will facilitate a workshop at the City office to present the options to the City/CMWD and guide the team towards an overall core technology selection moving forward. The evaluation of each of the options and the recommended technology for remote site communications will be documented in aTM. SCOPE I Page7of10 City of Carlsbad/CMWD SCADA Master Plan for Sewer, Water, and Recycled Water Systems Scope of Work Task 710: Radio Path Study Based on the conceptual future network architecture diagram developed in the master plan, through a subcontractor, BC will facilitate the evaluation of the use of radio communications for sites that have been selected as feasible use of radio communications. A preliminary software-based radio study will be developed using the terrain topology and existing site location information. This preliminary study will evaluate the existing site conditions to determine if a radio communications system for the site is feasible. Once a site has been evaluated and deemed feasible for radio communications use, radio test equipment will be placed at the location of each end of each path and data will be collected to determine the radio propagation between each location. The expected performance of the path and recommended frequency will be tested for end radio frequency (RF) propagation and expected link performance. Once site visits are conducted and the overall existing communications architecture is evaluated, we can determine which sites require a radio path study. A preliminary paper study will be conducted for all sites. Task 720: Engineers Opinion of Probable Cost BC will develop opinions of probable cost for the communication system improvements based on findings from Task 710. Phase 800: PLC and HMI Standards Development The intent is to provide written standards for the implementation of field controllers (PLC's) and HMI systems to be followed for the future SCADA projects and upgrades at the CityjCMWD. Standards at the field controller level will help CityjCMWD programming maintenance personnel when it comes to updates and upgrades. Similarly, standards at the HMIIevel provide a look and feel that is consistent over multiple projects. Standards at all levels facilitate training of new personnel and maintain system documentation. Task 800: Field Controller (PLC) level standards BC will develop Standards for the programming requirements at the Controller level: • Controller program naming convention and basic programming structures for all programs • Set of standard programming block that build on the selected manufactures built-in library • Programming blocks identified for water/wastewater industry • When, how and procedure for programmers when they need to add to the standard library Task 810: HMI Programming Standards BC will develop Standards for the programming requirements at the HMI: • Develop color concepts to be used on all screens and determine whether the "High Performance HMI" methodology will be used • Standardize screen navigation • Standardize alarming requirements • Develop examples of process layouts to be used to convey process information Task 820: Network, Security, Redundancy, and Business & IT Architectural Standards This task defines the hardware/software standards, security/network standards, emergency control centers, and business application integration standards. In addition, this phase defines the business integration requirements, test the proof of concept, and provide guidance during equipment installation for the production SCADA system. The network architecture can be designed based on industry standards (i.e., NIST SP 800.82) and iFIX's inherent standard networking strengths. During this phase, layers of security will be identified that can be bundled together to provide a cost-effective and secure network. Consultant may assist the City/CMWD with testing the network architecture on the City/CMWD IT test bed system and then assist CityjCMWD staff in implementation SCOPE I Page 8 of 10 City of Carlsbad/CMWD SCADA Master Plan for Sewer, Water, and Recycled Water Systems Scope of Work Phase 900 Asset Management Plan The SCADA Master Plan will provide an evaluation of the SCADA system and identify operational needs, options and development of alternatives. Brown and Caldwell will support the City in two general areas related to Asset Management. This will drive considerations for change with the current SCADA system and provide decision points looking ahead. Task 900: Asset Management System Selection Brown and Caldwell will work with the City's asset management software tool. The benefit to asset management is greatest when it is applied to an Enterprise operation that includes other assets but must be bounded properly so it fits and isn't too unwieldly or 'fat'. Similarly, considerations must be given to integrations with other City systems such as Finance, GIS, HS staffing, etc. that leverage efficiency. Task 910: Asset Management Implementation-SCADA For all new SCADA assets, Brown and Caldwell will provide asset life cycle considerations such as service level, criticality, and failure consequence will be evaluated for all assets. BC will develop a registry of the assets in the SCADA system. This will serve as the foundation for this evaluation as well as long term asset management efforts. This work will be configured to leverage the asset management system selected by the City. This will allow collection and storage of legacy data for repeatable analysis and growth of the system as assets are added, decommissioned, or changed. The efforts involved will be developed and defined in detail and are expected to include: • Asset Registry: Development of asset listing, asset characteristics, classifications. This will include software, servers, PLC's, field devices, communications networks, data repositories, and support systems such as backup power and HVAC. • Criticality Assessment: Development of consequence of failure criteria for use in determining the criticality of SCADA assets will consider criteria such as Safety, Operational, Maintenance, Environmental, Failure Consequence and Regulatory. Current criticality criteria for other utility assets will also be considered. Evaluation of asset registry using these established criteria will be performed and documented. • Service Level: SCADA systems monitor and control many diverse assets performing a variety of functions. Within that the actual monitoring and control sensitivity will vary even across a single asset. For example, equipment run time may not be as critical as equipment operating status in certain applications. The appropriate performance metrics will be assessed to establish performance expectations for SCADA assets which will support other master planning decisions. • Asset Condition: Evaluate condition and assess remaining useful life of existing assets through visual inspection, available performance data and discussions with maintenance staff. This will consider not only the current operating performance but vulnerability due to obsolescence. • Risk: Asset Risk as a combination of Likelihood (Condition) and Consequence (Criticality) of Failure will be assessed. This will support master planning decisions such as immediate vs long term improvements, maintenance and inspection intervals, and materials stocking for replacements. • Maintenance Needs: Depending on the current risk level, certain assets may require more frequent inspection to assure proper operation. Device condition, installation environment, criticality of performance (safety or regulatory), etc. all drive how frequently an asset may require attention. This is especially sensitive in the SCADA industry with obsolescence becoming a great factor in replacement. BC will evaluate the asset registry and current maintenance program for modifications to assure performance at the desired level of service. • Repair/Rehabilitation/Replacement: Based on the previous activities, SCADA assets will be evaluated and prioritized recommendations will be developed to effectively use available capital improvement funding and maintenance resources to reduce risk. Risk reduction may be accomplished through modified maintenance activities, more detailed inspection, purchase of critical spare parts, repair or rehabilitation, or capital replacement improvements. Planning level costs will be developed and a sequence and schedule for implementing the improvements will be provided. Brown and Caldwell's Replacement Planning Model (RPM) may be used to forecast replacement needs in the future based on the asset registry and useful life. • SCADA Asset Management Plan: A SCADA asset management plan will be prepared to compile and document the findings, results and recommendations from the previous tasks. SCOPE I Page 9 of 10 City of Carlsbad/CMWD SCADA Master Plan for Sewer, Water, and Recycled Water Systems Scope of Work Compensation Compensation for services stated herein shall be as provided on an as-needed basis authorized via Task Orders. Each Task Order prepared for authorization will include a detailed scope of work and not-to-exceed fee estimate. Work will only be performed via task orders authorized by the City/CMWD. Invoices will be submitted monthly. Schedule BC shall complete the work within the time frame stated in the task order. The schedule time begins after the City/CMWD provides a written Notice to Proceed for respective task order. SCOPE I Page 10 of 10 Hourly Rate Schedule Hourly Rates Subconsultants The hourly fee schedule shown below will be valid for the duration of the master plan project. Other indirect costs are all inclusive with this rate schedule. Additional services for the master plan wi II be charged at the rates provided. As noted within the RFP, BC will limit subconsultant mark-ups to 10-percent. Travel Mileage will be billed at $0.54 per mile. Additional travel and flight costs may be incurred at the request of the City/CMWD for technical team members to be present at workshops. Engineenng TechnicaljSc1entific A B Drafter Trainee Field Service Technician I c Assistant Drafter Field Service Technician II Drafter Engineering Aide D Field Service Technician Ill Inspection Aide Engineer I Geologist;Hydrogeologist I Senior Drafter E Senior Illustrator Scientist I Inspector I Senior Field Service Technician Engineer II F Inspector II GeologistjHydrogeologist II Lead Drafter Scientist II Lead Illustrator Administrative Office/Support Services $63 Word Processor I $85 Office Support Services II Word Processor II Office $92 Support Services Ill Accountant I Word Processor Ill Office $108 Support Services IV Accountant II Word Processor IV $131 Accountant Ill Area Business Operations Mgr $153 Technical Writer Word Processing Supervisor I BrownANoCaldwell I 0 Printed on recycled paper SCADA Master Plan for Sewer, Water. and Recycled Water Systems 1 C-1 Appendix C 11 Hourly Rate Schedule Engineer Ill Inspector Ill Geologist;Hydrogeologist Ill Accountant IV G Senior Designer $180 Supervising Drafter Scientist Ill Administrative Manager Supervising Illustrator Senior Engineer Senior Geologist H Principal Designer Hydrogeologist Senior Technical Writer $204 Senior Construction Engineer Senior Engineer Senior Scientist Principal Engineer Principal Geologist; Principal Construction Engineer Hydrogeologist Corp. Contract Administrator $231 Supervising Designer Principal Scientist Supervising Engineer Supervising Scientist J Supervising Constr. Engineer Supervising Geologist Assistant Controller $245 Supervising Engineer Hydrogeologist Managing Geologist K Managing Engineer Hydrogeologist Area Bus Ops Mgr IV $267 Managing Scientist L Chief Engineer Chief Scientist Corp. Marketing Comm. Mgr. $285 Executive Engineer Chief Geologist;Hydrogeologist M Vice President $316 N Senior Vice President $353 President 0 Executive Vice President $353 P Chief Executive Officer $353 Brown and Caldwell SCADA Master Plan for Sewer, Water, and Recycled Water Systems I C-2