Loading...
HomeMy WebLinkAbout2009-07-07; Municipal Water District; 687; Contract to update water master planCARLSBAD MUNICIPAL WATER DISTRICT AGENDA BILL AB# eay MTG- 07/07/09 DEPT. ENG APPROVAL OF PROFESSIONAL SERVICES AGREEMENT WITH POST, BUCKLEY, SHUH & JERNIGAN, INC TO UPDATE THE WATER MASTER PLAN PROJECT NO. 5016 DEPT. HEAD^/pj^ CITY ATTY. f£ CITY MGR. (jJ-' RECOMMENDED ACTION: Adopt Resolution No.1362 approving the professional services agreement with Post, Buckley, Shuh & Jernigan, Inc. for the Water Master Plan Update, Project No. 5016. ITEM EXPLANATION: The District completed its last Water Master Plan Update in March 2003, which was based on data through 2001. Since the preparation of the last update, the City of Carlsbad has grown significantly and will be approaching buildout by 2025. The District is also pursuing new water supply mix consisting of imported water and desalinated seawater and expansion of its recycled water supply distribution system. In addition, the reliability of imported water and additional drought management impacts on customers need to be established. For these reasons, it is necessary to prepare an update to the Water Master Plan. The Water Master Plan will include all work necessary to evaluate and document the condition and capacity of the existing potable water system, review impacts of planned future development in accordance with the City of Carlsbad Planning Department data, develop data for the computer model and GIS system, discuss existing and pending regulations that could impact the potable system, recommend prioritized system improvements and prepare a comprehensive Potable Water Master Plan report for the District. CMWD issued a Request for Proposals to six qualified engineering firms with experience in master planning of potable water systems. Proposals were received from four firms. The proposals were evaluated by a committee of Public Works staff in accordance with the procedures listed in Carlsbad Municipal Code section 3.28.060. Based on the ranking of the proposals by the staff selection committee and a subsequent interview process, staff is recommending that the Board of Directors execute a professional services agreement with Post, Buckley, Schuh & Jernigan, Inc. (PBS&J) to prepare the Water Master Plan Update. ENVIRONMENTAL IMPACT: The planning phase of the project is statutorily exempt from the requirements of the California Environmental Quality Act (CEQA) per Section 15262, Feasibility and Planning Studies, of the State CEQA Guidelines and will not have any adverse significant impact on the environment. A CEQA document and Notice of Determination will be processed and filed prior to adoption of the Water Master Plan. DEPARTMENT CONTACT: Eva Plajzer, (760) 602-2787, eva.plajzer@carlsbadca.gov FOR CITY CLERKS USE ONLY. COUNCIL/BOARD ACTION: APPROVED DENIED CONTINUED WITHDRAWN AMENDED D D D D CONTINUED TO DATE SPECIFIC D CONTINUED TO DATE UNKNOWN D RETURNED TO STAFF D OTHER -SEE MINUTES D Page 2 FISCAL IMPACT: The estimated Water Master Plan Update funding costs are shown below in Table 1. TABLE 1 WATER MASTER PLAN UPDATE PROJECT NO. ESTIMATED PROJECT COST 5016 PROJECT Master Plan Preparation (PBS&J Contract) CEQA Compliance Staff Administration PROJECT TOTAL COST CURRENT APPROPRIATION ADDITIONAL APPROPRIATION REQUIRED ESTIMATED COSTS $436,949 $30,000 $33,051 $500,000 $500,000 $0 The 2008-2009 CIP appropriated $500,000 from the Water Connection Fund for the Water Master Plan Update. Sufficient funds are available in the Water Connection Fund to accommodate the cost of the study. EXHIBITS: 1. Resolution No. 1362 Buckley, Shuh & Jernigan, Inc. for the Water Master Plan Update, Project No. 5016. _approving the Professional Services Agreement with Post, 2. Professional services agreement with Post, Buckley, Shuh & Jernigan, Inc. to provide engineering services for the Water Master Plan Update. 1 RESOLUTION NO. 1362 2 A RESOLUTION OF THE BOARD OF DIRECTORS OF 3" 4 5 6 7 8 9 10 11 19 20 21 22 CARLSBAD MUNICIPAL WATER DISTRICT (CMWD) APPROVING THE PROFESSIONAL SERVICES AGREEMENT WITH POST, BUCKLEY, SHUH & JERNIGAN, INC. TO PROVIDE ENGINEERING SERVICES FOR THE WATER MASTER PLAN UPDATE. PROJECT NO. 5016. WHEREAS, the Board has determined it is necessary and in the public interest to enter into an agreement with Post, Buckley, Shuh & Jernigan, Inc. for the preparation of the Water Master Plan Update, Project No. 5016; and WHEREAS, Public Works staff solicited proposals from six qualified engineering firms consistent with Carlsbad Municipal Code Section 3.28.070; and WHEREAS, staff received, reviewed and rated proposals from four engineering firms; 13 WHEREAS, subsequent to a review of the proposals, staff recommends Post, Buckley, Shuh & Jernigan, Inc. as the most qualified engineering consultant for the project; and WHEREAS, staff and Post, Buckley, Shuh & Jernigan, Inc. have negotiated fees in the 15 sum of $436,949 to provide engineering services described in this professional services 16 agreement; and WHEREAS, funds has been appropriated in the 2008-2009 Capital Improvement 18 Program from the Water Connection Fund; and WHEREAS, funds in the Water Connection Fund are sufficient for the project. NOW, THEREFORE, BE IT RESOLVED by the Carlsbad Municipal Water District Board of Directors of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct and incorporated herein. 2. That the President of the Board is hereby authorized and directed to execute the Professional services agreement with Post, Buckley, Shuh & Jernigan, Inc. to provide engineering services for the Water Master Plan Update. 26 27 28 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 PASSED, APPROVED AND ADOPTED at a Special Meeting of the Board of Directors of the Carlsbad Municipal Water District of the City of Carlsbad on the 7th day of July, 2009, by the following vote to wit: AYES: Board Members Lewis, Kulchin, Hall, Packard and Blackburn. NOES: None. ABSENT: None. ACEWIS, ATTEST: Secretary 7\Win"/,,, x^\<«*> /^**&£ a-.c PWENG687 AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES FOR WATER MASTER PLAN UPDATE, PROJECT NO. 5016 (POST, BUCKLEY, SCHUH & JERNIGAN, INC.) ctL,THIS AGREEMENT is made and entered into as of the 0 day of C^^^yr ' 2009' by and between tne CARLSBAD MUNICIPALWATER^DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad, referred to as "CMWD", and POST, BUCKLEY, SCHUH & JERNIGAN, INC., a Florida corporation, ("Contractor"). RECITALS A. CMWD requires the professional services of an engineering firm that is experienced in hydraulic models and water master plans. B. Contractor has the necessary experience in providing professional services and advice related to preparation of a hydraulic model and water master plan. C. Selection of Contractor is expected to achieve the desired results in an expedited fashion. 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. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of fifteen months from the date first above written. The Executive Manager may amend the Agreement to extend it for 2 additional one-year periods 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. General Counsel Approved Version #05.06.08 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 a not-to-exceed fee of four hundred thirty six thousand nine hundred forty nine dollars ($436,949) paid on a time and materials basis. No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. CMWD reserves the right to withhold a ten percent (10%) retention until CMWD has accepted the work and/or Services specified in Exhibit "A". 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. General Counsel Approved Version #05.06.08 (S 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 the City and its 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 City incurs or makes to or on behalf of an injured employee under the City's self- administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VH", OR with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X". 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless the General Counsel 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. 10.1.1 Commercial General Liability Insurance. $1.000.000 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. General Counsel Approved Version #05.06.08 10.1.2 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. 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 The CMWD and the City of Carlsbad will be named as an additional insured on General Liability. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to CMWD sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to CMWD's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to CMWD. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then CMWD will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by CMWD to obtain or maintain insurance and CMWD may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. CMWD reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. General Counsel Approved Version #05.06.08 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 Eva Plaizer Name James J. Straver Title Senior Civil Engineer Title_ Associate Vice President Carlsbad Municipal Water District Post, Buckley, Schuh & Jernigan, Inc. Address 1635 Faraday Avenue Address 1555 Faraday Avenue Carlsbad. CA 92008 Carlsbad. CA 92008 Phone No. 760-602-2787 Phone No. 760-603-6000 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 CMWD will evaluate Contractor's duties pursuant to this Agreement to determine whether disclosure under the Political Reform Act and CMWD's Conflict of Interest Code is required of Contractor or any of Contractor's employees, agents, General Counsel Approved Version #05.06.08 or subcontractors. Should it be determined that disclosure is required, Contractor or Contractor's affected employees, agents, or subcontractors will complete and file with the Secretary of the Board those schedules specified by CMWD and contained in the Statement of Economic Interests Form 700. Contractor, for Contractor and on behalf of Contractor's agents, employees, subcontractors and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. Contractor further warrants that neither Contractor, nor Contractor's agents, employees, subcontractors and consultants have any ancillary real property, business interests or income that will be affected by this Agreement or, alternatively, that Contractor will file with the CMWD an affidavit disclosing this interest. 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. General Counsel Approved Version #05.06.08 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 General Counsel Approved Version #05.06.08 7 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. JURISDICTIONS 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 or 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. General Counsel Approved Version #05.06.08 8 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. CONTRACTOR POST, BUCKLEY, SCHUH & JERNIGAN, INC., a Florida corporation DAMES (print name/title) (e-mail address) CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act offflW, and a Subsidiajy-District ofth/XWofCc Pn ~ (sign hereV'Charles D. Jrostra Assistant 'Secretary (print name/title) cdnostra pbsj.com (e-mail address) 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: RONALD R. BALL, General Counsel By:. General Counsel Approved Version #05.06.08 NOTARY ACKNOWLEDGEMENT STATE OF FLORIDA } COUNTY OF MIAMI-DADE} * PERSONALLY APPEARED before me, the undersigned authority, Charles D. Nostra , well known to me or who has produced as identification and known by me to be the Assistant Secretary of the corporation named above, and acknowledged before me that they executed the foregoing instrument on behalf of said corporation as its true act and deed, and that they were duly authorized to do so. ,thWITNESS my hand and official seal this 19m day of May, 2009. NOTARY PUBLIC Print Name: DEBORAH LYNN SHIMEL My Commission Expires: Nov. 13,2009 ;-,, DEBORAH LYNN SHIMEL i»: m*& MY COMMISSION #00 452060 feMs*-?/ EXPIRES: November 13,2009 '''ff&utffi'' Bonded Thru Notary Pyblie Underwriters CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of before me,^ ._ . (Here insert name and title of the officer) personally appeared AlOVAXy Y who proved to me on the basis of satisfactory evidenceJo be the personCM whose namsfltfis^re subscribed to the within instrument and^ggknowledged to me thaffie/foie/they executed the same iiQiis^iier/their authorized capacity(ij/), and that byQns^ier/their signature^) ontne instrument the person(JQ, or the entity upon behalf of which the person(¥) 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. and and official seal. (Notary Seal) OFFICIAL SEAL•S8&I&J8MCOMM. NO. 1593253 ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) Number of Page le or description of attached document continued) »/$4^bo%urnent Date (Additional information) CAPACITY CLAIMED BY THE SIGNER D Individual (s) D Corporate Officer D Dnn (Title) Partner(s) Attorney-in-Fact Trustee(s) Other INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signer). Please check the document carefully for proper notarial wording and attach this form if required. • State and County information 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. h«/she/Aeyr is /we) or circling the correct forms. Failure to correctly indicate this information may 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. •5* 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 2008 Version CAPA v!2.10.07 800-873-9865 www_.NotaryClasses.com EXHIBIT A SCOPE OF WORK FOR CARLSBAD MUNICIPAL WATER DISTRICT POTABLE WATER MASTER PLAN Task 1 - Project Management and Meeting 1.1 Meetings A. Kick-Off Meeting. The Consultant shall conduct a kick-off meeting with City staff. Prepare and submit meeting agenda and meeting notes. B. Coordination Meetings. The Consultant shall conduct a minimum of three (3) meetings with other City departments (CIS, Planning, Operations and Maintenance, Fire, etc.). Prepare and submit meeting agendas and meeting notes. C. Monthly Status Meetings. The Consultant shall attend 12 monthly status meetings to summarize project status, share information, and gain concurrence on key project issues. Prepare and submit meeting agendas and meeting notes. D. Operations System Workshop #1 - System Overview. Meet with operations staff for a half day to go over the water system in detail. Each pressure zone will be discussed. Operational issues and system management will be covered. E. Operational Workshop #2 - Maintenance and Regulations. See Task 5 1.2 Management and Coordination. Management and coordination assumes a 12 month project duration, as proposed in the project schedule. A. Project Control Plan. PBS&J will prepare a written Project Control Plan for the project and submit the plan to the City. The plan will include contact information, the scope, budget, and schedule. B. Monthly Project Management. PBS&J's project manager will prepare brief bulleted status items each month with the invoice. At key periods during the project (assumed to be three times), the project manager will provide schedule and budget updates, including Earned Value charts. C. Coordination with District. PBS&J will coordinate with the District management staff on management issues related to the project. D. Coordination with Project Team. Project manager will meet with and communicate project needs with the internal project team and subconsultant team members. E. Coordination with Related Planning Activities. The project manager shall coordinate with project related activities performed by others, including obtaining planning horizon years, obtaining cost of service study requirements, and discussing land use and unit demand methodology from the sewer system consultant. Recycled water system coordination is included in Task 4. Rev.Ma/13,aX8 Page 1 of 12 \Vi> Task 2 - Data Collection and Document Review 2.1 Prepare a data needs memorandum for the District to provide to the consultant. 2.2 Obtain and review the following documents, if readily available: • 1997 Water Resources Master Plan • 2003 Water Master Plan Update • 2005 Urban Water Management Plan • Water System Atlas Maps from CIS • Drinking Water System Operating Permit • Facility data on pipes, pump stations, reservoirs and regulating valves • Pump operation curves • SCADA system setup and available information • Typical operational settings in the field, such as pump set points, PRV/PRS settings, and tank levels • Maintenance report logs • Water quality data • Historic water production/consumption data • Annual San Diego County Water Authority purchases • Three years of water meter record data (2006, 2007, 2008) • Volume 2, Chapter 3 of the District's standards • Other relevant planning and engineering reports and documents, GIS and as- built drawings, operational data, and geographic information data 2.3 Model/GIS/Data Evaluation. Evaluating the existing model data, GIS data and billing data is an important step in determining the level of effort required to build an accurate modeling tool. The following tasks are included: A. Data/Model Analysis. Obtain and review District's current water model. Review model setup and completeness of data with District staff. Determine percent of pipe age and material data in model. Review pertinent GIS files with the District. A modeling update approach will be developed with the District staff. B. Obtain/Review GIS data. Evaluate available GIS data for its use in updating the model to current conditions. Determine which pipes and nodes should be included in the hydraulic model. In addition, determine what information should be updated for pipes and nodes that already exist in the hydraulic model and how, if possible, to update the model with this information. Identify additional information needs to be developed by the District. C. Determine Meter Data Linkage Potential. The District will link billing account data/demands to the GIS system. Consultant will develop tributary areas for demand nodes in the model, and then intersect the tributary areas with the GIS data (linked by the District). Consultant will summarize the percentage of demands linked to the model. If less than 90 percent of the total District demand is linked, Consultant shall request additional meters be located and added to the GIS data by the District. If the Rev.M-y13,ZX3 Page 2 of 12 total capture is still below 90 percent, then the District and Consultant will discuss the options to link additional meters. D. Land Use and Boundary GIS database. Obtain and review the land use database and boundary information. It is assumed that the District has an established boundary that coincides with its sphere of influence. If they differ, the District will make a determination on which will be used for planning purposes. The Consultant will not be required to perform any work to correct or reconcile the boundary. In addition, it is assumed that the land use database provided is current and will not require the Consultant to update the database with project specific information on newly approved or proposed developments. E. Summary memorandum. Prepare a memorandum summarizing the quality of the available data, missing data, and impacts to the quality of the master plan report. Deliverables for Task 2 • Data Needs Memorandum • Data Assessment Memorandum • Chapter 2 Introduction Task 3 - Criteria and Demand Analysis 3.1 Criteria. Review other agency's planning criteria and compare to District water system planning guidelines. Suggest modifications for District review. Key criteria include unit demands, pressure and flow requirements, storage, fire flow, and facility redundancy. The criteria task includes reviewing the planning criteria in the District's standards, and the criteria used for hydraulic modeling. 3.2 Demands A. Existing Demands. Summarize existing demands based on the evaluation performed in Task 2. Sort top 100 water users and compare GIS locations with model locations to confirm pressure zone accuracy. B. Build-out Demands. Based on the Task 2 activities, determine if sufficient land use data is available for vacant parcels, infill and redevelopment areas. If so, demands for these elements will be estimated using the master plan unit factors; then added to the linked meter data. This approach provides the most accurate demand estimating methodology. If specific land use information is not readily available for these specific elements, general plan land use data will be used with unit demands for the entire District (i.e., existing meter linkage data would only be used for the existing condition). Obtain residential and employment population projections from SANDAG for the purposes of estimating build-out demands. Compare the population approach with the land use approach. C. Phasing. Provide future demands for 2010 through 2040 in 5 year increments, and build-out. Phasing totals will be proportioned based on available San Diego Association of Government (SANDAG) population data. fev.May13,20(B Page 3 of 12 D. Historical and Projected Demands. Develop a graph of historical and projected demands, including data from the 2003 Master Plan, the existing demands estimated in Task 2, and the phased ultimate demands estimated above. Coordinate phasing periods with other master plan efforts ongoing at the City. E. Annual and Seasonal Peaking Factors; Diurnal Curves. Evaluate annual, seasonal, and diurnal variability in demand and develop peaking factors to be used for hydraulic modeling and future planning. Develop a maximum day diurnal curve for the existing system and ultimate system. Also develop a minimum day diurnal curve (applicable for both existing and ultimate conditions). F. Demand Summary Table. Summarize statistical demand information such as minimum day, maximum day, unaccounted for water. Summarize the geographic distribution of demand on a zone by zone basis. Task 4 - Water Supply 4.1 Existing Supply. Evaluate and summarize existing water supply sources, capacities, and potential issues that could affect water delivery to the District. 4.2 Future Supply. Identify future supply sources needed to meet demands developed in Task 3. Seawater desalination should be given special consideration as well as recycled water. Future supplies shall be provided for 2010, 30 years in 5 year increments, and build-out. Summarize Carlsbad's groundwater rights, legal issues, status of wells and delivery system based on readily available reports provided by the District. Summarize other water supply sources in concept only with approximately one paragraph. 4.3 Supply Reliability. Discuss supply reliability and opportunities to improve potable supply reliability. 4.4 Budgetary Costs. Provide budgetary cost data on a per acre foot basis for imported water, desalination, groundwater and recycled supplies based on existing information provided by the District. 4.5 Recycled Demand Coordination. Coordinate water supply with the Recycled Water Master Plan as to the amount of potable water demand that can be converted to recycled water. 4.6 Supply and Demand Technical Memorandum. Prepare a Technical Memorandum summarizing the findings of Tasks 3 and 4. Task 5 - Potable Water Regulations 5.1 Operational Workshop #2 (See also Task 1). Meet with Operations to understand maintenance procedures and discuss a long range plan to develop maintenance programs and asset management. F&. Ma/13,2009 Page 4 of 12 5.2 Standards and Regulations. Review Standards, Ordinances, and Regulations as pertain to potable water distribution systems. Review the District's design standards, water quality management practices, and federal and state regulations pertaining to potable water distribution system and summarize findings. 5.3 Water Quality Standards. Summarize applicable State and Federal existing water quality standards. 5.4 Regulatory Issues. Provide a summary of upcoming regulatory issues that could impact potable water distribution. 5.5 Operational Standards/Guidance. Review industry standards (manufacture, American Water Works Association (AWWA), California Department of Public Health (CDPH), etc.) for ongoing inspection/maintenance requirements for potable water facilities. Produce a table/matrix that uses each type of asset/component of the system (reservoir, pump station, mile of pipe, service connection, meter, etc.) for the frequency, labor hours needed, and costs for typical maintenance based upon published information from these organizations. Provide a summary of labor-hours needed to operate the District's water system utilizing the number and type of District asset and the published unit rate information from the industry. 5.6 Monitoring/Reporting. Identify current and future potable water system monitoring and reporting requirements. Prepare a table listing monitoring type, frequency, reporting agency, test methodology, etc. Task 5 Deliverables • Technical Memorandum (Report Chapter) on Potable Water Regulations Task 6 - Potable Water Model Development and Calibration District staff has developed a potable water model in H2OMAP based on system data as of 2005. This model and modeling platform will be used as the basis for hydraulic model development for this project. The District desires to complete and calibrate the existing hydraulic model to fully represent the District's existing potable water distribution system. An extended period calibration should be performed. Once the existing model has been calibrated, it should be used for building a build-out model and necessary scenarios to develop a Capital Improvement Plan for the District. Time to develop and run the model for this task is limited to the hours in the fee estimate. 6.1 Existing System Model: Add Pipes, Facilities and Controls. Use the data collected in Task 1 and 2 to complete the facilities of the existing potable model. Provide large plots of the model with pressure zone and pipe diameter labels for District review. Incorporate District comments into model. 6.2 Calibration Plan and Field Testing. Based on the characteristics of the existing model, develop a calibration plan outlining the locations, timing and type of field testing. Approximately 17 data recorders and 40 field flow tests will be performed by District staff. The size of the pressure zones will dictate the specific amount of flow tests. These tests will be used to determine available hydrant pressures and Hazen Williams "C" Rsv.Ma/13,2009 Page 5 of 12 factors. PBS&J will outline the SCADA information needed, which will be provided by the District. District staff will collect the necessary field data and provide to the consultant. Consultant will provide one personnel to accompany District staff and assist in collecting the field data for a maximum of two days. 6.3 Field Testing Public Relations Door Hanger. Develop a one page door hanger that the City can provide residents near field testing locations. The consultant will provide the document in electronic form to the City for distribution. 6.4 Friction Factors. Develop hydraulic friction factors (Hazen Williams "C" factors) to be used for the model based on industry standards and results of the field testing. 6.5 Model Calibration. Field test data will be used to perform a steady-state calibration, while SCADA data will then be used to develop an extended period calibration. Perform calibration and develop a matrix summarizing calibration confidence and system reliability for District review. Additional refinement of the calibrated model would be considered additional work. 6.6 Build-out Model. Based on data developed in other tasks, construct a model of the build-out system. The model will include the transmission mains necessary to serve new development and/or infill only. No interior piping for these future developments will be included. Task 7 - Existing System Analysis 7.1 Existing System Analysis. The calibrated model will be used to analyze the existing potable water system. The hydraulic model will be used to size the required infrastructure to improve the existing system for hydraulic performance, and to verify that the distribution system can meet minimum pressure and velocity requirements in accordance with California regulations and District criteria. A map will be developed showing areas with fire flow deficiencies. Capital Improvement Program projects will be developed for deficient areas, and will include pipelines, pump stations, regulating facilities, and reservoir storage. Evaluation and hydraulic modeling time for this task is limited to the hours provided in the fee estimate. The following scenarios will be setup in the model: • Minimum Day • Average Day • Maximum Day • Peak Hour • Maximum Day plus Fire Flows The following conditions will be evaluated: • Maximum Day with Peak Hour Demands (Extended Period Simulation) • Fire flow during maximum day (Steady State) Fte/.Msy13,20C6 Page 6 of 12 7.2 Engineering and Operational Analyses. Perform the following specific engineering and operational analyses. Evaluation and hydraulic modeling time for this task is limited to the hours provided in the fee estimate. A. 550/490 Zone Combination. Evaluate the existing pressure zone boundaries and provide recommendations to improve service. Evaluate incorporating the 550 zone and 490 zone and discuss means to maximize the ability to deliver Maerkle Reservoir water throughout the City. B. Failure Scenarios. Evaluate the reliability of the potable water system and identify potential deficiencies. Up to four failure scenarios, identified by the District, will be evaluated. C. Winter/Summer Operation. Review winter and summer operational plans. Utilizing the minimum day and maximum day hydraulic models, provide recommendations (such as pressure control valve settings, reservoir controls, etc.) to improve distribution system operations. D. CARB Evaluation. PBS&J will prepare a report that will include an overview of global climate change issues and a description of the most common greenhouse gas constituents. The report will also include a summary of the most current applicable California legislation (e.g., Assembly Bill 1493, Executive Order S-3-05, and Assembly Bill 32) limiting greenhouse gas emissions from mobile and stationary sources. PBS&J will rely on information provided by Carlsbad Municipal Water District to identify all potential sources of greenhouse gas emissions, both direct (such as vehicular use, fuel combustion, and other operations that may emit greenhouse gas directly) and indirect (such as electricity and water demand). PBS&J will provide an inventory of greenhouse gas emissions for current and build- out conditions for the City of Carlsbad's Municipal Water District operations. Mobile and on-site energy use greenhouse gas emissions will be estimated using the URBEMIS 2007 software and the ARB EMFAC 2007 model. Stationary emissions will be estimated using plans for on-site sources received from the Carlsbad Municipal Water District and generally available process-dependent greenhouse gas emission rates. Indirect emissions will be projected using emission data from the California Climate Action Registry General Reporting Protocol. PBS&J will recommend goals and policies that will lower greenhouse gas emissions and are consistent with the State's greenhouse gas emission reduction strategies found in Assembly Bill 32 and Executive Order S-3-05. Task 8-2012 Desalination Analysis 8.1 General Support Task. This task includes assisting District staff in their ongoing phasing and implementation planning for desalinated water supply, and to support the District's efforts to develop Capital Improvement Program projects associated with delivering this new supply to Carlsbad residents. A. Desal Background Analysis. Review existing Water Supply Agreements between the District and Poseidon Resources. Review the current scenario plan and assumptions. Obtain Poseidon's proposed hydraulic service conditions. RE».Msy13,2SXS Page 7 of 12 B. Seasonal Demands Variation. Based on the water demand analyses conducted in Task 3 and the diurnal curves developed from the SCADA data, estimate a winter, average month, and peak summer demand conditions and the desalination supply percentage assuming Carlsbad's three delivery scenarios (outlined below). C. Water Quality. Obtain and review Poseidon proposed "post" water treatment system including anticipated chlorine residuals. D. Scenarios. Develop details, impacts and considerations on the following desalinated water system delivery scenarios: 1. Maximum Direct Connect Desalination. This scenario provides 25 MGD desalination water to the City with supplemental supply in peak summer months. This includes a mainline pipeline (see Scenario 3) with a connection to the Santa Fe II system. 2. Melrose Interconnect. This scenario provides approximately 75 percent desalination water to the City. This includes a mainline pipeline (see Scenario 3) with a connection via Melrose. 3. SDCWA Connection. Delivery of desalinated water via the San Diego County Water Authority aqueduct where all connections would receive desalinated water blended with imported water. Review with San Diego County Water Authority system hydraulics and seasonal flow changes on Second Aqueduct to estimate percent blend to be supplied to the District in the winter and summer months. 8.2 Hydraulic Modeling of Scenarios 1 and 2. This task will utilize the existing calibrated water system model from Task 6 to analyze Scenarios 1 and 2 above during a maximum day condition. Consultant will identify needed facilities, sizing and summarize the impacts to Maerkle Reservoir. It is anticipated that the consultant and District will work together on the model (in PBS&J's office) to run analyses and determine solutions. Evaluation and hydraulic modeling time for this task is limited to the hours provided in the fee estimate. 8.3 Summary of Delivery Scenarios. Develop a summary of Scenarios 1 through 3. The summary will include: • Scenario benefits • CIP needs (Scenarios 1 and 2) • Budgetary costs and wheeling costs • Summertime and wintertime estimates on percent of desalinated water served to the District • Operational and maintenance considerations Task 9 - Ultimate System Analysis 9.1 Ultimate System Model Analysis. Based on the ultimate demands developed in Task 2 and the ultimate system model developed in Task 6, utilize the calibrated model to evaluate the ultimate system. The hydraulic model will be used to size the required Rev. May13,2X9 Page 8 of 12 (i / infrastructure to improve the existing system for hydraulic performance, and to verify that the distribution system can meet minimum pressure and velocity requirements in accordance with California regulations and District criteria. A map will be developed showing areas with fire flow deficiencies. Capital Improvement Program projects will be developed for deficient areas, and will include pipelines, pump stations, regulating facilities, and reservoir storage. Evaluation and hydraulic modeling time for this task is limited to the hours provided in the fee estimate. The following conditions will be evaluated: • Maximum Day with Peak Hour Demands (Extended Period Simulation) • Fire flow during maximum day (Steady State) 9.2 Engineering and Operational Analysis. Using the ultimate system hydraulic model, evaluate up to one what-if scenario in the ultimate system. Evaluation and hydraulic modeling time for this task is limited to the hours provided in the fee estimate. 9.3 Phasing. Develop a phasing plan for the identified facilities in 5 year increments for a minimum of 30 years and build-out. Task 10-Water Quality 10.1 Disinfection Reagent Evaluation. Evaluate disinfection reagent options for the system. Chlorine gas is currently used in the system. 10.2 Baseline Age of Water Model. Develop minimum day diurnal demand curves and run the hydraulic model under minimum demand conditions. This analysis will be used as the basis for developing the water quality calibration plan. 10.3 Water Quality Calibration, Testing and Analysis. The objective of the Water Quality Modeling Task is to develop a calibrated chlorine residual model utilizing the calibrated extended period simulation hydraulic model from Task 6, and identify low chlorine residual areas. The calibrated model will assist in developing hydraulic solutions that may result in operational improvements and/or water system upgrades. Water quality modeling is complex and there are some limitations in the H2OMap software chlorine decay equations. Our goal is to provide the District a technical approach that offers the District the best opportunity to obtain calibration, at a reasonable cost. Consultant will: • Develop a Water Quality Calibration Plan • Summarize water distribution system chlorine residual testing (assuming 60 locations tested by the District) • Develop "best fit" H2OMap decay equations based on testing • Adjust pipe wall coefficients based on pipe material and age • Adjust wall coefficients to best match field data to model data after model reaches equilibrium • Identify low residual areas Rsv.Ma/13,2009 Page 9 of 12 • Evaluate Pressure Reducing Valve settings and pipeline looping to improve residuals • Recommend operational improvements and facilities (if needed) to improve water quality throughout the District. Key assumptions for this task: • The evaluation and recommendations will be on the existing water system and existing system operation. Analyses on the proposed desalination supply or ultimate conditions are not included. • District staff will collect water quality chlorine samples at hydrants and sampling locations in conjunction with Task 6 efforts. As indentified in the Calibration Plan. Estimated samples of three per pressure zone or about 60 samples. • District staff will conduct a bulk decay test over 4 to 10 days (duration to be sufficient to establish a steady trend). This test includes collecting multiple samples and maintaining in a controlled atmosphere, then analyzing chlorine residuals periodically to provide trend data. Task 11 - Capital Improvement Program 11.1 Unit Costs. Develop unit costs for the various facilities to be implemented. District to provide recent construction cost data based on recent construction activity. Provide a Technical Memorandum to the District for review of the unit costs to be used for Capital Improvement Program development, including pipelines, reservoirs, pressure reducing stations, pump stations, and soft costs (design, administration, legal, construction management, and contingency). 11.2 Budgetary Cost Opinions. Developed budgetary level cost estimates for the capacity- driven Capital Improvement Program based on upgrades to existing system to meet planning criteria, growth forecasts and hydraulic analyses, reliability needs, and water supply needs. Prioritize the projects and make recommendations for implementation. Develop preliminary phasing in 5 year increments, with a detailed Capital Improvement Program list for first 10 years, as indicated in previous tasks. 11.3 Rehab and Replacement. Prepare a replacement and rehabilitation methodology. The methodology will, at a minimum, take into account the material, condition, and age of facility based on information in the CIS and provided by Operations. We will apply this methodology to identify condition assessment, replacement and rehabilitation needs of the system based on industry standards for useful life. Prepare costs to implement a replacement and rehabilitation program. Operations to provide priority list of water line replacement projects between/adjacent to buildings and hard to access locations. Engineering shall provide a list of prioritized projects based on a cathodic protection evaluation. Engineering will provide technical support in developing the methodology and analysis. Consultant shall incorporate these needs into the Capital Improvement Program. Rt*/.Msyl3,2XQ Page 10 of 12 Task 12 - Prepare Draft and Final Reports Results of the study findings, analyses, discussions, and recommendations shall be summarized into a clear and well-documented report. The reports shall be bound in three-ring binders and include appropriate supporting documentation. 12.1 Report Outline. Prepare a report outline at the start of the project that outlines the proposed report organization. The report outline should at minimum include the items listed in the project outline developed by the District. This draft report outline will be discussed at the kick-off meeting and finalized early in the project to meet the District's expectations for the final deliverables. 12.2 30% Report. Prepare 30 percent draft report deliverable, which includes the following: • Table of Contents • List of Tables and Figures • Chapter 2 Introduction • Chapter 3 Existing Potable Water Facilities • District will provide comments within 30 days of submittal. 12.3 60% Report. Prepare 60 percent draft report deliverable, which includes the following: • Chapter 4 Water Supply and Demand • Chapter 5 Potable Water Regulations and Criteria • Chapter 6 Hydraulic Model Development • District will provide comments within 30 days of submittal. 12.4 90% Report. Prepare 90 percent draft report deliverable (Final Draft Report) incorporating the District's comments on previously submitted Technical Memorandums (Report Chapters) and the remaining report chapters: • Chapter 7 System Evaluation • Chapter 8 Capital Improvement Program • Chapter 9 Rehabilitation and Replacement Program • Chapter 10 Recommendations Five (5) copies of the bound final draft report shall be submitted for the District's review. Draft reports shall include all figures, tables, system maps, computer analysis, and text. The text will include recommendations for implementation, cost estimating, and a priority schedule of construction presented in both color-coded map and table format. 12.5 Executive Summary and Final Report. Incorporate the District's comments on previously reviewed and updated report chapters. Upon incorporation of the District's comments, ten (10) paper copies of the final report shall be delivered to the City and an electronic copy of the final report shall be submitted on Compact Disc in PDF format. Additionally, all electronic files (spreadsheets, reports, Technical Memorandum, figures, maps, etc.) shall be delivered to the District on a Compact Disc in the native format of the file type. Rev.Mayl$2XB Page 11 of 12 Task 12 Deliverables: 30 percent draft report, 5 copies 60 percent draft report, 5 copies 90 percent draft report, 5 copies Final Report, 10 copies in 3-ring binders and 1 copy on Compact Disc in PDF Format Electronic files on Compact Disc in native format Fto/.Ma/13,2X8 Page 12 of 12 Carlsbad Municipal Water District Potable Water Master Plan Update May 13, 2009 ATTACHMENT A ID 1 2 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 Task Name Duration I Start I Finish Predecessors I Jun I Jul Aua I Sep I Oct I Nov Dec Jan Feb Mar Apr Mav Jun Jul I Auo 1. Project Management & Meetings 307 days? Tue 6/9/09 Wed 8/11/10 Notice to Proceed 1 day? Tue 6/9/09 Tue 6/9/09 Kick-off Meeting 1 day Tue 6/1 6/09 Tue 6/1 6/09 Coordination Meetings (3) 60 days Tue 6/1 6/09 Mon 9/7/09 GIS/Planning 1 day Tue 6/16/09 Tue 6/16/09 Fire Department 1 day Mon 9/7/09 Mon 9/7/09 Operations #1 - System Operations 1 day Mon 7/6/09 Mon 7/6/09 Operations #2 - Regulations 1 day Mon 8/3/09 Mon 8/3/09 Project Management (12 mo) 302 days Tue 6/16/09 Wed 8/11/10 Monthly Status Meetings (12) 302 days Tue 6/16/09 Wed 8/1 1/10 Coordinate with Sewer & Recycled Master Plans 302 days Tue 6/1 6/09 Wed 8/1 1/10 2. Data Collection & Document Review 23 days Tue 6/16/09 Thu 7/16/09 Prepare data needs memo 1 day Tue 6/1 6/09 Tue 6/1 6/09 Review data 10 days Wed 6/1 7/09 Tue 6/30/09 14 Prepare summary memo 5 days Wed 7/1/09 Tue 7/7/09 15 Model/GIS/Data Evaluation 21 days Wed 6/1 7/09 Wed 7/1 5/09 14 Prepare Data Quality TM 1 day Thu 7/1 6/09 Thu 7/1 6/09 17 3. Demand Analysis 72 days Mon 6/1 5/09 Tue 9/22/09 Criteria 21 days Tue 6/23/09 Tue 7/21/09 Identify top 100 critical users 15 days Mon 6/1 5/09 Fri 7/3/09 Evaluate seasonal variability 45 days Mon 6/1 5/09 Fri 8/1 4/09 Evaluate geographic distribution 45 days Tue 6/30/09 Mon 8/31/09 Summarize historical water use 30 days Tue 6/30/09 Mon 8/1 0/09 Verify District unit demands 30 days Tue 6/30/09 Mon 8/1 0/09 Develop approach to buildout demands 25 days Tue 8/1 1/09 Mon 9/1 4/09 Review demand approach with District 5 days Tue 9/1 5/09 Mon 9/21/09 27 Demand Summary 1 day Tue 9/22/09 Tue 9/22/09 28 4. Water Supply 76 days Tue 6/30/09 Tue 10/1 3/09 Evaluate existing water supply 25 days Tue 6/30/09 Mon 8/3/09 Identify future supply 25 days Tue 8/4/09 Mon 9/7/09 32 *«M i i H i M ! ! M ^ ;6/16 i ; ; i i i i i i ; ; ; ; ^ 6/16 ; i ; ; I ; i ; I ; ; ; •7/6 i i ; ; i i \ i ; i i i;::::::;:;:;: I . , ,-J ! I ^ 7/16 ;::;•: ! <^ 9/22 : : | : i Project: Date: W Task | | Milestone ^ External Tasks Bdi5/ia?l9VMP SChedU'e Split Summary ^^^^^™^P External Milestone + ^> Pagel Carlsbad Municipal Water District Potable Water Master Plan Update May 13, 2009 ATTACHMENT A ID Task Name I Duration Start I Finish I Predecessors Jun I Jul I Aug I Sep I Oct I Nov I Dec I Jan I Feb I Mar I Apr I May Uun I Jul I Aug 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 Evaluate supply reliability Cost supply options Prepare Demand & Supply TM Coordinate with Recycled Water Master Plan 5. Potable Water Regulations Review Standards & Regulations Summarize State & Fed standards Summarize regulatory issues Review industry standards Review agency standards Identify monitoring & reporting req. TM & Regulations 6. Potable Water Model Update existing potable model Develop calibration procedures Field Data Collection Develop hydraulic friction factors Calibrate existing model Create buildout model Develop CIP scenarios 7. Existing System Analysis Existing system analysis Perform operation evaluation Evaluate PZ boundaries Evaluate system reliability Winter/Summer Operations Perform FF deficiency analysis CARS evaluation 8. Desal Alternatives 25 days 25 days 1 day 76 days 56 days 25 days 10 days 10 days 55 days 55 days 55 days 1 day 189 days 30 days 10 days 14 days 5 days 60 days 20 days 10 days 60 days 25 days 25 days 21 days 15 days 15 days 21 days 20 days Tue 9/8/09 Mon 10/12/09 Tue 9/8/09 Mon 10/12/09 Tue 10/13/09 Tue 10/13/09 Tue 6/30/09 Tue 10/13/09 Mon 7/27/09 Mon 7/27/09 Mon 8/31/09 Mon 8/31/09 Mon 7/27/09 Mon 7/27/09 Mon 7/27/09 Mon 10/12/09 Mon 7/6/09 Mon 7/6/09 Mon 7/20/09 Mon 8/3/09 Fri 8/21/09 Fri 8/28/09 Fri 2/12/10 Fri 3/12/10 Fri 11/20/09 Fri 11/20/09 Fri 11/20/09 Fri 12/25/09 Fri 12/25/09 Fri 12/25/09 Fri 11/20/09 Fri 1/15/10 Mon 10/12/09 Fri 8/28/09 Fri 9/11/09 Fri 9/11/09 Fri 10/9/09 Fri 10/9/09 Fri 10/9/09 Mon 10/12/09 Thu 3/25/10 Fri 8/14/09 Fri 7/31/09 Thu 8/20/09 Thu 8/27/09 Thu 11/19/09 Thu 3/11/10 Thu 3/25/10 Thu 2/11/10 Thu 12/24/09 Thu 12/24/09 Fri 1/22/10 Thu 1/14/10 Thu 1/14/10 Fri 12/18/09 Thu 2/11/10 125 days Mon 8/31/09 Fri 2/19/10 33 33 35 40 40 45 22 50 51 52 64 54 53 53 59 59 59 53 62 Project: Carlsbad WMP schedule Date: Wed 5/13/09 Task Split Progress Milestone Summary Project Summary External Tasks External Milestone Deadline Page 2 Carlsbad Municipal Water District Potable Water Master Plan Update May 13, 2009 ATTACHMENT A ID Task Name I Duration I Start I Finish I Predecessors Jun lJul lAuq SeplOct iNovlDeclJan iFeblMar Apr I May I Jun lJul lAug 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 97 98 99 Background Hydraulic modeling of alternatives Summary of delivery scenarios 9. Ultimate System Analysis Analyze future system Develop scenarios for buildout Develop phasing plan 10. Water Quality Disinfectant reagent evaluation Field Testing Age of Water analysis System analysis 9. Capital Improvement Program Develop facility unit costs Prepare Unit Cost TM Develop budgetary estimates Prepare R&R methodology 10. Draft & Final Reports Report Outline Draft 30% Report Deliver 30% Report District Review Incorporate District comments & 60% Report Deliver 60% Report District Review Incorporate District comments & 90% Report District Review Final Report Deliver Final Report 30 days 30 days 15 days 55 days 45 days 20 days 30 days 134 days 21 days 15 days 10 days 45 days 85 days 20 days 1 day 30 days 30 days 307 days 6 days 60 days 1 day 30 days 30 days 1 day 30 days 90 days 15 days 30 days 1 day Won 8/31/09 Mon 12/21/09 Mon 2/1/10 Fri 3/12/10 Fri 3/26/10 Fri 3/12/10 Fri 3/12/10 Fri 10/9/09 Fri 1/29/10 Fri 2/19/10 Thu 5/27/10 Thu 5/27/10 Thu 4/8/10 Thu 4/22/10 Mon 8/3/09 Thu 2/4/10 Mon 10/5/09 Mon 11 /2/09 Mon 8/3/09 Fri 8/21/09 Fri 11/20/09 Thu 12/3/09 Fri 12/4/09 Thu 2/4/10 Fri 2/5/10 Fri 2/5/10 Fri 3/5/10 Fri 4/23/10 Fri 4/23/10 Tue 6/9/09 Tue 6/9/09 Mon 7/6/09 Mon 9/28/09 Tue 9/29/09 Tue 11/10/09 Tue 12/22/09 Wed 12/23/09 Wed 2/3/10 Wed 6/9/10 Wed 6/30/10 Wed 8/11/10 Thu 6/3/10 Thu 3/4/10 Fri 3/5/10 Thu 6/3/10 Thu 6/3/10 Wed 8/11/10 Tue 6/16/09 Fri 9/25/09 Mon 9/28/09 Mon 11/9/09 Mon 12/21/09 Tue 12/22/09 Tue 2/2/10 Tue 6/8/10 Tue 6/29/10 Tue 8/10/10 Wed 8/11/10 63,67 68 55 54 54 50 53 79 76 83 74 74 89 90 91 92 93 94 95.86FF 96 97 98 Project: Carlsbad WMP schedule Date: Wed 5/13/09 Task Split Progress Milestone Summary Project Summary External Tasks External Milestone Deadline Pages An employee-owned company ATTACHMENT B - RATE SCHEDULE FOR CITY OF CARLSBAD POTABLE WATER MASTER PLAN HOURLY LABOR RATES ENGINEERING SERVICES Principal Engineer IV $215.00 Principal Engineer III 209.00 Principal Engineer II 196.00 Principal Engineer 1 180.00 Supervising Engineer II 170.00 Supervising Engineer 1 155.00 Senior Engineer III 145.00 Senior Engineer II 140.00 Senior Engineer I 135.00 Engineer III 120.00 Engineer II 115.00 Engineer! 105.00 Engineering Aide 70.00 OTHER PBS&J PROFESSIONAL SERVICES Sr. Professional III / Sr. GIS Analyst III $150.00 Senior Professional II / Sr. GIS Analyst II 140.00 Senior Professional I / Sr. GIS Analyst 1 125.00 Professional II / GIS Analyst II 105.00 Professional I / GIS Analyst 1 95.00 DESIGN & GRAPHIC SERVICES Graphics Designer II $100.00 Graphics Designer 1 95.00 ADMINISTRATIVE SERVICES Senior Administrative Assistant III $100.00 Senior Administrative Assistant II 85.00 Senior Administrative Assistant 1 80.00 Administrative Assistant III 75.00 Administrative Assistant II 65.00 Administrative Assistant I /Clerk 60.00 SUBCONSULTANT AECOM staff billing rates per PBS&J rates. AECOM Water Quality Specialists rates follow: Sr. Engineer Rate (+10%) $174 Engineer Rate (+10%) $95 Service Center Costs Outside reproduction services Courier, postage, FedEx Travel (Vehicles) Travel (Lodging & Per Diem) Travel (Airfare, vehicle rental, other) DIRECT COSTS $4.50/hour (per direct labor hour for in-house reproduction, communication, and cell phone costs, and hydraulic computer modeling software) Cost+10% Cost+ 10% Federal Mileage Rate Per Federal Guidelines Cost+ 10% ACKNOWLEDGMENT OF RFP REQUIREMENTS This fee schedule will be in effect for the duration of the Potable Water Master Plan, based on the assumed schedule provided in our proposal. It is understood that any additional services provided within this timeframe and related to the Master Plan shall be performed on a time and materials basis in accordance with this fee schedule. 1555 Faraday Avenue • Carlsbad, California 92008 • Telephone: 760.603.6000 • Fax: 760.603.3043 • www.pbsj.com Project Name: Carlsbad Potable WMP Update RFP Client/Owner: City of Carlsbad Project Manager: James Strayer Prepared By: ME/JS Proj/Prop No.: Date: May 13, 2009 LABOR ESTIMATEPBS; FEE SUMMARY ITEM TOTAL Labor and Outside Services $427,543 Direct Costs $9,406 (Direct Costs assumed at 2.2%) TOTAL $436,949 BILLING RATES ENGINEERING SERVICES Engineering Aide - EA $70 Engineer I - El $105 Engineer II - Ell $115 Engineer III - EMI $120 Senior Engineer I - SEI $135 Senior Engineer II - SEN $140 Senior Engineer III - SEIII $145 Supervising Engineer I - SPEI $155 Supervising Engineer II - SPEII $170 Principal Engineer I - PRI $180 Principal Engineer II - PRII $196 Principal Engineer III - PRIII $209 Principal Engineer IV - PRIV $215 ADMINISTRATIVE SERVICES Admin Assistant I/Clerk - Al $60 Admin Assistant II (N6) - All $65 Admin Assistant III (N7) - AMI $75 Sr. Admin Assistant I (N8) - SAI $80 Sr. Admin Assistant II (N9) - SAM $85 Sr. Admin Assistant III - SAIN $100 Senior Administrator - SA $110 OTHER PROFESSIONAL SERVICES Professional I/GIS Analyst - PI $90 Professional II/GIS Analyst II - Pll $105 Sr. Prof. l/Sr. GIS Analyst I - SPI $125 Sr. Prof Il/Sr. GIS Analyst II - SPII $140 not used - SPIN AECOMengrrate(+10%)-SP $95 AECOM sr rate (+10%) - PP $180 ENVIRONMENTAL SCIENCE not used - RA not used - AS not used - SI not used - Sll not used - SIM not used-SSI $135 not used - SSII $160 not used - SSIII not used - SSIV CONSTRUCTION RELATED SERVICES not used - CA not used - CAS not used - CMI not used - CMII not used - SFR not used - PWFR not used - SPEC not used - CM not used - SCM (* non-prevailing wage) DESIGN & GRAPHIC SERVICES not used - CTI not used - CTI I not used - CTI 11 Graphics Designer I (N10)-GDI $95 Graphics Designer II (N11) - GDII $100 not used - Dl not used - Dll not used - SDI not used - SDH not used - SDMI JPA/PBSJ PA400-3/01 CA Offices: Encinitas, Kearny Mesa/San Diego, Orange, Los Angeles, Pasadena, Riverside, Sacramento, San Francisco FILE: CMWD Water fee 051209 - custom format.xls PBS&J Page 1 of 5 TASK DESCRIPTION LABOR CODE/STAFF HOURS TOTALS Pt Task 01 1.1 A B C D 1.2 A B C D E 02 2.1 2.2 2.3 A B C D E Task/Sub Project Management & Meetings Meetings Kick-off Meeting Coordination Meetings (3) Monthly Status Meetings (12) Ops Workshop #1 Subtotal Project Management Project Control Plan Monthly Project Management Coordinate with District Internal team mtgs/coord Coord with Planning Activities Subtotal Data Collection & Document Revi Prepare data needs memo Review data Model/GIS/Data Evaluation Data Model Analysis Review GIS database Trib areas/link GIS to model Review LU/Boundary GIS data Prepare summary memo Subtotal PRIM JS 2 6 27 8 2 24 20 10 1 ew 1 6 1 1 SPEII ME 4 20 10 4 1 2 1 1 SPEII JD 8 2 12 PRI DG 4 2 SEI JB 4 6 36 8 4 24 10 4 4 24 12 8 40 2 12 SSII 0 SPI MC GDI! KG 4 12 SPI TH 8 40 8 SAIN DS 4 2 pp AECOM 4 SP AECOM HOURS 10 12 83 16 121 6 52 20 46 9 133 6 40 0 12 16 80 12 40 206 FEE $1,638 $2,064 $13,903 $2,752 $20,357 $958 $8,656 $4,180 $7,620 $1,429 $22,843 $919 $6,254 $0 $1,620 $2,080 $10,400 $1,649 $5,439 $28,361 PRIM SPEII SPEII PRI SEI SSII SPI GDII SPI SAIII PP SP JPA PA400-2/99 CMWD Water fee 051209 - custom format.xls - 5/13/2009 PBS&J Page & of 5 TASK DESCRIPTION LABOR CODE/STAFF HOURS TOTALS Pt Task 03 3.1 3.2 A B C D E F 04 4.1 4.2 4.3 4.4 4.5 4.6 4 Task/Sub Criteria and Demand Analysis Perform agency criteria comparison Demands Summarize Existing Demands Evaluate Buildout Demands Phase Future Demands thru 2040 Graph Hist/projected demands Evaluate pk factors/diurnal curves Prepare Demand Summary tables Subtotal Water Supply Evaluate existing water supply Identify future supply Evaluate supply reliability Budgetary Costs for supply options Coordinate with RWMP Prepare TM Subtotal Supply -AECOM Subtotal PRIII JS 8 1 2 1 1 1 1 1 1 2 1 4 4 SPEII ME 2 8 2 4 16 16 12 4 8 SPEII JD 1 1 8 20 PRI DG 4 4 4 4 4 4 4 SEI JB 16 16 40 8 16 20 20 16 8 16 SSII 0 SPI MC GDII KC 20 SPI TH SAIII DS 4 pp AECOM 12 SP AECOM HOURS 30 18 "so 11 17 25 26 177 21 21 18 25 20 76 181 12 12 FEE $4,892 $2,539 $7,178 $1,629 $2,369 $3,589 $3,799 $25,995 $3,649 $3,649 $3,178 $3,769 $3,276 $10,876 $28,397 $2,160 $2,160 PRIM SPEII SPEII PRI SEI SSII SPI GDII SPI SAIII PP SP JPA PA400-2/99 CMWD Water fee 051209 - custom format.xls - 5/13/2009 PBS&J Page 3 of S TASK DESCRIPTION LABOR CODE/STAFF HOURS TOTALS Pt ^^^^^^H Task 05 5.1 5.2 5.3 5.4 5.5 5.6 06 6.1 6.2 6.3 6.4 6.5 6.6 6 Task/Sub Potable Water Regulations (AECC PRIII JS )M) Operations Workshop #2 (See Task 1 ) Review Standards & Regulations Summarize State & Fed WQ standards Summarize regulatory issues Review operational stds Identify monitoring & reporting req. AECOMDC Subtotal Ops Workshop 2/coord - PBS&J Subtotal Potable Water Model Update existing potable model Calibration Plan and Field Testing Field Testing Door Hanger Develop hydraulic friction factors Calibrate existing model Create buildout model Subtotal Calibration Support - AECOM Calibration proceedures Calibration/model support Field support (2 days) AECOMDC Subtotal 4 1 1 1 SPEII ME 1 41 2 16 4 SPEII JD 8 4 PR) DG SEI JB 100 12 2 16 80 60 SSII 0 SPI MC 12 4 GDII KC SPI TH SAIN DS 2 PP AECOM 16 12 16 16 12 20 24 30 16 SP AECOM 30 HOURS 16 12 16 16 12 20 92 12 12 114 16 9 18 97 69 323 24 60 16 100 FEE $2,880 $2,160 $2,880 $2,880 $2,160 $3,600 $550 $16,560 $2,196 $2,196 $15,379 $2,300 $1,320 $2,500 $13,729 $9,489 $44,717 $4,320 $8,250 $2,880 $550 $15,450 PRIII SPEII SPEII PRI SEI SSII SPI GDII SPI SAIN PP SP nJ\JPA PA400-2/99 CMWD Water fee 051209 - custom format.xls - 5/13/2009 PBSSJ Page 4 of 5 TASK DESCRIPTION LABOR CODE/STAFF HOURS TOTALS Pt ^^^^^ftm Task 07 7.1 7.2 A B C D 08 8.1 A B C D 8.2 8.3 IHM^^^M Task/Sub Existing System Analysis Existing System Analysis Engineering and Op Analysis 550/490 Zone Combination Failure Scenarios Winter/Summer operations GARB Evaluation Subtotal 2012 Desalination Analysis General Support Desal background Seasonal Demand Variation Water Quality Scenarios Hydraulic Modeling Task Summary of Delivery Scenarios Subtotal PRIM JS 8 2 1 2 2 6 2 4 2 10 SPEII ME 16 8 4 12 2 1 8 4 SPEII JD 16 20 PRI DG 4 1 4 1 2 SEI JB 60 32 24 16 4 4 4 60 8 SSII 0 60 SPI MC GDII KC 24 SPI TH SAIII DS 4 4 pp AECOM SP AECOM HOURS 84 42 29 30 82 267 16 7 4 10 70 72 179 FEE $12,492 $6,098 $4,129 $4,618 $13,138 $40,475 $2,854 $1,138 $720 $1,726 $9,878 $10,410 $26,726 PRIM SPEII SPEII PRI SEI SSII SPI GDII SPI SAIII PP SP JPA PA400-2/99 CMWD Water fee 051209 - custom format.xls - 5/13/2009 PBS&J Page B of 5 TASK DESCRIPTION « .»«.«- „ ,^ LABOR CODE/STAFF HOURS TOTALS | Pi Task 09 9.1 9.2 9.3 10 10.1 10.2 10.3 11 11.1 11.2 11.3 12 Task/Sub Future System Analysis Analyze future system Buildout What-if Scenario Develop phasing plan Subtotal Water Quality Disinfection Reagent Evaluation Baseline Age of Water Calibration, Testing and Analysis AECOM DC Subtotal Water Quality - PBS&J Subtotal Capital Improvement Program Develop facility unit costs Develop budgetary estimates Prepare R&R methodology Subtotal Draft & Final Reports Report Outline 30% Draft Report 60% Draft Report 90% Draft Report Ex Summary / Final Report Subtotal Report -AECOM Subtotal PRIM JS 4 2 2 2 2 4 4 2 8 8 8 8 SPEII ME 16 8 4 12 2 2 4 4 4 4 SPEII JD 4 4 8 4 24 24 32 40 PRI DG SEI JB 80 24 24 12 12 24 16 24 24 24 12 SSH 0 SPI MC 8 GDII KC 20 12 24 24 40 24 SPI TH SAIII DS 8 8 8 16 PP AECOM 8 12 58 24 SP AECOM 28 40 240 HOURS 120 34 30 184 36 52 298 386 26 26 18 34 50 102 6 92 92 116 104 410 24 24 FEE $16,356 $5,018 $4,338 $25,712 $4,100 $5,960 $33,240 $2,640 $43,300 $4,078 $4,078 $2,718 $5,096 $6,896 $14,710 $1,098 $12,872 $12,872 $15,832 $14,772 $57,446 $4,320 $4,320 PRIM SPEII SPEII PRI SEI SSII SPI GDII SPI SAIII PP SP PAGE TOTALS Labor Subtotal | 237 | 258 | 240 | 46 | 1132 | 60 | 24 | 204 | 56 | 60 | 280 | 338 | 2,935 | $427,543 Expenses ^^^^^^^j^^^^^^^jgj^g^^^^^j^^^^gjjg^^^^^^^^^^^^jj^ $9.406 Total I^^^J^^^^^^^^^^^^^^J^^^^^^^^^^m $436,949 JPA PA400-2/99 CMWD Water fee 051209 - custom format.xls - 5/13/2009