Loading...
HomeMy WebLinkAbout2013-10-08; Municipal Water District; 775; Approve Agreement CH2M Hill Inc Recycling PN 520912 CARLSBAD MUNICIPAL WATER DISTRICT-AGENDA BILL AB# MTG. DEPT. 775 10/08/2013 PW-UTIL APPROVE PROFESSIONAL SERVICES AGREEMENT WITH CH2M HILL, INC. FOR THE CARLSBAD WATER RECYCLING FACILITY PHASE III EXPANSION, PRELIMINARY DESIGN, PROJECT NO. 5209 DEPT. DIREaOR GEN. COUNSEL CITY MGR. (jtL-- RECOMMENDED ACTION: Adopt Resolution No. 1481 approving a Professional Services Agreement with CH2M Hill, Inc, for the Carlsbad Water Recycling Facility Phase 111 Expansion, Preliminary Design, Project No. 5209. ITEM EXPLANATION: The Carlsbad Water Recycling Facility (CWRF) is located at 6220 Avenida Encinas adjacent to the south side of the Encina Water Pollution Control Facility (see Exhibit 2). Construction of the CWRF was completed in 2005 as part of Carlsbad Municipal Water District's (CMWD) Recycled Water Phase 11 project. The Encina Wastewater Authority operates and maintains the CWRF through a Memorandum of Understanding with a capacity of 4.0 million gallons per day (mgd). On November 6, 2012, by Resolution No. 1450, the Board approved the 2012 Recycled Water Master Plan (RWMP) and separately, by Resolution No. 2012-245, a Program Environmental Impact Report. The 2012. RWMP is the comprehensive program for the phased and orderly development of improvements to accommodate the future recycled water distribution system needs of the CMWD. Based on information contained in the 2012 RWMP, a Feasibility Study for a Phase 111 Recycled Water Project was completed showing the recommended facilities to supply an additional estimated average annual demand of 3,135 acre-feet per year (afy) increasing the total demand from approximately 4,100 afy to 7,235 afy, a 76 percent increase in demand. The Feasibility Study for the Recycled Water Phase 111 Project recommended four major components including: (1) Constructing 18 miles of pipeline ranging in size from 4-inches to 18-inches in diameter. (2) Installing 156 metered service connections. (3) Constructing a 1.5 million gallon storage reservoir at CMWD's Twin D reservoir site. (4) Expanding the capacity of the CWRF from 4.0 mgd to 8.0 mgd. For the expansion of the CWRF under the Phase 111 Project, staff issued a Request for Proposals to six qualified engineering firms with experience in the design of water reclamation facilities, and also construction support services. The scope of work included preparing a preliminary design report, plans and specifications, providing bidding assistance and construction support services. DEPARTMENT CONTACT: Terry Smith 760-602-2765 terry.smithOcarisbadca.ROV FOR CITY CLERKS USE ONLY BOARD ACTION: APPROVED CONTINUED TO DATE SPECIFIC • DENIED • CONTINUED TO DATE UNKNOWN • CONTINUED • RETURNED TO STAFF • WITHDRAWN • OTHER-SEE MINUTES • AMENDED • Proposals were received from three 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 approve a professional services agreement with CH2M Hill, Inc., as the consultant providing the best value for the professional engineering services. 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: The expansion of the CWRF is part of the Recycled Water Phase 111 project and is included under Project No. 5209 with an estimated total project cost of $6,900,000. As shown in Table 1 the current project appropriation is $1,140,000 from the Water Replacement Fund. Staff negotiated with CH2M Hill, Inc. to separate their scope of work into two phases. The first phase includes only Preliminary Design Services. The second phase will be negotiated with CH2M Hill, Inc. upon completion and acceptance ofthe Preliminary Design Report which will contain the recommended treatment process for design, preparation of plans and specifications, and construction support services. CH2M Hill, Inc. will provide the professional engineering services specified for the Preliminary Design for a total not to exceed cost of $250,176. Based on the project appropriation, there are sufficient funds available for the professional services agreement. TABLE 1 - SUMMARY OF PROJECT NO. 5209 EXPENSES TASK DESCRIPTION APPROPRIATED TO DATE EXPENDITURES/ ENCUMBRANCES TO DATE REMAINING BALANCES Studies & Reports, Environmental Review, Design $1,140,000 $2,169 $1,137,831 ADDITIONAL APPROPRIATION REQUIRED None EXHIBITS: 1. 2. Resolution No. 1481 a Resolution of the Board of Directors of the Carlsbad Municipal Water District (CMWD), Approving a Professional Engineering Services Agreement with CH2M Hill, Inc. for Carlsbad Water Recycling Facility Phase 111 Expansion, Preliminary Design, Project No. 5209. Location Map 3. Professional Engineering Services Agreement with CH2M Hill, Inc. for the Carlsbad Water Recycling Facility Phase 111 Expansion Preliminary Design, Project No. 5209. RESOLUTION NO. 1481 1 2 3 A RESOLUTION OF THE BOARD OF DIRECTORS OF CARLSBAD MUNICIPAL WATER DISTRICT (CMWD), APPROVING A 4 PROFESSIONAL SERVICES AGREEMENT WITH CH2M HILL, INC FOR THE CARLSBAD WATER RECYCLING FACILITY PHASE 111 EXPANSION, 5 PRELIMINARY DESIGN. PROJECT NQ. 5209. WHEREAS, the Carlsbad Water Recycling Facility Is owned by the Carlsbad Municipal Water District; and WHEREAS, staff completed a Feasibility Study describing the recommended facilities for 6 7 8 9 IQ the Recycled Water Phase 111 Program which includes an expansion of the Carlsbad Water 11 Recycling Facility from 4.0 mgd to 8.0 mgd; and WHEREAS, to obtain professional engineering services for Preliminary Design, preparation 13 of plans and specifications, bidding assistance, and construction support services forthe Carlsbad 14 Water Recycling Facility Phase 111 Expansion, staff solicited proposals from six qualified 15 engineering firms consistent with Carlsbad Municipal Code Section 3,28,060; and 16 17 WHEREAS, staff received proposals from three engineering firms, and reviewed and rated 18 the proposals; and WHEREAS, subsequent to a review ofthe proposals, staff recommends CH2M Hill, Inc.as the consultant providing the best value for the project; and WHEREAS, the Board has determined it is necessary and in the public interest to enter into an agreement with CH2M Hill, Inc. to provide preliminary and final design, and construction 19 20 21 22 23 24 support services for the Carlsbad Water Recycling facility Phase 111 Expansion, Project No. 5209; 25 and 26 27 3 1 WHEREAS, staff and CH2M Hill, Inc. have negotiated fees in the sum of $250,176 to ^ provide Preliminary Design Services in the first phase of a two phase approach for services 3 described in this professional engineering services agreement; and 4 WHEREAS, funds has been appropriated in the 2013-2014 Capital Improvement Program 5 from the Water Replacement Fund in the amount of $1,140,000; and 6 7 WHEREAS, the appropriation from the Water Replacement Fund, are sufficient for the 8 professional engineering services agreement. ^ NOW, THEREFORE, BE IT RESOLVED by the Carlsbad Municipal Water District Board of Directors ofthe City of Carlsbad, California, as follows: 1, That the above recitations are true and correct and incorporated herein. 2. That the President ofthe Board is hereby authorized and directed to execute the 10 11 12 13 14 Professional services agreement with CH2M Hill, Inc. to provide professional engineering services 15 for the Carlsbad Water Recycling Facility Phase 111 Expansion, Preliminary Design, Project No. 5209. /// /// /// 16 17 18 19 20 21 /// III III III III 22 23 24 25 26 27 /// 28 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 PASSED, APPROVED AND ADOPTED at a Special Meeting ofthe Board of Directors ofthe Carlsbad Municipal Water District ofthe City of Carlsbad on the 8th day of October, 2013, by the following vote to wit: AYES: NOES: ABSENT: Board Members Hall, Wood, Blackburn, Douglas, None. Board Member Packard. r HALL :4 MATT HALL, President ATTEST: BARBARA ENGLESORi/Secretary O . •Jf, . ~i LOCATION MAP SITE NOT TO SCALE PROJECT NAME CWRF PHASE III EXPANSION PROJECT NUMBER 5209 EXHIBIT PLOTTED BY: SCOTT EVANS PLOT DATE:9/t9/13 PATH:D:\UTIUVES DEPARmENT\LOCAVON UAPS\5209.DWG UTILI 039 AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES (CH2M HILL ENGINEERS, INC.) THIS AGREEMENT is made and entered into as of the day of OctohtZjr' . 2013, by and between the CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 1911, and a Subsidiary District of the City of Carlsbad, ("CMWD"), and CH2M HILL ENGINEERS, INC., a Delaware corporation, ("Contractor"). RECITALS A. CMWD requires the professional services of an engineering consultant that is experienced in the planning, design, construction and operation of water treatment facilities; including potable water, wastewater, and recycled water. B. Contractor has the necessary experience in providing professional services and advice related to these types of facilities. 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 "Sen/ices") 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 three (3) years from the date first above written. The Executive Manager may amend the Agreement to extend it for one (1) additional two (2) year period or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, CMWD needs, and appropriation of funds by the CMWD Board of Directors. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Sen/ices to be performed during the inifial Agreement term will be two hundred fifty thousand one hundred seventy six dollars ($250,176). No other compensafion for the Services will be allowed except for items covered by subsequent amendments to this Agreement. CMWD reserves the right to withhold a ten percent (10%) retention until CMWD has accepted the work and/or Services specified in Exhibit "A". Incremental payments, if applicable, should be made as oufiined in attached Exhibit "A". General Counsel Approved Version 5/3/13 1 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of CMWD. Contractor will be under control of CMWD only as to the result to be accomplished, but will consult with CMWD as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of CMWD for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. CMWD will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. CMWD will not be required to pay any workers' compensafion insurance or unemployment contribufions 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, 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 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 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. 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 CMWD and the City of Carisbad, their officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense CMWD or the City of Carlsbad incurs or makes to or on behalf of an injured employee under the their self- administered workers' compensation is included as a loss, expense or cost for the purposes of this secfion, and that this secfion will sun/ive the expirafion or early terminafion 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 sen/ices by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an General Counsel Approved Version 5/3/13 Insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VH", OR with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rating in the latest Best's Key Rating Guide of at least "A:X". 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless the Risk Manager or Executive Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitafions 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 addifional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 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. 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 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 safisfaction, a declarafion stafing this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of complefion of the work. Q If box is checked. Professional Liability CMWD's Initials Contractor's Initials Insurance requirement is waived. 10.2. Addifional 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 nofice to CMWD sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to CMWD's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to CMWD. General Counsel Approved Version 5/3/13 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then CMWD will have the opfion to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on exisfing policies in order to maintain the required coverages. Contractor is responsible for any payments made by CMWD to obtain or maintain insurance and CMWD may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. CMWD resen/es the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carisbad Business License for the term of the Agreement, as may be amended from fime-to-time. 12. 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 inspecfion of all work, data, documents, proceedings, and actlvifies 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 sen/ices will be vested in CMWD and Contractor relinquishes all claims to the copyrights in favor of CMWD. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of CMWD and on behalf of Contractor under this Agreement. For CMWD For Contractor Name Terry Smith Name Paul Johnson Title Civil Engineer Title Sr. Project Manager Carlsbad Municipal Water District Address 402 W. Broadway, Suite 1450 Address 1635 FaradayAvenue San Diego, CA 92101 Carisbad, CA 92008 Phone 619-272-7223 Phone 760-602-2765 E-mail Paul.johnson2@ch2m.com Each party will notify the other immediately of any changes of address that would require any nofice or delivery to be directed to another address. General Counsel Approved Version 5/3/13 16. CONFLICT OF INTEREST Contractor shall file a Confiict of Interest Statement with the City Clerk In accordance with the requirements of the City of Carisbad Confiict 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 regulafions 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 fimes 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 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 discriminafion and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Sen/ices the following procedure will be used to resolve any questions of fact or interpretation not othenA/ise settled by agreement between the parties. Representafives 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 resolufion, 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 oufiining the disputes will be fonA/arded to the Executive Manager. The Executive Manager will consider the facts and solufions recommended by each party and may then opt to direct a solufion 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 terminafion, 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 determinafion 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 terminafion date; however, the total will not exceed the lump sum General Counsel Approved Version 5/3/13 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 confingent upon, or resulfing from, the award or making of this Agreement For breach or violafion 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 othenA/ise recover, the full amount ofthe 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 anticipafion of litigafion or in conjuncfion 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 prosecufion. Contractor acknowledges that California Government Code sections 12650 et seo.. the False Claims Act applies to this Agreement and, provides for civil penalfies where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false informafion or in reckless disregard of the truth or falsity of informafion. If CMWD seeks to recover penalfies 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 jurisdicfion is grounds for CMWD to terminate this Agreement. 23. JURISDICTIONS AND VENUE Any acfion 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 jurisdicfion 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. 26. 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 enfire 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 5/3/13 26. 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 CH2M HILL ENGINEERS, INC., a Delaware 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 By: (sigjii here) President or bKooutivo Monogor "T T~T^ \ I or Divicion Dirootor ac authorizod by tho 'V<:>t-"(/^^ o• v^vc£ . MVtZES\be>Ct £xocutivo Manager (print name/title) ATTEST: (sign here) BARBARA ENGLESO^ Secretary (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 resolufion certified by the secretary or assistant secretary under corporate seal empowering the offlcer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, General Counsel By: JQHX Assistant General General Counsel Approved Version 5/3/13 ^^^^ CH2IVIHILL SECRETARY CERTIFICATE 1, Cheryl J. Rimas, Assistant Secretary of CH2M HILL Engineers, Inc., hereby certify: Thomas Price is Designated Manager of CH2M HILL Engineers, Inc., and has been granted authority in accordance with our Signature Authority Policy to execute documents on behalf of the company. Dated this 19th day of September, 2013. Cheryl J. Rimas/A^istant Secretary State of Colorado County of Douglas Subscribed and sworn to before me by Cheryl J. Rimas this 19th day of September, 2013. Notary Public My commission expires: f ' I /HOT/W?,,\ \ >.3*coi.c^ CARLSBAD MUNICIPAL WATER DISTRICT CARLSBAD WATER RECYCLING FACILITY, PHASE III EXPANSION PROJECT NO. 5209 EXHIBIT A SCOPE OF SERVICES September 18,2013 PROJECT DESCRIPTION Carlsbad Municipal Water District (CMWD), a subsidiary of the City of Carlsbad (City), owns the Carlsbad Water Recycling Facility (CWRF) located at 6220 Avenida Encinas, Carlsbad, Califomia. The CWRF is currently operated and mauitained by the Encina Wastewater Authority (EWA) through a memorandum of understanding with the CMWD. The CWRF is regulated by the Cahfomia Regional Water Quality Control Board under Order No. 2001-352 for the treatment and reuse of up to 4.0 million gallons per day (mgd). The CWRF is currently supplied secondary clarified effluent from the Encina Water Pollution Control Facility (EWPCF) by an existing Combined Pump Station (CPS). The CPS has two pumping systems for the CWRF, one for the 0.9 mgd microfiltration (MF) / reverse osmosis (RO) treatment train and one for the 3.7 mgd granular media filtration (GMF) treatment train. Effluent flows from the two treatment trains are currently blended and then disinfected in the chlorine contact tank (CCT) which uses 12.5 percent sodium hypochlorite. Title 22 treated water is conveyed by gravity to the Flow Equalization Basins where it is temporarily stored before being conveyed into the distribution system by the Recycled Water Pumping Station. CH2M HILL was selected to provide a full range of consulting services for the CWRF Phase III Expansion (Project) including preliminary design, final design, bid support, construction support and start up support services. The Project will generally consist of an expansion of the CWRF treatment capacity from 4.0 mgd to either 6.0 mgd or 8.0 mgd, a decision which will be made during the preliminary design. This scope of work describes the preliminary design phase services (Phase 1) to be rendered by CH2M HILL for CMWD on the Project. It is anticipated that CMWD will issue an amendment or separate contract to CH2M HILL for subsequent phases of work including final design and other consulting services. Phase 1 Preliminary Design Services to be completed by CH2M HILL generally include: • Data/Information Collection and Review • Filtration treatment alternatives and preparation of related technical memorandum, • Operations and maintenance upgrades evaluation for the existing CWRF and preparation of related technical memorandum, • Evaluation of the site layout and cost estimate and preparation of related technical memoranda for two expansion options (i.e. 2 mgd and 4 mgd expansion). Carlsbad Water Recycling Facility, Phase UI Expansion, Project No. 5209 CH2M HILL September 18,2013 Page 1 • Evaluation of design criteria and preparation of related technical memorandum for the selected treatment expansion option (i.e. 2 mgd or 4 mgd expansion), • Preparation of the Draft and Final Preliminary Design Report for the selected treatment expansion option (i.e. 2 mgd or 4 mgd expansion), • Coordination with CMWD to provide information to include for submittal of the Report of Waste Discharge for the selected treatment expansion option, and • Project management through Phase 1 Preliminary Design Services only. SCOPE OF SERVICES The project design work will be carried out using a phased and sequential design delivery approach to assure a logical and progressive completion of the design work. Each phase of design will include a specific list of work products and deliverables, which are identified in the individual sections. Design review workshops will be conducted with the CMWD's personnel, Encina Wastewater Authority, key individuals from the CH2M HILL project team and others as needed; the design review workshops will be conducted at critical design milestones as identified. PHASE 1: Preliminary Design Services The scope of work to complete Phase 1 Preliminary Design Services consists of three main tasks. Task 1: Data/Information Collection and Review Under this task, CH2M HILL will prepare and submit a data and information request and perform a review of existing documentation. CH2M HILL has assumed that the following documents will be made available for review: • Design documents for the existing 4.0 mgd CWRF including as-built plar\s, and specifications. • Existing Operations and Maintenance Manuals to determine original design parameters and equipment requirements. • Existing discharge order to determine water quality requirements and to serve as a basis for requesting an increase to 8.0 mgd capacity allowable discharge. • EWA's Fiscal Year 2014 R-CAMP prepared for the Operation and Maintenance of the CWRF. This report identifies deficiencies that may be remedied as part of the proposed expansion project. • Influent and effluent water quality data available for the existing CWRF. • Recent operational data/ information pertinent to the Project such as chemical usage, chemical unit cost, electricity demand, electricity unit cost, and treatment process performance information/logs. Carlsbad Water Recycling Facility, Phase III Expansion, Project No. 5209 CH2M HILL September 18,2013 Page 2 Data/Information Collection and Review (Task 1) Deliverables: a. CH2M HILL will prepare and submit one data/information request based on a discussion of available data at the Project kickoff meeting. Task 2: Prepare Technical Memoranda Under this task, CH2M HILL will use the data available to develop and evaluate alternative design concepts, assess and recommend operations and maintenance upgrades, and agree upon a single design concept. Specific work activities and deliverables from this task are as identified below. Subtask 2.1: Filtration Treatment Alternatives Evaluation Technical Memorandum The purpose of this subtask is to evaluate filtration treatment alternatives and provide recommendations to the CMWD to serve as the basis for the preliminary design. CH2M HILL's work under this subtask will include the following: • Focused sampling and bench testing to characterize the GMF feed water and filtrate water quality and assess filterability. The sampling and bench testing will target determination of particle size distribution, turbidity, temperature, and particle size removal capability of the existing GMF and will be used to evaluate filtiation treatment alternatives. The samples will be representative and cover normal (i.e. relatively low turbidity feed water) and poor feed water quality conditions (i.e. high turbidity). Filterability tests will be performed at three filtration rates (low, design and high) with and without chemical addition and under varying flocculation times (0 to 15 minutes). CH2M HILL will coordinate the activities and prepare a summary of findings based on the results. • Review and evaluate possible filtration treatment alternatives including GMF, MF, cloth media filters, and up to two others as appropriate. For the MF, review and evaluate the potential to retain or increase the microfiltration (and feed pump) capacity as a possible treatment option for the Project. The 4 mgd expansion option will be used as the basis for the filtration treatment altematives evaluation. This is because the two treatment expansion options (i.e. 2 mgd and 4 mgd) are similar enough that conflicting results of the filtration treatment evaluation are not likely. • Benefit analysis on continuing with MF/RO. • Review and evaluate possible water quality impacts if the Encinas Water Pollution Control Facility were to begin receiving backwash discharge from the Poseidon Resources Seawater Desalination Facility currentiy being constructed in Carlsbad. CH2M HILL will facilitate discussions and/or work directiy with Encinas Wastewater Authority, Poseidon Resources and the San Diego County Water Authority as appropriate to obtain necessary data to properly evaluate the magnitude and effect of such an impact. Based on collaboration with the CMWD, an altemative process train will be considered and presented to address the influent water quality impact with the objective of maintaining effluent water quality reliability. Carlsbad Water Recycling Facility, Phase III Expansion, Project No. 5209 CH2M HILL September 18,2013 Page 3 • Review the Operations Plan being completed by Trussell Technologies, Inc. (Trussell) from their investigation of operational improvements at the Encinas Water Pollution Control Facility (EWPCF). Use the relevant information in the evaluation of the filtration treatment alternatives. The report that is prepared by Trussell will be referenced in this this task's technical memorandum, if applicable. CH2M HILL has assumed attendance at one coordination meeting with Trussell to discuss the understand the impact of any recommended changes to EWPCF operations on feed water quality at the CWRF. The operational improvements information needs to be provided to CH2M HILL at the start of this subtask. • Prepare a technical memorandum summarizing results of the above-referenced evaluations and recommend a treatment technology to provide reliable and cost- effective treatment of current and anticipated future feed water to the CWRF. Subtask 2.2: Operations and Maintenance Upgrades Evaluation Technical Memorandum The purpose of this subtask is to evaluate possible Operations and Maintenance upgrades at the CWRF which could impact the filtration treatment alternatives evaluation. CH2M HILL's work under this subtask will include the following: • Benefit analysis and challenges of placing covers over chlorine contact tank and flow equalization basin tanks. CH2M HILL will provide comment on the impact of this benefit analysis on proposed filtration alternative. Evaluate relocation of the secondary effluent turbidimeter. Evaluate addition of GMF influent turbidimeter. Evaluate existing coagulation/ flocculation design including review of possible static mixer relocation. CH2M HILL will review chemical coagulant types and doses and provide recommendations. Evaluate addition of turbidimeter and altemative operation of chlorine analyzer at influent of chlorine contact tank. Evaluate addition of influent by-pass pipeline back to EWPCF to prevent fouling. Evaluate the possible addition of a recirculation system to convey effluent from the Flow Equalization Basin back to the front of the CWRF for reprocessing, or other alternative, to maintain water quality during storage. Evaluate addition of instrumentation, controls and chemical feed equipment at Recycled Water Pump Station. Evaluate programming upgrades required. CH2M HILL will evaluate and provide suggested improvements to the process control and SCADA system to enhance operations. Evaluate chlorine contact tank drain improvements. Evaluate storm drain improvements including addition of sump pumps. Carlsbad Water Recycling Facility, Phase III Expansion, Project No. 5209 CH2M HILL September 18, 2013 Page 4 • Evaluate addition of cameras to remotely monitor all CWRF facilities to enhance security. • Evaluate other instrumentation improvements. • Evaluate recent SDG&E rate adjustment at a conceptual level to confirm efficiencies. • Prepare a technical memorandum summarizing results of the above-referenced evaluations and recommend improvements that may be incorporated into the Project to address Operation and Maintenance concerns. Subtask 2.3: Design Criteria Technical Memorandum This subtask is intended to define the design criteria for the Project. The design criteria for the two treatment capacity expansion options (i.e. 2 mgd and 4 mgd) will be prepared for the selected filtration technology under subtask 2.1. CH2M HILL will prepare a technical memorandum to present the pertinent design criteria information based on findings and discussions with CMWD staff regarding the filtration treatment alternatives and operations and maintenance upgrades evaluations. The design criteria for the selected capacity expansion option will be used for development of the Project preliminary design. Subtask 2.4: Site Layout Technical Memorandum This subtask is intended to provide CWRF site layouts showing location and size of the proposed treatment capacity expansion as well as selected improvements resulting from the operations and maintenance upgrades evaluation. Up to two site layout alternatives will be presented based on the selected technology resulting from evaluations completed in previous technical memoranda. One site layout will be prepared for the 2 mgd capacity expansion and one site layout will be prepared for the 4 mgd capacity expansion. Subtask 2.5: Cost Estimate Technical Memorandum Under this subtask, CH2M HILL will prepare cost estimates for the selected treatment technology based on the evaluation completed in Subtask 2.1 to aid in the selection of the expansion option to be implemented. One conceptual cost estimate will be developed for the 2 mgd freatment capacity expansion option and another for the 4 mgd freatment capacity expansion option. The technical memorandum for this subtask will include a unit-based comparison of freatment capacity expansion options and initial cost estimates for the selected operations and maintenance upgrades. Subtask 2.6: Preliminary Design Report CH2M HILL will prepare a Draft Preliminary Design Report to include an Executive Sununary, Infroduction, Records Search, Design Criteria, Equipment Selection, Equipment List and Load List, Filfration Treatment Altematives, Cost estimates showing basis of costs. Unit consfruction cost data. Summary of cost estimates, and Conclusions and Recommendations. The Draft Preliminary Design Report will incorporate comments, Carlsbad Water Recycling Facility, Phase III Expansion, Project No. 5209 CH2M HILL September 18,2013 Page 5 suggestions and decisions made by the CMWD based on information presented in previously issued technical memoranda. The Draft Preliminary Design Report will include information provided by the CMWD regarding changes to the CMWD recycled water demand projections. Based on analyses presented in CH2M HILL's preceding evaluation technical memoranda, it is assumed that CMWD will select the preferred freatment capacity expansion option (i.e. 2 mgd or 4 mgd) prior to starting work on the Draft Preliminary Design Report. The Draft Preliminary Design Report will include information regarding prior evaluation of both expansion options but will only advance the preliminary design for the selected option. CH2M HILL anticipates receiving consolidated comments from the CMWD on the Draft Preliminary Design Report in letter format as well as documented by meeting minutes during the preliminary design workshops. CH2M HILL will modify the Draft Preliminary Design Report to reflect all agreed upon final review comments from the CMWD and to produce the Final Preliminary Design Report. Specific technical activities to be completed under this subtask are described below. Civil and Site Development Schematic design work will include the following activities. • Coordinate with surveyors; define surveyors' scope of work. • Set preliminary finished floor levels for new sfructures. Establish preliminary finished grades and overall major surfaces,.. Sfructural Schematic design for sfructural will include the following activities. • Consult with lead process engineer on building/sfructure layouts. • Develop building foundation and sfructure concepts based on schematic layouts of sfructures. Geotechnical Schematic design for geotechnical will include the following: • Review geotechnical report provided by the CMWD and determine site specific geotechnical conditions for each facility and sfructure. Develop specific foundation requirements. • Verify consfructibality (shoring and bracing requirements, dewatering issues). • Using existing geotechnical data and results of investigations, prepare foundation and corrosion confrol recommendations. Process Schematic design for process will include the following: • Determine size/capacity of all unit freatment processes and ancillary systems. Carlsbad Water Recycling Facility, Phase III Expansion, Project No. 5209 CH2M HILL September 18,2013 Page 6 • Prepare process flow diagrams (PFDs). • Prepare preliminary solids balance. Mechanical Schematic design for mechanical will include the following: • Select and size all major process equipment including pumps. Prepare sizing calculations and obtain review. Establish level of redundancy required for all process equipment. • Prepare equipment list with sizing for major equipment. Coordinate with the CMWD on preferences of equipment manufacturer and processes. • Prepare preliminary concepts for equipment arrangements. • Prepare preliminary hydraulic profile. Insfrumentation and Confrol Systems (I&CS) Schematic design work for the insfrumentation and confrol will include the following activities. • Coordinate with the process engineer(s) to prepare a process flow drawing (PFD) for each freatment process. Information to be included on each PFD includes at a minimum: Process configuration, flow sfreams, valve and gate locations (manual and powered), chemical additions points/ types, process equipment location/ type including packaged confrol panels and adjustable-speed drives, flow meters and other process confrol devices. • Develop equipment/insfrument tag numbering, naming, and abbreviation conventions. It is assumed that the conventions will follow existing conventions. • Coordinate with CMWD and EWA on the existing confrol philosophy including local confrol approach, confrol system, level of automation, supervisory confrol. Elecfrical Schematic design work for electrical will include the following. • Prepare preliminary overall one-line diagram for proposed facilities. • Prepare preliminary load calculations. • Confirm existing elecfrical feeds to facility are adequate for expansion facilities. • Determine redundancy requirements for power supplies and power disfribution. • Confirm preferred voltages for power disfribution and utilization equipment. Subtask 2.7: Provide Process Information for Report of Waste Discharge CH2M HILL will provide required information to enable the CMWD to prepare a "Report of Waste Discharge" to the San Diego Regional Water Quality Confrol Board. The CMWD will use a separate consultant in preparing the report. CH2M HILL has assumed a limited Carlsbad Water Recycling Facility, Phase III Expansion, Project No. 5209 CH2M HILL September 18, 2013 Page 7 level of effort to provide these services. If additional CH2M HILL effort is necessary and desired by the CMWD, an additional level of effort will be amended in accordance with terms of the confract, and will be executed on a time and materials basis. Prepare Technical Memoranda (Task 2) Deliverables: a. Filfration Treatment Alternatives Evaluation Technical Memorandum (elecfronic copy in Word format) b. Operation and Maintenance Upgrades Technical Memorandum (elecfronic copy in Word format) c. Design Criteria Technical Memorandum (elecfronic copy in Word format) d. Site Layout Technical Memorandum (electronic copy in Word format) e. Cost Estimate Technical Memorandum (elecfronic copy in Word format) f. Draft Preliminary Design Report (elecfronic copy in Word format) g. Final Preliminary Design Report (five hard copies and one CD-ROM) h. Process Information for Report of Waste Discharge (elecfronic copy in Word format) Task 3: Project Management, Plan Development and Workshops Under this task, CH2M HILL shall provide project management services throughout preliminary design, or Phase 1, services of the Project, including management of the work, preparation of billing statements, monthly status reporting, document confrol, record keeping, and project budget and schedule fracking. Subtask 3.1: Project Management and Plan Development CH2M HILL's billing statements shall be submitted to the CMWD on a monthly basis, and shall be based upon CH2M HILL's standard invoicing format. CH2M HILL shall report each month actual expenditures and remaining budget. The Project schedule is to be developed by CH2M HILL utilizing Microsoft Project 2007 software. A dreift version of the Project schedule will be submitted to the CMWD for review within 14 working-days of Notice to Proceed. The CMWD's review comments will be incorporated by CH2M HILL into the final Project schedule. CH2M HILL shall update tiie Project schedule when needed or up to once a month. CH2M HILL will prepare a monthly Project status report (listing work completed, major decisions, action items, schedule status), which will be up to 3 pages in length, and will be submitted to the CMWD in elecfronic PDF format. • Project Health and Safety Plan: CH2M HILL will develop a health and safety plan to apply to all employees working on this Project. It will address safety in the office and during field visits to the Project sites, and will include any requirements by the CMWD. Carlsbad Water Recycling Facility, Phase HI Expansion, Project No. 5209 CH2M HILL September 18, 2013 Page 8 Subtask 3.2: Meetings and Workshops CH2M HILL shall attend and facilitate meetings and workshops as described below. a. Project Kickoff Meeting CH2M HILL will participate in one Project kickoff meeting (up to 4 hours in length). This meeting will be scheduled upon receipt of the Notice to Proceed, and CH2M HILL will present and discuss with CMWD staff the communications protocol, preliminary phase schedule and deliverables, filfration freatment altematives to be discussed, preliminary water quality parameters (if available), review the O&M elements to implement, with CH2M HILL will receive comments and direction from the CMWD regarding the items presented, project goals, interactions with other stakeholders and team members, deliverables and schedule. The Project kickoff meeting will include a tour of the CMWD's existing CWRF. CH2M HILL has assumed attendance for the kickoff meeting by up to four team members, including the Project Manager and Project Engineer. b. Workshops CH2M HILL will participate in an additional three project workshops with the CMWD. It is assumed that each workshop will be held at the CMWD's offices or at the CWRF and will last up to two hours. Workshops will be attended by up to two members of CH2M HILL's team as appropriate. It is assumed that the CMWD and EWA Operations and Maintenance, as appropriate, will attend the workshops. The proposed workshop topics include: • Filfration Treatment Alternatives and Plant Expansion Needs • Technical Memoranda Review • Preliminary Design Report c. Project Progress Meetings Progress meetings will be held once per month with CMWD staff to provide and discuss monthly progress reports. CH2M HILL has assumed up to 5 progress meetings, each lasting up to one hour, will be attended by the Project Manager. These meetings will be held at the CMWD's offices or at the CWRF. Project Management, Plan Development & Workshops (Task 3) Deliverables: a. Monthly billing statement and progress report. b. Project schedule and e updates in elecfronic format (PDF file). c. Agenda and minutes for each meeting/workshop. Carlsbad Water Recycling Facility, Phase III Expansion, Project No. 5209 CH2M HILL September 18, 2013 Page 9 MASTER LIST OF ASSUMPTIONS The scope of work and level of effort are based on the following assumptions: 1. It is assumed that all meetings/workshops will be held at the CMWD's adminisfration office or at the CWRF and that CH2M HILL representatives will attend in person or via conference call as described in the scope of work.. 2. CH2M HILL has not assumed or included assistance with permitting or property acquisition in this scope of work. 3. Only a single vendor will be named for each manufactured component where the new component has to match an existing component, or if the City requests a proprietary component; otherwise, three vendors will be named for each manufactured component with "or equal" provisions with approval of the confractor-proposed component following the prescribed procedure in the specifications. 4. The Phase 1 or preliminary design work on this project will span 4months from authorization to proceed which is anticipated in October 2013 and the work on this project is estimated to be completed by March 2014. 5. It is assumed that the City will provide comments within one week of receipt for each submittal. 6. The design will be based on the federal, state, and local codes and standards in effect on the effective date of the authorization to proceed. Any changes in these codes may necessitate a change in scope. 7. The design documents will be prepared for a single consfruction confract. 8. No equipment pre-purchase or pre-negotiation will be required. 9. No additive or deductive alternates will be included on the bid form and confract documents. 10. The drawings will follow CH2M HILL CAE/CAD standards. Microstation will be used to develop the drawings. 11. The CMWD will provide Computer files of all existing plant record drawings. The siting, location and design of all new imderground utilities will be based on the existing underground utility drawings and related location information provided by the CMWD. 12. Any investigation and remediation of possible hazardous waste, asbestos, lead paint or other types of contamination wiU be conducted as a separate confract. Civil/Geotechnical 1. A topographic survey of the existing facilities and site will be required. 2. Legal, easement or plat surveys of the existing site will not be required. 3. Civil sitework plans will be provided only for areas of the site involving significant disturbance to existing grading. Carlsbad Water Recycling Facility, Phase EI Expansion, Project No. 5209 CH2M HILL September 18, 2013 Page 10 4. Site drawings will only be prepared for those sectors in the plant where new facilities are to be consfructed or existing sfructures require modification. 5. Landscaping will not be required. 6. The only new paved road required is within the existing footprint of the facility and in immediate area of new facilities. 7. Only portions of the existing plant roads will be repaved after all other consfruction activities are complete. 8. New storm water collection and confrol facilities are not required. 9. The foundation design of the new facilities will be based on currently available geotechnical information. No additional borings or tests are required. 10. The existing site storm drain system is adequate and will not need to be expanded or upgraded. Structural/Architectural/Geotechnlcal 1. Conventional spread foundations will be required for all new facilities. Over excavation, preload, piles, or underdrain systems are not required. 2. Uplift due to high groundwater levels, if any, will be addressed with thickened base slabs or pressure relief valves in slabs. No underdrain systems or tension systems will be required. 3. No architectural drawings are necessary as there are no new buildings included in the design. Process/ Mechanical 1. Only hydraulic assessments required for design of the new or modified facilities are included. A hydraulic profile drawing will not be provided. 2. The necessary process design, liquid balance calculations will be performed. However, a process flow diagram or liquids/solids balance drawing will not be provided. 3. Design concerning "plant-wide" utility systems such as basin drainage, water, and in- plant waste collection/ disposal will be limited to extensions and/or changes in existing piping. No new sfructures or equipment will be needed. 4. No corrosion confrol provisions will be required other than materials selection and coatings. 5. No additional flow equalization storage will be provided. 6. No additional recycled water pumping capacity will be provided to deliver recycled water from the CWRF to the disfribution system. HVAC and Plumbing 1. CH2M HILL has not included HVAC and Plumbing design in this level of effort. Performance specifications will be used for all HVAC and plumbing systems requiring detailed design by the confractor and vendor. Carlsbad Water Recycling Facility, Phase III Expansion, Project No. 5209 CH2M HILL September 18, 2013 Page 11 Electrical and Instrumentation & Controls Systems 1. The new insfrumentation and confrol system will be based on the use of programmable logic confroUers. Monitoring of the plant status will be by a commercially available PC based software package and will include plant influent and effluent characteristics and performance frends. 2. Remote confrol of plant components will not be provided. 3. No backup elecfrical power source is required in the project. 4. The existing primary, secondary and/or emergency elecfrical power supply system is adequate to handle any new loads. No additional secondary or emergency power source will be provided. 5. Performance specifications will be used for interior lighting requiring detailed design by the confractor and vendor. 6. CH2M HILL will not perform the work of developing or modifying process confrol system software for both the PLC and the PC interface. 7. CH2M HILL has not included detailed design of the SCADA-related components such as PLCs, remote 1/O, or RTU panels and radios/antennas. 8. The SCADA server room is of sufficient size with adequate cooling for equipment additions and upgrades. 9. The existing elecfrical rooms have sufficient physical space to accommodate the new elecfrical equipment required for the new expansion. 10. The existing standby or emergency elecfrical power supply system is adequate to handle any new loads. No additional standby or emergency power sources will be provided. SCHEDULE A draft version of CH2M HILL's schedule for the above scope of services will be submitted to the CMWD for review within 14 working days of receiving the Notice to Proceed (NTP). Our scope of work and fee estimate assumes receipt of the NTP on October 15,2013 and that Phase 1 services will generally be performed between October 2013 and March 2014. FEE ESTIMATE CH2M HILL's not-to-exceed fee for the Phase 1 Preliminary Design Services is $250,176, as presented on the Attachment A, Fee Estimate Summary for Phase 1 Preliminary Design Services. Attachment B presents CH2M HILL's billing rates for staff proposed on the project. If additional level of effort is requested by the CMWD for additional facilities or work that was not anticipated in this scope of work, an additional level of effort will be amended in accordance with terms of the confract, and will be authorized by the CMWD prior to proceeding with the work. Carlsbad Water Recycling Facility, Phase III Expansion, Project No. 5209 CH2M HILL September 18, 2013 Page 12 Attachment A Fee Estimate Summary for Phase 1 Preliminary Design Services (9/18/13) CWRF Phase III Expansion, Proj No. 5209 Task/ Subtask No. Task Description Task/ Subtask Labor Hours CH2MHILL Labor Fee($) Sub- consultants (1) ($) Other Direct Expenses ($) Total Fee Estimate ($) 1 Data/Information Collection and Review 88 $ 16.100 $ $ $ 16,100 2 Prepare Technical Memoranda 1,131 $ 196,760 $ $ 2.800 $ 199,560 2.1 Filtration Treatment Alternatives Evaluation TM 172 $ 32,560 $ $ $ 32,560 2.2 O&M Upgrades Evaluation TM 240 $ 41,400 $ $ $ 41,400 2.3 Design Criteria TM 312 $ 56,480 $ $ 1,800 $ 58,280 2.4 Site Layout TM 178 $ 26,252 $ $ $ 26,252 2.5 Cost Estimate TM 76 $ 13,868 $ $ 300 $ 14,168 2.6 Preliminary Design Report 117 $ 20,100 $ $ 700 $ 20,800 2.7 Provide Process Information for Report of Waste Discharge 36 $ 6,100 $ $ $ 6,100 3 Phase 1 Project IManagement, Plan Development and Woilnrtiops 162 $ 33.016 $ $ 1,500 $ 34,516 3.1 Project Management and Plan Development 84 $ 15,736 $ $ $ 15,736 3.2 Meetings and Workshops 78 $ 17,280 $ $ 1,500 $ 18,780 Total Phase 1 Preliminary Design Services 1,381 $ 245,876 $ $ 4,300 $ 250,176 (1) Includes CH2IVI HILL 10% marlcup on subconsultants Attachment B CH2M HILL Rate Schedule for Phase 1 Preliminary Design Services (9/18/13) CWRF Phase III Expansion, Proj No. 5209 Functional Category Period: Calendar Year 2013 Principal-in-Charge PrifKlpal Professlcmal Senior Professional Project Professional Staff Professional SenkMT TechnKlan Technician Office/Clericai Period: Calendar Year 2014 Principat-in-Charge Principal Professional Senior Professional Prpiect Professional Staff Professional Senior Technfcian Technician Office/Clerical $260.00 $215.00 SI 85.00 $145.00 SI 25.00 $140.00 S112.00 $85.00 S270.00 $224.00 SI 92.00 $151.00 S130.00 $146.CK) S116.00 $88.00 Carlsbad Water Recycling Facilitv', Phase III Expansion, Project No. 5209 September 13, 2013 CH2M HILL