Loading...
HomeMy WebLinkAbout2013-04-30; Municipal Water District; 768; Approve Agreement Black & Veatch Project 500820 CARLSBAD MUNICIPAL WATER DISTRICT - AGENDA BILL 768 APPROVE PROFESSIONAL SERVICES AGREEMENT WITH BLACK & VEATCH CORPORATION FOR TRI-AGENCIES WATER TRANSMISSION PIPELINE REACH 2, PHASE 1, PROJECT NO. 5008 DEPT. DIRECTOR/^ l^ MTG. 4/30/2013 APPROVE PROFESSIONAL SERVICES AGREEMENT WITH BLACK & VEATCH CORPORATION FOR TRI-AGENCIES WATER TRANSMISSION PIPELINE REACH 2, PHASE 1, PROJECT NO. 5008 GEN. COUNSEL V DEPT. UTIL APPROVE PROFESSIONAL SERVICES AGREEMENT WITH BLACK & VEATCH CORPORATION FOR TRI-AGENCIES WATER TRANSMISSION PIPELINE REACH 2, PHASE 1, PROJECT NO. 5008 CITY MGR. tX?^ RECOMMENDED ACTION: Adopt Resolution No. _ 1467 approving a Professional Services Agreement with Black & Veatch Corporation for Tri-agencies Water Transmission Pipeline - Reach 2, Phase 1, Project No. 5008. ITEM EXPLANATION: The Tri-Agencies Water Transmission Pipeline was constructed by the San Diego County Water Authority (SDCWA) in 1978 to supply treated imported water to three agencies including Carlsbad Municipal Water District (CMWD). Reach 2 of the Tri-Agencies Transmission Pipeline was subsequently quitclaimed by the SDCWA to CMWD in 1982, and is one of four major transmission pipelines supplying imported water to the CMWD, and is therefore, a critical water supply pipeline. Reach 2 is 21-inches in diameter and begins at the SDCWA's meter vault referred to as "CMWD No. 4 Service Connection" which Is located near the intersection of Cannon Road and Wisteria Drive in the City of Oceanside. Reach 2 proceeds westerly terminating near the intersection of College Boulevard and Carlsbad Village Drive in the Caiavera Hills area of the City of Carlsbad. There have been numerous leaks on Reach 2 caused by severely corroded and partially disintegrated bell and spigot joints. A report prepared on Reach 2 titled "Tri-Agencies Pipeline Alternatives Investigation" provided information on various options to address the pipeline condition. Based on findings in the report, staff has determined that Reach 2 will need to be replaced in two separate construction phases. Phase I of the pipeline replacement extends from the "CMWD No. 4 Service Connection" westerly to the City limits of Carlsbad, a length of approximately 1,820 feet (refer to Exhibit 1). The Phase I project will also require the replacement of the existing pressure sustaining facility containing control valves designed to sustain the upstream pressure to the meter located at the SDCWA's "CMWD No. 4 Service Connection". The control valves will be installed in a new below grade concrete vault. Phase 2 extends from the west terminus of the Phase I project to College Boulevard. For Phase I, CMWD issued a Request for Proposals to four qualified engineering firms with experience in designofwaterpipelines, and construction support services. The scope of work includes preparing a DEPARTMENT CONTACT: David Ahles 760-602-2748 david.ahles@carlsbadca.gov FOR CITY CLERKS USE ONLY BOARD ACTION: APPROVED ^ DENIED • CONTINUED • WITHDRAWN • AMENDED • CONTINUED TO DATE SPECIFIC • CONTINUED TO DATE UNKNOWN • RETURNED TO STAFF • OTHER-SEE MINUTES • Page 2 preliminary design report, final construction drawings and specifications, and providing bidding assistance, and construction support services. Proposals were received from two firms, and were evaluated by a selection committee in accordance with the procedures listed in Carlsbad Municipal Code Section 3.28.060. Based on the ranking of the proposals by the selection committee, staff is recommending that the Board of Directors execute a professional services agreement with Black & Veatch Corporation, as the consultant providing the best value for professional engineering services for the Phase 1 project. Phase 2 df the Reach 2 transmission pipeline is in the planning stage and a separate request for proposal for engineering design will be issued at a later date. 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. FISCAL IMPACT: Reach 2, Phase 1, is part of the larger capital improvement project Tri-agencies Water Transmission Pipeline, Project No. 5008 which has an estimated total project cost of $6,455,000. As shown in Table 1 the current project appropriation for Reach 1, Phase 1 is $1,255,000 from the Water Replacement Fund. The total cost for Black & Veatch Corporation to provide the professional engineering services specified is a total cost of $266,490. Therefore, sufficient funds are available for the professional services agreement. TABLE 1 - SUMMARY OF PROJECT NO. 5008 EXPENSES TASK DESCRIPTION APPROPRIATED TO DATE EXPENDITURES/ ENCUMBRANCES TO DATE REMAINING BALANCES Studies & Reports, Environmental Review, Design, and Construction $1,255,000 $132,451 $1,122,549 ADDITIONAL APPROPRIATION REQUIRED None EXHIBITS: 1. 2. Location map. Resolution No. _ 1467 a Resolution of the Board of Directors of the Carlsbad Municipal Water District (CMWD), Approving a Professional Engineering Services Agreement with Black & Veatch Corporation for Tri-agencies Water Transmission Pipeline - Reach 2, Phase 1, Project No. 5008. Professional Engineering Services Agreement with Black & Veatch Corporation for Tri-agencies Water Transmission Pipeline Reach 2, Phase 1, Project No. 5008. 2 LOCATION MAP REACH 2 PHASE 1 VICINITY MAP NOT TO SCALE PROJECT SITE NOT TO SCALE PROJECT NAME TRI-AGENCIES WATER TRANSMISSION PIPELINE REACH 2, PHASE 1 PROJECT NUMBER 5008 EXHIBIT 1 PLOTTED ey^ SCOTT EVANS PLOT DATE:4/15/13 PATH:C:\UVUT1ES DEPARTUENT\DESIGN DIVISI0N\AHl£S\5008.DWG 3 26 27 28 RESOLUTION NO. 1467 1 2 3 A RESOLUTION OF THE BOARD OF DIRECTORS OF CARLSBAD MUNICIPAL WATER DISTRICT (CMWD), APPROVING A 4 PROFESSIONAL SERVICES AGREEMENT WITH BLACK & VEATCH CORPORATION. FOR TRI-AGENCIES WATER TRANSMISSION 5 PIPEUNE - REACH 2. PHASE 1. PROJECT NO. 5008. WHEREAS, Reach 2 of the Tri-Agencies Water Transmission Pipeline extends from the San Diego County Water Authority's "CMWD No. 4 Service Connection", located in the City of Oceanside, west to the intersection of College Boulevard with Carlsbad Village Drive; and 6 7 8 9 .J Q WHEREAS, staff completed an investigation of the condition of Reach 2 because of several 11 pipeline leaks, and the findings are summarized in a report titled "Tri-Agencies Pipeline Alternatives Investigation"; and 13 WHEREAS, based on findings of severely corroded joints on Reach 2, staff recommends 14 that Reach 2 be replaced In two phases; and 15 WHEREAS, Phase 1 of the Reach 2 pipeline replacement extends from "CMWD No. 4 16 17 Service Connection" west to the City limits of Carlsbad, and Phase 2 extends from the west end 18 of Phase 1 to the intersection of College Boulevard and Carlsbad Village Drive; and WHEREAS, to obtain professional engineering services for replacement of Phase 1 of the 20 21 22 23 24 the proposals; and 25 WHEREAS, subsequent to a review of the proposals, staff recommends Black & Veatch Corporation as the consultant providing the best value forthe project; and Reach 2 pipeline, staff solicited proposals from four qualified engineering firms consistent with Carlsbad Municipal Code Section 3.28.060; and WHEREAS, staff received proposals from two engineering firms, and reviewed and rated 4 1 WHEREAS, the Board has determined it is necessary and in the public interest to enter ^ into an agreement with Black &. Veatch Corporation to provide preliminary and final design, and 3 construction support services for Tri-Agencies Water Transmission Pipeline - Reach 2, Phase 1, Project No. 5008; and WHEREAS, staff and Black & Veatch Corporation have negotiated fees in the sum of $266,490 to provide engineering services described in this professional services agreement; and 4 5 6 7 8 WHEREAS, funds has been appropriated in the 2012-2013 Capital Improvement Program 16 17 18 19 20 23 24 25 26 27 28 from the Water Replacement Fund; and WHEREAS, funds In the Water Replacement 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: 9 10 11 12 13 14 1. That the above recitations are true and correct and incorporated herein. 15 2. That the President of the Board is hereby authorized and directed to execute the Professional services agreement with Black & Veatch Corporation to provide engineering services for the Tri-Agencies Water Transmission Pipeline - Reach 2, Phase 1, Project No. 5008. /// /// 21 /// 22 /// /// /// /// 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 i: 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 30^^ day of April, 2013, by the following vote to wit: AYES: NOES: ABSENT: Board Members Hall, Packard, Wood, Blackburn and Douglas. None. None. MATT HALL, President ATTEST: UTIL1001 AGREEMENT FOR TRI-AGENCIES WATER TRANSMISSION PIPELINE REACH 2 - PHASE 1 ENGINEERING DESIGN SERVICES (BLACK & VEATCH CORPORATION) THIS AGREEMENT is made and entered into as of the /'SCT Al^cy 2013, by and between the CARLSBAD MUNICIPAL WATER DISTRICT, aPublic Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad, ("CMWD"), and BLACK & VEATCH CORPORATION, a Delaware corporation, ("Contractor"). RECITALS A. CMWD requires the professional services of a civil engineer that is experienced in pipeline design. B. Contractor has the necessary experience in providing professional services and advice related to pipeline engineering design services. C. 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 two (2) years from the date first above written. The Executive Manager may amend the Agreement to extend it for one (1) additional one (1) year period or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. 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 two hundred sixty six thousand four hundred ninety dollars ($266,490). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". General Counsel Approved Version 1/30/13 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 sen/ices under this Agreement will not be considered employees of CMWD for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. CMWD will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. CMWD will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify CMWD and the City of Carlsbad within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which CMWD may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At CMWD's election, CMWD may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of CMWD. If Contractor subcontracts any of the Services, Contractor will be fully responsible to CMWD for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and CMWD. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by CMWD. 8. OTHER CONTRACTORS CMWD resen/es 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 ahsing 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 General Counsel Approved Version 1/30/13 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 Risk Manager or Executive Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. CMWD, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate. Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 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. 10.1.2 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. 10.1.3 Workers' Compensation and Employer's Liabilitv. 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 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 five years following the date of completion of the work. Q If box is checked. Professional Liability CMWD's Initials Contractor's Initials Insurance requirement is waived. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 CMWD will be named as an additional insured on Commercial General Liability which shall provide primary coverage to CMWD. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to CMWD sent by mail via U.S. Postal Service 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 General Counsel Approved Version 1/30/13 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 review at Consultant's main office located at 300 Rancheros Drive, Suite 250 San Marcos CA 92069, at anytime, complete and certified copies of any or all required insurance policies and endorsements. Consultant will reimburse CMWD for all travel expenses to Consultant's main office located in San Marcos CA. Il- 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 Name Title David Ahles Senior Engineer Address Carlsbad Municipal Water District 1635 Faraday Avenue Carlsbad, CA 92008 Phone 760-602-2748 For Contractor Name Kevin Davis Title Address Phone E-mail Project Director 300 Rancheros Dr. Ste 250 San Marcos, CA 92069 760-510-8139 daviskn@bv.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 1/30/13 16. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Sen/ices 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 othen/vise 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 fon/varded 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 fonA/arded to the Executive Manager. The Executive Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the Executive Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, CMWD may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If CMWD decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, CMWD may terminate this Agreement upon written notice to Contractor. Upon notification of termination. Contractor has five (5) business days to deliver any documents owned by CMWD and all work in progress to CMWD address contained in this Agreement. CMWD will make a determination of fact based upon the work product delivered to CMWD and of the percentage of work that Contractor has performed which is usable and of worth to CMWD in having the Agreement completed. Based upon that finding CMWD will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of CMWD, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to CMWD. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum General Counsel Approved Version 1/30/13 fee payable under this Agreement. CMWD will make the final determinafion 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 othen/vise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or confingent 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 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 entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for CMWD to terminate this Agreement. 23. 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 1/30/13 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 BLACK & VEATCH CORPORATION, a Delaware corporation (sign here) i^L//w ^y. /^^x/rs ^ ft^^ \j''c^ /^^te^w/ (print name/title) CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad By: ^resident or fexooutivo M President or ExooutiVo Manager or Division Direotor ac authorized by the Cxooutive Manager ATTEST: (sign here) BARBARA ENGLES' Secretary ^iil mi (print name/title) If required by CMWD, proper notarial acknowledgment of execution by contractor must be attached. If a corporation. Agreement must be signed by one corporate officer from each of the following two groups. Group A 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: CELIAN A. BREWER, General Counsel BV: JMLC^ Assistant General CoLmsel General Counsel Approved Version 1/30/13 Carlsbad Municipal Water District | TRI-AGENCIES WATER TRANSMISSION PIPELINE REACH 2 - PHASE 1 PROJECT Scope of Work Exhibit r The following scope of services will be provided for design, bidding and construction support services for the Carlsbad Municipal Water District (CMWD) Tri-Agencies Water Transmission Pipeline, Reach 2, Phase 1, Project No. 5008. The major project work items include the following: • Design of approximately 1,820 linear feet of new 18-inch [size to be confirmed] cement mortar lined and coated steel water pipeline and applicable appurtenances. • Demolition of an existing 21-inch prestressed cylinder concrete pipe [PCCP). • Connections to existing pipelines at both ends. • Provide provisions to maintain downstream service during construction, • Provide a new pressure sustaining/pressure reducing vault. Vault will house applicable valves and will include minor electrical for lighting, ventilation and Instrumentation and Control [l&C]. l&C will be provided to send pressure and intrusion alarms signals via radio to CMWD. A manual bypass around the outside of the vault will also be provided. • Perform surveying, utility research, potholing and geotechnical investigations. • Regulatory and permitting coordination. • Roadway crossings and neighborhood construction. • Provide bid phase and construction support services. TASK 1 - PROJECT MANAGEMENT Task 1.1 - Project Management Black & Veatch will provide project management and administration including attending meetings, quality control/quality assurance, utility and sub-consulting coordination, scheduling, budgeting, progress reporting, and invoicing. Black & Veatch's Project Manager will monitor and direct work activities on this project in accordance with the contracted work scope and schedule. It is anticipated the project duration will last 16 months (7 months for design, 2 months for bidding, and 7 months for construction). Deliverables will be prepared utilizing the following software packages: • Microsoft Work 2007 • Microsoft Excel 2007 • Microsoft Project 2007 • AutoCAD 2010 Task 1.2 - Kickoff and Review Meetings Prepare for and conduct one [1) project kickoff meeting and three [3) review meetings. The Project "Kick-Off Meeting will be held within a week of Notice to Proceed. Meetings will include representatives from, City of Carlsbad CMWD, Black & Veatch, and applicable sub-consultants. The Kick-Off meeting will be used to establish project protocol, finalize the project schedule, and identify key technical issues. Review meetings will be held after the preliminary design, 90% design, and the 100% design submittals. Meeting will be used to review the client's comments to the deliverable BLACK & VEATCH 1 Scope of Work Carlsbad Municipal Water District | TRI-AGENCiES WATER TRANSMISSION PIPELINE REACH 2 - PHASE 1 PROJECT packages. Black & Veatch will provide meeting minutes to the City Project Manager ten [10) working days after the meetings. Meetings are assumed to last 2 hours in duration. Task 1.3-Schedule Black & Veatch will prepare and maintain a project schedule identifying major project tasks with duration and milestones. This schedule will be regularly updated to highlight critical path tasks and submitted monthly with the status report. Task 1.4 - Invoicing Black & Veatch will provide monthly billings with progress reports, which will be submitted to the CMWD Project Manager electronically. The progress reports will discuss the progress schedule and budget status as well as key technical issues. They will also include a discussion of issues requiring actions or decisions, which may impact, project deliverables. Task 1.5 - Quality Assurance/Quality Control A separate quality control review of the project design documents will be performed on each deliverable. The quality control review will be performed by personnel not directly associated with the project so that an independent review is assured. Review comments will be tabulated and a summary response memorandum will be provided that documents the resolution of review comments. TASK 2 - FIELD RECONNAISSANCE, DATA COLLECTION, AND UTILITY SEARCH Task 2.1 - Reconnaissance Activities Black & Veatch shall perform a reconnaissance survey to become familiar with the alignment corridor, develop a photographic inventory, and identify difficult construction areas. Black & Veatch shall obtain and review all available reports, right-of-way maps, drawings, and standard specifications from CMWD, the City of Carlsbad, and from other applicable local agencies. Task 2.2 - Data Collection Black & Veatch shall collect and review utility maps and easement information regarding abandoned, existing, and proposed utilities corresponding to the proposed pipeline alignment. It is anticipated that the pipeline alignment will be in paved roadways of public streets and in existing 30-foot wide easement through private property and private streets. Utility maps shall be reviewed to determine potential conflicts with the proposed pipeline. A utility search and conflict resolutions shall be coordinated with the following agencies including, but not limited to: City of Oceanside San Diego Gas & Electric Pacific Bell Cable television companies Other local utilities BLACK & VEATCH | Scope of Work Carlsbad Municipal Water District | TRI-AGENCIES WATER TRANSMISSION PIPELINE REACH 2 - PHASE 1 PROJECT CMWD will pay for any charges by the utility agencies and entity associated with provided utility maps for the purpose of locating utilities for design of the Project. CMWD will provide all applicable data related to the project, including CMWD standards, to Black & Veatch. Task 2.3 - Potholing - Coordination Black & Veatch shall arrange with utility owners mark-outs and potholing of existing utilities in areas of proposed pipeline alignment conflict. Black & Veatch shall locate facilities to determine their physical size [if possible), horizontal location and alignment [if possible) and vertical elevation at the pothole locations. Vacuum extraction technology will be utilized for the verification of existing utilities. Costs for vacuum extraction can vary significantly depending on the timing, location and number of potholes provided. An allowance of $20,000 is included in the scope of work based on utilizing a vacuum extraction firm [AirX, Safe-R-Dig, or Underground Solutions) who are familiar with all City of Carlsbad requirements for completing this effort including traffic control and pavement replacement. Black & Veatch shall also identify to CMWD if additional potholing beyond this allowance is recommended based upon the record drawing information. TASK 3 - SURVEYING AND MAPPING Task 3.1 - Survey Preparation Black & Veatch will retain surveying services through a sub-consultant. Rick Engineering Company [Rick), to perform surveying and mapping. Rick will field verify existing survey control points and benchmarks within and adjacent to the project limits, and set an adequate number of control points for construction staking control. County of San Diego and City of Carlsbad control data survey control points and benchmarks within and adjacent to the project will be researched and aerial panels will be set as needed to produce mapping to National Map Accuracy standards and will tie them to the project control. Task 3.2 - Topographic Survey Rick will develop topographic survey by photogrammetric methods for the pipeline alignment. The mapping will include 1-foot contour intervals at 1-inch = 40-feet scale and labeled California Coordinate System grid ticks. The survey will be provided in digital format with 3-dimensional elevation contours for AutoCAD software format. Mapping will extend 10 feet beyond right-of-way line on each side of streets within the pipeline corridor. Photo coverage will be a minimum of 10 feet beyond right-of-way line on each side of streets within the pipeline corridor. Rick shall field check aerial survey data and shall survey invert elevations of culverts and drain pipes and elevation of top of water valve operating nuts and other applicable surface features within the mapped area. Task 3.3 - Right-of-Way Analysis Rick shall review City, County, and SDG&E right-of-way maps, records, to verify existing rights-of-way along the pipeline corridor and determine additional permanent and temporary right-of-way requirements for proper construction, operation, and maintenance of the pipeline and appurtenances. Rick will obtain City of Carlsbad GIS mapping of parcels to superimpose existing parcel lines along the pipeline corridors on the topographic mapping. Existing rights-of-way will be BLACK & VEATCH | Scope of Work Carlsbad Municipal Water District | TRI-AGENCiES WATER TRANSMISSION PIPELINE REACH 2 - PHASE 1 PROJECT mapped from street improvement plans and mapped locations of right-of-way centerline monuments. No survey ties or right-of-way analysis are included in this task. TASK 4 - GEOTECHNICAL INVESTIGATION All geotechnical work will be performed through our sub-consultant Allied Geotechnical Engineers [AGE). Task 4.1 - Geotechnical Data Review and Coordination AGE will prepare a separate geotechnical investigation to assist in the design and construction of the proposed pipeline and appurtenant facilities. The investigation will include review of available information [consisting of available geotechnical reports, geological maps, and stereoscopic aerial photographs), geotechnical field reconnaissance, site visit to mark boring locations and meet with Underground Service Alert for utility clearance, acquisition of permits necessary for the boring work, traffic control for soils borings, soils borings, laboratory testing, and preparation of a geotechnical report. The report will bear a State of California Certified Engineering Geologist or Registered Professional Engineer seal with the signature, license number, and registration certificate expiration date of the geologist or engineer responsible for the preparation of the report presenting the results of the investigation. It is assumed that CMWD will provide all applicable existing information from the original project including as-built information, geotechnical reports, etc. Task 4.2 - Boring and Lab Testing AGE will conduct soil borings, perform laboratory tests, and analyze test data. The field exploration program will consist of drilling, logging, and sampling two [2) exploratory test borings with a truck mounted drill rig along the proposed pipeline alignment. Proposed boring locations will be reviewed with CMWD prior to drilhng. Borings will be drilled to a depth of 10 to 15 feet below the existing ground surface [or refusal). It's anticipated that first boring will be done at the proposed Pressure Reducing Valve [PRV) vault and the second boring towards the end of the pipeline alignment. Bulk and in-place samples of the encountered soils will be collected and transported to the laboratory for testing. Geotechnical laboratory testing shall be performed on selected samples and will consist of in- situ moisture content and dry density, grain size analyses, Atterberg limits, shear strength, and corrosivity. In the event the existence of hydrocarbons is discovered by AGE during drilling; Black & Veatch shall immediately notify the CMWD and seal the hole. Environmental sampling and testing of the subsurface soils is not part of this work. Task 4.3 - Geotechnical Report The geotechnical report will address geotechnical aspects of the alignment as related to pipeline design. Design recommendations for bearing capacity, soil modulus "E"', pipe flexibility, backfill and compaction requirements, pipe bedding, thrust blocks, pavement replacement will be made and included in the geotechnical report. Site conditions, earth materials, soil properties, slope stability, trenching, shoring, groundwater, excavation difficulty, liquefaction potential, anticipated corrosion potential of on-site soils, and seismology will be described and discussed. Three [3) draft copies of the report will be provided to CMWD. Three [3) final copies of the report which address CMWD review comments will be provided to CMWD. BLACK & VEATCH | Scope of Work Carlsbad Municipal Water District | TRI-AGENCIES WATER TRANSMISSION PIPELINE REACH 2 - PHASE 1 PROJECT Task 4.4 - Permitting and Traffic Control AGE shall obtain all required permits and perform required traffic control for the purposes of geotechnical investigation drilling on the basis that the costs for permits and traffic control will not exceed $1,000. It is assumed that the alignment is accessible for personnel and truck mounted drilling equipment and that site access will be granted. TASK 5 - LEGAL DESCRIPTIONS AND PLATS (NOT USED) TASK 6 - 30% DESIGN SUBMITTAL Task 6.1 - Preliminary Design Report and 30% Design Submittal Black & Veatch shall prepare a preliminary design report for the Project. This letter report will accompany the 30% submittal plans. The report will include: a cost estimate; the basis of pipeline design - pressure, pressure-surge, external loading; recommendations for pipe selection; corrosion control; a discussion of the pipehne horizontal alignment; and basis for other key design features. In addition, a section to discuss traffic control requirements and schematics will be provided in the preliminary design report. The report shall discuss jurisdiction of relevant government agencies and permits that will be required for the project. As part of the 30% Design Submittal, 30% complete drawings that include the proposed horizontal alignment for the pipelines, existing utilities, and proposed easements, and right-of-way demarcation will be submitted. The preliminary design report will be issued only once, with comments generated by CMWD being incorporated into the subsequent design submittals. Five [5) copies of the 30% Design Submittal, including preliminary design report and half-size 30 percent drawings, will be submitted to CMWD. Two sets of full size drawings will also be submitted. • Submittal of Preliminary Design Report will be 60 days from Notice to Proceed Following submittal and review of the 30% Design Submittal and preliminary design report, Black & Veatch will provide the CMWD with a written response to all review comments within one week of receipt of comments. Responses to comments shall indicate concurrence, offer or request clarification, and identify comments requiring resolution prior to the next design submittal. TASK 7 - CONSTRUCTION DRAWINGS Black & Veatch will prepare and deliver to CMWD the Project construction drawings. All cover sheets, sheet index, general notes, layout, profiles, construction details, and other related sheets shall be provided on CMWD standard "full size" sheets. Black & Veatch will prepare plans at 1 inch = 40 feet horizontal scale and 1 inch = 4 feet vertical scale. California Coordinate System grid ticks shall be located on the plans and labeled. Black & Veatch will provide a benchmark description and basis of bearing for the project control survey, which will be shown on the construction drawings. Black & Veatch will sign and stamp all construction drawings. The construction drawings will be provided in digital format for AutoCAD 2010 software with layers to follow CMWD standard layers format and City of Carlsbad GIS Standards. Pipeline plan and profile drawings will be prepared using AutoCAD 2010 with SoftDesk COGO, DTM, and Design Modules as needed for design. BLACK & VEATCH j Scope of Work Carlsbad Municipal Water District | TRI-AGENCIES WATER TRANSMISSION PIPELINE REACH 2 - PHASE 1 PROJECT Black & Veatch will deliver submittal and review plan packages to the CMWD. The number of sets of each plan will be five [5) half size and two [2) full size. CMWD will review the plans after each submittal and transmit review comments to the Black & Veatch. Black & Veatch shall develop and deliver the following plan packages to CMWD: Task 7.1 - 90% Design Submittal, Technical Memorandum, and Comment Response 90% PS&E: Construction drawings will be submitted at the 90% complete level that incorporates comments from the 30% Design Submittal and Preliminary Design Report. Digital drawing format will be checked for compatibility with City of Carlsbad GIS Standards. • Submittal of 90% Design Submittal 120 days from Notice to Proceed Task 7.2 -100% Design Submittal, Technical Memorandum, and Comment Response 100% PS&E: Construction drawings will be submitted at the 100% complete level that incorporates comments from the 90% construction drawings. • Submittal of 100% Design Submittal 160 days from Notice to Proceed Task 7.3 - Final Design Submittal, Technical Memorandum, and Comment Response Final PS&E: Upon approval of final PS&E, Black & Veatch shall furnish CMWD with approved drawings for advertising, including full size plan sheets on mylar, along with the CADD drawing files used to generate plots and electronic files of the specifications. • Submittal of Final Design Submittal 180 days from Notice to Proceed The above submittals are based on two week review time by CMWD and continuation of work by Black & Veatch during review periods. In addition to the plans and specifications. Black & Veatch will include with each design submittal a technical memorandum [TM) that will address any changes to the design since the subsequent submittal, will update the construction cost estimate as necessary, and will include calculations completed to date. The design submittal TM will bring to the attention of CMWD any specific issues requiring special attention. Following submittal and review of each design submittal, Black & Veatch will provide CMWD with a written response to all review comments within two weeks of receipt of comments. Responses to comments will indicate concurrence, offer or request clarification, and identify comments requiring resolution prior to the next design submittal. Construction drawings shall include adequate details for pipeline connections to existing pipelines, including valving as appropriate. TASK 8 - TRAFFIC CONTROL AND SIGNAL PLANS Black & Veatch will perform services as outlined below for up to an allocation of 10 hours. If additional effort is required details will be discussed with CMWD and provided as an additional service. BLACK & VEATCH | Scope of Work Carlsbad Municipal Water District | TRi-AGENCIES WATER TRANSMISSION PIPELINE REACH 2 - PHASE 1 PROJECT Task 8.1 - Traffic Control Provisions It is planned that the construction contractor would prepare any required traffic control plans using the City of Oceanside requirements. Black & Veatch will verify basic requirements with City of Oceanside for inclusion in the project specifications. The basic standard used for traffic control design will be the latest edition of the Caltrans Manual of Traffic Controls in Construction and Maintenance Work Zones. For those areas not addressed by the Caltrans Manual, the following standards will be referenced: San Diego's Regional Standard Drawings, City of Carlsbad Policies, and the latest edition of the Manual on Uniform Traffic Control Devices. Black & Veatch will coordinate the design require to access to emergency services at all times. Traffic control shall also maintain reasonable access to private and commercial driveways and shall consider pedestrians and bicyclists, especially for routes to schools. TASK 9 - SPECIFICATIONS Black & Veatch will prepare contract technical specifications [Divisions 1 through 16) to supplement the CMWD Standard Specifications. The complete package will include Notice Inviting Bids, bid proposal, contract agreement, insurance, bid schedules, the detailed technical specifications, bond forms, CMWD's general provisions, special provisions, and reference to standard specifications. It is anticipated that CMWD will provide Black & Veatch the front end documents and the general provisions for red-line markup. Four [4) sets of technical specifications shall be provided to CMWD for review at each design submittal. Black & Veatch will provide a description of the work for each bid item developed by Black & Veatch in the bid sheet. The descriptions may be included in the General Provisions. Black & Veatch will include provisions in the specifications requiring the construction contractor to provide erosion control during construction. Specification development will be broken up into the following tasks: Task 9.1 - 100% Design Submittal, Technical Memorandum, and Comment Response Task 9.2 - Final Design Submittal, Technical Memorandum, and Comment Response TASK 10 - PROJECT COST ESTIMATE Black & Veatch will prepare a detailed construction cost estimate that represents the best estimate of the fair and reasonable price expected for each of the items of work to be performed. A construction cost estimate will be prepared for each design submittal noted below, and shall include design changes and advancements as developed within each submittal. Task 10.1 - Preliminary Design (30%) Design Submittal Task 10.2 -100% Design Submittal Task 10.3 - Final Design Submittal BLACK & VEATCH | Scope of Wor! Carlsbad Municipal Water District 2 - PHASE 1 PROJECT TASK 11-PERMITTING Black & Veatch will determine jurisdictional boundaries of public agencies over and adjacent to the proposed pipeline alignment. Black & Veatch will identify regulatory agencies, permits, fees, and anticipated lead times for permit issuance. Black & Veatch will prepare all required encroachment permit applications and submit it to the agencies and the CITY will process the necessary checks to cover the cost of permits and review fees by the various permitting agency. Permits shall be coordinated with the following agencies including, but not limited to: • City of Carlsbad [no permits are anticipated) • City of Oceanside [potential for encroachment permit within Cannon Road) • San Diego County Water Authority [coordination is required for construction within their easement) • Resource Agencies [no permit is anticipated; however, the property located within the City of Carlsbad is owned by the State of California and is managed by Department of Fish and Wildlife as the Carlsbad Highlands Ecological Reserve. This property is also within a City of Carlsbad hardline conservation area as designated in the City's Habitat Management Plan [HMP). The HMP precludes construction within hardline areas, except maintenance and construction of public facilities within existing easements is generally permitted. Black & Veatch will determine and consider impacts from all requirements of the HMP. The Department of Fish & Wildlife may have requirements for construction during bird breeding season. Black & Veatch will identify requirements regarding permits to be obtained by the contractor. Additional permits to be obtained by the contractor may be required for construction activities BLACK & VEATCH 1 Scope of Work Carlsbad Municipal Water District | TRI-AGENCIES WATER TRANSMISSION PIPELINE REACH 2 - PHASE 1 PROJECT including, but not limited to: shoring, discharge of groundwater, well-point installations, handling regulated waste, offsite material storage, grading outside of right-of-way and blasting. An allocation of 40 hours has been provided for this task. If additional effort is found to be needed Black & Veatch will discuss with CMWD before proceeding so it can be determined if additional services are required. TASK 12 - BIDDING PHASE SERVICES The extent of bid phase services will be limited to the budgeted cost amount as defined below. Task 12.1 - Respond to Bidders Black & Veatch will provide responses to all written and telephone inquiries submitted by Bidders as requested by CMWD [assumes 10 inquires). Task 12.2 Addendums Black & Veatch will assist CMWD in development of addendums. An allotment of 12 hours has been provided to assist with this task. Additional effort can be provided as an additional services once approved by CMWD. TASK 13 - CONSTRUCTION PHASE SERVICES The extent of construction phase services will be limited to the budgeted cost amount and as described below. Task 13.1 - Respond to RFIs Respond to requests for information [assumes 20 RFIs) regarding technical aspects of the design from the construction contractor and CMWD. Task 13.2 - Prepare Record Drawings Prepare "as built" record drawings from construction contractor markups and inspector records and hand edits. Provide CMWD with one printed Mylar copy and one digital copy in a format approved by CMWD. An anticipated sheet and specification list required for this project follow this scope of work. ASSUMPTIONS It is anticipated that cut and cover construction will be used along the entire alignment. * All permitting fees will be paid for by the CMWD, except those noted within the detailed scope of work. s CMWD will provide their standard front end documents for Black & Veatch redline markup. • Detailed traffic control plans will be developed by the construction contractor in accordance with the applicable traffic jurisdiction requirements. » Assumes a pre-cast concrete vault will be utilized for the pressure sustaining/pressure reducing facility. BLACK & VEATCH | Scope of Work Carlsbad Municipal Water District | TRI-AGENCiES WATER TRANSMISSION PIPELINE REACH 2 - PHASE 1 PROJECT s Assumes no radio path profile or computer-based path profile will be required as the existing facility currently receives radio communications. » Assumes that utility power is near the vault location and utility coordination will be of a typical effort for a project of this type. « Cathodic protection by sacrificial anode system based on the CMWD's specification and standard details. No pipeline system surge analysis is required. No standalone Instrumentation & Control [l&C) drawings will be required. l&C information will be shown on the electrical drawings. Only one I&C specification will be required to list all required equipment. Payment will be made by CMWD to Black & Veatch within 30 days of receipt of the invoice. BLACK & VEATCH 1 Scope of Work CITY OF CARLSBAD Tri-Agencies Water Transmission Pipeline Reach 2 - Phase I Pipeline Design and Construction Phase Services - Fee Sheet No. Sheet ID Sheet Title 1 T-1 Cover Sheet, Location Map, Vicinity Map 2 G-1 Drawings List & Abbreviations 3 G-2 Project Notes/Legend & Abbreviations 4 C-1 Pipeline Plan & Profile 5 C-2 Pipeline Plan & Profile 6 C-3 Connection Details to Existing Pipelines 7 M-1 Vault - Plan and Mechanical Details 8 M-2 Vault - Sections & Details 9 M-3 HVAC 10 E-1 Legend & Abbreviations 11 E-2 Electrical Site Plan 12 E-3 One-Line Diagrams 13 E-4 Power & Lighting Plan 14 E-5 Details 15 CP-1 Cathodic Protection Black & Veatch C:\Users\bek15758\E3esktopVCarlsbad\Tri Agency Pipeline Fee_REVISED 3-12-2013 (2)j(lsx CITY OF CARLSBAD Tri-Agencies Water Transmission Pipeline Reach 2 - Phase I Pipeline Design and Construction Phase Services Section Title 1 FRONT END DOCUMENTS (Review Client Front Ends) DIVISION 01-GENERAL REQUIRMENTS 01015 Project Requirements 01025 VIeasurement and Payment ^ 01070 Abbreviations Of Terms and Organizations 01300 Submittals •— 01310 Construction Scheduling 01380 Construction Videotapes and Photographs 01400 Quality Control . 01500 Temporary Facilities ^ 01610 General Equipment Stipulations 01612 Shipping 01614 Handling and Storage 01620 Equipment Schedule 01630 Pipeline Schedule 01730 DIVISION 02-SITEWORK 2050 Demolition _ • 2223 Trenching, Excavation, Backfilling, and Compacting Includes Clearing & Grubbing Section Pavement, Curb, & Sidewalk Removal/Replacement (per jurisdiction agency standards, need to elaborate section or just reference?) 02512 Asphaltic ConCTete Paving — 02900 DIVISION 03-CONCRETE DIVISION 05 - METALS 5500 lAnchorage in Concrete DIVISION 09 - COATINGS DIVISION 13 - SPECIAL CONSTRUCTION 13500 llnstrumentation and Control Equipment . DIVISION 16-MECHANICAL 15010 Valve Installation 15041 Disinfection of Piping 15044 Hydrostatic Testing of Pressure Pipelines 15061 Cement-Mortar Lined and Coated Steel Pipe and Specials 15092 Miscellaneous Couplings, Pipe and Appurtenances 15099 Process Valves, Regulators and Miscellaneous Valves 15100 Pressure Reducing Valves 15101 Resilient Wedqe Gate Valves (RWGVs) 15102 Butterfly Valves (BFVs) 15108 Air Release Valve, Air and Vacuum Valve and Combination Air Valve Assemblies 15074 Blowoff Assemblies ^ 15500 HVAC DIVISION 16-ELECTRICAL 16050 Electrical 16100 Electrical Equipment Installation 16640 Cathodic Protection by Sacrificial Anodes Black & Veatch C:\Users\bek15758\Desktop\Carlsbad\Tri Agency Pipeline Fee_REVISED 3-12-2013 (2).xlsx CITY OF CARLSBAD Tri-Agencies Water Transmission Pipeline Reach 2 - Phase I Pipeline Design and Construction Phase Services - Fee C:\Ua«)«\b«in S7S8lOMMop\Cat1.b.d\Til Afl«wy Pip.«ne FM_REV1SE0 2-27-2013xJ(h.