Loading...
HomeMy WebLinkAboutBrown and Caldwell; 2017-05-24; UTIL1569UTIL1569 General Counsel Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 3 PROJECT NO. 55422, 55423, 55421 This third Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between Brown and Caldwell, a California corporation, ("Contractor") and 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, referred to as ("CMWD"), dated May 24, 2017, (the “Agreement”), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide professional services for SCADA standards in accordance with the City of Carlsbad Engineering Standards, 2016 Edition, the Standard Specifications for Public Works Construction, 2018 Edition and the supplements thereto as published by the “Green Book” Committee of Public Works Standards and the proposal dated March 2020, (“proposal”), attached as Appendix "A" for the Development of SCADA Design and Programming Standards, (the “Project"). The Project services shall develop and document SCADA design and programming standards. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the Executive Manager or General Manager and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within fourteen (14) working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within one (1) year thereafter. Working days are defined in section 6-7.2 "Working Day" of the Standard Specifications for Public Works Construction (Green Book). In no event shall Contractor work beyond the term or authorized compensation of the Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on work days. Appendix "A", attached, prepared by Contractor and reviewed by CMWD, shows the parties’ intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix “A”, will be performed by the Contractor only upon authorization of CMWD through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that CMWD directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix “A”, then the Contractor shall only invoice CMWD for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $198,950.12. DocuSign Envelope ID: 414ED01F-06D3-4C0A-933E-8B80A05D3A7C July 28, 2020 UTIL1569 General Counsel Approved Version 7/19/17 2 TABLE 1 FEE ALLOTMENT DEVELOPMENT OF SCADA DESIGN AND PROGRAMMING STANDARDS TASK GROUP TIME & MATERIALS Project Management $55,651.20 SCADA Design Standards $62,792.18 SCADA Programming Standards $80,506.74 TOTAL (Not-to-Exceed) $198,950.12 CONTRACTOR Brown and Caldwell Brown and Caldwell (name of Contractor) (name of Contractor) By: By: (sign here) (sign here) Marc G. Damikolas, Senior Vice President (print name/title) (print name/title) MDamikolas@brwncald.com (e-mail address) (e-mail address) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, president or vice-president Column 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. 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: ________________________________ Date: _________________________ Scott Chadwick, Executive Manager APPROVED AS TO FORM: CELIA A. BREWER, General Counsel BY: _____________________________ Assistant General Counsel DocuSign Envelope ID: 414ED01F-06D3-4C0A-933E-8B80A05D3A7C July 28, 2020 APPENDIX "A" SCOPE OF SERVICES DocuSign Envelope ID: 414ED01F-06D3-4C0A-933E-8B80A05D3A7C City of Carlsbad/CMWD SCADA Master Plan Scope SCOPE | Page 1 of 6 Task Order #3: SCADA Standards Scope City of Carlsbad/CMWD SCADA Master Plan for Sewer, Water, and Recycled Water Systems July 2020 Project Overview The City of Carlsbad/CMWD’s (City/CMWD) is currently in the process of upgrading their current supervisory control and data acquisition (SCADA) system that provides for monitoring, control, and alarming of a wide variety of process facilities. As the City/CMWD’s SCADA system is implemented as well as grows and changes in complexity and technology, it is critical to define and standardize on the implementation and configuration methods of the entire system. Standardization establishes a system that is easy to maintain, expand, and troubleshoot. SCADA standards are intended to be a living document that provides the foundation for how a system is implemented in the initial installation, and how the system is enhanced, modified, or maintained in the future. It is imperative that these standards are used by all parties, and collectively modified over time to provide overall standardization throughout the entire City/CMWD SCADA system. The use of standards can provide the City/CMWD with the following benefits: · Provide a consistent look and feel throughout the control system, and between different programmer styles and applications, for ease of maintenance and troubleshooting. · Encourage efficient programming and communications system-wide. · Reduce the complexity of the control system and improve reliability. · Easily guide outside consultants and contractors with reduced City/CMWD intervention. · Efficiently document changes and requirements through a living standard document. · Reduce operator training costs through uniform standards · Reduce PLC and HMI programing related costs due to uniform standard and interchangeable and re-usable code This scope is separated into two main sections, the development of design standards to define the implementation hardware and requirements for installation and the development of programming standards to define how each of the main platforms (PLC and HMI) are to be configured and programmed. Scope of Services Phase 100: Project Management Manage the coordination and oversight of the BC team and administration of the contract, including contracts, project resources, quality, budgets, deliverables and schedule, and coordinated communications between BC staff and City/CMWD project manager and designated staff. BC will provide meeting minutes for all meetings and maintain a log of action items. Task 100: Project Management, Schedule, Status Update Meetings, and Reporting BC will perform project management, project tracking, and provide monthly invoicing utilizing a computer based project management system. This includes all major activities of the scope of services. Monthly Progress Reports will be provided with monthly invoices to summarize work completed and being billed for each invoice. BC will facilitate monthly project status and coordination calls to provide the City/CMWD with project status and overall progress. BC will develop a detailed project schedule, utilizing Microsoft Project, to track the progress of the tasks and deliverable stages. This project schedule will be maintained and updated as the project progresses and will be presented at each monthly project status conference call. Deliverables: · Develop and maintain a project schedule · Facilitate up to seven (7) one-hour (1-hr) project status monthly conference calls. Agenda and meeting minutes will be provided for each call. DocuSign Envelope ID: 414ED01F-06D3-4C0A-933E-8B80A05D3A7C City of Carlsbad/CMWD SCADA Standards Scope of Work SCOPE | Page 2 of 6 · Monthly invoices with monthly project status report. Task 110: Quality Assurance and Quality Control (QA/QC) BC will provide internal technical QA/QC on the following deliverables: · Draft and Final Governance Standard Document · Draft and Final Standard Drawings Set · Draft and Final Standard Specifications Document · Draft and Final Programming Tagging Standard Document · Draft and Final PLC Programming Standard Document · Draft and Final HMI Graphical Standard Document Phase 200: SCADA Design Standards Task 210: Governance Standard The standards governance document provides guidance on how the standards are developed, why they are developed, and how they are controlled, used, and revised over time. BC will develop a standards governance document which defines the standards use and revision throughout City/CMWD’s SCADA system. The standards governance document will include the following: · Overview structure of the standards package · Purpose of using SCADA standards for projects · Control, issuance, and distribution of the standards · Criteria and guidelines for standards committee establishment · Guidelines for revisions, updates, and improvements · Standards revision log BC will develop a draft version of the governance standard document and submit to the City/CMWD for review and comment. From the draft review workshop described in Task 240, BC will collect comments from the City/CMWD and incorporate into a final governance standard document. Deliverables: · Provide a draft governance standard document in MS Word (.docx) format and Portable Document Format (.PDF) · Provide a final governance standard document in MS Word (.docx) format and Portable Document Format (.PDF) Task 220: Standard Drawings BC will develop a set of standardized drawings that will be applied in future SCADA projects to define the intended methodologies and requirements from the City/CMWD. This scope will include and develop the following standard drawing sheets: · Small RTU Panel Interior/Exterior Layout with Bill of Materials · Large RTU Panel Interior/Exterior Layout with Bill of Materials · RTU Panel Power Distribution · PLC Digital Input and Output Card Details · PLC Analog Input and Output Card Details · Remote Site Network Block Diagram · Antenna Mounting Details Sheet BC will develop a draft version of the standardized drawing set and submit to the City/CMWD for review and comment. From the draft review workshop described in Task 240, BC will collect comments from the City/CMWD and incorporate into a final drawing set. Deliverables: · Provide a draft standardized drawing set in electronic PDF and native CAD formats. · Provide a final standardized drawing set in electronic PDF and native CAD formats. DocuSign Envelope ID: 414ED01F-06D3-4C0A-933E-8B80A05D3A7C City of Carlsbad/CMWD SCADA Standards Scope of Work SCOPE | Page 3 of 6 Task 230: Standard Specifications BC will develop a set of standardized specifications that will be applied in future SCADA projects to define the intended methodologies and requirements from the City/CMWD. This scope will include and develop the following standard specification documents: · Division 26 - Electrical o 26 05 00 – Common Work Results for Electrical · Division 40 – Process Integration o Section 40 61 13 – Process Control Systems General Provisions o Section 40 61 21 – Process Control System Testing o Section 40 61 93 – Process Control System Input/Output List o Section 40 61 96 – Process Control Descriptions o Section 40 63 43 – Process Control System Controllers and Interface Terminals o Section 40 66 56 – Wireless Network Communications Equipment o Section 40 67 00 – Process Control Panels and Racks o Section 40 68 00 – Process Control Software BC will develop a draft version of the standardized specification documents and submit to the City/CMWD for review and comment. From the draft review workshop described in Task 240, BC will collect comments from the City/CMWD and incorporate into a final specification document. Deliverables: · Provide a draft standard specifications document in MS Word (.docx) format and Portable Document Format (.PDF) · Provide a final standard specifications document in MS Word (.docx) format and Portable Document Format (.PDF) Task 240: SCADA Design Standards Meetings and Workshops BC will facilitate the following meetings to gather information and comments, review submitted deliverables, and engage team stakeholders throughout this scope phase: Kickoff Meeting. BC will facilitate a two (2) hour kickoff meeting to provide an overview of the scope, schedule, and project team members. Within this meeting, the team will also discuss preferences for electrical and I&C standards inclusions, review general documentation format and structure, and outline each of the table of contents for each of the standards. Control Descriptions Workshop. BC will facilitate two (2), four (4) hour workshops, one for the water and reclaimed systems, and one for wastewater, to whiteboard through each of the main process equipment types and facility processes and develop a general understanding of how each interacts and the major control loop functions in order to develop the control descriptions specification. Draft Review Workshop. Following the submittal and City/CMWD review period of each of the draft design standards documents, BC will facilitate a four (4) hour workshop to review each of the documents and collect comments. Final Review Workshop. Following the submittal and City/CMWD review period of each of the final design standards documents, BC will facilitate a two (2) hour workshop to review each of the documents and collect final comments. Deliverables: · For each workshop, provide meeting presentation material, meeting agendas, and meeting minutes. Phase 300: SCADA Programming Standards Task 310: Programming Tagging Standard The programming tagging standard document defines the specific tagging structure to be used for control system programming within the City/CMWD’s SCADA system. This scope will include and define the following: · General tagging structure and usage requirements · Definition of the source and mnemonic codes · Structure for the tag length, separators, and prefix/suffix requirements · Tagging structure used in the PLC, OIT, and HMI DocuSign Envelope ID: 414ED01F-06D3-4C0A-933E-8B80A05D3A7C City of Carlsbad/CMWD SCADA Standards Scope of Work SCOPE | Page 4 of 6 BC will develop a draft version of the programming tagging standard and submit to the City/CMWD for review and comment. From the draft review workshop described in Task 340, BC will collect comments from the City/CMWD and incorporate into a final programming tagging standard document. Deliverables: · Provide a draft programming tagging standard document in MS Word (.docx) format and Portable Document Format (.PDF) · Provide a final programming tagging standard document in MS Word (.docx) format and Portable Document Format (.PDF) Task 320: PLC Programming Standard BC will develop a PLC Programming Standard document which defines the PLC program structure, configuration, and standard programming block structure to be used within the PLCs. The PLC programming standard will define the following: · Base program structure documentation o Program layout o Input and Output (IO) mapping o Communications handling and mapping o Module configuration · General hardware requirements · Documentation requirements · Program storage, check-in/check-out, and revision requirements · Peer to Peer communications requirements · PLC to HMI communications requirements BC will develop a draft version of the PLC programming standard and submit to the City/CMWD for review and comment. From the draft review workshop described in Task 340, BC will collect comments from the City/CMWD and incorporate into a final PLC programming standard document. Deliverables: · Provide a draft PLC programming standard document in MS Word (.docx) format and Portable Document Format (.PDF) · Provide a final PLC programming standard document in MS Word (.docx) format and Portable Document Format (.PDF) Task 330: HMI Graphical Standard BC will develop a HMI graphical standard document which defines the HMI graphical structure, graphical requirements, and alarm and navigation hierarchy to be used throughout the City/CMWD’s control system. The HMI graphical standard will define the following: · User graphical template structure to be used for each major equipment type and control signal functions o Display graphics structure for both overview and detail screens o Location requirements including placement and access o Alarm and event functions · Navigation requirements o Display hierarchy o Navigation bars · Trends requirements o Predefined trends o Overview screen trends o Ad hoc trends · Graphical representation requirements o Screen layout style o Line, font, color template o Display resolutions · Historical Data DocuSign Envelope ID: 414ED01F-06D3-4C0A-933E-8B80A05D3A7C City of Carlsbad/CMWD SCADA Standards Scope of Work SCOPE | Page 5 of 6 o Storage and retrieval of historical data related to the SCADA system environment BC will develop a draft version of the HMI graphical standard and submit to the City/CMWD for review and comment. From the draft review workshop described in Task 340, BC will collect comments from the City/CMWD and incorporate into a final HMI graphical standard document. Deliverables: · Provide a draft HMI graphical standard document in MS Word (.docx) format and Portable Document Format (.PDF) · Provide a final HMI graphical standard document in MS Word (.docx) format and Portable Document Format (.PDF) Task 340: SCADA Programming Standards Meetings and Workshops BC will facilitate the following meetings to gather information and comments, review submitted deliverables, and engage team stakeholders throughout this scope phase: PLC and Tagging Foundation Workshop. BC will facilitate a two (2) hour workshop to provide an overview of the PLC controllers capabilities and present industry best practices for implementation and programming methods utilizing the selected PLC platform. BC will also present options, using the existing past City provided tagging examples as basis, in developing a tagging methodology that fits the needs of the technology platforms and allows the City/CMWD the availability to link these tags to external enterprise systems easily. HMI Graphical Foundation Workshop. The existing HMI configuration has been developed and migrated over an extended period of time, and common to many systems in the industry, this creates differences and uniqueness based on the programming method, preference, and user interface understanding. Since the primary purpose of the HMI is to provide a graphical user interface to the operations staff, a graphical foundation and structure based on the preferences of the operations staff is recommended. BC will facilitate a four (4) hour workshop with the City/CMWD to present graphical options and alternatives for long term use and application within the system. BC will bring examples of different programming style options and use cases leveraged by others in the industry to provide options and alternatives. BC will collect the feedback from this workshop and the City/CMWD staff preferences and incorporate them into the HMI graphical standard development. Draft Review Workshop. Following the submittal and City/CMWD review period of each of the draft programming standards documents, BC will facilitate a four (4) hour workshop to review each of the documents and collect comments. Final Review Workshop. Following the submittal and City/CMWD review period of each of the final programming standards documents, BC will facilitate a two (2) hour workshop to review each of the documents and collect final comments. Deliverables: · For each workshop, provide meeting presentation material, meeting agendas, and meeting minutes. Project and Scope Assumptions · Scope is based on the City/CMWD standard technology including: o Studio 5000 based PLC platform by Rockwell Automation o Ignition HMI software platform by Induction Automation · Panel mounted operator interface terminals will be based on Ignition software · City/CMWD will provide standard Division 0/1 specifications for references to be made and incorporated into the standard specifications documents. · Drawings will be prepared in 11-inch by 17-inch format using AutoCAD 2018 and BC standards. · All in-person meetings will take place at the City of Carlsbad Public Works Department Main Office. · All documentation will be provided in electronic, native format; no printed hard copies are required. · When providing review comments on deliverables, City/CMWD will provide one set of consolidated comments. Compensation Compensation for services stated herein shall be as provided in our detailed cost estimate provided with this scope of work. The not-to-exceed amount of $198,950.12 is provided for scope of work detailed in this document. Invoices will be submitted monthly. DocuSign Envelope ID: 414ED01F-06D3-4C0A-933E-8B80A05D3A7C City of Carlsbad/CMWD SCADA Standards Scope of Work SCOPE | Page 6 of 6 Schedule BC shall complete the work within 7 months after the City/CMWD provides a written Notice to Proceed. A preliminary schedule is provided in Appendix A. DocuSign Envelope ID: 414ED01F-06D3-4C0A-933E-8B80A05D3A7C Carlsbad, City of (CA) -- SCADA TO3Schell,Derek MBoese,Flavia PMurphy,Peter NFletcher,KlintSemper,John PResop,Christopher JZinn,Bryan J Travel Expense Phase Phase Description Principal Engineer Accountant II Engineer III Senior Engineer Supervising Engineer Engineer I Managing Engineer Total Labor Hours Total Labor Effort Total Effort $235.62$133.62$183.60$208.08$249.90$133.62$272.34100 Project Management102 26 0 08 0 96232 55,651.20$ -$ 55,651.20$ 100 Project Management102 26 0 08 0 013629,506.56$ -$ 29,506.56$ 110 QA/QC00 0 00 0 969626,144.64$ -$ 26,144.64$ Leave Blank and Protected200 SCADA Design Standards550190 00 50 12307 57,792.18$ 5,000.00$ 62,792.18$ 210 Governance Standard60 24 00 0 0305,820.12$ -$ 5,820.12$ 220 Standard Drawings60 42 00 50 09815,805.92$ -$ 15,805.92$ 230 Standard Specs60 64 00 0 07013,164.12$ -$ 13,164.12$ 240 Meetings/Workshops370 60 00 0 1210923,002.02$ 5,000.00$ 28,002.02$ Leave Blank and Protected300 SCADA Programming Standards5300 3020 0 8363 77,506.74$ 3,000.00$ 80,506.74$ 310 Programming Tagging Standard60 0 420 0 04810,153.08$ -$ 10,153.08$ 320 PLC Programming Standard60 0 640 0 07014,730.84$ -$ 14,730.84$ 330 HMI Graphical Standard150 0 1480 0 016334,330.14$ -$ 34,330.14$ 340 Meetings/Workshops260 0 480 0 88218,292.68$ 3,000.00$ 21,292.68$ Leave Blank and ProtectedGRAND TOTAL 210 26 190 3028 50 116902 190,950.12$ 8,000.00$ 198,950.12$ Hours and Dollars are rounded to nearest whole number. To display decimals, change the format of the cells.DocuSign Envelope ID: 414ED01F-06D3-4C0A-933E-8B80A05D3A7C ID Task ModeTask NameDuration Start Finish1 UTIL1569 General Counsel Approved Version 1/30/13 1 AMENDMENT NO.1 TO EXTEND AND AMEND AGREEMENT FOR SCADA MASTER PLAN FOR SEWER, WATER, AND RECYCLED WATER SYSTEMS BROWN AND CALDWELL This Amendment No. 1 is entered into and effective as of the _______ day of __________________, 2020, extending and amending the agreement dated May 24, 2017 (the “Agreement”) 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 Brown and Caldwell, a California corporation, (“Contractor") (collectively, the “Parties”) for SCADA related services for sewer, water, and recycled water systems. RECITALS A. The Parties desire to alter the Agreement’s scope of work to update the fee schedule to incorporate and update new hourly rates; and B. The Parties desire to extend the Agreement for a period of one (1) year; and C. The Parties have negotiated and agreed to an updated fee schedule, which is attached to and incorporated in by this reference as Exhibit “A”, Fee Schedule. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, CMWD and Contractor agree as follows: 1. That the Agreement, as may have been amended from time to time, is hereby extended for a period of one (1) year ending on May 23, 2021 on a time and materials basis not- to-exceed two hundred thousand dollars ($200,000). 2. All other provisions of the Agreement, as may have been amended from time to time, shall remain in full force and effect. 3. All requisite insurance policies to be maintained by the Contractor pursuant to the Agreement, as may have been amended from time to time, shall include coverage for this Amendment. /// /// /// /// /// /// /// DocuSign Envelope ID: 7316A6E9-C92C-4ED9-889C-1E4B28FB47F1 23rd April UTIL1569 General Counsel Approved Version 1/30/13 2 4. The individuals executing this Amendment and the instruments referenced 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 hereof of this Amendment. CONTRACTOR BROWN AND CALDWELL, a California corporation 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: By: (sign here) Scott Chadwick, Executive Manager Marc G. Damikolas, Senior Vice President (print name/title) ATTEST: By: (sign here) for Barbara Engleson, 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 Group B Chairman, Secretary, President, or Assistant Secretary, Vice-President CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, General Counsel By: _____________________________ Assistant General Counsel DocuSign Envelope ID: 7316A6E9-C92C-4ED9-889C-1E4B28FB47F1 UTIL1569 General Counsel Approved Version 1/30/13 3 EXHIBIT “A” FEE SCHEDULE DocuSign Envelope ID: 7316A6E9-C92C-4ED9-889C-1E4B28FB47F1 Level Engineering Technical/Scientific Administrative Rate A Office/Support Services 64.26$ B Drafter Trainee Field Service Technician I Word Processor I Office Support Services II 86.70$ C Assistant Drafter Field Service Technician II Word Processor II Office Support Services Ill 93.84$ D Drafter Engineering Aide Inspection Aide Field Service Technician Ill Accountant I Word Processor Ill Office Support Services IV 110.16$ E Engineer I Senior Drafter Senior Illustrator Inspector I Geologist/Hydrogeologist I Scientist I Senior Field Service Technician Accountant II Word Processor IV 133.62 F Engineer II Inspector II Lead Drafter Lead Illustrator Geologist Hydrogeologist II Scientist II Accountant Ill Area Business Operations Mgr Technical Writer Word Processing Supervisor 156.06$ G Engineer Ill Inspector Ill Senior Designer Supervising Drafter Supervising Illustrator Geologis/Hydrogeologist Ill Scientist Ill Accountant IV Administrative Manager 183.60$ H Senior Engineer Principal Designer Senior Construction Engineer Senior Engineer Senior Geologist Hydrogeologist Senior Scientist Senior Technical Writer 208.08$ I Principal Engineer Principal Construction Engineer Supervising Designer Principal Geologist/ Hydrogeologist Principal Scientist Corp. Contract Administrator 235.62$ J Supervising Engineer Supervising Constr. Engineer Supervising Engineer Supervising Scientist Supervising Geologist Hydrogeologist Assistant Controller 249.90$ K Managing Engineer Managing Geologist Hydrogeologist Managing Scientist Area Bus Ops Mgr IV 272.34$ L Chief Engineer Executive Engineer Chief Scientist Chief Geologis/Hydrogeologist Corp. Marketing Comm. Mgr. 290.70$ M Vice President 322.32$ N Senior Vice President 360.06$ O President Executive Vice President 360.06$ P Chief Executive Officer 360.06$ Rates in effect until June 30, 2021 EXHIBIT "A" FEE SCHEDULE UTIL 1569 DocuSign Envelope ID: 7316A6E9-C92C-4ED9-889C-1E4B28FB47F1 ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD DATE (MM/DD/YYYY) PRODUCER CONTACTNAME: FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGG $JECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH-STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE Lockton Companies 444 W. 47th Street, Suite 900 Kansas City MO 64112-1906 (816) 960-9000 BROWN AND CALDWELL AND ITS WHOLLY OWNED SUBSIDIARIES AND AFFILIATES 201 NORTH CIVIC DRIVE, SUITE 300 WALNUT CREEK CA 94596 * Hartford Fire Insurance Company 19682 Property and Casualty Ins Co of Hartford 34690 Twin City Fire Insurance Company 29459 Lloyds of London X X 2,000,000 2,000,000 10,000 2,000,000 4,000,000 4,000,000 X X X 2,000,000 XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX N X 2,000,000 2,000,000 2,000,000 PROFESSIONAL LIABILITY $1,000,000 PER CLAIM & AGGREGATE A 37CSEQU1173 5/31/2019 5/31/2020 A 37CSEQU1172 5/31/2019 5/31/2020 C LDUSA1900482 5/31/2019 5/31/2020 B 37WNQU1170 5/31/2019 5/31/2020D37WBRQU11715/31/2019 5/31/2020 NOT APPLICABLE 5/31/2020 1051212 Y N N N N 6/12/2019 N N 16141633 16141633 XXXXXXX CAR-20 CITY OF CARLSBAD ATTENTION: GRAHAM JORDAN PUBLIC WORKS- CONTRACT ADMINISTRATION 1635 FARADAY AVENUE CARLSBAD CA 92008-7314 RE: BC PN 146414; CLIENT CONTRACT NO. 760-602-2462 AGUA HEDIONDA LS REDESIGN & CS SERVICES. CITY OF CARLSBAD IS AN ADDITIONAL INSURED AS RESPECTS GENERAL LIABILITY, AS REQUIRED BY WRITTEN CONTRACT. THIRTY DAYS NOTICE OF CANCELLATION BY THE INSURER WILL BE PROVIDED TO THE CERTIFICATE HOLDER WITH RESPECT TO THE GENERAL LIABILITY, AUTO LIABILITY, WORKERS’ COMPENSATION/EMPLOYER’S LIABILITY AND PROFESSIONAL LIABILITY POLICIES. TEN (10) DAYS NOTICE WILL BE PROVIDED IN THE EVENT OF NONPAYMENT OF PREMIUM. See Attachments Named Insured: BROWN AND CALDWELL AND ITS WHOLLY OWNED SUBSIDIARIES Policy Number: 37CSEQU1172 Policy Term: 5/31/2019 to 5/31/2020 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED BY CONTRACT OR AGREEMENT - OPTION II This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Person(s) or Organization(s): Designated Project(s) or Location(s) of Covered Operations: ALL ALL Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule above with whom you agreed in a written contract or written agreement to provide insurance such as is afforded under this policy, but only to the extent that such person or organization is liable for "bodily injury", "property damage" or "personal and advertising injury" caused by: 1. Your acts or omissions or the acts or omissions of those acting on your behalf: a. In the performance of your ongoing operations for such additional insured at the project(s) or location(s) designated in the Schedule; b. In connection with your premises owned by or rented to you and shown in the Schedule; or c. In connection with "your work" for the additional insured at the project(s) or location(s) designated in the Schedule and included within the "products-completed operations hazard", but only if: (1) The written contract or agreement requires you to provide such coverage to such additional insured at the project(s) or location(s) designated in the Schedule; and (2) This Coverage Part provides coverage for "bodily injury" or "property damage" included within the "products-completed operations hazard". 1. The acts or omissions of the additional insured in connection with their general supervision of your operations at the projects or locations designated in the Schedule. B. The insurance afforded to these additional insureds applies only if the "bodily injury" or "property damage" occurs, or the "personal and advertising injury" offense is committed: 1. During the policy period; and 2. Subsequent to the execution of such written contract or written agreement; and 3. Prior to the expiration of the period of time that the written contract or written agreement requires such insurance be provided to the additional insured. Attachment Code: D465358 Certificate ID: 16141633 C. With respect to the insurance afforded to the additional insureds under this endorsement, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or failure to render any professional architectural, engineering or surveying services by or for you, including: 1. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders, designs or specifications; and 2. Supervisory, inspection, architectural or engineering activities. C. Limits of Insurance With respect to insurance provided to the additional insured shown in the Schedule, Paragraph 8. How Limits of Insurance Apply To Additional Insureds in Section III - Limits of Insurance does not apply. D. Duties Of Additional Insureds In The Event Of Occurrence, Offense, Claim Or Suit The Duties Condition in Section IV - Conditions is replaced by the following and applies to the additional insured shown in the Schedule: 1. Notice Of Occurrence Or Offense The additional insured must see to it that we are notified as soon as practicable of an "occurrence" or an offense which may result in a claim. To the extent possible, notice should include: d. How, when and where the "occurrence" or offense took place; e. The names and addresses of any injured persons and witnesses; and f. The nature and location of any injury or damage arising out of the "occurrence" or offense. 2. Notice Of Claim If a claim is made or "suit is brought" against the additional insured, the additional insured must: a. Immediately record the specifics of the claim or "suit" and the date received; and b. Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. 3. Assistance And Cooperation Of The Insured The additional insured must: a. Immediately send us copies of any demands, notices, summonses or legal papers received in connection with the claim or "suit"; b. Authorize us to obtain records and other information; c. Cooperate with us in the investigation or settlement of the claim or defense against the "suit"; and d. Assist us, upon our request, in the enforcement of any right against any person or organization which may be liable to the insured because of injury or damage to which this insurance may also apply. 4. Obligations At The Additional Insureds Own Cost No additional insured will, except at that insured's own cost, voluntarily make a payment, assume any obligation, or incur any expense, other than for first aid, without our consent. 5. Additional Insureds Other Insurance If we cover a claim or "suit" under this Coverage Part that may also be covered by other insurance available to the additional insured, such additional insured must submit such claim or "suit" to the other insurer for defense and indemnity. Attachment Code: D465358 Certificate ID: 16141633 However, this provision does not apply to the extent that you have agreed in a written contract or written agreement that this insurance is primary and non-contributory with the additional insured's own insurance. 6. Knowledge Of An Occurrence, Offense, Claim Or Suit Paragraphs 1. and 2. apply to the additional insured only when such "occurrence", offense, claim or "suit" is known to: a. The additional insured that is an individual; b. Any partner, if the additional insured is a partnership; c. Any manager, if the additional insured is a limited liability company; d. Any "executive officer" or insurance manager, if the additional insured is a corporation; e. Any trustee, if the additional insured is a trust; or f. Any elected or appointed official, if the additional insured is a political subdivision or public entity. E. Other Insurance With respect to insurance provided to the additional insured shown in the Schedule, the Other Insurance Condition Section IV - Conditions is replaced by the following: 1. Primary Insurance a. Primary Insurance When Required By Contract This insurance is primary if you have agreed in a written contract or written agreement that this insurance be primary. If other insurance is also primary we will share with all that other insurance by the method described in 3. below. b. Primary And Non-Contributory To Other Insurance When Required By Contract If you have agreed in a written contract or written agreement that this insurance is primary and non-contributory with the additional insured's own insurance, this insurance is primary and we will not seek contribution from that other insurance. Paragraphs a. and b. do not apply to other insurance to which the additional insured has been added as an additional insured or to other insurance described in paragraph 2. below. 2. Excess Insurance This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis: c. Your Work That is Fire, Extended Coverage, Builder's Risk, Installation Risk or similar coverage for "your work"; d. Premises Rented to You That is fire, lightning or explosion insurance for premises rented to you or temporarily occupied by you with permission of the owner; e. Tenant Liability That is insurance purchased by you to cover your liability as a tenant for "property damage" to premises rented to you or temporarily occupied by you with permission of the owner; f. Aircraft, Auto Or Watercraft If the loss arises out of the maintenance or use of aircraft, "autos" or watercraft to the extent not subject to Exclusion g. of Section I - Coverage A - Bodily Injury And Property Damage Liability; g. Property Damage To Borrowed Equipment Or Use Of Elevators If the loss arises out of "property damage" to borrowed equipment or the use of elevators to the extent not subject to Exclusion j. of Section I - Coverage A - Bodily Injury Or Property Damage Liability; or h. When You Are Added As An Additional Insured To Other Insurance Attachment Code: D465358 Certificate ID: 16141633 That is any other insurance available to you covering liability for damages arising out of the premises or operations, or products and completed operations, for which you have been added as an additional insured by that insurance. When this insurance is excess, we will have no duty under Coverages A or B to defend the insured against any "suit" if any other insurer has a duty to defend against that "suit". If no other insurer defends, we will undertake to do so, but we will be entitled to the insured's rights against all those other insurers. When this insurance is excess over other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: a. The total amount that all such other insurance would pay for the loss in the absence of this insurance; and b. The total of all deductible and self-insured amounts under all that other insurance. We will share the remaining loss, if any, with any other insurance that is not described in this Excess Insurance provision and was not bought specifically to apply in excess of the Limits of Insurance shown in the Declarations of this Coverage Part. 3. Method of Sharing If all other insurance permits contribution by equal shares, we will follow this method also. Under this approach each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. Attachment Code: D465358 Certificate ID: 16141633 Named Insured: BROWN AND CALDWELL AND ITS WHOLLY OWNED SUBSIDIARIES Carrier: Hartford Fire Insurance Company Policy Number: 37CSEQU1172 Policy Term: 5/31/2019 to 5/31/2020 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO CERTIFICATE HOLDERS CAR-20 CITY OF CARLSBAD PUBLIC WORKS- CONTRACT ADMINISTRATION 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 This policy is subject to the following additional conditions: A. If this policy is cancelled by the Company, other than for non-payment of premium, notice of such cancellation will be provided at least sixty (60) days in advance of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company. B. If this policy is cancelled by the Company for non-payment of premium, or by the insured, notice of such cancellation will be provided within ten (10) days of the cancellation effective date to all certificate holder(s) with mailing addresses on file with the agent of record or the Company. If notice is mailed, proof of mailing to the last known postal mailing address of the certificate holder(s) on file with the agent of record or the Company will be sufficient proof of notice. Any notification rights provided by this endorsement apply only to the active certificate holder(s) who were issued a certificate of insurance applicable to this policy's term. Failure to provide such notice to the certificate holder(s) will not amend or extend the date the cancellation becomes effective, nor will it negate cancellation of the policy. Failure to send notice shall impose no liability of any kind upon the Company or its agents or representatives. IH 12 00 11 85 Attachment Code: D465353 Certificate ID: 16141633 Named Insured: BROWN AND CALDWELL AND ITS WHOLLY OWNED SUBSIDIARIES Carrier: Hartford Fire Insurance Company Policy Number: 37CSEQU1173 Policy Term: 5/31/2019 to 5/31/2020 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO CERTIFICATE HOLDERS CAR-20 CITY OF CARLSBAD PUBLIC WORKS- CONTRACT ADMINISTRATION 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 This policy is subject to the following additional conditions: A. If this policy is cancelled by the Company, other than for non-payment of premium, notice of such cancellation will be provided at least sixty (60) days in advance of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company. B. If this policy is cancelled by the Company for non-payment of premium, or by the insured, notice of such cancellation will be provided within ten (10) days of the cancellation effective date to all certificate holder(s) with mailing addresses on file with the agent of record or the Company. If notice is mailed, proof of mailing to the last known postal mailing address of the certificate holder(s) on file with the agent of record or the Company will be sufficient proof of notice. Any notification rights provided by this endorsement apply only to the active certificate holder(s) who were issued a certificate of insurance applicable to this policy's term. Failure to provide such notice to the certificate holder(s) will not amend or extend the date the cancellation becomes effective, nor will it negate cancellation of the policy. Failure to send notice shall impose no liability of any kind upon the Company or its agents or representatives. IH 12 00 11 85 Attachment Code: D465339 Certificate ID: 16141633 Named Insured: BROWN AND CALDWELL AND ITS WHOLLY OWNED SUBSIDIARIES Carrier: Property and Casualty Ins Co of Hartford & Twin City Fire Insurance Company Policy Number: 37WNQU1170 & 37WBRQU1171 Policy Term: 5/31/2019 to 5/31/2020 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO CERTIFICATE HOLDERS CAR-20 CITY OF CARLSBAD PUBLIC WORKS- CONTRACT ADMINISTRATION 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 This policy is subject to the following additional conditions: A. If this policy is cancelled by the Company, other than for non-payment of premium, notice of such cancellation will be provided at least sixty (60) days in advance of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company. B. If this policy is cancelled by the Company for non-payment of premium, or by the insured, notice of such cancellation will be provided within ten (10) days of the cancellation effective date to all certificate holder(s) with mailing addresses on file with the agent of record or the Company. If notice is mailed, proof of mailing to the last known postal mailing address of the certificate holder(s) on file with the agent of record or the Company will be sufficient proof of notice. Any notification rights provided by this endorsement apply only to the active certificate holder(s) who were issued a certificate of insurance applicable to this policy's term. Failure to provide such notice to the certificate holder(s) will not amend or extend the date the cancellation becomes effective, nor will it negate cancellation of the policy. Failure to send notice shall impose no liability of any kind upon the Company or its agents or representatives. IH 12 00 11 85 Attachment Code: D465340 Certificate ID: 16141633 Named Insured: BROWN AND CALDWELL AND ITS WHOLLY OWNED SUBSIDIARIES Policy Number: LDUSA1900482 Policy Term: 5/31/2019 to 5/31/2020 PROFESSIONAL AND POLLUTION LIABILITY - NOTICE OF CANCELLATION CAR-20 CITY OF CARLSBAD PUBLIC WORKS- CONTRACT ADMINISTRATION 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 IN THE EVENT THE UNDERWRITERS CANCEL OR NON-RENEW THIS POLICY OR IN THE EVENT OF A MATERIAL CHANGE TO THIS POLICY, UNDERWRITERS SHALL MAIL WRITTEN NOTICE OF SUCH CANCELLATION, NON-RENEWAL OR MATERIAL CHANGE, TO SUCH CERTIFICATE HOLDER WITHIN A SPECIFIED PERIOD OF TIME; PROVIDED, HOWEVER, THAT THE INSURERS SHALL NOT BE REQUIRED TO PROVIDE SUCH NOTICE MORE THAN 45 DAYS PRIOR TO THE EFFECTIVE DATE OF CANCELLATION, NON-RENEWAL OR MATERIAL CHANGE. Attachment Code: D465374 Certificate ID: 16141633 UTIL1569 General Counsel Approved Version 7/19/17 1 PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 2 PROJECT NO. 5542 This second Project Task Description and Fee Allotment, is entered into on _________________________________________, pursuant to an Agreement between Brown and Caldwell, a California corporation, ("Contractor") and 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, referred to as ("CMWD"), dated May 24, 2017, (the “Agreement”), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide professional engineering services for the SCADA master plan for sewer, water, and recycled water systems in accordance with the City of Carlsbad Engineering Standards, 2016 Edition, the Standard Specifications for Public Works Construction, 2018 Edition and the supplements thereto as published by the “Green Book” Committee of Public Works Standards and the proposal dated September 28, 2018, (“proposal”), attached as Appendix "A" for the SCADA Master Plan and PLC and HMI Standardization, (the “Project"). The Project services shall include: Project Management; Existing System Overview; Operational Needs and Deficiencies Assessment; PLC and HMI Standardization; and Implementation Plan and SCADA Master Plan Preparation. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the Executive Manager or General Manager and a Purchase Order from the City’s Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within 20 working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within one (1) year thereafter. Working days are defined in section 6-7.2 "Working Day" of the Standard Specifications for Public Works Construction (Green Book). Extensions of time for this Task Description may be granted if requested and agreed to in writing by the Executive Manager or General Manager. In no event shall Contractor work beyond the term or authorized compensation of the Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor’s compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on monthly invoices. Appendix "A", attached, prepared by Contractor and reviewed by CMWD, shows the parties’ intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix “A”, will be performed by the Contractor only upon authorization of CMWD through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix “A”, then the Contractor shall only invoice CMWD for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $184,402. DocuSign Envelope ID: 153BF1B0-16EC-4804-8371-82031987E47D November 6, 2018 UTIL1569 General Counsel Approved Version 7/19/17 2 TABLE 1 FEE ALLOTMENT PROJECT MANAGEMENT TASK GROUP TIME & MATERIALS Project Management $51,452 Existing Sites Assessment $121,500 SCADA Master Plan Documentation $11,450 TOTAL (Not-to-Exceed) $184,402 CONTRACTOR Brown & Caldwell (name of Contractor) (name of Contractor) *By: By: (sign here) (sign here) Marc G. Damikolas, Senior Vice President (print name/title) (print name/title) (e-mail address) (e-mail address) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, president or vice-president Column 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. 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: ________________________________ Date: _________________________ Scott Chadwick, Executive Manager APPROVED AS TO FORM: CELIA A. BREWER, General Counsel BY: _____________________________ Assistant General Counsel DocuSign Envelope ID: 153BF1B0-16EC-4804-8371-82031987E47D November 6, 2018 9665 Chesapeake Drive, Suite 201 San Diego, CA 92123 T: 858.514.8822 F: 858.514.8833 TO2 Cover Letter 9-27-18 September 28, 2018 Ms. Stephanie Harrison City of Carlsbad Public Works 5950 El Camino Real Carlsbad, CA 92008 RE: SCADA Master Plan Task Order 2 – Communication System Development MSA - Project Number 5542 Dear Ms. Harrison: A robust communication system is critical to the success of any SCADA system. The new communication system should support the SCADA master plan the City/CMWD is currently working on. We will work with City/CMWD personnel to develop a communication system that provides clear direction for project implementation as the SCADA master plan is executed. We understand the City/CMWD’s current communication system that provides monitoring and control of the water system has gradually grown over the years and includes a variety of equipment in the field of varying age with some equipment at the end of its useful life. The waste water system uses cellular communication since it’s part of a packaged cloud-based system. We will work to develop a unified communication system to serve the overall system. We have assembled a team of experienced control/communication systems experts who are qualified in preparing communication plans for clients with needs that are very similar to your own. The proposed project manager, Majid Karim, has previously developed a communication plan for the Inland Empire Utilities Agency (IEUA) and is currently working on the City/CMWD SCADA master plan. In addition to Majid, we will have Bryan Zinn provide QA/QC on the project; Bryan managed the SCADA system programming standards project for the Encina Water Authority, and he will also be providing technical expertise. We will have Derek Schell as a technical advisor on the project and he is also working on the City/CMWD master plan. We are committed to serving the City/CMWD and look forward to collaborating with you to develop a communication plan that provides clear direction and strategic guidance on plan implementation. If you have any questions about this proposal, please contact Majid Karim. Full name and address: Brown and Caldwell, 9665 Chesapeake Drive, Suite 201, San Diego, CA 92123 Legal Form: Corporation, California Years in Business: 69 Appendix "A" DocuSign Envelope ID: 153BF1B0-16EC-4804-8371-82031987E47D Ms. Stephanie Harrison City of Carlsbad September 28, 2018 Page 2 TO2 Cover Letter 9-27-18 Contact Person: Bryan Zinn, P.E., Vice President; 9665 Chesapeake Drive, Suite 201, San Diego, CA 92123; Phone: 714.689.4830; Email: bzinn@brwncald.com Delivery Office: San Diego, CA Very truly yours, Brown and Caldwell, a California Corporation Bryan Zinn, P.E. Majid Karim, P.E. Vice President Project Manager DocuSign Envelope ID: 153BF1B0-16EC-4804-8371-82031987E47D SCOPE | Page 1 of 5 Task Order 2: Communication System Development City of Carlsbad/CMWD SCADA Master Plan for Sewer, Water, and Recycled Water Systems September 21, 2018 Project Overview The City of Carlsbad/Carlsbad Municipal Water District’s (City) current SCADA system that provides monitoring and control of the water and sewer systems has gradually grown over the years and includes a variety of equipment in the field of varying age with some equipment already at the end of its useful life. The City is currently in the process of developing a SCADA master plan to evaluate the existing system and develop a holistic approach that defines the needs, technology, and implementation projects for the future SCADA system. Communications is a critical part of the current and future SCADA system and its reliability and robustness are key to the success of the end system. As such, it is important for the team to evaluate the options available to provide these communications and evaluate the technology options to determine the best fit for the future system. Scope of Services Phase 100: Project Management Manage the coordination and oversight of the Brown and Caldwell (BC) team and administration of the contract, including contracts, project resources, quality, budgets, deliverables and schedule, and coordinated communications between BC staff and City project manager and designated staff. Task 110: Project Management BC will perform project management and project tracking utilizing a computer-based project management system. This includes all major activities of the scope of services. Monthly Progress Reports will be provided with monthly invoices to summarize work completed or deliverables being billed for each invoice (provided below in Task 120). BC will facilitate monthly project status and coordination calls to provide the City with project status and overall progress. BC will develop a detailed project schedule, utilizing Microsoft Project, to track the progress of the tasks and deliverable stages. This project schedule will be maintained and updated as the project progresses and will be presented at each monthly project status conference call. BC will provide internal weekly coordination meetings with staff and manage internal resources to meet client and contract requirements. Deliverables: • Develop and maintain a Microsoft Project schedule • Develop a project management plan. • Develop a field work safety plan. • Facilitate one-hour (1-hr) project status conference calls monthly. Agenda and meeting minutes will be provided for each call. • Maintain a risk register and an action item log for the project. Assumptions • All work is expected to be completed within 8 months as scheduled. • Task Order is assumed to be completed within completion of the master plan deliverable. • Invoices to include task level information each month • City PM will schedule workshop and meeting times with required City staff and stakeholders. DocuSign Envelope ID: 153BF1B0-16EC-4804-8371-82031987E47D Task Order 2: Communications System Development Scope of Work SCOPE | Page 2 of 5 • City PM will schedule workshop and meeting facilities. Task 120: Project Invoicing BC will provide monthly invoicing utilizing a computer-based project management system. Monthly Progress Reports will be provided with monthly invoices to summarize work completed or deliverables being billed for each invoice. BC will facilitate coordination with the City regarding invoicing. Deliverables: • Monthly invoices with monthly project status report. Assumptions • All work is expected to be completed within 8 months as scheduled. Task 130: Quality Assurance and Quality Control (QA/QC) BC will provide internal technical QA/QC on all reports, technical memoranda, and client-submitted documentation including the following: • Task 210 – Site Existing Communication Assessments and Existing Documentation Review  Update to system architecture diagram  Field survey reports • Task 220 – Communication System Evaluation  Radio Path Survey Document  Future system architecture diagram • Task 240 – Inclusion into the SCADA Masterplan documentation  Provided documentation to be incorporated in TM’s 1, 2, and 4 Phase 200: Communications Evaluation Task 210: Existing Sites Communication Assessment and Existing Documentation Review To develop a detailed plan for migration in the future towards a communications system that supports the SCADA needs of the City, the existing communications system and supporting infrastructure needs to be understood. Following the development of the system needs and technology requirements, a comparison can then be made against the existing communications system and infrastructure to identify modifications required (deliverable in task 240). BC will perform a field survey to document the existing communication system hardware including the type of communication, radio frequency, radio type, antenna direction, antenna heights, and location. During the surveys, BC will interview operations staff to identify any operations requirements for site-to-site process coordination. Required process coordination and dependencies will be considered in the f communications path study and recommendations. BC will provide a software/desktop based survey of the existing system to provide further information for the development of the radio network. BC will update the existing block diagram to identify the information collected in the field and through the software analysis to use for the following tasks analysis. Deliverables: • BC will perform a field survey for each of the water and recycled water sites; BC will provide field survey reports of the information collected. • BC will update the existing block diagram, created in TM-1 of the master plan, to identify the information collected in the field and through the software analysis to use for the following tasks analysis. Assumptions • Field survey is limited to water and reclaimed sites (21 Sites), as existing sewer collection sites operate leveraging cellular and/or leased line technologies. 3 selected sewer sites will be surveyed based on radio accessibility. • BC will not provide any field radio path studies as part of this project. Physical radio path studies will be done during design only if they are deemed necessary. • City will provide access and escort to sites as required DocuSign Envelope ID: 153BF1B0-16EC-4804-8371-82031987E47D Task Order 2: Communications System Development Scope of Work SCOPE | Page 3 of 5 Task 220: Communication System Evaluation BC will complete an improvement’s analysis to develop and evaluate alternative improvements for the communications requirements to support the future system. BC will evaluate the use of: • Fiber Optic  By facilitating two workshops with the City IT department, evaluate where existing and future fiber optic main lines currently exist and the implication and considerations for utilizing this infrastructure. • Radio Telemetry  Perform a software-based radio study using the terrain topology and existing site location information. This study will provide recommendations for feasibility of radio telemetry to be used for the future system and will include radio path profiles, fresnel zones, frequency selection, antenna mast heights and expected received signal strength and reliability.  The analysis will also include an evaluation of licensed vs. unlicensed frequencies and frequency selection requirements. • Cellular Telemetry  BC will evaluate the surrounding third party provided cellular coverage and service offering for feasibility to use cellular as an option for the future system. As part of the communications evaluation, BC will include the existing Water District office and the new Operations and Maintenance Center (Orion Center). Each alternative will evaluate the overall technology as well as a general network architecture, including advantages and disadvantages as well as considerations for comparison between benefit, overall cost, and migration. BC will consolidate the findings and provide an overall recommendation for the future system. This recommendation will include the development of a future system architecture diagram that details the technology and path recommended. Preliminary documentation will be provided as deliverables of this task. Finalized documentation for this phase will be provided in task 240 (below). Deliverables: • Provide evaluation documentation of different communication technologies analysis and results • Include the existing Water District office and the new Operations and Maintenance Center (Orion Center) in the communication system developed for the future SCADA system. • Facilitate two, two-hour (2-hr) meetings with City IT to discuss where existing and future fiber optic main lines currently exist and the implication and considerations for utilizing this infrastructure (sharing infrastructure) • Future system architecture diagram that details the technology and path recommended, provided in PDF format • Develop a radio path software study to evaluate the requirements and feasibility of using radio telemetry for the future system; provided in PDF format Assumptions • Documentation for this task will be included in Task 240 below. Task 230: Workforce and Technical Support Assessment BC will document the staffing requirements and needs to effectively support the future SCADA system. BC will assess the current capabilities of the City staff with regards to using and maintaining the future SCADA system, as well as identify third party support requirements and contracting options. BC will provide details on the different skillsets of staff or outside resources required to work on different aspects of the SCADA system, including engineering to support the CIP implementation, skillsets to support the operations and maintenance of the new system, and asset management to support the tracking of the system. BC will provide recommendations for additional resources and/or staff as identified. As a large part of the future SCADA system will potentially utilize shared infrastructure, BC will facilitate a dedicated workshop with City IT to discuss support demarcations and maintenance identifications for both software and hardware for the future system. BC will facilitate a workshop with the City to discuss current staffing skillsets and required support needs for the future SCADA system. This task will be documented in a standalone section of TM-4 and reviewed during the TM-4 review process. DocuSign Envelope ID: 153BF1B0-16EC-4804-8371-82031987E47D Task Order 2: Communications System Development Scope of Work SCOPE | Page 4 of 5 Deliverables: • Facilitate one two-hour (2-hr) workshop with City IT to discuss hardware and software support demarcations and maintenance identifications • Facilitate one two-hour (2-hr) workshop with City to discuss SCADA system staffing resources and future system support • Provide a draft workforce and technical support assessment section (to be included in TM-4), provided in soft .pdf and Microsoft Word (docx) format • Provide a final workforce and technical support assessment section (to be included in TM-4), provided in soft .pdf and Microsoft Word (docx) format Task 240: Update to SCADA Masterplan As the communications analysis and recommendations are not currently within the scope for the Carlsbad master plan project (Task Order 1), the following will be included within this task to document the findings and include them in the master plan document to make it complete: • TM1 Existing System Overview Technical Memorandum  Update TM1 with the existing communications data information including the updated existing system architecture diagram and additional site information  Add the communications information collected during the site visits within Task 210 to provide a consolidated data set • TM2 SCADA Use and Needs Technical Memorandum  Add to existing TM2 the communications evaluation, findings, and recommendations including the future system architecture diagram  Add to the appendix the radio path software study document • TM4 Implementation Plan  Include the recommended improvements into the project plans, cost estimates, schedule, and requirements  Include workforce and support assessment section Deliverables: • Provide documentation to be incorporated in TM’s 1, 2, and 4 Phase 300: SCADA Site Vis its and Space Considerations This task is to facilitate visits of other Utilities for City of Carlsbad personnel. These visits will allow the team to see what other Utilities have for SCADA systems and speak with staff to learn as much as possible about their systems and bring that knowledge to this project. The space considerations task is to provide the City information on what may be necessary for a new SCADA system from an equipment and personnel standpoint. Task 310: Site Visits Organize two site visits at utilities in Southern California within driving distance from the City of Carlsbad. Communicate to the Utilities what the City of Carlsbad is doing with the SCADA master plan and ask for them to have their SCADA and operations people available to answer questions. These visits are being arranged so the City of Carlsbad team can get their questions answered by other Utility personnel and to learn what they have done with their SCADA systems. Deliverables: • Contact Utilities and provide them with an Agenda and a list of questions that can get them prepared for the Site visit and to ensure the topics the City team is interested in get covered. • Attend two site visits with City personnel to help coordinate the visit and to bring up any pertinent questions that may be left out. • Provide detailed meeting notes for each of the site visits to make an accurate record of items covered and responses received. These will be used as the City moves forward with the master plan. Task 320: SCADA System Space Considerations The City of Carlsbad Public Works Department is going to be moving into a new building. Space considerations for the SCADA system equipment and operations staff has to be provided to ensure the space is planned for. Deliverables: DocuSign Envelope ID: 153BF1B0-16EC-4804-8371-82031987E47D Task Order 2: Communications System Development Scope of Work SCOPE | Page 5 of 5 • Provide a technical memorandum for the space considerations of a control room. The space should also provide seating for operations staff while they carry out other duties. • Provide a technical memorandum for the space considerations of a SCADA server room. Consider this as a possible shared space with IT servers. Provide considerations for spacing of the equipment and necessary cooling. • Provide a technical memorandum for a technician staging area. The intent for this space is to provide SCADA technicians an area where they can setup and test equipment prior to deploying it in the field. Additional Project and Scope Assumptions • Security evaluations and recommendations will not include industry regulatory party evaluations, such as ISA-99/ANSI- 62443, NIST, or DHS evaluations, development of programs, threat-based risk assessments, or security policies. • All in-person meetings other than the site visits will take place at the City of Carlsbad Office. Compensation Compensation for services stated herein shall in accordance with the Master Agreement Amendment dated 5/22/18 in the not to exceed amount of $184,402. Invoices will be submitted monthly. Exhibit B includes a project budget detail. Schedule BC shall complete the work within 8 months after the City/CMWD provides a written Notice to Proceed. DocuSign Envelope ID: 153BF1B0-16EC-4804-8371-82031987E47D Task Order #2 - Carlsbad, City of (CA) -- SCADA Master Plan Karim,Abdul Majid EFlavia BoeseSemper,John PZinn,Bryan JSchell,Derek MFletcher,KlintRidley,MelvinEnnis,Renee CResop,Christopher JTieman, WilliamDraheim, DanSurio, LindsayPhase Phase Description Managing EngineerAccountant II Supervising Engineer Managing Engineer SeniorEngineer Senior Design Lead Supervising Engineer Word Processing Supervisor Senior DrafterSenior Engineer Technical WriterAccountant ITotal Labor Hours Total Labor Effort Travel Total ODCs Total Expense Cost Total Effort Established rates for each person $267.00 $131.00 $245.00 $267.00 $204.00 $204.00 $245.00 $153.00 $131.00 $204.00 $153.00 $108.00 110 Project Management 78 18 16 0 0 0 0 0 0 0 0 0 112 27,104 0 0 0 27,104 111 Deve proj & safety plan & schedule 8 2 0 0 0 0 0 0 0 0 0 0 10 2,398 0 0 0 2,398 112 Prep/Doc monthly progress meetings 16 0 0 0 0 0 0 0 0 0 0 0 16 4,272 0 0 0 4,272 113 Facilitate monthly prog meetings 16 16 16 0 0 0 0 0 0 0 0 0 48 10,288 0 0 0 10,288 114 Maintain RR and action log 8 0 0 0 0 0 0 0 0 0 0 0 8 2,136 0 0 0 2,136 115 PM Coordination 30 0 0 0 0 0 0 0 0 0 0 0 30 8,010 0 0 0 8,010 120 Invoicing/Expense 18 48 0 0 0 0 0 0 0 0 0 12 78 12,390 0 1,200 1,200 13,590 121 Monthly Invoices/Summary Report 18 48 0 0 0 0 0 0 0 0 0 12 78 12,390 0 0 0 12,390 122 Phase 100 Expenses 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 1,200 1,200 1,200 130 QA & QC 0 0 0 38 0 0 0 4 0 0 0 0 42 10,758 0 0 0 10,758 131 Updated system architecture diagram 0 0 0 6 0 0 0 0 0 0 0 0 6 1,602 0 0 0 1,602 132 Field survey reports 0 0 0 8 0 0 0 4 0 0 0 0 12 2,748 0 0 0 2,748 133 Overall Communication System Needs 0 0 0 8 0 0 0 0 0 0 0 0 8 2,136 0 0 0 2,136 134 Workforce and Technical Support Assessment 0 0 0 8 0 0 0 0 0 0 0 0 8 2,136 0 0 0 2,136 135 Conceptual Future system architecture diagram 0 0 0 8 0 0 0 0 0 0 0 0 8 2,136 0 0 0 2,136 Phase 1 Subtotal 96 66 16 38 0 0 0 4 0 0 0 12 232 50,252 0 1,200 1,200 51,452 Leave Blank and Protected 210 Existing sites assessment 2 0 0 0 0 50 20 8 2 0 4 0 86 17,732 1,500 2,400 3,900 21,632 211 Field survey of all sites (21)0 0 0 0 0 40 0 0 0 0 0 0 40 8,160 1,500 2,400 3,900 12,060 212 Field survey reports 2 0 0 0 0 6 12 8 0 0 4 0 32 6,534 0 0 0 6,534 213 Update existing block diagrams 0 0 0 0 0 4 8 0 2 0 0 0 14 3,038 0 0 0 3,038 220 Communication system evaluation 46 0 0 0 18 184 40 12 0 0 4 0 304 65,738 1,000 500 1,500 67,238 221 Evaluation of technologies 10 0 0 0 4 12 4 0 0 0 0 0 30 6,914 0 0 0 6,914 222 City IT - sharing of infrastructure (Workshops)20 0 0 0 8 36 16 0 0 0 0 0 80 18,236 1,000 500 1,500 19,736 223 Future system architecture diagram 8 0 0 0 4 16 12 0 0 0 0 0 40 9,156 0 0 0 9,156 224 Document overall communication needs (Appendix to TM-2 of MP)8 0 0 0 2 120 8 12 0 0 4 0 154 31,432 0 0 0 31,432 230 Workforce and Technical Support Assessment20 0 0 0 14 48 22 0 0 0 4 0 108 23,990 0 0 0 23,990 231 Workshop with City on Staff Skillsets and future support8 0 0 0 4 14 8 0 0 0 0 0 34 7,768 0 0 0 7,768 232 Workshop with City IT on Tech Support 8 0 0 0 4 14 8 0 0 0 0 0 34 7,768 0 0 0 7,768 233 Draft workforce and tech support asssessment in TM42 0 0 0 4 14 4 0 0 0 2 0 26 5,492 0 0 0 5,492 234 Finalize workforce and tech support assessment in TM42 0 0 0 2 6 2 0 0 0 2 0 14 2,962 0 0 0 2,962 240 Update to SCADA Master Plan (Task Order 1)6 0 0 0 6 24 0 0 0 0 6 0 42 8,640 0 0 0 8,640 241 Update TM-1 in Master Plan 2 0 0 0 2 8 0 0 0 0 2 0 14 2,880 0 0 0 2,880 242 Update TM-2 in Master Plan 2 0 0 0 2 8 0 0 0 0 2 0 14 2,880 0 0 0 2,880 243 Update TM-4 in Master Plan 2 0 0 0 2 8 0 0 0 0 2 0 14 2,880 0 0 0 2,880 Phase 2 Subtotal 74 0 0 0 38 306 82 20 2 0 18 0 540 116,100 2,500 2,900 5,400 121,500 Leave Blank and Protected 310 SCADA Master Plan Documentation (TO1)9 1 0 0 0 26 6 8 0 0 6 0 56 11,450 0 0 0 11,450 DocuSign Envelope ID: 153BF1B0-16EC-4804-8371-82031987E47D Task Order #2 - Carlsbad, City of (CA) -- SCADA Master Plan Karim,Abdul Majid EFlavia BoeseSemper,John PZinn,Bryan JSchell,Derek MFletcher,KlintRidley,MelvinEnnis,Renee CResop,Christopher JTieman, WilliamDraheim, DanSurio, LindsayPhase Phase Description Managing EngineerAccountant II Supervising Engineer Managing Engineer SeniorEngineer Senior Design Lead Supervising Engineer Word Processing Supervisor Senior DrafterSenior Engineer Technical WriterAccountant ITotal Labor Hours Total Labor Effort Travel Total ODCs Total Expense Cost Total Effort 311 Utility Site Visits 3 1 0 0 0 12 2 4 0 0 3 0 25 4,941 0 0 0 4,941 312 SCADA System Space Considerations 6 0 0 0 0 14 4 4 0 0 3 0 31 6,509 0 0 0 6,509 Phase 3 Subtotal 9 1 0 0 0 26 6 8 0 0 6 0 56 11,450 0 0 0 11,450 GRAND TOTAL 179 67 16 38 38 332 88 32 2 0 24 12 828 177,802 2,500 4,100 6,600 184,402 Hours and Dollars are rounded to nearest whole number. To display decimals, change the format of the cells. DocuSign Envelope ID: 153BF1B0-16EC-4804-8371-82031987E47D IDTask ModeTask NameDuration Start Finish Predecessors1Task Order 2: Communication System Development156 daysMon 9/24/18Mon 4/29/192NTP2 daysMon 9/24/18Tue 9/25/183Phase 100: Project Management155 daysMon 9/24/18Fri 4/26/1924Task 100: Project Management5 daysTue 9/25/18Mon 10/1/185Project Management Plan1 dayTue 9/25/18Tue 9/25/186Field Work Safety Plan2 daysWed 9/26/18Thu 9/27/1857Task 110: Quaility Assurance and Control137 daysFri 10/26/18Mon 5/6/198Draft Field Survey Report5 daysFri 10/26/18Thu 11/1/18219Final Field Survey Report5 daysFri 11/9/18Thu 11/15/182210Draft Update Existing Block Diagram5 daysFri 11/23/18Thu 11/29/182311Final Update Existing Block Diagram5 daysFri 12/7/18Thu 12/13/182412Draft Future System Architecture Diagram5 daysTue 1/22/19Mon 1/28/192913Final Futrue System Architecture Diagram5 daysTue 3/5/19Mon 3/11/193114Radio Path Software Study5 daysFri 10/26/18Thu 11/1/182115Draft Appendix for TM25 daysTue 3/26/19Mon 4/1/193216Final Appendix for TM25 daysTue 4/30/19Mon 5/6/193417Phase 200152 daysFri 9/28/18Mon 4/29/19618Task 210: Site Existing Communications Assessments and Existing Documentation50 daysFri 9/28/18Thu 12/6/1819Documentation Review5 daysFri 9/28/18Thu 10/4/18220Field Survey for each water and reclaimed site10 daysFri 10/5/18Thu 10/18/181921Draft Field Survey Reports5 daysFri 10/19/18Thu 10/25/182022Final Field Survey Report5 daysFri 11/2/18Thu 11/8/1821,823Draft Update Existing Block Diagram5 daysFri 11/16/18Thu 11/22/1822,924Final Update Existing Block Diagram5 daysFri 11/30/18Thu 12/6/181025Task 220: Communication System Evaluation102 daysFri 12/7/18Mon 4/29/1926Evaluation of Technologies10 daysFri 12/7/18Thu 12/20/182427City IT Meeting Evaluation of Shared Infrastructure (No. 1)1 dayFri 12/21/18Fri 12/21/1824FS+10 days28City IT Meeting Evaluation of Shared Infrastructure (No. 2)1 dayMon 12/31/18Mon 12/31/1827FS+5 days29Draft Future System Architecture Diagram15 daysTue 1/1/19Mon 1/21/192830Client Review Period10 daysTue 1/29/19Mon 2/11/191231Final Future System Architecture Diagram15 daysTue 2/12/19Mon 3/4/193032Draft Appendix To TM215 daysTue 3/5/19Mon 3/25/193133Client Review Period10 daysTue 4/2/19Mon 4/15/191534Final Appendix to TM210 daysTue 4/16/19Mon 4/29/193335Task 230: Workforce and Technical Support Assessment36 daysTue 1/22/19Tue 3/12/1936Meeting w/ City IT to discuss Technical Support1 dayTue 1/22/19Tue 1/22/192937Meeting w/ City to discuss staffing and future support1 dayTue 1/29/19Tue 1/29/1929FS+5 days38Draft workforce and technical support assessment sections10 daysWed 1/30/19Tue 2/12/193739QC5 daysWed 2/13/19Tue 2/19/193840Client Review Period10 daysWed 2/20/19Tue 3/5/193941Finalize workforce and technical support assessment sections5 daysWed 3/6/19Tue 3/12/194042Phase 300 1 dayWed 3/13/19Wed 3/13/19419/2527310172418152229512192629162330714212841118252916233061320273101724310172431714212851219Jun '18Jul '18Aug '18Sep '18Oct '18Nov '18Dec '18Jan '19Feb '19Mar '19Apr '19May '19TaskSplitMilestoneSummaryProject SummaryInactive TaskInactive MilestoneInactive SummaryManual TaskDuration-onlyManual Summary RollupManual SummaryStart-onlyFinish-onlyExternal TasksExternal MilestoneDeadlineProgressManual ProgressPage 1Project: Proposed Schedule_TODate: Fri 9/28/18DocuSign Envelope ID: 153BF1B0-16EC-4804-8371-82031987E47D PROJECT TASK DESCRIPTION AND FEE ALLOTMENT NO. 1 PROJECT NO. 5542 This and Fee Allotment, is entered into on _----'=,....._........,"""-4,.._......,....____-1-_-'-"''-b-1./-~----' pursuant to an Agreement between Brown and Caldwel California c rporation "Contractor") and 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, referred to as ("CMWD"), dated May 24, 2017, (the "Agreement"), the terms of which are incorporated herein by this reference. 1. CONTRACTOR'S OBLIGATIONS Contractor shall provide professional engineering services for the SCADA master plan for sewer, water, and recycled water systems in accordance with the City of Carlsbad Engineering Standards, 2016 Edition, the Standard Specifications for Public Works Construction, 2015 Edition and the supplements thereto as published by the "Green Book" Committee of Public Works Standards and the proposal dated June 9, 2017, ("proposal"), attached as Appendix "A" for the SCADA Master Plan and PLC and HMI Standardization, (the "Project"). The Project services shall include: Project Management; Existing System Overview; Operational Needs and Deficiencies Assessment; PLC and HMI Standardization; and Implementation Plan and SCADA Master Plan Preparation. 2. PROGRESS AND COMPLETION Contractor's receipt of this Project Task Description and Fee Allotment, signed by the Executive Manager or General Manager and a Purchase Order from the City's Purchasing Department, constitutes notification to proceed to the Contractor. Contractor shall begin work within 20 working days after receiving this fully executed document and a City Purchase Order. Contractor shall complete the work within One (1) year thereafter. In no event shall Contractor work beyond the term or authorized compensation of the Agreement, as amended by this Project Task Description and Fee Allotment. 3. FEES TO BE PAID TO THE CONTRACTOR Contractor's compensation for the Project is shown in Table 1, "Fee Allotment", herein. Fees shall be paid on the basis of time and materials for each task group shown in Table 1. Progress payments shall be based on monthly invoices. Appendix "A", attached, prepared by Contractor and reviewed by CMWD, shows the parties' intent as to the elements, scope and extent of the task groups. Contractor acknowledges that performance of any and all tasks by the Contractor constitutes acknowledgment by Contractor that such tasks are those defined in Appendix "A". Additional task groups, not shown in Table 1 or Appendix "A", will be performed by the Contractor only upon authorization of CMWD through the mechanism of a separate Project Task Description and Fee Allotment and Purchase Order. In the event that City directs Contractor to curtail or eliminate all, or portions of the task groups identified in Table 1 or Appendix A, then the Contractor shall only invoice CMWD for work actually performed. The maximum total cost of Contractor's services for this Project Task Description and Fee Allotment is $425,000. General Counsel Approved Version 8/3/16 1 TABLE 1 FEE ALLOTMENT PROJECT MANAGEMENT TASK GROUP TIME & MATERIALS Project Management $77,446 Existinq System Overview $58,446 Operational Needs and Deficiencies Assessment $58,976 PLC and HMI Standardization $133,438 Implementation Plan and SCADA Master Plan Preparation $96,694 TOTAL (Not-to-Exceed) CONTRACTOR Brown & Caldwell (name of Contractor) *By: ~ r1-f _· ___ _ (sign here) 'f6(L'-(~ z,,-u-{ \)\ce.-?e;~\- (print name/title) ~Z.1r-1rl@ 'B~~ r-4 OJ-O, C04 (e-mail address) $425,000 Brown & Caldwell (name of Contractor) By: ~0Ll/b (sign here) /<..ow+ b. Goodson Se..c-~-hllll (print name/title) 7 :...!-/ Is. 6 oodson <t!) /31"vvn [q IJ, v°'Yl (e-mail address) If Contractor is a corporation, this document must be signed by one individual from each column: Column A Chairman, president or vice-president Column 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. 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: Date: r I 3 I I 7 -7-+--+7-------- APPROVED AS TO FORM: CELIA A. BREWER, General Counsel General Counsel Approved Version 8/3/16 2 BrownANo • Caldwell· Task Order #1: SCADA Master Plan Scope APPENDIX A City of Carlsbad/CMWD SCADA Master Plan for Sewer, Water, and Recycled Water Systems June 9, 2017 Project Overview The City of Carlsbad/CMWD's (City/CMWD) current SCADA system that provides monitoring and control of the water and sewer systems has gradually grown over the years and includes a variety of equipment in the field of varying age with some equipment already at the end of its useful life. This is typical for many municipalities where the control systems grew as accessories in response to the growth of the process systems. The situation where the existing system is coming to the end of its useful life provides the City/CMWD a unique opportunity to evaluate the SCADA system with a holistic approach that goes well beyond meeting the basic operational need. This is an opportunity to provide the roadmap for an overall SCADA system with enterprise level connectivity and sharing of data with all City departments based on the needs of the City's users. The existing water system is comprised of 8 reservoirs, 4 pump stations and 75 pressure regulating sites, as well as a hydroelectric facility. The existing recycled water system is comprised of 3 reservoirs, 3 pump stations, and 4 pressure regulation stations. The water system currently utilizes Opto22 based equipment at the sites to collect process data and relay it back to the main operations center via cellular modems. At the main office, there is a stand-alone operator interface system with no current backup or redundancy in place. The existing wastewater system has 12 active lift station sites that are currently monitored using a Mission based SCADA platform that provides information back to the City via cellular modems. This Mission based SCADA system utilizes a web- based graphic user interface to provide information to the City/CMWD's users. The wastewater system also currently utilizes about 30 smart manhole covers that have been strategically placed to provide a second backup and alarm at high levels in critical areas. As a backup to the primary system (Mission), phone based autodialers (Verbatim) are used at every site to send critical alarms to on-call staff. The scope of work for this task order is to develop a master plan that provides a clear path for the City/CMWD to achieve a smart enterprise-level SCADA system that will serve the City/CMWD into the future. The scope will include evaluating the current state of the system and the needs of the City/CMWD's users, provides alternatives and recommendations to meet those needs, and develops an improvement plan to implement the recommendations. The objective is a collaborative evaluation and plan developed closely with key City/CMWD stakeholders with decisions made on core areas of the SCADA system including: • Evaluating the current state of the system and the needs of the City/CMWD's users, provide alternatives and recommendations to meet the needs • Develop an improvement plan to implement the recommendations • Document the current state of the system. • Define and document the future needs and vision of the City/CMWD's users. This would include identifying new levels of automation and operational changes in the City's vision. • Provide requirements, and recommendations to meet the defined needs. • Selection of a hardware/software platform for field Programmable Logic Controllers (PLC) to meet the new requirements. • Selection of a Human-machine interface (HMI) Software platform (hardware will be dictated by the software selection) to meet the new requirements • Develop an implementation plan for the recommendations and selected hardware and software meeting defined CIP and budget constraints. • Document maintenance recommendations for the SCADA system. SCOPE I Page 1 of 12 City of Carlsbad/CMWD SCADA Master Plan for Sewer, Water, and Recycled Water Systems Scope of Work • Document enterprise connectivity • Provide recommendation of PLC and HMI programming standards that should be developed in future task order • Provide recommendation of Cyber Security standards that should be developed and implemented in a future task order • Provide documentation of enterprise level connectivity requirements with other City/CMWD systems such as the computerized maintenance management system (CMMS) and recommendation of standards/plan for connectivity to be developed in a future task order. • Documentation of the existing remote site communications, existing issues, and recommendations of standards for future development and evaluation of communication and network upgrades. Following the evaluation and determination of the core technologies and improvements to be made, a detailed implementation plan and schedule will be developed to provide the City with a method and understanding to implement the recommended improvements. Scope of Services Phase 100: Project Management Manage the coordination and oversight of the BC team and administration of the contract, including contracts, project resources, quality, budgets, deliverables and schedule, and coordinated communications between BC staff and City/CMWD project manager and designated staff. BC will provide meeting minutes for all meetings and maintain a log of action items. Task 100: Project Management, Schedule, Status Update Meetings, and Reporting BC will perform project management, project tracking, and provide monthly invoicing utilizing a computer based project management system. This includes all major activities of the scope of services. Monthly Progress Reports will be provided with monthly invoices to summarize work completed and being billed for each invoice. BC will facilitate monthly project status and coordination calls to provide the City with project status and overall progress. BC will develop a detailed project schedule, utilizing Microsoft Project, to track the progress of the tasks and deliverable stages. This project schedule will be maintained and updated as the project progresses and will be presented at each monthly project status conference call. BC will provide internal weekly coordination meetings with staff and manage internal resources to meet client and contract requirements. Deliverables: • Develop and maintain a Microsoft Project schedule • Develop a project management plan. • Develop a field work safety plan. • Facilitate up to 12 one-hour (1-hr) project status monthly conference calls. Agenda and meeting minutes will be provided for each call. • Maintain a risk register and an action item log for the project. • Monthly invoices with monthly project status report. Assumptions • Task Order is assumed to be completed within 12 months. • Invoices to task level completed each month • City PM will schedule workshop and meeting times with required City staff and stakeholders. • City PM will schedule workshop and meeting facilities. Task 110: Steering Committee Meetings BC understands that there are key City/CMWD management and stakeholders for the SCADA system that may not be directly involved in the day to day coordination and progression of the project. As such, BC will facilitate dedicated meetings to present the projects status, findings, and overall direction moving forward. This is intended to be a collaborative presentation with BC and the project team from the City/CMWD and will be held at key milestones in the project. This allows stakeholders to provide guidance and help the team correct course if required. The Steering Committee Meetings are anticipated to occur after each of the following efforts (could be moved): I Brown ANo Caldwell i SCOPE I Page 2 of 12 City of Carlsbad/CMWD SCADA Master Plan for Sewer, Water, and Recycled Water Systems • Vision Development Meeting • Request for Bid Process and Negotiation Support • Implementation Plan, including Engineer's Opinion of Probably Cost and Implementation Schedule Deliverable: • Agenda • Facilitate three, two-hour (2-hr) steering committee update meetings at the City office • Meeting Minutes Assumptions: • City PM to coordinate City staff schedules and conference room requirements. Task 120: Quality Assurance and Quality Control (QA/QC) Scope of Work BC will provide internal technical QA/QC on all reports, technical memoranda, and client-submitted documentation. Anticipated deliverables include the following: • Technical Memo 1: Existing SCADA System Overview. • Technical Memo 2: SCADA Use Needs. • Request for Bid document. • Technical Memo 3: PLC and HMI Standardization • Technical Memo 4: Implementation Plan The BC QA/QC lead will also provide overall insight and guidance on the development of key project deliverables and Project workshops. In a more hands-on approach as part of the workshops below, the QA/QC lead will participate in workshops to engage the team in the actual work being done. The QA/QC lead will participate in 7 meetings/workshops at key points in the project, anticipated to include the following: • Task 110 Kickoff and Visioning Meeting • Task 330 Enterprise Users Workshop • Task 350: Workshop to review TM-2 on SCADA Use and Needs • Task 400: PLC and HMI Evaluation Criteria Workshop • Task 500 Workshop to review proposed projects and construction method alternatives • Two additional workshops as needed (possibly including Task 220 Existing System Overview workshop or Task 340 Level of Automation workshop) Phase 200: Existing System Evaluation To better understand the existing system and its current state, BC will evaluate the existing system to determine whether it is currently meeting the needs of the process and its users as well as identify each core platforms lifecycle state and current areas of risk. Task 200: Kickoff and Vision Development Meeting BC will facilitate a project kick-off meeting at the City/CMWD office to walk the team through each of the phases and tasks of the project and the project schedule. Within this meeting, BC will facilitate a discussion with the City/CMWD project stakeholders discussing the following: • Develop an overall vision for the project and final SCADA system. This vision will serve to provide an overall foundation for project guidance and success of the final system. • Identify Stakeholders with associated roles and responsibilities. • Review proposed master plan table of contents and expected project deliverables. The table of contents will include sections and sub-sections consistent with the proposed technical memos. The table of contents will be a living document that gets updated with each submittal. • BC will present a list of requested information and documentation of the existing system for BC team members to review and evaluate in following tasks. • BC will present the information and data that will be collected during the field surveys as well as a sample field report to allow for City/CMWD team members input any recommendations prior to completing the field surveys. SCOPE I Page 3 of 12 City of Carlsbad/CMWD SCADA Master Plan for Sewer, Water, and Recycled Water Systems Scope of Work • This meeting will also include a discussion on the overall operational philosophy and control strategies for each of the systems to allow the team to develop an understanding of the specific operational methods at each of the systems. • Select typical sites for site surveys/investigation Deliverables: • Agenda for the meeting • Facilitate one two-hour (2-hr) kickoff meeting at the City/CMWD office • Develop an information and documentation request table, in electronic (xlsx) format • Meeting minutes Assumptions • City PM to coordinate City staff schedules and conference room requirements. • City PM to identify key staff members to attend and contribute to identified meeting goals. Task 210: Site Assessments and Existing Documentation Review BC will review the documentation and information provided from the request made during the kickoff meeting as well as the past "75% SCADA Wastewater Master Plan" document to gather an understanding of the systems details that are currently documented. BC will facilitate a workshop at the City office to present the findings of this review and work with the team to develop an overall list of sites to be field surveyed. Since many of the sites have been field surveyed in the past and information collected and documented, BC estimates that only ten (10) sites will need to be surveyed over a two-day period. Unnecessary rework will be avoided by leveraging existing documentation that is known to be good. BC will field survey and document the existing SCADA system hardware for each of the sites selected during the workshop. During the visit, BC will evaluate the existing hardware for condition and performance and overall platform lifecycle stage. City/CMWD staff will assist in identifying hardware and providing feedback on performance as well as identifying the overall process flow between each of the sites. The existing communication system will be documented as part of this process. Following the site surveys, BC will develop a field report for each of the sites that were surveyed. The field data will be combined with the existing data sets provided in the past masterplan report to provide a consolidated field dataset. Deliverables: • BC will perform field surveys for the selected sites, limited to ten (10) sites, over a consecutive two-day period • Provide field survey reports for each of the sites surveyed as part of TM-1, provided in electronic (pdf) format • Develop a consolidated dataset with the field collected information and the past report information as part of TM-1, provided in electronic (xlsx) format Assumptions • All site surveys will be completed during a single two-day visit. • City will provide an escort to all sites with the capability to open control, network panels, communication panels, and electrical panels. • The City/CMWD will provide documentation for existing hardware and software to BC to meet the project schedule. Development of conformed documents and record drawings is not included in this work. Existing original design or design record drawings, in electronic (pdf) format, will be used as a basis for this project. Record drawings of the SCADA remote terminal units and control single lines, will be provided by the City/CMWD. • The site assessments are limited to the major SCADA-related equipment; logic controllers in the field, SCADA computers, Remote Input/Outputs, network hardware, radios, and communications equipment. Process equipment, field instrumentation, and field wiring is not being investigated. • Any existing network architecture drawings of the overall SCADA radio communications system will be provided by the City/CMWD. Tracing out network cabling or other signal wiring is not included. • Power to the SCADA equipment and remote sites is assumed to be reliable and available. Assessment of power quality equipment and/or standby power systems such as uninterruptible power supplies are not included. • Providing detailed architecture diagram with equipment serial numbers or asset management system numbers is not included in this scope. SCOPE I Page 4 of 12 City of Carlsbad/CMWD SCADA Master Plan for Sewer, Water, and Recycled Water Systems Scope of Work Task 220: Existing System Overview Technical Memorandum (TM-1) BC will document the findings in a technical memorandum to identify the existing system components and architecture. A draft copy will be submitted for review and comments. BC will facilitate a workshop at the City office to review the findings. Following the workshop, the comments collected from the workshop and prior to the workshop will be incorporated into the final TM for review and acceptance. In addition to documenting the existing system, BC will provide details on equipment useful life and the consequences of failure to help establish the need for the SCADA master planning effort and any potential upgrades. BC will also document the need for moving to an enterprise system that will allow the City/CMWD to optimize operations and improve efficiencies. To provide an overall picture of the existing SCADA system, BC will develop an 11-inch by 17-inch block diagram of the existing SCADA architecture based on information obtained during the site visits, and review of background information. The diagram will include locations, field controllers, human-machine interface (HMI) computers, network hardware, and existing communications methods, e.g. radio telemetry, cellular modem, leased lines, etc. The communication system information captured in this TM will document the current system. Deliverables: • Provide a draft Existing System Overview TM-1, provided in compiled, electronically indexed pdf and Microsoft Word (docx) format for text edits. This will include an 11-inch by 17-inch block diagram of the existing SCADA architecture developed in Microsoft Visio, provided in electronic (pdf) and (vsdx) formats. • BC will facilitate one two-hour (2-hr) workshop at the City office to review the findings in the draft TM-1; • Provide a final Existing System Overview TM-1, provided in compiled, electronically indexed pdf and source files in Microsoft Word (docx) format. Phase 300: Operational Needs and Deficiencies Assessment Based on the documented current state and information gathered during the site visits, BC will facilitate the development of the specific needs and future objectives of the City/CMWD's users within the system. In addressing the deficiencies, BC will provide ways for the system to improve efficiencies. Task 300: SCADA Current Use and Need Assessment -Potable and Recycled and Sewer BC will meet with individuals responsible for operating and maintaining the Potable and Recycled Water Systems and sewer systems to develop an understanding on how each of the users interact, utilize, and maintain the current SCADA system. We will interview management staff and other stakeholders who utilize these systems during these visits to document what information is important to them and what future data or information they would find useful. BC will review CMWD's Advanced Metering Infrastructure (AMI) to identify how to eventually incorporate them into SCADA for flow balance. Potential gaps in the communication system will be identified at a high level. BC will review the City's use of Smart Covers to identify how to eventually incorporate them into SCADA. Potential gaps in the communication system will be identified at a high level. BC will review the CMWD's potential use of future leak detection or other third party vendors to identify how to eventually incorporate them into SCADA. BC will document the information gathered in these interviews to present an overview of how the system is currently used and supported and where the deficiencies are with the current system within a section of the Technical Memorandum (TM- 2). A table will be created to summarize identified deficiencies, and this table will be carried through the project to identify where/how each deficiency will be resolved. Deliverable: • BC will facilitate 12 hours of site visits over two days to review how City/CMWD staff currently utilize and operate the current Potable and Recycled Water SCADA system. • BC will facilitate a one-day (8 hour) site visit to review how City/CMWD staff currently utilize and operate the current Sewer SCADA system. Assumptions • All interviews will be completed during a single trip. SCOPE I Page 5 of 12 City of Carlsbad/CMWD SCADA Master Plan for Sewer, Water, and Recycled Water Systems Scope of Work Task 310: State of the Industry and Objectives Workshop Through a facilitated workshop led by BC's project technical advisor, BC will bring real-world examples and lessons learned from other utilities and industries as well as current market technologies available to demonstrate what is possible and beneficial to others to allow the City/CMWD to select functionalities that are most appealing. We feel this process is essential to developing a dialog between both the City/CMWD and BC to understand the City/CMWD's current needs and issues and leverage our experience from other utilities and industries. During this workshop, overall core system objectives will be developed to help document the specific requirements and functionality needed in the future system. As the City/CMWD expands the usage of their SCADA system and system usage requirements become more prominent, defining these requirements up-front will help to ensure that both the current short-term issues as well as long-term needs of the future SCADA system are addressed. Cyber security standards used in the industry will be discussed and recommendations for the City/CMWD will be provided for implementation in future task orders. BC will document the objectives and functionality desired for the future system in this workshop within a section of the Technical Memorandum (TM-2). Deliverables: • Provide an Agenda • Facilitate one, four-hour (4-hr) state of the industry and objectives workshop at the City office; it is anticipated that the first two hours will be an overview of the topic with a larger group, and the second two hours will be a more focused effort for a more limited group. Assumptions • This is an informational presentation and meeting minutes are not anticipated to be required. Task 320: Enterprise Users Assessment and Data Map Development The core objective of this task is to develop an understanding of the enterprise level, or the level above day to day operations, uses and requirements for data and information that is collected and presented within the SCADA system. Efficiencies gained in the overall controls regarding water system management tie in directly with the City/CMWD's Climate Action Plan initiative. BC will coordinate with Encina Wastewater Authority and City IT, to gather insight on information and data that potentially can be shared to benefit both parties in the future. This will be an opportunity to develop an understanding of City IT's goals for the "Smart City" vision and how the utility side of the City/CMWD benefits and is potentially impacted from this vision. Resource sharing opportunities will be documented in a section of the Technical Memorandum (TM-2). BC will facilitate a workshop with users of the SCADA system and data from the system to map out the user requirements and needs of each of these stakeholders. Through this workshop, BC will gather information to develop a system wide data map that provides a high-level overview of what data is desired to be shared with the SCADA system and presented to different levels and users within the organization above the core SCADA operational and process needs. This data map is important to provide a foundation for how SCADA data will be collected, stored, and presented to different users in the City/CMWD within the future SCADA system. Deliverables: • BC will facilitate two data sharing conference calls with Encina Wastewater Authority and City IT • Provide workshop agenda • Facilitate one, four-hour (4-hr) enterprise users workshop • Provide workshop meeting minutes. • Develop a data map for high level data transfer and use above the core SCADA system, provided in electronic (pdf) format that will be included as part of TM-2 Assumptions • Data mapping development is based on high-level data providing for each major access point and is not to provide detail of individual or specific data points or signals Task 330: Level of Automation Workshop After developing an understanding of how the system is currently being used and how the City/CMWD users interact with the system and processes on a day to day basis, BC will develop alternatives to the overall level of functionality and SCOPE I Page 6 of 12 City of Carlsbad/CMWD SCADA Master Plan for Sewer, Water, and Recycled Water Systems Scope of Work automation for the future system to provide. BC will facilitate a workshop with the City/CMWD to present alternative levels of automation and the corresponding impact and outcome on their implementation and future use. Deliverable: • Provide a workshop agenda. • Facilitate one, two-hour (2-hr) level of automation workshop; this workshop may be combined with another for efficiency. • Provide workshop meeting minutes. Task 340: SCADA Use and Needs Technical Memorandum (TM-2) BC will document the findings of this phase in a technical memorandum. A draft copy will be submitted for review and comments. BC will facilitate a workshop at the City office to review the draft. Following the workshop, the comments collected from the workshop and prior to the workshop will be incorporated into the final TM for review and acceptance. Deliverables: Provide a draft SCADA Use and Needs TM-2, provided in compiled, electronically indexed pdf and Microsoft Word (docx) format for text edits BC will facilitate one, two-hour (2-hr) workshop at the City/CMWD office to review the findings; Provide a final SCADA Use and Needs TM-2, provided compiled, electronically indexed pdf and in Microsoft Word (docx) format Phase 400: PLC and HMI Standardization (Selection) To standardize on specific manufacturers for the PLC and HMI that will be utilized throughout the implementation of the future system, BC will help the City/CMWD establish evaluation criteria to satisfy the needs of the systems. BC will then help the City/CMWD develop a Request for Bids (RFB) for a pubic evaluation process using those evaluation criteria. BC will facilitate a selection process with the City/CMWD and the City/CMWD's procurement department to evaluate and select the specific PLC and HMI upon which the future system will be standardized. Task 400: PLC and HMI Evaluation Criteria Based on the functionality and deficiencies identified in the previous phase, the evaluation criteria for functionality and foundation to meet the specific needs of the City/CMWD's users will be established. Evaluation criteria that support the City/CMWD's needs will be developed for each of the major SCADA levels: 1) PLC (field control); and 2) operator interface (HMI, including historical data collection, enterprise data management and enterprise connectivity). The strengths and weaknesses of each core technology type will be evaluated based on how well each technology meets the needs of the City/CMWD. One of the evaluation criteria will include manufacturer stability and their history of serving the water and wastewater industries. References for the participating manufacturers will be contacted for unbiased feedback and the HMI manufacturers will be required to provide a software demonstration made for this project. BC will facilitate a workshop at the City office to present the draft criteria to the City/CMWD. The evaluation criteria and its basis will be documented in TM-3, presented in a following task. Deliverable: • Facilitate one, two-hour (2-hr) PLC and HMI evaluation criteria workshop at the City office • Document evaluation criteria for shortlisting HMI vendors for demonstration • Document evaluation criteria for final section of PLC and HMI vendors. Task 410: Request for Bid Preparation To remain open and competitive to meet the requirements of the City/CMWD regulations and procurement requirements, BC will assist in the development of a Request for Bid (RFB) for the two main areas: PLC's and operator interface software (HMI), including historical data collection, enterprise data management and enterprise level connectivity. There will be a single RFB for the PLC and HMI. BC will describe that manufacturers can bid on one or both areas but that the areas will be reviewed/selected individually. BC will coordinate with the City/CMWD's procurement department to develop the technical and scoring requirements of each of the RFBs, including overall functional requirements and manufacturer response criteria. Manufacturers will be required to also submit local references. BC will develop the bid form for the proposers to submit their unit prices to be SCOPE I Page 7 of 12 City of Carlsbad/CMWD SCADA Master Plan for Sewer, Water, and Recycled Water Systems Scope of Work provided for a long-term contract with a pre-established escalation rate, as one of the evaluation criteria. BC will participate in two coordination meetings with the procurement department. The HMI evaluation will be set up in a two-step process. The first step will provide an initial evaluation based on the established evaluation criteria. The second step will be set up for the manufacturer to demonstrate system capabilities as specified in the evaluation criteria. For the second step in the HMI evaluation, the RFB will require the top three bidders to present a demonstration to the BC/City/CMWD team and to provide three local customers who would be willing to serve as a reference and give the BC/City/CMWD team a tour. The PLC evaluation will be single step, and the PLC bidders will only be evaluated on the criteria provided in the request for bids. BC will provide a draft version of each of the technical portions of the RFB's that will be submitted for review and comments. BC will then facilitate one two-hour (2-hr) workshop at the City office to review the draft RFB's. Following the workshop, the comments collected from the workshop and prior to the workshop will be incorporated into the final RFB documents for review and acceptance. Deliverables: • Provide draft technical RFB sections for the PLC and HMI, provided in Microsoft Word (docx) format • BC will facilitate one, two-hour (2-hr) workshop at the City office to review the technical portions of the RFB; • Provide final technical RFB sections for the PLC and HMI, provided in Microsoft Word (docx) format • HMI demonstrations and site visits Assumptions • BC assumes the City/CMWD and/or City/CMWD procurement staff will administer the RFB process and provide a base template and structure for the RFB document. BC is providing the technical and functional portions of the RFB document only. Task 420: Support during RFB and Negotiations During the RFB process, BC will provide coordination and support to the City/CMWD and the procurement department. This support process includes manufacturer clarifications, questions, and requests for information. BC will also facilitate a pre- proposal meeting for the RFB to provide overview of the RFB and assist the City/CMWD in addressing technical questions and clarifications. Following the receipt of the manufacturer proposals, BC will support City/CMWD with the technical review of each manufacturer proposal to provide insight on each proposer's responses to each of the requirement's and questions. Following the initial review period, BC will facilitate one, two-hour (2-hr) workshop, to review the manufacturer responses to the RFB and provide technical insight and feedback. For the selection of HMI, including historical data collection enterprise data management and enterprise connectivity, BC will coordinate up to three manufacturer interviews and presentations to provide the team with a detailed review and presentation of the proposed offerings. BC will develop demonstration requirements that each manufacturer will be required to complete. BC will attend a site visit to a local reference provided by the bidder for each of the 3 top HMI manufacturers. After the scores have been submitted by the City/CMWD's panel members and a manufacturer selected for both the PLC and HMI, BC will assist the City/CMWD in the negotiations process for the selection of each of the platforms. In this stage of the project, the specific installation and implementation methods of the platforms/products is not defined and negotiations will be based on core pricing and support for long term purchase agreements. Deliverables: • Provide a one hour (1-hr) pre-proposal meeting with perspective proposers. • Provide 16 hours of RFB process support including manufacturer clarifications, questions, and requests for information • Provide 80 hours of technical review of the manufacturer proposals • Provide teleconference to discuss preliminary review of proposals and reach consensus on selection of three HMI vendors to shortlist for interviews and presentations. • Provide HMI vendor demonstration script to the three shortlisted vendors. • Coordinate and attend three, two-hour (2-hr) HMI manufacturer interview/presentations at the City office • Coordinate and attend three, two-hour (2-hr) HMI manufacturer site visits/reference checks I Brown AND Caldwell i SCOPE I Page 8 of 12 City of Carlsbad/CMWD SCADA Master Plan for Sewer, Water, and Recycled Water Systems Scope of Work • BC will facilitate one, two-hour (2-hr) workshop at the City office to review the technical portions of the manufacturer proposals and results of the interviews/presentation to select the chosen vendors • Provide 24 hours of negotiation support for the selected HMI manufacturer and the selected PLC manufacturer Assumptions • BC assumes the City/CMWD and/or City/CMWD procurement staff will administer the RFB process and ensure evaluation criteria is properly documented for City requirements. • Vendor presentations will be over two consecutive days. • RFB and selection services are included for the selection of one platform/product for the PLC and operator interface systems (HMI) only. Other technology and functionality determined through the evaluation as needed to be selected or procured for the future system are not included. • As the number of manufacturer responses can vary for each of the RFB's, RFB initial proposal review effort is limited to forty (40) hours for PLC and 40 hours for HMI. • Evaluation based only on overall SCADA technology. Task 430: PLC and HMI Standardization Technical Memorandum (TM-3) BC will document the findings of this phase as well as the specific technology platforms/products selection in a technical memorandum. A draft version will be submitted for review and comments. BC will facilitate a conference call to review the draft and collect comments. Following the conference call, the comments collected from the call and prior to the workshop will be incorporated into the final TM for review and acceptance. Deliverables: • Provide a draft PLC and HMI Standardization TM-3, provided in compiled, electronically indexed pdf and Microsoft Word (docx) format for text edits • BC will facilitate one, two-hour (2-hr) conference call to review the draft TM; • Provide a final PLC and HMI Standardization TM-3, provided in compiled, electronically indexed pdf and in Microsoft Word (docx) format Phase 500: Implementation Plan and SCADA Master Plan Preparation Develop an overall plan to implement the recommended improvements identified in the needs and deficiencies. Separate each of the improvements into logical projects and prioritize them based on technical, functional, and risk mitigation needs of the system as well as alignment with the City/CMWD's Capital Improvement Plan (CIP). Task 500: Implementation Plan Technical Memorandum (TM-4) Following the selection of each of the specific technology platforms/products, BC will develop a recommended plan for improvements on the system. The plan will be separated into four sections: • Immediate Improvements: For improvements that are recommended to be completed immediately following this project. These recommendations will include high-priority and foundational-level improvements to address areas of risk within the current system and provide the foundational improvements needed for the core implementation projects. This phase will also identify the needs for both internal and external support and the inclusion of specific roles to support the new system and the training and/or competencies of the City/CMWD's staff required. • Core -Within Five Years: A staged approach to implement the recommended improvements within five years following this project. These recommendations will include a structure and hierarchy of critical to less critical improvements that focus on providing core system functions and features and provide system stability and improved operations. Within this period, it is intended that each of the core areas of the SCADA system be implemented and ready for the future optimization phase. • Future Vision: The future vision portion of the plan will include recommended future improvements to provide system optimization and increase user performance. These recommendations include areas such as enterprise connectivity improvements, increased levels of automation, and future system-wide consolidation measures. • Climate Action Plan: provide a brief section/table describing qualitatively how the recommended improvements align with the Utilities Division's CAP action to "improve water utilities (including water supply, wastewater, and recycled water) conveyance, treatment and distribution, and other system improvements." The overall planned stages will be separated based on criticality, technical requirements, and an agreed upon total yearly capital improvement investment budget. BC will evaluate both standard Design-Bid-Build construction methods as well as alternative construction methods including Design-Build for their feasibility for these projects. BC will document the City of Carlsbad/CMWD SCADA Master Plan for Sewer, Water, and Recycled Water Systems Scope of Work implementation plan and selected construction methods for each project in a technical memorandum (TM-4), that includes the engineer's opinion of probable cost, provided in the task below. The table that summarized deficiencies identified in previous tasks will be included, with notes indicating how/where/what project each deficiency is resolved/, and this table will be carried through the project to identify where/how each deficiency will be resolved. BC will facilitate a workshop with the City/CMWD to review the projects within each stage and the alternatives of each of the construction methods. BC will evaluate both standard Design-Bid-Build construction methods as well as alternative construction methods including Design-Build for their feasibility for these projects. BC will facilitate one, four-hour (4-hr) workshop with the City/CMWD to review the projects within each stage and the alternatives of each of the construction methods. Following the workshop, BC will document the implementation plan and selected construction methods for each project in a technical memorandum (TM-4), that includes the engineer's opinion of probable cost. A draft copy will be submitted for review and comments. BC will facilitate a conference call with the City/CMWD to review the draft. Following the conference call, the comments collected from the call and prior to the call will be incorporated into the final TM for review and acceptance. Deliverables: • BC will facilitate one, four-hour (4-hr) workshop at the City office to review the projects, construction method alternatives, engineer's opinion of probable cost, implementation schedule, and workforce assessment; • Provide a draft implementation plan technical memorandum (TM-4), provided in compiled, electronically indexed pdf and Microsoft Word (docx) format for text edits • BC will facilitate one, two-hour (2-hr) conference call to review the TM; • Provide a final implementation plan technical memorandum (TM-4), provided in compiled, electronically indexed pdf and Microsoft Word .docx format Task 510: Engineers Opinion of Probable Cost and Implementation Schedule BC will develop an engineer's opinions of probable cost for each of the recommended projects for the "Immediate Improvements" and "Within Five Years" planning stages. Opinions of probable cost will be provided for planning purposes only and are not intended to provide actual cost of hardware, installation, or professional services. A high-level project based schedule will be developed to show the relationships between key projects and implementation stages as well as provide the City/CMWD with overall timing and staging understandings. Two opinions of probable cost and schedules will be provided: one for Design-Bid-Build construction method with individual projects, and one with Design-Build construction method for the "Immediate Improvements" stage and the "Core -Within Five Years" stage. This will provide the City/CMWD with an understanding of the cost and schedule implications of both construction methods to make an educated decision. The risk aspect of both approaches will be provided as well. The schedules and opinions of probable cost will be presented within the implementation plan workshop and documented within TM-4, presented above. Deliverables: • BC will provide a AACE Class 4 engineers opinion of probable cost for the "Immediate Improvements" and "Within Five Years", one utilizing the Design-Bid-Build construction method and one utilizing the Design-Build construction method, provided in Microsoft Word (docx) format • BC will provide a project schedule for the recommended projects, one utilizing the Design-Bid-Build construction method and one utilizing the Design-Build construction method, provided in soft .mpp and .docx format Assumptions • Engineers Opinion of Probable cost is based on ACEE Class 4 level estimate. Costing is based on current market estimates and does not include increases of cost that can occur in the future beyond the issuance of this report. Construction cost estimates, financial analysis, and feasibility projects are subject to many influences including, but not limited to, price of labor and materials, unknown or latent conditions of existing equipment or structures, and time or quality of performance by third parties. Such influences may not be precisely forecasted and are beyond the control of BC, and actual costs incurred may vary substantially from those provided. BC does not warrant or guarantee the accuracy of construction or development cost estimates. Actual quotes for specific hardware or software makes and models are not included. SCOPE I Page 10 of 12 City of Carlsbad/CMWD SCADA Master Plan for Sewer, Water, and Recycled Water Systems Scope of Work Task 520: Workforce Assessment To determine the current capabilities of the City/CMWD staff with regards to using and maintaining the current SCADA system and the upgraded enterprise level SCADA system, BC will facilitate one, two-hour (2-hr) workshop. BC will work with City/CMWD staff to determine the best approaches to staff the new system. BC will provide details on the different classification of staff required to work on different aspects of the SCADA system, including engineering to support the CIP implementation, operations to support the operations and maintenance of the new system, and asset management to support the tracking of the system. This will be documented in a section of TM-4. A draft of this section will be provided to the City/CMWD for review and comment before it is added to the TM. Deliverables: • BC will facilitate one, two-hour (2-hr) workshop at the City office to review the current capabilities of the City/CMWD staff with regards to using and maintaining the current SCADA system and the upgraded enterprise level SCADA system projects; • Provide a draft workforce assessment section (to be included inTM-4), provided in compiled, electronically indexed pdf and Microsoft Word (docx) format for text edits • Provide a final workforce assessment section (to be included inTM-4), provided in compiled, electronically indexed pdf and Microsoft Word .docx format Task 530: SCADA Master Plan Documentation Following the final acceptance of the Implementation Plan Technical Memorandum (TM-4), BC will combine each of the technical memorandums, TM's 1-4 in a single consolidated report document. BC will develop an executive summary to provide a high-level overview of the projects process, findings, improvement projects, and budget Deliverables: • Provide a draft SCADA Master Plan report with executive summary, provided in compiled, electronically indexed pdf and Microsoft Word (docx) format for text edits • BC will facilitate one, two-hour (2-hr) conference call to review the draft report; • Provide a final SCADA Master Plan report with executive summary; provide five complete hard copies; a compiled, electronically indexed pdf; and all source files in editable format (.docx, .xlsx, .dwg, .vsdx, etc.) Task 540: Presentation to Upper Management/City Council/Board of Directors BC will prepare presentation for the City/CMWD upper management or City Council/Board of Directors. BC will submit draft presentation and review with City/CMWD 6 weeks prior to the meeting. BC will incorporate comments and provide final presentation four weeks prior to presentation. Present with City/CMWD staff to City/CMWD upper management or City Council/Board of Directors. Deliverables: • Draft presentation slides • Conference call review meeting Final presentation slides • Attend and present at City/CMWD upper management or Council/Board meeting Additional Project and Scope Assumptions • A detailed analysis and scoping of necessary equipment for video surveillance, security alarm systems, site or building access control systems, and network firewall design or configuration is not included in this scope. • Security evaluations and recommendations will not include industry regulatory party evaluations, such as ISA-99/ANSl- 62443, NIST, or DHS evaluations, development of programs, threat-based risk assessments, or security policies. • Drawings will be prepared in 11-inch by 17-inch format using BC selected software and BC standards. • All in-person meetings other than the site evaluation visits will take place at the City of Carlsbad Office. Compensation Compensation for services stated herein shall be as provided in our detailed cost estimate provided with this scope of work. The not-to-exceed amount of $425,000 is provided for scope of work detailed in this document. Invoices will be submitted monthly. SCOPE I Page 11 of 12 City of Carlsbad/CMWD SCADA Master Plan for Sewer, Water, and Recycled Water Systems Scope of Work Schedule BC shall complete the work within 12 months after the City/CMWD provides a written Notice to Proceed. SCOPE I Page 12 of 12 100 101 102 103 104 105 110 111 112 120 200 201 202 210 211 212 213 214 215 220 221 222 223 300 301 303 303 310 311 312 320 321 322 323 Project Management Deve proj & safety plan & schedule Prep/Doc monthly progress meetings Facilitate monthly prog meetings Monthly invoices & summary report Maintain RR & action item log Steering Committee Meetings Steering commi meetings prep & min Steering committee meetings QA & QC Control Phase Subtotal Kickoff & vision development Kickoff & vision meeting prep & min Kickoff & vision workshop Document Review Doc review, workshop prep & min Documentation review/field workshop Site Visits -10 sites, 3 days Field report & data consolidation Deve Existing SCADA archite diagram Existing System Existing system overview TM-1 Existing system workshop prep & min Existing System TM-1 workshop Phase Subtotal SCADA Current use & need Asses Potable & Recycled Sewer Site Visits current use of system State of the industry & objetives State of indus & objetives WS prep State of indus & objetives WS Enterprise Users Asmt & Data Maps Enterprise users assessment Data map development Enterprise users workshops prep $267.00 $131.00 $245.00 $267.00 $204.00 $204.00 $245.00 $153.00 $131.00 $131.00 $267.00 $204.00 72 12 12 12 24 12 15 8 7 0 87 4 2 2 20 6 4 4 4 2 6 2 2 2 30 12 4 4 4 4 2 2 10 0 4 4 48 0 0 0 48 0 8 8 0 0 56 0 0 0 0 0 0 0 0 0 12 12 0 0 12 0 0 0 0 0 0 0 0 0 0 0 12 0 0 12 0 0 6 0 6 0 18 2 0 2 4 0 4 0 0 0 2 0 0 2 8 0 0 0 0 2 0 2 2 0 0 0 12 0 0 12 0 0 6 0 6 40 58 2 0 2 4 0 4 0 0 0 4 2 0 2 10 0 0 0 0 2 0 2 4 2 0 0 36 12 12 12 0 0 18 12 6 0 54 14 12 2 50 6 4 24 8 8 20 12 6 2 84 24 8 8 8 6 4 2 22 8 8 4 24 6 6 6 0 6 6 6 0 0 30 2 2 0 19 5 0 6 4 4 8 4 4 0 29 0 0 0 0 4 4 0 4 0 0 4 0 0 0 0 0 0 0 0 0 0 0 0 0 0 4 0 0 0 4 0 0 0 0 0 4 0 0 0 0 18 16 2 4 0 4 0 0 0 0 0 0 0 4 4 0 0 4 2 2 0 8 0 0 0 8 0 4 4 0 0 14 8 4 4 0 0 0 0 4 0 4 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 8 0 0 0 0 8 0 0 0 0 8 0 0 0 0 0 0 0 4 0 4 0 0 0 0 16 0 0 0 0 16 0 0 0 0 16 0 0 0 0 0 0 0 12 0 12 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 24 6 6 6 0 6 6 6 0 0 30 2 2 0 19 5 0 6 4 4 8 4 4 0 29 0 0 0 0 4 4 0 4 0 0 4 228 36 36 60 72 24 73 44 29 40 341 28 20 8 152 22 16 40 32 42 64 40 16 8 244 44 16 16 12 40 30 10 70 10 36 16 48,792 8,100 8,100 14,244 12,696 5,652 14,974 8,692 6,282 10,680 741446 6,070 4,104 1,966 30,688 4,866 3,932 8,412 6,536 6,942 12,688 7,332 3,390 1,966 49,446 9,324 3,312 3,312 2,700 9,358 6,902 2,456 14,036 2,166 6,388 3,516 0 0 0 0 0 0 3,000 0 3,000 0 3,000 1,000 0 1,000 7,000 0 1,000 6,000 0 0 1,000 0 0 1,000 9,.000 3,000 1,000 1,000 1,000 2,000 0 2,000 2,000 1,000 0 0 0 0 0 0 0 0 3,000 0 3,000 0 3,000 1,000 0 1,000 7,000 0 1,000 6,000 0 0 1,000 0 0 1,000 9!000 3,000 1,000 1,000 1,000 2,000 0 2,000 2,000 1,000 0 0 0 0 0 0 0 0 3,000 0 3,000 0 3,000 1,000 0 1,000 7,000 0 1,000 6,000 0 0 1,000 0 0 1,000 9,000 3,000 1,000 1,000 1,000 2,000 0 2,000 2,000 1,000 0 0 48,792 8,100 8,100 14,244 12,696 5,652 17,974 8,692 9,282 10,680 77,446 7,070 4,104 2,966 37,688 4,866 4,932 14,412 6,536 6,942 13,688 7,332 3,390 2,966 58,.446 12,324 4,312 4,312 3,700 11,358 6,902 4,456 16,036 3,166 6,388 3,516 324 330 331 332 340 341 342 343 400 401 402 403 410 411 412 413 414 415 416 420 421 422 423 424 425 426 427 428 429 420.10 420.11 420.12 430 431 432 433 Enterprise users workshop Level of Automation -Workshops Level of Automation Workshops prep Level of Automation Workshop SCADA use & needs SCADA use & needs Tech Memo (TM-2) SCADA use & needs WS prep & min SCADA use & needs workshop Phase Subtotal PLC-HMI Standarization PLC-HMI eval criteria write up PLC-HMI eval criteria WS prep & min PLC-HMI eval criteria workshop Request for bid preparation Prep draft RFB docs for PLC & HMI RFB doc for PLC & HMI WS prep & min RFB docs for PLC & HMI workshop HMI demostrations (3) HMI reference site visits (3) HMI findings documentation Pre-proposal Prepare for pre-proposal meeting Pre-proposal meeting Proposal Support Tech review of all proposals Client meeting discuss reviews prep Client meeting discuss reviews Prepare HMI demo criteria HMI demo WS prep & min HMI demo workshop HMI Ref meetings prep & min HMI Reference meetings Negotiation Support PLC/HMI Standarization PLC/HMI Stan Tech Memo PLC/HMI Stan meeting prep & min PLC/HM I Stan meeting conf call Phase Su.!?!2!!,! ----~----2 6 4 2 10 6 2 2 42 12 8 2 2 38 8 2 2 12 12 2 88 4 2 2 4 8 4 8 6 6 6 6 32 10 .6 2 2 148 0 2 2 2 0 0 0 0 2 2 10 0 0 0 0 0 0 8 0 0 0 0 2 2 2 0 0 0 0 2 4 14 12 0 4 0 0 2 8 8 0 4 0 0 0 4 4 0 0 0 2 2 2 0 0 0 0 8 12 76 20 22 16 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 2 0 0 2 14 0 0 2 6 6 0 30 0 2 0 0 0 4 0 0 12 0 12 0 2 0 0 2 48 4 2 0 2 2 2 0 0 0 0 0 4 0 0 0 0 0 4 0 0 0 0 0 0 4 2 0 2 14 24 16 6 2 74 8 8 2 24 24 8 102 8 2 8 24 8 4 8 8 8 12 12 0 14 8 4 2 214 0 0 0 0 8 4 4 0 0 0 0 20 4 0 4 0 8 0 0 4 0 0 0 0 12 8 4 0 40 0 8 0 8 0 0 0 0 0 4 0 4 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 4 0 4 0 0 0 0 0 16 0 0 0 0 0 0 0 0 4 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 12 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 12 8 4 0 20 0 0 0 0 8 4 4 0 0 0 0 20 4 0 4 0 8 0 0 4 0 0 0 0 12 8 4 0 40 8 1,966 20 4,666 12 2,700 8 1,966 58 12,592 36 7,644 14 2,982 8 1,966 232 49.t976 50 10,882 34 7,158 8 1,758 8 1,966 148 33,082 30 6,546 18 3,798 6 1,432 42 9,570 42 9,570 10 2,166 264 60,882 20 4,332 6 1,432 18 3,798 28 5,964 32 7,032 16 3,932 16 3,768 22 4,866 26 6,174 18 4,050 30 6,990 32 8,544 58 12,592 36 7,644 14 2,982 8 1,966 520 1171438 1,000 1,000 0 1,000 1,000 0 0 1,000 9,000 1,000 0 0 1,000 7,000 0 0 1,000 3,000 3,000 0 8,000 0 1,000 0 0 0 1,000 0 0 3,000 0 3,000 0 0 0 0 0 16,000 1,000 1,000 0 1,000 1,000 0 0 1,000 9,000 1,000 0 0 1,000 7,000 0 0 1,000 3,000 3,000 0 8,000 0 1,000 0 0 0 1,000 0 0 3,000 0 3,000 0 0 0 0 0 16,000 1,000 1,000 0 1,000 1,000 0 0 1,000 9,000 1,000 0 0 1,000 7,000 0 0 1,000 3,000 3,000 0 8,000 0 1,000 0 0 0 1,000 0 0 3,000 0 3,000 0 0 0 0 0 161000 2,966 5,666 2,700 2,966 13,592 7,644 2,982 2,966 58.z.976 11,882 7,158 1,758 2,966 40,082 6,546 3,798 2,432 12,570 12,570 2,166 68,882 4,332 2,432 3,798 5,964 7,032 4,932 3,768 4,866 9,174 4,050 9,990 8,544 12,592 7,644 2,982 1,966 500 Implementation Plan & Final MP doc 16 16 2 4 30 16 0 8 0 0 48 16 156 34,614 2,000 2,000 2,000 36,614 501 Prepare lmplem plan with priorit 8 16 0 4 16 8 0 8 0 0 32 8 100 21,596 1,000 1,000 1,000 22,596 502 lmplem plan WS prep & min 6 0 0 0 12 8 0 0 0 0 8 8 42 9,450 0 0 0 9,450 503 Implementation plan workshop 2 0 2 0 2 0 0 0 0 0 8 0 14 3,568 1,000 1,000 1,000 4,568 510 Preparation 16 24 0 0 80 0 0 16 0 0 0 0 136 26,184 0 0 0 26,184 511 Prep Eng Opinion of probable cost 8 8 0 0 40 0 0 8 0 0 0 0 64 12,568 0 0 0 12,568 512 Prep lmplem schedule 8 16 0 0 40 0 0 8 0 0 0 0 72 13,616 0 0 0 13,616 520 Workforce assessment 8 0 0 0 16 0 0 0 0 0 0 0 24 5,400 0 0 0 5,400 530 Prep final SCADA Master Plan 8 0 0 8 8 6 0 0 0 0 0 6 36 8,352 0 0 0 8,352 540 Presentations to upper mgmt/council 24 0 2 2 26 8 0 0 8 16 0 8 94 19,144 1,000 1,000 1,000 20,144 541 Prep presentations to upper mgmt 16 0 0 0 16 4 0 0 8 16 0 4 64 12,312 0 0 0 12,312 542 Implementation plan WS prep & min 6 0 0 0 8 4 0 0 0 0 0 4 22 4,866 0 0 0 4,866 543 Implementation plan workshop 2 0 2 2 2 0 0 0 0 0 0 0 8 1,966 1,000 1,000 1,000 2,966 Phase Subtotal 72 40 4 14 160 30 0 24 8 16 48 30 446 93,694 3,000 3,000 3,000 96,694 GRAND TOTAL 383 108 86 108 588 149 26 74 20 44 48 149 1,783 385,000 40,000 40,000 40,000 425,000 Hours and Dollars are rounded to nearest whole number. To display decimals, change the format of the cells. ACORD' CERTIFICATE OF LIABILITY INSURANCE 5/3112018 I DATE (MMIDDfYYYY) ~ 5/!8/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER($), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Lockton Com:\f,nies NAME~"'' 444 W. 47th tree!, Suite 900 AiC.'N""o, Ext): I iA/C Nol: Kansas Ci~ MO 64112-1906 fDMDAJ~ss: (816) 960-000 INSURE""" a '"FORDING C""ERAGE NAIi":# INSURER A: Hartford Fire Insurance Comoanv 19682 INSURED BROWN AND CALDWELL INSURER B: Llovds of London 1051211 AND ITS WHOLLY OWNED SUBSIDIARIES INSURERC: Hartford Accident and Indemnitv Comnanv 22357 AND AFFILIATES Twin Citv Fire Insurance Comoanv 29459 201 NORTH CIVIC DRIVE, SUITE 115 INStlR'""'D: WALNUT CREEK CA 94596 IN'"''"'ERE: INSURER F; COVERAGES* CERTIFICATE NUMBER· 14687189 REVISION NUMBER· XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I11~RR TYPE OF INSURANCE tRP6 ~ POLICY NUMBER 111:,'tt~b'i,v,m 1,&aMg~. LIMITS A X COMMERCIAL GENERAL LIABILITY y N 37CSEQUI 172 5/31/2017 5/31/2018 EACH OCCURRENCE , I 000 000 I CLAIMS-MADE [xJ OCCUR ~~~~it,~JOE~~~~~nce\ , 1000000 MED EXP IAnv one person\ , 10 000 PERSONAL & ADV INJURY s 1.000.000 GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE s 2.000.000 Fl POLICY [x] ~r8r [x] LOC PRODUCTS -COMP/OP AGG s 2 000 000 OTHER: $ A AUTOMOBILE LIABILITY -N N 37CSEQUl173 5/31/2017 5/31/2018 i\i~~~~~~n81NGLE LIMIT s 1.000.000 eX ANY AUTO -BODILY INJURY (Per person) $ xxxxxxx OWNED SCHEDULED BODILY INJURY (Per accident $ xxxxxxx -AUTOS ONLY -AUTOS eX HIRED eX NON-OWNED ifp~?~&:~d~nt?AMAGE $ xxxxxxx AUTOS ONLY AUTOS ONLY $ xxxxxxx -UMBRELLA LIAB HOCCUR EACH OCCURRENCE $ xxxxxxx EXCESS LIAB CLAIMS-MADE NOT APPLICABLE AGGREGATE $ xxxxxxx OED I I RETENTION $ $ C WORKERS COMPENSATION N 37WNQUJl70 5/31/2017 5/31/2018 X I :ffTuTE I jOTH-AND EMPLOYERS' LIABILITY ER D YIN 37WBRQUI 171 5/31/2017 5/31/2018 ANY PROPRIETOR/PARTNER/EXECUTIVE lliJ , 2.000.000 OFFICER/MEMBER EXCLUDED? NIA EL. EACH ACCIDENT (Mandatory In NH) EL. DISEASE -EA EMPLOYEE "2 000 000 irsc~f~~~ ig'~~PERATIONS below EL. DISEASE· POLICY LIMIT " 2.000.000 B PROFESSIONAL N N LDUSAI 700482 5/31/2017 5/31/2018 $1,000,000 PER CLAIM & LIABILITY AGGREGATE DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: SID 73123 SCADA MASTER PLAN. CARLSBAD MUNICIPAL WATER DISTRICT ITS OFFICERS, AGENTS, AND EMPLOYEES ARE ADDITIONAL INSUREDS AS RESPECTS GENERAL LIABILITY AND THIS COVERAGE IS PRIMARY, AS REQUIRED BY WRITTEN CONTRACT. THE ADDITIONAL INSUREDS' OWN COVERAGE IS EXCESS OF AND NON-CONTRIBUTORY WITH THE GENERAL LIABILITY, AND ON THE AUTO LIABILITY AS RESPECTS THE USE OF VEHICLES OWNED BY BROWN AND CALDWELL WHERE REQUIRED BY WRITTEN CONTRACT. THIRTY (30) DAYS NOTICE OF CANCELLATION BY THE INSURER WILL BE PROVIDED TO THE CERTIFICATE HOLDER, TEN (10) DAYS NOTICE IN THE EVENT OF NONPAYMENT OF PREMIUM). CERTIFICATE HOLDER CANCELLATION See Attachments SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 14687189 AUTHORIZED REPRESENTATIVE CAR-21 CARLSBAD, CITY OF ~C~t70517] ATTENTION: GRAHA J DAN f-r 5950 EL CAMINO REAL CARLSBAD CA 92008 ~ »I ACORD 25 (2016/03) © 19118-2015 ACORD CORPORATION. All ri hts reserved g The ACORD name and logo are registered marks of ACORD Named Insured: BROWN AND CALDWELL AND ITS WHOLLY OWNED SUBSIDIARIES Policy Number: 37CSEQU1172 Policy Term: 5/31/2017 to 5/31/2018 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED BY CONTRACT OR AGREEMENT • OPTION II This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Person(s) or Designated Project(s) or Location(s) of Oraanizationlsl: Covered Ooerations: ALL ALL Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II -Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule above with whom you agreed in a written contract or written agreement to provide insurance such as is afforded under this policy, but only to the extent that such person or organization is liable for "bodily injury", "property damage" or "personal and advertising injury" caused by: 1. Your acts or omissions or the acts or omissions of those acting on your behalf: a. In the performance of your ongoing operations for such additional insured at the project(s) or location(s) designated in the Schedule; b. In connection with your premises owned by or rented to you and shown in the Schedule; or c. In connection with "your work" for the additional insured at the project(s) or location(s) designated in the Schedule and included within the "products-completed operations hazard", but only if: (1) The written contract or agreement requires you lo provide such coverage to such additional insured at the project(s) or location(s) designated in the Schedule; and (2) This Coverage Part provides coverage for "bodily injury" or "property damage" included within the "products-completed operations hazard". 2. The acts or omissions of the additional insured in connection with their general supervision of your operations at the projects or locations designated in the Schedule. B. The insurance afforded to these additional insureds applies only if the "bodily injury" or "property damage" occurs, or the "personal and advertising injury" offense is committed: I. During the policy period; and 2. Subsequent to the execution of such written contract or written agreement; and 3. Prior to the expiration of the period of time that the written contract or written agreement requires such insurance be provided to the additional insured. Attachment Code: D465358 Certificate ID : 14687 I 89 C. With respect to the insurance afforded to the additional insureds under this endorsement. the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of or failure to render any professional architectural, engineering or surveying services by or for you, including: 1. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders, designs or specifications; and 2. Supervisory, inspection, architectural or engineering activities. D. Limits of Insurance With respect to insurance provided to the additional insured shown in the Schedule, Paragraph 8. How Limits of Insurance Apply To Additional Insureds in Section Ill -Limits of Insurance does not apply. E. Duties Of Additional Insureds In The Event Of Occurrence, Offense, Claim Or Suit The Duties Condition in Section IV -Conditions is replaced by the following and applies to the additional insured shown in the Schedule: 1. Notice Of Occurrence Or Offense The additional insured must see to it that we are notified as soon as practicable of an "occurrence" or an offense which may result in a claim. To the extent possible, notice should include: a. How, when and where the "occurrence" or offense took place; b. The names and addresses of any injured persons and witnesses; and C. The nature and location of any injury or damage arising out of the "occurrence" or offense. 2. Notice Of Claim If a claim is made or "suit is brought" against the additional insured, the additional insured must: a. Immediately record the specifics of the claim or "suit" and the date received; and b. Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. 3. Assistance And Cooperation Of The Insured The additional insured must: a. Immediately send us copies of any demands, notices, summonses or legal papers received in connection with the claim or "suit"; b. Authorize us to obtain records and other information; c. Cooperate with us in the investigation or settlement of the claim or defense against the "suit"; and d. Assist us, upon our request, in the enforcement of any right against any person or organization which may be liable to the insured because of injury or damage to which this insurance may also apply. 4. Obligations At The Additional Insureds Own Cost No additional insured will, except at that insured's own cost, voluntarily make a payment, assume any obligation, or incur any expense, other than for first aid, without our consent. 5. Additional Insureds Other Insurance If we cover a claim or "suit" under this Coverage Part that may also be covered by other insurance available to the additional insured, such additional insured must submit such claim or "suit" to the other insurer for defense and indemnity. Attachment Code: D465358 Certificate ID: 14687189 However, this provision does not apply to the extent that you have agreed in a written contract or written agreement that this insurance is primary and non-contributory with the additional insured's own insurance. 6. Knowledge Of An Occurrence, Offense, Claim Or Suit Paragraphs 1. and 2. apply to the additional insured only when such "occurrence", offense, claim or "suit" is known to: · a. The additional insured that is an individual; b. Any partner, if the additional insured is a partnership; c. Any manager, if the additional insured is a limited liability company; d. Any "executive officer" or insurance manager, if the additional insured is a corporation; e. Any trustee, if the additional insured is a trust; or f. Any elected or appointed official, if the additional insured is a political subdivision or public entity. F. Other Insurance With respect to insurance provided to the additional insured shown in the Schedule, the Other Insurance Condition Section IV -Conditions is replaced by the following: 1. Primary Insurance a. Primary Insurance When Required By Contract This insurance is primary if you have agreed in a written contract or written agreement that this insurance be primary. If other insurance is also primary we will share with all that other insurance by the method described in 3. below. b. Primary And Non-Contributory To Other Insurance When Required By Contract If you have agreed in a written contract or written agreement that this insurance is primary and non-contributory with the additional insured's own insurance, this insurance is primary and we will not seek contribution from that other insurance. Paragraphs a. and b. do not apply to other insurance to which the additional insured has been added as an additional insured or to other insurance described in paragraph 2. below. 2. Excess Insurance This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis: a. YourWork That is Fire, Extended Coverage, Builder's Risk, Installation Risk or similar coverage for "your work"; b. Premises Rented to You That is fire, lightning or explosion insurance for premises rented to you or temporarily occupied by you with permission of the owner; c. Tenant Liability That is insurance purchased by you to cover your liability as a tenant for "property damage" to premises rented to you or temporarily occupied by you with permission of the owner; d. Aircraft, Auto Or Watercraft If the loss arises out of the maintenance or use of aircraft, "autos" or watercraft to the extent not subject to Exclusion g. of Section I -Coverage A -Bodily Injury And Property Damage Liability; e. Property Damage To Borrowed Equipment Or Use Of Elevators If the loss arises out of "property damage" to borrowed equipment or the use of elevators to the extent not subject to Exclusion j. of Section I -Coverage A -Bodily Injury Or Property Damage Liability; or f. When You Are Added As An Additional Insured To Other Insurance Attachment Code : D465358 Certificate ID : 14687189 That is any other insurance available to you covering liability for damages arising out of the premises or operations, or products and completed operations, for which you have been added as an additional insured by that insurance. When this insurance is excess, we will have no duty under Coverages A or B to defend the insured against any "suit" if any other insurer has a duty to defend against that "suit". If no other insurer defends, we will undertake to do so, but we will be entitled to the insured's rights against all those other insurers. · When this insurance is excess over other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: a. The total amount that all such other insurance would pay for the loss in the absence of this insurance; and b. The total of all deductible and self-insured amounts under all that other insurance. We will share the remaining loss, if any, with any other insurance that is not described in this Excess Insurance provision and was not bought specifically to apply in excess of the Limits of Insurance shown in the Declarations of this Coverage Part. 3. Method of Sharing If all other insurance permits contribution by equal shares, we will follow this method also. Under this approach each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. Attachment Code : D465358 Certificate ID: 14687189 Policy Number: 37CSEQU1173 Term: 5/31/2017 -5/31/2018 E. Primary and Non-Contributory if Required by Contract Only with respect to insurance provided to an additional insured in 1.D. -Additional Insured If Required by Contract, the following provisions apply: (3) Primary Insurance When Required By Contract This insurance is primary if you have agreed in a written contract or written agreement that this insurance be primary. If other insurance is also primary, we will share with all that other insurance by the method described in Other Insurance 5.d. (4) Primary And Non-Contributory To Other Insurance When Required By Contract If you have agreed in a written contract or written agreement that this insurance is primary and non- contributory with the additional insured's own insurance, this insurance is primary and we will not seek contribution from that other insurance. Paragraphs (3) and (4) do not apply to other insurance to which the additional insured has been added as an additional insured. When this insurance is excess, we will have no duty to defend the insured against any "suit" if any other insurer has a duty to defend the insured against that "suit". If no other insurer defends, we will undertake to do so, but we will be entitled to the insured's rights against all those other insurers. When this insurance is excess over other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: ( 1) The total amount that all such other insurance would pay for the loss in the absence of this insurance; and (2) The total of all deductible and self-insured amounts under all that other insurance. Attachment Code : D500998 Certificate ID: 14687189 Named Insured: BROWN AND CALDWELL AND ITS WHOLLY OWNED SUBSIDIARIES Carrier: Hartford Fire Insurance Company Policy Number: 37CSEQU1172 Policy Term: 5/31/2017 to 5/31/2018 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO CERTIFICATE HOLDERS CAR-21 CARLSBAD, CITY OF (CA) [070517] 5950 EL CAMINO REAL CARLSBAD, CA 92008 This policy is subject to the following additional conditions: A. If this policy is cancelled by the Company, other than for non-payment of premium, notice of such cancellation will be provided at least sixty (60) days in advance of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company. B. If this policy is cancelled by the Company for non-payment of premium, or by the insured, notice of such cancellation will be provided within ten (10) days of the cancellation effective date to all certificate holder(s) with mailing addresses on file with the agent of record or the Company. If notice is mailed, proof of mailing to the last known postal mailing address of the certificate holder(s) on file with the agent of record or the Company will be sufficient proof of notice. Any notification rights provided by this endorsement apply only to the active certificate holder(s) who were issued a certificate of insurance applicable to this policy's term. Failure to provide such notice to the certificate holder(s) will not amend or extend the date the cancellation becomes effective, nor will it negate cancellation of the policy. Failure to send notice shall impose no liability of any kind upon the Company or its agents or representatives. Attachment Code : D465353 Certificate ID : l 4687 I 89 Named Insured: BROWN AND CALDWELL AND ITS WHOLLY OWNED SUBSIDIARIES Carrier: Hartford Fire Insurance Company Policy Number: 37CSEQU1173 Policy Term: 5/31/2017 to 5/31/2018 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO CERTIFICATE HOLDERS CAR-21 CARLSBAD, CITY OF (CA) [070517] 5950 EL CAMINO REAL CARLSBAD, CA 92008 This policy is subject to the following additional conditions: A. If this policy is cancelled by the Company, other than for non-payment of premium, notice of such cancellation will be provided at least sixty (60) days in advance of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company. B. If this policy is cancelled by the Company for non-payment of premium, or by the insured, notice of such cancellation will be provided within ten (10) days of the cancellation effective date to all certificate holder(s) with mailing addresses on file with the agent of record or the Company. If notice is mailed, proof of mailing to the last known postal mailing address of the certificate holder(s) on file with the agent of record or the Company will be sufficient proof of notice. Any notification rights provided by this endorsement apply only to the active certificate holder(s) who were issued a certificate of insurance applicable to this policy's term. Failure to provide such notice to the certificate holder(s) will not amend or extend the date the cancellation becomes effective, nor will it negate cancellation of the policy. Failure to send notice shall impose no liability of any kind upon the Company or its agents or representatives. IH 12 00 11 85 Attachment Code : D465339 Certificate ID : I 4687189 Named Insured: BROWN AND CALDWELL AND ITS WHOLLY OWNED SUBSIDIARIES Carrier: Hartford Accident and Indemnity Company & Twin City Fire Insurance Company Policy Number: 37WNQU1170 & 37WBRQU1171 Policy Term: 5/31/2017 to 5/31/2018 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO CERTIFICATE HOLDERS CAR-21 CARLSBAD, CITY OF (CA) [070517] 5950 EL CAMINO REAL CARLSBAD, CA 92008 This policy is subject to the following additional conditions: A. If this policy is cancelled by the Company, other than for non-payment of premium, notice of such cancellation will be provided at least sixty (60) days in advance of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company. B. If this policy is cancelled by the Company for non-payment of premium, or by the insured, notice of such cancellation will be provided within ten (10) days of the cancellation effective date to all certificate holder(s) with mailing addresses on file with the agent of record or the Company. If notice is mailed, proof of mailing to the last known postal mailing address of the certificate holder(s) on file with the agent of record or the Company will be sufficient proof of notice. Any notification rights provided by this endorsement apply only to the active certificate holder(s) who were issued a certificate of insurance applicable to this policy's term. Failure to provide such notice to the certificate holder(s) will not amend or extend the date the cancellation becomes effective, nor will it negate cancellation of the policy. Failure to send notice shall impose no liability of any kind upon the Company or its agents or representatives. Attachment Code : D465340 Certificate ID: 14687189 Named Insured: BROWN AND CALDWELL AND ITS WHOLLY OWNED SUBSIDIARIES Policy Number: LDUSAI 700482 Policy Term: 5/31/2017 to 5/31/2018 PROFESSIONAL AND POLLUTION LIABILITY -NOTICE OF CANCELLATION CAR-21 CARLSBAD, CITY OF (CA) [070517] 5950 EL CAMINO REAL CARLSBAD, CA 92008 IN THE EVENT THE UNDERWRITERS CANCEL OR NON-RENEW THIS POLICY OR IN THE EVENT OF A MATERIAL CHANGE TO THIS POLICY, UNDERWRITERS SHALL MAIL WRITTEN NOTICE OF SUCH CANCELLATION, NON-RENEWAL OR MATERIAL CHANGE, TO SUCH CERTIFICATE HOLDER WITHIN A SPECIFIED PERIOD OF TIME; PROVIDED, HOWEVER, THAT THE INSURERS SHALL NOT BE REQUIRED TO PROVIDE SUCH NOTICE MORE THAN 45 DAYS PRIOR TO THE EFFECTIVE DATE OF CANCELLATION, NON-RENEW AL OR MATERIAL CHANGE. Attachment Code : D465374 Certificate ID : 14687189 UTIL 1569 a specific Task Description may be granted if requested by Contractor and agreed to in writing by the Executive Manager (or designee) or General Manager of CMWD as authorized by the Executive Manager ("General Manager"). The Executive Manager (or designee) or General Manager will give allowance for documented and substantiated unforeseeable and unavoidable delays not caused by a lack of foresight on the part of Contractor, or delays caused by CMWD inaction or other agencies' lack of timely action. In no event shall a specific Task Description exceed the term of this Agreement. 5. COMPENSATION The cumulative total for all projects allowed pursuant to this Agreement in the initial three year term will not exceed one million dollars ($1 ,000,000). If the City elects to extend the Agreement, the amount shall not exceed two hundred thousand dollars ($200,000) per Agreement year. Fees will be paid on a project-by-project basis and will be based on Contractor's Schedule of Rates specified in Exhibit "A". Prior to initiation of any project work by Contractor, CMWD shall prepare a Project Task Description and Fee Allotment (the "Task Description") which, upon signature by Contractor and for CMWD, the Executive Manager (or designee) or General Manager, will be considered a part of this Agreement. The Task Description will include a detailed scope of services for the particular project being considered and a statement of Contractor's fee to complete the project in accordance with the specified scope of services. The Task Description will also include a description of the method of payment and will be based upon an hourly rate, percentage of project complete, completion of specific project tasks or a combination thereof. 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of CMWD. Contractor will be under control of CMWD only as to the result to be accomplished, but will consult with CMWD as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of CMWD for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. CMWD will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. CMWD will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify CMWD and the City of Carlsbad within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which CMWD may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At CMWD's election, CMWD may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of CMWD. If Contractor subcontracts any of the Services, Contractor will be fully responsible to CMWD for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and CMWD. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by CMWD. 2 General Counsel Approved Version 9/1/15 UTIL 1569 8. OTHER CONTRACTORS CMWD reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless CMWD and the City of Carlsbad and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney's fees arising out of the performance of the work described herein to the extent caused by any willful misconduct or negligent act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense CMWD or the City of Carlsbad incurs or makes to or on behalf of an injured employee under CMWD's self- administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless the Risk Manager or Executive Manager for CMWD approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. CMWD, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to CMWD as an additional insured. 1 0.1.1 Commercial General Liability Insurance. $2,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 1 0.1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for CMWD). $1,000,000 combined single-limit per accident for bodily injury and property damage. 1 0.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to CMWD's satisfaction, a declaration stating this. 3 General Counsel Approved Version 9/1/15 UTIL 1569 1 0.1.4 Professional Liability. Errors and om1ss1ons liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 1 0.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 1 0.2.1 CMWD will be named as an additional insured on General Liability which shall provide primary coverage to the City. 1 0.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 1 0.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to CMWD sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to CMWD's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to CMWD. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then CMWD will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by CMWD to obtain or maintain insurance and CMWD may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. CMWD reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of CMWD during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of CMWD. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to CMWD. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 4 General Counsel Approved Version 9/1/15 UTIL 1569 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in CMWD and Contractor relinquishes all claims to the copyrights in favor of CMWD. 15. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of CMWD and on behalf of Contractor under this Agreement. For CMWD: Name Lindsey Stephenson Title -A-=-s_s_o-'-c'":"ia-:-te-'--'=E~n-g-:-in_e:....:e_r ----- Dept. Utilities Department Carlsbad Municipal Water District Address 5950 El Camino Real Carlsbad, CA 92008 Phone 760-603-7356 For Contractor: Name Title Address Phone Email Majid Karim Senior Manager 9665 Chesapeake Drive, Ste 201 San Diego, CA 92123 858-514-8822 mekarim@brwncald .com Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the Clerk for the City of Carlsbad in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or CMWD will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a 5 General Counsel Approved Version 9/1/15 UTIL 1569 recommended method of resolution within ten ( 1 0) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the Executive Manager. The Executive Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the Executive Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, CMWD may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If CMWD decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, CMWD may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by CMWD and all work in progress to CMWD address contained in this Agreement. CMWD will make a determination of fact based upon the work product delivered to CMWD and of the percentage of work that Contractor has performed which is usable and of worth to CMWD in having the Agreement completed. Based upon that finding CMWD will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of CMWD, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to CMWD. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. CMWD will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, CMWD will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any agreement claim submitted to CMWD must be asserted as part of the agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to CMWD, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If CMWD seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 6 General Counsel Approved Version 9/1/15 UTIL 1569 23. JURISDICTION AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon CMWD and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of CMWD, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. /II /II Ill Ill Ill Ill /II /II Ill Ill Ill Ill Ill Ill 7 General Counsel Approved Version 9/1/15 Appendix C 11 Hourly Rate Schedule Engineer Ill Inspector Ill Geologist;Hydrogeologist Ill Accountant IV G Senior Designer $180 Supervising Drafter Scientist Ill Administrative Manager Supervising Illustrator Senior Engineer Senior Geologist H Principal Designer Hydrogeologist Senior Technical Writer $204 Senior Construction Engineer Senior Engineer Senior Scientist Principal Engineer Principal Geologist; Principal Construction Engineer Hydrogeologist Corp. Contract Administrator $231 Supervising Designer Principal Scientist Supervising Engineer Supervising Scientist J Supervising Constr. Engineer Supervising Geologist Assistant Controller $245 Supervising Engineer Hydrogeologist Managing Geologist K Managing Engineer Hydrogeologist Area Bus Ops Mgr IV $267 Managing Scientist L Chief Engineer Chief Scientist Corp. Marketing Comm. Mgr. $285 Executive Engineer Chief Geologist;Hydrogeologist M Vice President $316 N Senior Vice President $353 President 0 Executive Vice President $353 P Chief Executive Officer $353 Brown and Caldwell SCADA Master Plan for Sewer, Water, and Recycled Water Systems I C-2