Loading...
HomeMy WebLinkAbout2012-11-06; Municipal Water District; 758; Agreement Atkins North Maerkle Pipeline PN 5001CARLSBAD MUNICIPAL WATER DISTRICT - AGENDA BILL 1 5 AB# MTG. 758 11/06/2012 DEPT. UTIL APPROVE PROFESSIONAL SERVICES AGREEMENT WITH ATKINS NORTH AMERICA, INC. FOR MAERKLE RESERVOIR TRANSMISSION PIPELINE - CANTARINI TO MAERKLE DAM, PROJECT NO. 5001 DEPT. DIRECTORS CITY ATTORNEY CITY MANAGER RECOMMENDED ACTION: Adopt Resolution No. 1451 approving a Professional Services Agreement with Atkins North America, Inc. (Atkins) for Maeri<le Reservoir Transmission Main - Cantarini to Maerkle Dam, Proiect No. 5001. ITEM EXPLANATION: The proposed pipeline will be located on private property, and extend from a future street within a proposed land development project referred to as "Cantarini" and then proceed easteriy to the inlet/outlet pipe from Carisbad Municipal Water District's (CMWD's) Maerkle Dam. The purpose ofthe pipeline is to increase transmission capacity from Maerkle Dam, and improve system pressures and reliability by replacing an exisfing 27-inch diameter transmission main, constructed in 1961, that has reached the end of its useful life. This pipeline will be 36-inches in diameter to accommodate build out water demands, and supply treated water to CMWD's 490 pressure zone and during an imported water aqueduct shut down can be used as the sole source of water supplied to CMWD's distribution system from water stored at Maerkle Dam. The pipeline is approximately 6,500 feet in length, and potential route alternatives are shown on Exhibit 1. Some reaches of the pipeline may require tunneling using horizontal directional drilling or another approach to avoid or reduce habitat impacts within habitat management plan hardline areas and to provide the depth necessary to maintain gravity flow from the dam. The selected pipeline alignment will require a new easement. CMWD issued a Request for Proposals to six qualified engineering firms with experience in potable water transmission pipeline design, environmental documentation, and construction management and inspection. Proposals were received from four firms. The proposals were evaluated by a committee of Engineering Division staff in accordance with the procedures listed in Carisbad Municipal Code section 3.28.060. Based on the ranking of the proposals by the staff selecfion committee, staff is recommending that the Board of Directors execute a professional services agreement with Atkins to provide the engineering services requested for the Maerkle Reservoir Transmission Main - Cantarini to Maerkle Dam, Project No. 5001. ENVIRONMENTAL IMPACT: Pursuant to Public Resources Code Section 21065, approving a professional services agreement does not qualify as a "project" within the meaning of the California Environmental Quality Act (CEQA) in that it has no potential to cause either a direct physical change in the environment, or a reasonably foreseeable indirect physical change in the environment, and therefore does not require environmental review. DEPARTMENT CONTACT: William Plummer 760-602-2768 Bill.Plummer@carisbadca.gov FOR SECRETARY'S USE ONLY. v/ BOARD ACTION: APPROVED X CONTINUED TO DATE SPECIFIC • DENIED • CONTINUED TO DATE UNKNOWN • WITHDRAWN • RETURNED TO STAFF • AMENDED • BOARD RECEIVED THE • REPORT/PRESENTATION OTHER-SEE MINUTES • Page Two FISCAL IMPACT: The Maerkle Reservoir Transmission Pipeline is divided into two reaches with an estimated total project cost of $6,330,000. Reach 1 has been designed as part of the Cantarini Carisbad Tract (CT) 00-18 development project and extends from Agua Hedionda Creek to the Mandana Cal Company property. Reach 1 will be constructed when CT 00-18 is developed. Reach 2, is the subject project, and extends across the Mandana Cal Company and Kato Family Ltd. properties terminating at Maerkle Dam. As shown in Table 1 the current project appropriation for Reach 1 and Reach 2 is $4,875,000 from the Water Replacement Fund. An increase in the appropriation is programmed to occur in subsequent fiscal years in the CIP until reaching the estimated project cost of $6,330,000. The total cost for Atkins to provide the professional engineering services specified is a total cost of $325,191. Therefore, sufficient funds are available forthe professional services agreement. TABLE 1 - SUMMARY OF PROJECT NO. 5 DDI EXPENSES TASK DESCRIPTION APPROPRIATED TO DATE EXPENDITURES/ ENCUMBRANCES TO DATE REMAINING BALANCES Studies & Reports, Environmental Review, Design, Property Acquisifion, and Construcfion $4,875,000 $13,335 $4,861,665 APPROPRIATION REMAINING $4,861,665 ADDITIONAL APPROPRIATION REQUIRED None EXHIBITS: 1. 2. Location Map Resolution No. 1451 a Resolution of the Board of Directors of the Carisbad Municipal Water District (CMWD), Approving a Professional Engineering Services Agreement with Atkins North America, Inc. for Maerkle Reservoir Transmission Main - Cantarini to Maerkle Dam Project No. 5001. Professional Engineering Services Agreement with Atkins North America, Inc. for Maerkle Reservoir Transmission Main - Cantarini to Maerkle Dam, Project No. 5001. EXHIBIT I - LOCATION MAP PROJECT NAME: MAERKLE RESERVOIR TRANSMISSION MAIN CANTARINI TO MAERKLE DAM PROJECT NUMBER 5001 3> RESOLUTION NO. 1451 10 1 2 .. A RESOLUTION OF THE BOARD OF DIRECTORS OF 3 CARLSBAD MUNICIPAL WATER DISTRICT (CMWD), APPROVING A PROFESSIONAL SERVICES AGREEMENT 4 WITH ATKINS NORTH AMERICA, INC. FOR MAERKLE RESERVOIR TRANSMISSION MAIN - CANTARINI TO 5 MAERKLE DAM. PROJECT NO. 5001 6 WHEREAS, the Board has determined it is necessary and in the public interest to enter 7 into an agreement with Atkins North America, Inc. (Atkins) to provide preliminary and final design, 8 environmental documentation, and construction management and inspection services for Maerkle 9 Reservoir Transmission Main - Cantarini to Maerkle Dam, Project No. 5001; and WHEREAS, Engineering Division staff solicited proposals from six qualified engineering 11 firms consistent with Carlsbad Municipal Code Secfion 3.28.070; and 12 WHEREAS, staff received, reviewed and rated proposals from four engineering firms; and 13 WHEREAS, subsequent to a review of the proposals, staff recommends Atkins as the .^^ consultant providing the best value for the project; and WHEREAS, staff and Atkins have negotiated fees in the sum of $325,191 to provide engineering services described in this professional services agreement; and WHEREAS, funds has been appropriated in the 2012-2013 Capital Improvement Program from the Water Replacement Fund; and WHEREAS, funds in the Water Connection Fund are sufficient for the project. NOW, THEREFORE, BE IT RESOLVED by the Carisbad Municipal Water District Board of Directors of the City of Carisbad, 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 Atkins to provide engineering services for the Maerkle Reservoir Transmission Main - Cantarini to Maerkle Dam, Project No. 5001. /// /// 15 16 17 18 19 20 21 22 23 24 25 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 PASSED, APPROVED AND ADOPTED at a Special Meeting of the Carlsbad Municipal Water District Board of Directors, held on the 6th day of November, 2012, by the following vote: AYES: NOES: ABSENT: Board Members Hall, Kulchin, Blackbum, Douglas and Packard None None (SEAL) UTIL951 AGREEMENT FOR MAERKLE RESERVOIR TRANSMISSION PIPELINE CANTARINI TO MAERKLE DAM DESIGN SERVICES (ATKINS NORTH AMERICA, INC.) t THIS AGREEMENT is made and entered into as of the day of ^jAiu^n.lu<J . 20/og^. by and between the CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carisbad, ("CMWD"), and ATKINS NORTH AMERICA, INC., a Florida corporation, ("Contractor"). RECITALS A. CMWD requires the professional services of an engineering firm that is experienced in water transmission pipeline design. B. Contractor has the necessary experience in providing professional services and advice related to water transmission pipeline design. C. Contractor has submitted a proposal to CMWD and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in considerafion 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 sen/ices (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and condifions. 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 two (2) years from the date first above written. The Executive Manager may amend the Agreement to extend it for two (2) addifional one (1) year periods or parts thereof in an amount not to exceed one hundred thousand dollars ($100,000) per Agreement year. Extensions will be based upon a safisfactory review of Contractor's performance, CMWD needs, and appropriation of funds by the CMWD Board of Directors. The parties will prepare a written amendment indicafing the effective date and length of the extended Agreement. 4. COMPENSATION The total fee payable for the Services to be performed during the inifial Agreement term will be three hundred twenty five thousand one hundred ninety one dollars ($325,191). 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%) retenfion unfil CMWD has accepted the work and/or Services specified in Exhibit "A". General Counsel Approved Version 2/17/12 Incremental payments, if applicable, should be made as oufiined in attached Exhibit "A". 5. 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' compensafion insurance or unemployment contribufions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify CMWD and the City of Carisbad within thirty (30) days for any tax, refirement contribufion, social security, overtime payment, unemployment payment or workers' compensafion 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 indemnificafion amount from any balance owing to Contractor. 6. 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 direcfiy or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons direcfiy 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 wrifing by CMWD. 7. OTHER CONTRACTORS CMWD reserves the right to employ other Contractors in connecfion with the Services. 8. 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' compensafion is included as a loss, expense or cost for the purposes of this section, and that this secfion will survive the expiration or early termination of this Agreement. 9. 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 General Counsel Approved Version 2/17/12 insurance carrier is required to have a current Best's Key Rating of not less than "A-:Vir', 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". 9.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless the Risk Manager or Executive Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitafions or cap on Contractor's indemnificafion obligafions 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 addifional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 9.1.1 Commercial General Liabilitv 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. 9.1.2 Automobile Liabilitv (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. 9.1.3 Workers' Compensafion and Emplover's Liabilitv. Workers' Compensafion limits as required by the California Labor Code. Workers' Compensafion will not be required if Contractor has no employees and provides, to CMWD's safisfacfion, a declarafion stafing this. 9.1.4 Professional Liabilitv. 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 fiv^ years following the date of completion of the work. I I If box is checked. Professional Liability CMWD's Initials tcdintlactor's Initials Insurance requirement is waived. 9.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 9.2.1 CMWD will be named as an additional insured on Commercial General Liability which shall provide primary coverage to CMWD. 9.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 9.2.3 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. 9.3 Providing Certificates of Insurance and Endorsements. Prior to CMWD's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to CMWD. 9.4 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 General Counsel Approved Version 2/17/12 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. 9.5 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 at a location convenient to the City. 10. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from fime-to-time. 11. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be cleariy 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. 12. 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. 13. 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. 14. NOTICES The name of the persons who are authorized to give written nofices or to receive written notice on behalf of CMWD and on behalf of Contractor under this Agreement. For CMWD Name Titie For Contractor William Plummer Engineering Manager Carisbad Municipal Water District Address 1635 Faraday Avenue Carisbad, CA 92008 Phone 760.602.2768 Name Title Address Phone E-mail Jeremy Clemmons Project Manager 3570 Carmel Mountain Road, Suite 300 San Diego, CA 92130 858.874.1810 jeremy.clemmons@atkinsglobal.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. General Counsel Approved Version 2/17/12 16. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carisbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories. 16. 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 obsen/e and comply with these laws, ordinances, and regulafions and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulafions. Contractor will be aware ofthe requirements ofthe Immigrafion 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. 17. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulafions prohibiting discriminafion and harassment. 18. 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 resolufion within ten (10) business days. If the resolufion thus obtained is unsafisfactory to the aggrieved party, a letter outiining 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. 19. 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 terminafion. Contractor has five (5) business days to deliver any documents owned by CMWD and all work in progress to CMVVD 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 General Counsel Approved Version 2/17/12 fee payable under this Agreement. CMWD will make the final determination as to the portions of tasks completed and the compensation to be made. 20. 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 resulfing 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 othenvise recover, the full amount ofthe fee, commission, percentage, brokerage fees, gift, or contingent fee. 21. 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 seg.. 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 entitied to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for CMWD to terminate this Agreement. 22. 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. 23. 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. 24. 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 confiict, 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 2/17/12 25. AUTHORITY The individuals execufing 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 ATKINS NORTH AMERICA, INC., a Florida corporation CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carisbad (signTiere) DavidO. Carter, Senior Vice President By: (print name/title) y***-^v\ A%%. ff • V) • ^ Rene de los Rios, Assistant Se^ai^'«-'*'' becfetary ^^^fp''^'^'if^J0'''^ (Sign here) V \./^tom^V' /^^ORRAINE (print name/titie) '*^'"* KAREN R. KUNDTZ, Assistant''«eor»a1?ary 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 2/17/12 NOTARY ACKNOWLEDGEMENT STATE OF FLORIDA COUNTY OF MIAMI-DADE} PERSONALLY APPEARED David J. Carter and Rene de los Rios by me to be the Senior Vice President and Assistant Secretary before me, the undersigned authority, , well known to me or who has produced as identification and known ofthe 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. WITNESS my hand and official seal this 1st day of November, 2012. 5*. DEBORAH LYNN SHIMEL MY COMMISSION #DD 924543 ^^^^ Bonded Thru Notary Public Underwriters '^-'J*^-^-' EXPIRES: November 13,2013 NOTARY PUBLK Print Name: DEBORAH LYNN SHIMEL My Commission Expires: Nov. 13, 2013 EXHIBIT A ATKINS Revised Preliminary Scope of Work and Task Breakdown ~ October 24,2012 Tlie scope of work for the Maerkle Reservoir Transmission Pipeline from Cantarini to Maerkle Dam is based on the following: • The RFP dated July 12,2012 and received by our office on July 25,2012 • Addendum No. 1 dated August 8,2012 • Meetings and telephone conversations with VWIIiam Plummer, Steven Plyer, and Bill Hofman to review the project scope • Prior work on the Water Master Plan • Confimriatlon of a single conceptual pipeline alignment within the proposed development roadway prepared by Hofman Planning and Engineering (HPE) forthe Mandana Cal Co Property. With the collection of Initial background data, the Atkins team can facilitate a "Win-Win" solution for the City and the adjacent property owners. The project consists of preliminary design, environmental review, final design, construction administration and construction inspection for approximately 6.300 feet of 36-inch diameter treated water pipeline. Our proposed scope of work, which will serve as a basis for negotiations, is as follows: A. Preliminary engineering report 1. Kicl<-off meeting. Atkins will meet with the City to develop and refine the projects scope, schedule and approach. 2. Planning workshop. Atkins will conduct one (1) planning workshop session with engineering, public works, operations, environmental, adjacent property owners and other City staff to confimri our understanding of project goals, establish major perfomianoe criteria, review the current developer conceptual pipeline/roadway alignment and grading as part ofthe proposed Mandana property developer plan, present further developed ideas and brainstorm all viable project altematives to be certain no options are missed. 3. Alignment analysis. Atkins will evaluate the cun-ent conceptual pipeline/roadway alignment and grading developed by HPE to confirm the alignment meets the project goals established in the workshop. Confirmation ofthe alignment will include reviews ofthe capital costs, operational and maintenance costs, constructabiiity, implementation, environmental Impacts, construction sequencing (shutdowns), hydraulic system requirements, and adjacent property benefits. 4. Developer coordination. Atkins will coordinate with adjacent property owners on future development plans including the timing and probability of construction forthe Cantarini property, HPE to understand the concept design/ proposed lot study for the Mandana property; possible development opportunities on the Kato Family property. 5. Preliminary geotechnical design evaluation. Ninyo & Moore will prepare a Preliminary Geotechnical Evaluation Report forthe project. The report will provide a summary of findings relative to geologic setting and on-site geologic and groundwater conditions. The report will also include preliminary conclusions and recommendations regarding the feasibility ofthe different aspects ofthe proposed construction and provide design and construction recommendations for pipeline project being evaluated. The report will be based on two selected locations. 6. Soil corrosivity assessment Our subconsultant, RF Yeager Engineering will provide a soil corrosivity assessment letter report to include all test data, obsen^ations, conclusions, and recommendations for corrosion control, materials of construction, and coating options. Recommendations for corrosion control will be based upon sound corrosion engineering practices. City and AWWA Standards, and the available corrosion control methods and coating options. 7. Opinion of probable cost Atkins will develop a rough order magnitude opinion of probable cost for the preliminary alignment. 8. Preliminary engineering report (PER). Atkins will prepare a PER that defines the preliminary alignment and briefly discusses the key attributes of other potential pipeline alignments. The report will assist the City in defensively documenting the cunrent conceptual alignment selection in coordination with the proposed Mandana property development plan. The PER will document any segments in which directional drilling may be considered during final design. Assumptions with regard to future roadway widths and utilities will be noted and coordinated with HPE. 9. Quality assurance review/technical review. At key points, the Technical Review and Planning Liaisons will convene to review the progress ofthe design, review all major technical aspects ofthe project, make recommendations for changes and/or enhancements to the project, and ensure that budget and schedule are being met. By utilizing input from experts at key times during the design period, the technical quality of the project can be enhanced with minimal additional costs to the project. We have successfully utilized this method on other pipeline projects with excellent results. B. Supplemental information 1. Final geotechnical Investigation. Ninyo & Moore will prepare a Final Geotechnical Evaluation Report for the project. The report will provide a summary of our findings relative to geologic setting, on-site geologic conditions, groundwater, faulting and seismicity including ground shaking levels, and liquefaction potential. The report will include general conclusions and recommendations regarding the feasibility ofthe proposed constmction, and provide design and construction recommendations for the project C. Environmental Environmental constraints study. The following biological and cuKural resource scopes of wori^ will provide environmental constraints and opportunities information to confinn the pipeline alignment evaluation process and support the preparation of a Mitigated Negative Declaration (MND), should one be required. These studies will be based on the cunBnt conceptual pipeline/roadway alignment and grading prepared by HPE for the Mandana development plan. Studies for other potential alignments, if determined necessary during the preliminary engineering phase, will be perfonmed as additional sen/ices. It is assumed that the City would make payment of any fees related to this project, such as the Califomia Department of Fish and Game CEQA Document Filing Fee. 1. Biological resources. Perfonn a review of available Mandana Cal Company property plans and documents. City of Carisbad Sewer Master Plan and CMWD Water and Recycled Water Master Plans Update Program EIR, Cantarinl-HoIIy Springs Development Final EIR, Preserve Management Plan for Cantarini Ranch Preserve, Carlsbad HMP, Califomia Natural Diversity Database (CNDDB), and other relevant infonnation sources. Prepare biological resource data maps based on these sources to be used during the constraints study. The information will be categorized by level of constraint and will be presented and discussed at a workshop with the project team. Attend one workshop with City and developer staff to detemiine the appropriate pipeline alignment. Conduct a one-day general biological sun/ey to inventory existing conditions within up to 15 acres of altemative alignment area. The general biological survey will follow the requirements of mitigation measure Bio-IA from the City of Carlsbad Sewer Master Plan CMWD Water and Recycled Water Master Plans Update Program EIR (Program EIR). The sun/ey will determine the need for further biological sun/eys and analyses for environmental review and issuance of discretionary actions or permits for the project. Prepare a study area map using Geographic Information System (GIS) to depict the general biological vegetation community survey results. Prepare a biological resources technical report describing the results of the general biological sun/ey and addressing the alignment selected as the proposed project. The technical report will provide documentation sufficient for use during environmental review and preparation of an MND for the project, if it is determined to be necessary. Submit the draft technical report to CMWD for review and prepare up to two sets of revisions to the draft document based on CMWD comments within the limits of a 16- hour professional staff budget Biological Resources Exclusions and Assumptions. This biological resources scope of work does not Include wetland delineation sun/eys or any regulatory agency permitting. Similarly, it does not Include rare plant surveys or protocol surveys, reporting, or wildlife agency consultation or permitting. Based on the City of Carlsbad Sewer Master Plan and CMWD Water and Recycled Water Master Plans Update Program EIR, this project (Water CIP Project 10) could directly or indirectly impact natural habitat suitable for special-status species addressed within the Carisbad HMP and, therefore, presence/absence surveys for rare plants and/or pn^tocol-Ievel surveys for special status wildlife species may be required. It would be speculative to assume which, if any, additional studies would be required for the project based on the infonnation available at this time; therefore, they are not included In this scope of work. In the event that additional biological resources sun/eys. reporting, and/or agency coordination Is required forthe project, Atkins would propose these as additranal services. This scope also does not include attendance at any meetings by the lead biologist 2. Phase I cultural resources. The cultural resource constraints research and sun/ey for this project (Reference Number 10) in the Water Master Plan Update will follow the Program EIR cultural resource mitigation measure Cul-1. Conduct a records search at the South Coastal Infonmation Center (SCIC) to determine If a cun'ent sun/ey report addresses the proposed pipeline alignment If a current report addresses potential Impacts on cultural resources within the alignments, Atkins will recommend that the City or CMWD Implement the mitigation measures provided within the report. If a report is not available for the alignments, Atkins will consider the results ofthe record search, and request a Native American Heritage Commission sacred lands database search. Prepare an alignment study area cultural resource map using Geographic Infonnation System (GIS) to depict the cultural resources research Information obtained from the record search. The information will be categorized by level of constraint and will be provide for use at a workshop with the project team. Conduct a pedestrian field sun/ey ofthe proposed alignment covering not more than 15 acres. Prepare a Phase I Cultural Resources Assessment technical report describing the results ofthe research and sun/ey completed during the constraints analysis and an impact analysis of the selected alignment, with mitigation recommendations, as necessary. Submit the technical report to CMWD for review and prepare up to two sets of revisions to the document based on CMWD comments within the limits of a 16-hour professional staff budget Cultural Resources Exclusions and Assumptions. Based on the results ofthe research and field sun/ey, this project could detect cultural resources which could be directly or indirectly impacted by project implementation, and these resources could require additional wori^, such as recordation, research, or test excavation and evaluation programs. Because it is not known whether these additional sen/ices will be required to support the proposed project, we have not included these tasks. A scope of wori^ and budget for additional efforts will be developed after the completion ofthe constraints research and sun/ey. Finally, the cultural resources scope of work does not include attendance at a pipeline alignment wori<shop or any meetings. 3. Paleontological resources. Prepare a paleontological resources study and technical report for the selected alignment In accordance with Program EIR mitigation measure PaI-1. Submit the technical report to CMWD for review and prepare up to two sets of revisions to the document based on CMWD comments within the limits of an 8-hour professional staff budget 4. Notice of Determination (NOD). If a MND is not required for the proposed project than it would be appropriate to prepare and file a Notice of Detennination (NOD) after approval ofthe project. Therefore Atkins will prepare a NOD and submit It to the City for their filing with the County Clerk and State Clearinghouse. 5. Altemative Alignment Environmental Studies. Based on discussions with the City, CMWD and HPE, Atkins anticipates that the cun'ent conceptual pipeline/roadway alignment and grading (developed by HPE) will be adequate to meet the goals ofthe project. Therefore, this scope of work does not Include environmental analysis of alternative pipeline alignments beyond the cunrent conceptual alignment Ifthe conceptual alignment Is detemnined not feasible during the preliminary phase ofthe project additional tasks and studies may be required for altemative alignments. These studies, including additional field sun/eys, report addendums and other associated tasks can be provided as additional sen/Ices. 6. MND - Environmental review. The approach to the CEQA document for the project will be to tier from the 2012 Program EIR (SCH#2012021006), which is being prepared by Atkins and will be certified In October, 2012. Because the CMWD Water Master Plan addressed this project as CIP Reference Number 10, a considerable amount of environmenial infonnation Is already available at the Program EIR level. This project Is considered a subsequent activity under the CMWD Water Master Plan, which falls within the scope ofthe Program EIR. Based upon the aforementioned Information, an MND may not be necessary. If an MND is not deemed necessary, no further CEQA review would be required, provided that the project incorporates the project design features and mitigation specified in the Program EIR. If an MND is appropriate, or ifthe City so desires, the MND can be prepared as an additional sen/Ice. D. Surveying Through our sub-consultant, O'Day Consultants will conduct an aerial topographic sun/ey 100-feet wide centered on the selected alignment. The aerial topographic sun/ey will be prepared at a scale of 1" = 40' with 1-foot contours. O'Day will also research and calculate existing property and easement boundaries. E. Final design This scope and approach may be modified pending the outcome of the PER. Our basic assumptions are that the pipeline will generally follow the existing 27Hnch pipeline and future roadway to Cantarini. The final design phase will generally consist of the following tasks: 1. Design drawings. Atkins will prepare final design drawings for the transmission main based on the preliminary alignment from the PER. The plans will be generated In AutoCAD Civil 3D. Design will include plan and profile of the transmission main, connection details, details of associated appurtenances and corrosion control. 2. Contract document book. The City will provide the front end ("boilerplate") documents, including the general conditions. The Atkins team will prepare a list of bid Items for the front end documents as well as technical specifications necessary to construct the project in Constmction Specifications Institute (CSI) format The technical specifications will also Include the City's standard specifications and special provisions. 3. Opinion of probable cost Atkins will prepare an opinion of probable cost for constmction of the transmission main. Quantity calculations shall be Included with the submittals, and the format ofthe estimate will match the Bid Item list in the Contract Document Book. 4. Engineering calculations. Atkins will perfonn engineering calculations necessary to design the pipeline including pipe thickness, pipe loading, including future construction land, and appurtenance calculations. 5. Construction schedule. Atkins will develop a preliminary construction schedule for coordination with adjacent property owner, seasonal environmental requirements and operation restraints. 6. Quality assurance review/technical review. At key points, the Technical Review and Planning Liaisons will convene to review the progress of the design, review all major technical aspects of the project, make recommendations for changes and/or enhancements to the project and ensure that budget and schedule are being met By utilizing Input from experts at key times during the design period, the technical quality ofthe project can be enhanced with minimal addition costs to ttie project 7. Review meetings and coordination. Ati^lns will attend plan review meetings and coordinate with the City and other consultants throughout tiie final design phase. It is anticipated that Atkins will submit constmction drawings and specifications to tiie City for review at the 70% and 100% completion stage. The vertical alignment will be developed at the 70% level of design, and City comments will be incorporated at the 100% submittal. Designing the profiie during detailed design will reduce revisions to tiie plan and profile drawings. The City will review the drawings and specifications, and retum one set mart^ed with the Districts comments. Plan and profile sheets shall include horizontal and vertical control, tiie location of pipeline appurtenances such as line valves, air/vacuum valves, blowoffe, thrust blocks, restrained and/or welded pipe, etc. F. Easement plans Through our sub-consultant O'Day Consultants will prepare easement documents forthe new transmission line that will include legal description and plans for botii temporary constiuction and permanent easements. G. Bidding services Atkins anticipates that CMWD will perfonn tiie majority of tiie bidding sen/ices tasks based on input from CMWD. A limited budget (19 hours) has been developed to allow Atkins to assist CMWD during the bidding phase when requested. This budget was based on one Attains engineer attending the Pre-BId Meeting, and minor assistance with addenda or clarifications. H. Construction administration 1. Pre-construction conference. Ati^ins will attend tiie pre-constmction conference and will be represented by the Project Manager, Constiuction Manager and tiie Constmction Inspector. 2. Review schedule of values. Atkins will review the schedule of values submitted by the contractor for confonnance w'rth standard industry practices and project specifications. 3. Review contractor's schedule. Aticlns will review the constmction schedule submitted by the conti-actor for conformance witii standard Industry practices and project specifications. 4. Shop drawing reviews. Atkins will review shop drawings submitted by the contractor for conformance with design concept and compliance with Information given In tiie contract documents. This task anticipates a total offive (5) shop drawing reviews. . 5. Review progress payments. Atkins will review progress payments submitted by the contractor with actual work completed and approved schedule of values. This task anticipates a total of seven (7) progress payments. 6. Request for information (RFIs). Atkins will respond to RFIs submitted by the Contractor within the time specified in the Contract Documents. This task anticipates a total offive (5) RFIs. 7. Review change orders. Atkins will review Change Orders submitted by the Contractor for valid changes in scope and justifiable costs. This task anticipates a total of three (3) change orders. I. Resident project inspection Atkins will provide a prevailing wage on-site inspector to monitor and inspect construction activities. This task anticipates the inspector will be on-site for approximately two hours a day for an anticipated one-hundred and eighty-two (182) constmction day period. J. Post startup and certification Atkins will prepare final record drawings from as-bullt mari<-ups provided by the Contractor. This task assumes that as-built mark-ups are complete and thorough. This task includes a field investigation for general conformance and review of as-built mark-ups provided by the Contractor. Additional Services Contingency Based upon discussions with tiie City, CMWD and HPE, Atkins has developed an as-needed contingency budget for potential additional services tasks tiiat may be required ifthe current conceptual pipeline and roadway alignment for the Mandana Cal Co. property development is determined non-feasible by the project team. This contingency budget is anticipated to be included as part ofthe project contract but is understood by Atkins to not be utilized unless a detailed scope of work is submitted and written approval is granted by the City. The following are potential additional service tasks that may be required for an alternative alignment: 1. Additional Workshops. Additional planning woricshops witii the project team to discuss potential alternative alignments. 2. Additional Alignment Analysis. Evaluation of alternative alignments from both an engineering and environmental perspective if required. Screen out alignments that least conform to the project goals. Evaluate In detail a selection of alignments that most conform to the project goals. The selection will be evaluated on several factors. Including, but not limited to capital costs, operational and maintenance costs, constructabiiity, implementation, environmental impacts, constmction sequencing (shutdowns), hydraulic system requirements, and adjacent property benefits. 3. Additional Environmental Surveys and Reports. Perform biological, cultural and paleontological surveys as needed for alternative alignments. Develop report addendums forthe analysis. 4. Preparation of a Mitigated Negative Declaration. If determined necessary, prepare an Initial Study / Mitigated Negative Declaration (IS/MND) for the final project alignment Prepare the Future Project Environmental Checklist (Initial Study) template developed as part ofthe Program EIR for the proposed project based on secondary infonnation sources. Including the Program EIR; and, the technical studies prepared forthe project (biological, cultural and paleontological resources). MND will be prepared based on the analysis in the IS fonn. Submit three hard copies of each of three screencheck review versions of the IS/MND and prepare three sets of revisions to the IS/MND based on City staff comments within the limits of a 40-hour professional staff budget Prepare a notice of intent (NOl) and a notice of completion (NOC) forthe IS/MND and submit them to the City for their use. The City will prepare the NOI newspaper advertisement and place the ad in a newspaper of general circulation. It is assumed that the city will be responsible for distribution ofthe draft IS/MND. Atkins will provide twenty-five (25) hard copies; five (5) CD copies; one (1) master hard copy; and, one (1) digital copy on CD in a format that can be easily posted to the city's website. Prepare responses to comments received on the Draft MND within the limits of a 16-hour professional staff budget. Atkins will prepare one set of revisions to the response to comments based on one set of consolidated city comments within the limits of an 8-hour professional staff time budget Prepare ten (10) hard copies and one (1) master CD copy ofthe final IS/MND and submit them to tiie City. It is assumed that city staff will distribute the final IS/MND to the appropriate parties. Prepare a Notice of Determination (NOD) and submit It to the city for their filing with the County Clerk and the State Clearinghouse. The Atkins environmental Project Manager will attend up to three meetings with City staff. The Aticins environmental Project Manager will prepare for and attend one public hearing. LABOR ESTIMATE Project Name: Maerkle Reservoir Transmission Pipeline Client/Owner: City of Carlsbad Project Manager Jeremy Clemmons Prepared By: Jeremy Clemmons Proj/Prop No.: 5001 (Atkins p10D030605) Date: October 23, 2012 ATKINS FEE SUMMARY ITEM TOTAL Labor $263,781 Outside Sen/ices $61,410 Direct Costs $4,309 TOTAL (excluding additional services) $329,500 Contingency for Potential Additional Sen/ices $45,000 TOTAL (including contingency) $374,500 BILLING RATES ENGINEERING SERVICES Engineering Aide - EA $70 Engineer I - El $105 Engineer II - Ell $115 Engineer III - EIII $120 Senior Engineer I - SEI $130 Senior Engineer II - SEII $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 111 - PRI II $209 . Principal Engineer IV-PRIV $219 ADMINISTRATIVE SERVICES Admin Assistant l/Qerk - Al $60 Admin Assistant II (N6) - All $65 Admin Assistant 111 (N7) - All I $75 Sr. Admin Assistant I (N8) - SAI $80 Sr. Admin Assistant II (N9) - SAI I $85 Sr. Admin Assistant III - SAIII $95 Senior Administrator - SA $105 OTHER PROFESSIONAL SERVICES Professional l/GIS Analyst - PI $88 Professional ll/GIS Analyst II - Pll $101 Sr. Prof. I/Sr. GIS Analyst I - SPl $122 Sr. Prof ll/Sr. GIS Analyst II - SPII $135 Sr. Prof Ill/Sr. GIS Analyst III - SPIII $150 Supervising Professional - SP $170 Principal Professional - PP $196 PUBLIC AFFAIRS SERVICES Project Manager - PM $170 Comm Relations Specialist - CRS $140 Assistant Project Manager - APM $ 125 Account Coordinator - AC $80 ENVIRONMENTAL SCIENCE Research Assistant - RA $65 Assistant Scientist - AS $87 Scientist I - SI $110 Scientist II - Sll $120 Scientist ill - Sill $140 Senior Scientist I - SSI $ 160 Senior Scientist 11 - SSl I $170 Senior Scientist III - SSIII $205 Senior Scientist IV-SSIV $250 CONSTRUCTION RELATED SERVICES Contract Administrator - CA $85 Sr. Contract Administrator - CAS $110 Construction Mgmt Rep. I* - CMI $90 Construction Mgmt Rep. 11* - CMil $125 Senior Field Representative* - SFR $115 Prevailing Wage Fi^d Rep. - PWFR $125 Senior Project Engineer - SPEC $135 Construction Manager - CM $130 Senior Construction Manager - SCM $175 f* non-prevailing wage) DESIGN & GRAPHIC SERVICES CADD Technician I (N7) - CTI $70 CADD Technician 11 (N8) - CTI I $85 CADD Technician III {N9) - CTI.II $95 Graphics Designer I (N10) - GDI $95 Graphics Designer II {N11) - GDII $100 Designer I - Dl $100 Designer II - Dll $115 Senior Designer I - SDI $120 Senior Designer II - SDII $135 Senior Designer III - SDIII $140 F/LE: Catefiaof Maerkle PL - Revised Fee Prop • 10-23-12.xlsm Atkins TASK DESCRIPTION Page 1 of 3 LABOR CODE/STAFF HOURS Pt Task Task/Sub PRII SPBI SAII SPEI Dll SCM CMII SSIV ssn sn PRIV HOURS FEE $198 $170 S85 S1SS $115 S175 $126 $250 $170 $120 $219 - A Prelli Tiinary Engineering Report 1 Kick-off Meeting 4 8 8 20 $3,384 2 Workshop (1) 8 8 12 4 6 38 $6,748 3 Alignment Analysis (1) 12 12 20 80 4 128 $17,692 4 Developer Coordination 8 24 32 $5,288 5 Prelim. Geotechnical Assessment 0 $7,820 Geotechnical Coord. 8 8 $1,360 6 Soil Con'osivity Assessment 0 $3,450 Soil Corrosivify Coord. 8 8 $1,380 7 Opinion of Probable Cost 2 4 12 18 $2,932 8 Preliminary Engineering Report 4 12 20 40 8 84 $11,724 g QA/QC 8 8 16 $3,752 Subtotal 352 $65,510 B Supp lemental information Phase 1 Final Geotechnical Investigation 0 $13,110 Geotechnical Coord. 8 8 16 $2,600 Subtotal 16 $15,710 c Envir sn mental (1 alignment - See assu Tiption i) 1 Biological Resources 12 30 50 92 $14,100 2 Cultural Resources 12 20 40 72 $11,200 3 Paleontok}gical Resources 8 10 40 58 $8,500 4 IMeetings(2)/Hearing(1} 8 8 $1,360 5 ivtotice of Detennination 8 8 $1,360 6 Additionai Alignments (if required - performed as additional services) 0 $0 7 MND (if required - performed as adc ittonal service. 5) 0 $0 Subtotal 238 $36,520 PRII SPEII SAII SPEI DM SCM CMII SSIV SSII sn PRIV PAGE TOTALS TOTAL-THIS PAGE 38 68 20 124 84 0 8 50 76 130 8 0 606 $117,740 TOTAL-ALL PAGES 63 204 52 400 376 08 377 58 76 130 32 0 1.826 $325,191 JPA PA400-2/99 Cartsbad Maerkle PL • Revised Fee Prop • 10-23-12.xlsin -10/24/2012 Atkins Page 2 of 3 |TASK DESCRIPTION L ABOR CODE/STAFF HOURS TOTALS Pt Task Task/Sub PRII SPBI SAII SPEI Dll SCM CMII SSIV SSII Sll PRIV HOURS FEE $196 $170 $85 S155 S115 $175 $125 $250 $170 $120 $219 - D Surv sylng 1 Project Surveying 0 $23,920 2 Survey Coordination/Review 4 12 16 $2,540 Subtotal 16 $26,460 E Final Design 1 Design Drawings (17) 0 $0 Gen Notes, Legend, etc. (1) 2 8 10 $1,260 Key Map, Horiz Control (1) 2 8 10 $1,260 WL P&P Sheets (6) 8 20 160 188 $22,860 Connection Detail Sheets (3) 8 20 40 68 $9,060 Detail Sheets (6) 4 4 20 28 $3,600 Corrosion Control Plan 4 4 8 $1,300 Corrosion Control Specialist 0 $6,900 2 Contract Document Book 0 $0 Front End Spec Coord. 8 16 40 64 $8,920 Technk^ai speciflcattons 8 16 40 64 $8,920 3 Opinion of Probable Cost 4 20 8 32 $4,700 4 Engineering Calculations 8 20 28 $4,460 5 Construction Schedule 4 8 12 $1,920 6 QA/QC 8 24 32 $7,256 7 Review Meetings/Coord 12 40 12 64 $11,012 Subtotal 608 $93,428 F Ease Tient Plats Easements 0 $6,210 Easement Coordination 4 8 12 $1,920 • Subtotal 12 $8,130 PRII SPEII SAII SPEI Dll SCM CMII SSIV SSII Sll PRIV PAGE TOTALS j TOTAL - THIS PAGE 12 108 32 208 244 0 0 8 0 0 24 1 0 636 $128,018 TOTAL-ALL PAGES 53 204 62 400 376 68 377 1 58 76 130 1 32 1 0 1.826 $325,191 JPA PA400-2/99 Carisbad Maerkle PL - Revised Fee Prop -10-23-12.xlsm -10/24/2012 Atkins Pt Task jTasWSub TASK DESCRIPTION LABOR CODE/STAFF HOURS PRII $106 SPED $170 SAII $85 SPEI $156 DO $115 SCM $176 CMU $125 SSIV $260 SSII $170 Sll $120 PRIV S219 Page 3 of 3 HOURS FEE Bidding Services Pre-Btd Meeting Addenda and Clarifications Subtotal Construction Administration Pre-Construction Conference Review Schedule of Values (1) Review Contractors Schedule (1) Shop Drawing Reviews (5) Review Process Payments (7) RFIs (5) Review Change Orders (3) Subtotal Resident Project Inspection Project Inspection (182 days) Subtotal Post Startup and Certification As-Buiit Plans Subtotal 16 20 20 20 40 4 4 4 10 21 15 10 365 2 23 25 12 4 4 30 21 35 10 116 365 365 78 78 $340 $3,375 $3,716 $1,880 $700 $700 $4,850 $3,675 $5,726 $1,750 $19,280 $45,625 $45,625 $10,812 $10,812 TOTAL-THIS PAGE SPEII SAII SPEI Dll SCf.1 CMII SSIV SSII StI PRIV wm TOTAL-ALL PAGES 1 53 1 204 52 400 1 376 1 68 j 377 j 58 | 76 130 1 32 1 0 1.826 $325,191 JPA PA400-2/90 Carlsbad Maeckle PL - Revised Fee Prop - 10-23-12.)(lsm -10/24/2012