Loading...
HomeMy WebLinkAbout2022-01-18; Municipal Water District; Resolution 1669Jan. 18, 2022 Item #2 Page 8 of 31 RESOLUTION NO. 1669 A RESOLUTION OF THE BOARD OF DIRECTORS OF THE CARLSBAD MUNICIPAL WATER DISTRICT OF THE CITY OF CARLSBAD, CALIFORNIA, AWARDING A PROFESSIONAL SERVICES AGREEMENT WITH CAROLLO ENGINEERS, INC. FOR WATER ENGINEERING DESIGN SERVICES OF THE CARLSBAD BOULEVARD WATER IMPROVEMENTS AT TERRAMAR EXHIBIT 2 WHEREAS, the Carlsbad Municipal Water District, or CMWD, Board of Directors of the City of Carlsbad, California has determined that it is necessary, desirable and in the public interest to award a professional services agreement for the water engineering design of the Carlsbad Boulevard Water Improvements at Terramar Project, Capital Improvement Program, or CIP, Project No. 5048; and WHEREAS, on Sept. 3, 2021, staff published a request for proposals for engineering design services in accordance with Carlsbad Municipal Code Sections 3.28.050 and 3.28.060; and WHEREAS, on Oct. 5, 2021, staff received five proposals; and WHEREAS, subsequent to a review of the proposals based on best-value criteria consistent with Carlsbad Municipal Code Sections 3.28.050(D)(2) and 3.28.060, staff initially ranked another consultant as the most qualified consultant for the project, but negotiations with the first-ranked firm were terminated when a fair and reasonable price could not be negotiated; and WHEREAS, staff then began negotiations with the second-ranked firm, Carollo Engineers, Inc., a Delaware corporation, and negotiated a final scope of work and fees for the project in an amount not to exceed $355,945 to provide professional water engineering design services over an initial term of two years with one additional one-year extension if authorized; and WHEREAS, sufficient funding is available in the project budget for engineering design services costs in the current fiscal year; and WHEREAS, the City Planner has determined that pursuant to Public Resources Code Section 21065, the action to award a professional services contract for engineering design services does not constitute a "project" within the meaning of the California Environmental Quality Act, or CEQA, in that it has no potential to cause either a direct physical change in the environment or a reasonably foreseeable indirect physical change in the environment. Jan. 18, 2022 Item #2 Page 9 of 31 NOW, THEREFORE, BE IT RESOLVED by the Carlsbad Municipal Water District Board of Directors of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. That the President of the Board is hereby authorized and directed to execute a professional services agreement with Carollo Engineers, Inc. in an amount not to exceed $355,945 for the professional water engineering design services of the Carlsbad Boulevard Water Improvements at Terramar, CIP Project No. 5048, which is attached hereto as Attachment A. 3. That the Executive Manager is hereby authorized to amend the Agreement to extend the term for one (1) additional one (1) year period or parts thereof. PASSED, APPROVED AND ADOPTED at a Joint Special Meeting of the Board of Directors of the Carlsbad Municipal Water District and the City Council of the City of Carlsbad on the 18th day of January 2022, by the following vote, to wit: AYES: NAYS: ABSENT: Hall, Blackburn, Bhat-Patel, Acosta, Norby. None. None. MATT HALL, Pre ident I J MfFA -\ 'Secretary (SEAL) DocuSign Envelope ID: E416FAE5-6841-40C7-BB91-C2D76034109B PSA22-1735UTIL Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". 6. PREVAILING WAGE RATES Any construction, alteration, demolition, repair, and maintenance work, including work performed during design and preconstruction such as inspection and land surveying work, cumulatively exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all such workers employed by him or her in the execution of the Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. 7. 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. 8. 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. 9. OTHER CONTRACTORS CMWD reserves the right to employ other Contractors in connection with the Services. General Counsel Approved Version 6/12/18 2 Jan. 18, 2022 Item #2 Page 11 of 31 DocuSign Envelope ID: E416FAE5-6B41-40C7-BB91-C2D76034109B PSA22-1735UTIL 10. INDEMNIFICATION Contractor agrees to indemnify and hold harmless CMWD and the City of Carlsbad, their officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys' fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense CMWD or the City of Carlsbad incurs or makes to or on behalf of an injured employee under the their self- administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 11. 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. 11.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless the Risk Manager or Executive Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's ind~mnification 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. 11.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an "occurrence" basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 11.1.2 Automobile Liability (if the use of an automobile is involved for Contractor's work for CMWD). $2,000,000 combined single-limit per accident for bodily injury and property damage. 11.1.3 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. 11.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. General Counsel Approved Version 6/12/18 3 Jan. 18, 2022 Item #2 Page 12 of 31 DocuSign Envelope ID: E416FAE5-6841-40C7-BB91-C2O760341098 PSA22-1735UTIL 11.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 11.2.1 CMWD will be named as an additional insured on Commercial General Liability which shall provide primary coverage to CMWD. 11.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 11.2.3 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. 11.3 Providing Certificates of Insurance and Endorsements. Prior to CMWD's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to CMWD. 11.4 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. 11.5 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. 12. 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. 13. 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. 14. 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. 15. 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. General Counsel Approved Version 6/12/18 4 Jan. 18, 2022 Item #2 Page 13 of 31 DocuSign Envelope ID: E416FAE5-6B41-40C7-BB91-C2D76034109B PSA22-1735UTIL 16. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of CMWD and on behalf of Contractor under this Agreement. ForCMWD Name Title Sean Diaz Utilities Senior Engineer Carlsbad Municipal Water District Address 5950 El Camino Real Carlsbad , CA 92008 Phone 442-200-7222 For Contractor Name Title Andrew Frost, PE Project Manager Address 701 Palomar Airport Road , Ste 300 Carlsbad, CA 92011 Phone E-mail 619-507-6937 afrost@carollo.com Each party will notify the other immediately of any changes of address that would reqµire any notice or delivery to be directed to another address. 17. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all categories. Yes IZI No □ 18. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal , state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants that the services required by this Agreement. 19. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 20. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services, the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or CMWD will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten ( 10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the General Counsel Approved Version 6/12/18 5 Jan. 18, 2022 Item #2 Page 14 of 31 DocuSign Envelope ID: E416FAE5-6841-40C7-BB91-C2D76034109B PSA22-1735UTIL 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. 21. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perforf'Tl 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. 22. 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. 23. 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 CMWD to terminate this Agreement. General Counsel Approved Version 6/12/18 6 Jan. 18, 2022 Item #2 Page 15 of 31 DocuSign Envelope ID: E416FAE5-6841-40C7-BB91~C2D76034109B PSA22-1735UTIL 24. 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. 25. 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. 26. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the 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. Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill Ill General Counsel Approved Version 6/12/18 7 Jan. 18, 2022 Item #2 Page 16 of 31 DocuSign Envelope ID: E416FAE5c6B41-40C7-BB91-C2D760341098 . PSA22-1735UTIL EXHIBIT "A" SCOPE OF SERVICES Tasks as outlined per the RFP, including sewer improvement areas as shown in revised Figure C (attached). Task 1 -Project Management Conduct project and file setup; prepare subconsultant agreements and invoices; coordinate with City/CMWD, subconsultants and team members; and perform all other project management activities including the following: • Attend the kick-off and design review meetings at 30%, 60% and 100% Design. Prepare meeting agendas prior to the meetings and minutes within three days after each meeting .. Meetings shall be attended by the Project Manager and Project Engineer. • Conduct a telephone conference with the City/CMWD project manager on a monthly basis to provide update on project status and key developments. • Develop and maintain the project schedule for the duration of the project. Assume two weeks for City/CMWD review of design submittals. Task 2 -Data Collection and Research Obtain and review existing right-of-way maps, plans, reports and other pertinent record information that are relevant to the project. Obtain and review standard specifications from City/CMWD, the City of Carlsbad and other local agencies as applicable. City/CMWD will furnish design plans and CAD files for street improvements planned within the utility project limits for Consultant's use in developing the water and sewer pipeline alignments. Consultant shall be responsible for verifying the basis of bearings and benchmark for the street. improvements and for correct referencing into the water and sewer utility design. Obtain utility maps and utility easement information corresponding to the project site from utility companies and agencies listed by Underground Service Alert of Southern California (DigAlert) as having utilities in the project area. Evaluate and identify potential utility conflicts with the proposed project. Conduct a utility conflict check with these agencies prior to completion of 100% design and provide correspondence related to utility conflict resolution to City/CMWD. Deliverables: • Plans and maps of existing utilities, including franchise utilities drawings, used as a basis for utility mapping (PDF, submitted at 60% Design) Task 3 -Design Survey Conduct a topographic survey of the project area using aerial photogrammetry and/or field survey methods. When aerial photogrammetry is used, the aerial survey shall be supplemented with a field survey of the project area to include all visible surface improvements including, but not limited to, survey monuments; water meter boxes; sewer cleanouts; fencing; signage; edge of pavement; curbs and gutters; traffic lane striping; traffic loop detectors; water valves and appurtenances; General Counsel Approved Version 6/12/18 9 Jan. 18, 2022 Item #2 Page 18 of 31 DocuSign Envelope ID: E416FAE5-6841-40C7-BB91-C2D760341098 PSA22-1735UTIL storm drain and sewer manhole rims and invert elevations; vaults; electrical and communication system pull boxes, power poles, guy wires, and pedestals; and utility mark-outs. The base map will be prepared with a one-foot contour interval and a scale of 1 inch = 20 feet. The basis of bearings and all data coordinates shall reference the California Coordinate System -1983, Zone VI, 1991.35 Epoch, North American Datum of 1983 (NAD83) based on ties to the City of Carlsbad Survey Control Network monuments as published on Record of Survey Map No. 17271, filed in the office of the San Diego County Recorder on February 8, 2002. Vertical control shall conform to the National Geodetic Vertical Datum of 1929 (NGVD 29). Field survey the right-of-way centerline monuments and property corners and map the existing rights-of-way for the project using information contained in right-of-way, parcel and subdivision maps and street improvement drawings and other survey records. Furnish the topographic survey and base mapping in digital format with a digital terrain model compatible with AutoCAD software and Civil3D. Mapping and aerial photography will extend 1 0 feet beyond right-of-way boundaries for street corridors and/or property boundaries. Upon completion of the survey and preparation of the base map, conduct a field reconnaissance to document existing site conditions, evaluate potential site constraints and develop a basis of design for the project. Consultant shall field check all survey data and verify that existing, visible improvements are accurately shown on the base map. Deliverables: • Survey base map (provided in Task 4) Task 4 -Preliminary Design Prepare a draft Technical Memorandum and 30% plans to present the findings of data collection and research, field reconnaissance, design survey and utility mapping, and to provide a basis for the design of the project. The preliminary design and overall project objectives shall be to improve facility reliability, enhance maintenance operations and safety, and to reduce impacts to traffic, existing improvements or environmentally sensitive areas (as identified on City maps and/or existing environmental studies to be furnished by the City/CMWD) to the extent possible. The preliminary design of the water and sewer improvements shall consider and conform with the design of planned street improvements. Evaluate alignment alternatives for the new water and sewer mains. Consolidate parallel water mains into a single water main along Carlsbad Boulevard. Sewer improvements shall be limited to the areas shown in the revised sewer graphic (see revised Figure C), focusing on the areas downstream of the Shore Dr arid Carlsbad Boulevard intersection, as well as the pipeline on the east side of Carlsbad Boulevard north of Cerezo Drive (approximately 1,500 LF total). Water improvements shall be identical to the original RFP limits (approximately 6,300 LF total). At a minimum, the draft Technical Memorandum should address the following considerations: • Potable water and non-potable fluid pipeline separation requirements per the California Code of Regulations, Title 22 • Water and sewer main alignment and locations of appurtenances with regard to other existing utilities, future street improvements, constructability and access for maintenance and operation activities General Counsel Approved Version 6/12/18 10 Jan. 18, 2022 Item #2 Page 19 of 31 DocuSign Envelope ID: E416FAE5-6841-40C7-BB91-C2D76034109B PSA22-1735UTIL • Proposed materials for pipelines, isolation valves and joint types • Proposed sewer rehabilitation products and methods • Anticipated construction methods including trenchless construction methods where necessary or feasible • Water service and meter box replacements including trenchless methods to minimize private improvement impacts and with regard to future street improvements • NCTD utility crossing coordination and permitting with regard to the water main replacement in Cannon Road • Anticipated duration and extent of water distribution system shutdowns and construction phasing guidelines • Anticipated duration and extent of sewer system bypassing and construction phasing guidelines • Existing utilities and recommendations for their protection or relocation where necessary • Pavement restoration limits or new surface improvements • Construction impacts to traffic and recommended approach for traffic control plan preparation, phasing, and compliance with Carlsbad traffic control standards • Construction impacts to adjacent lands, residents and/or businesses • Constructability as it relates to the anticipated subsurface soil, rock and/or groundwater conditions based on a review of existing literature or reports pertinent to the project site and site. reconnaissance (see Task 9) • Storm water and non-storm water pollution prevention compliance approach • Discussion of permits to be obtained by the contractor such as excavation and shoring, construction site dewatering and discharge, handling asbestos cement pipe or regulated waste, right-of-way permit or other applicable permits • Additional lands/rights-of-way or temporary and permanent . easements for project construction, operation or maintenance • Engineer's opinion of probable construction cost for each alignment alternative Prepare 30% plans (scale of 1 inch = 20 feet) to depict the design intent, adhering to Carlsbad CAD standards (24"x36" drawing sheet size). The plans shall contain the.following: • Title sheet, general notes, abbreviations and legend • Survey basis of bearings and benchmark statements • Topographic survey and mapping of existing utilities, right-of-way, property lines, and utility easements • Horizontal alignment for water pipelines • Horizontal and vertical alignments for sewer pipelines • Appurtenances (air valves, blow offs, hydrants, sewer manholes) • Preliminary construction notes and annotation • Ground surface profile Meet with City/CMWD to review the preliminary design and recommend the water and sewer alignment alternatives to advance. to 60% Design. Incorporate pertinent City/CMWD review comments and the.outcome of meeting discussion in the final Technical Memorandum. Deliverables: • Draft Preliminary Design Technical Memorandum and 30% plans (half-size), (PDF) • Final Preliminary Design Technical Memorandum (PDF and 3 hard copies) General Counsel Approved Version 6/12/18 11 Jan. 18, 2022 Item #2 Page 20 of 31 DocuSign Envelope ID: E416FAE5-6B41-40C7-BB91-C2D76034109B PSA22-1735UTIL Task 5 -60% Design Further develop the design and prepare the 60% plans, specifications and estimates. Obtain and review the latest General and Special Provisions specifications template and prepare technical specifications and drawing details as necessary to address all items of work and to supplement the Carlsbad Engineering Standards. Identify and list reference data, reports or permit requirements to be included in specification appendices. Deliverables: Provide one PDF and three hard copies: • Technical specifications and appendices • Engineer's opinion of probable construction cost • Utility conflict resolution memorandum identifying potential utility conflicts and recommended approach for avoidance, protection or relocation • 60% plans (full size), including all items in the 30% plans and the following: o Construction notes · o Data and coordinate tables o Proposed utility easements o Vertical alignments (profiles prepared at 1" = 4 feet or as approved) o Pipeline appurtenances (plan and profile) o. Civil details (pipeline connections, pavement removal or replacement typical sections, etc.) Task 6 -100% Design Incorporate City/CMWD review comments from the prior design submittal, further develop the design and prepare 100% plans, specifications and estimates. Technical specifications will include requirements for construction sequencing and work limits; construction moratoriums; special construction notification; data for City/CMWD's Asset Management Program and asset log; and appendices for permit requirements, record drawings, potholing data, and any other information deemed necessary or useful for project bidding. Plans will have complete annotation and details to clearly depict the work. Engineer's opinion of probable construction cost will be sufficiently detailed to include all items and quantities of work and the basis of lump sum or unit price bid items shall be clearly described in the specifications. Consultant shall review the 100% General Provision and Special Provisions prepared by the City/CMWD and provide review comments via tracked changes in Microsoft Word. The intent of this review is to identify potential conflicting requirements in conjunction with the Technical Specifications prepared by the Consultant, clarify and/or establish precedence, and develop a unified set of Contract Documents. Conduct a Quality Assurance/Quality Control review of all deliverables by the QA/QC Manager prior to the 100% Design submittal. Deliverables: Provide one PDF and three hard copies: • Technical specifications, complete with specification appendices General Counsel Approved Version 6/12/18 12 Jan. 18, 2022 Item #2 Page 21 of 31 DocuSign Envelope ID: E416FAE5-6B41-40C7-BB91-C2D76034109B PSA22-1735UTIL • Engineer's opinion of probable construction cost • 100% plans (full size) complete with all annotation, construction notes, details, equipment and/or materials schedules, etc. • Utility conflict resolution letter • QA/QC review statement signed by the QA/QC Manager Task 7 -Final Design Incorporate City/CMWD review comments from the prior design submittal and prepare the final plans, specifications and estimates suitable for public bidding. Plans and specifications shall bear the signature and seal of the professional Engineer of Record for each discipline involved in the work. Deliverables: Provide one PDF and three hard copies: • Technical specifications and appendices • Engineer's opinion of probable construction cost • Final plans (full size) • Drawing files (AutoCAD) Task 8 -Utility Locating & Potholing Services Consultant shall propose a utility locating program to consist of the following: • Prepare a utility potholing plan based on the 60% Design for City/CMWD review and concurrence. • Obtain a right-of-way permit from the City of Carlsbad and pay related fees. Prepare and submit invoices for reimbursement of actual fees. • Contact Underground Service Alert to mark-out utilities within the project area. • Provide traffic control in accordance with the California Manual on Uniform Traffic Control Devices. • Expose the utilities identified on the potholing plan using vacuum extraction potholing methods. Identifying the utility size, material type and depth measurement to top of utility. For dry utilities, also measure the depth to the bottom of the utility. • Backfill the excavations and restore the pavement surface in accordance with City of Carlsbad Standard No. GS-29. Include a base price for an AC cold mix pavement patch and include a separate optional cost item for hot mix asphalt pavement restoration. Assume a total of 30 potholes: 20 potholes extending to a depth of 5 feet and 1 O potholes extending to a depth of 8 feet. · Task 9 -Geotechnical Services Provide geotechnical engineering services to consist of the following: • Conduct a review of prior geotechnical reports and published geologic maps and literature pertinent to the site and a field reconnaissance of the site. Prepare a letter report summarizing the anticipated geologic and geotechnical conditions based on the findings of this subtask for inclusion in the Preliminary Design Technical Memorandum. General Counsel Approved Version 6/12/18 13 Jan. 18, 2022 Item #2 Page 22 of 31 DocuSign Envelope ID: E416FAE5-6B41-40C7-BB91-C2D76034109B PSA22-1735UTIL • Prepare a geotechnical boring plan for City/CMWD review and, upon concurrence, contact Underground Service Alert to mark-out utilities within the project area. • Obtain a right-of-way permit from the City of Carlsbad and pay related fees. Prepare and submit invoices for reimbursement of actual fees. • Provide traffic control in accordance with the California Manual on Uniform Traffic Control Devices., • Conduct field explorations and laboratory testing and analyses to evaluate the subsurface soil and groundwater conditions within the limits of the water and sewer utility improvements. Assume a minimum of 6 exploratory borings: 4 borings extending to 20 feet and 2 borings extending to 30 feet. Determine existing pavement sections at the boring locations. Consultant shall propose a laboratory testing program to provide a basis for geotechnical recommendations for the design and construction of the proposed water and sewer improvements. • Backfill the excavations and restore the pavement surface in accordance with City of Carlsbad Standard No. GS-29. Include a base price for an AC cold mix pavement patch and include a separate optional cost item for hot mix asphalt pavement restoration. • Conduct groundwater sampling and testing for constituents listed in EWA's special use discharge permit application and include Total Dissolved Solids (TDS). • Prepare a draft report summarizing the results of the field exploration and laboratory tests and engineering analyses. Assess rippability, potential for loose or caving soils, groundwater, and suitability of excavated soils for use in trench backfill, and soil corrosivity. Provide geotechnical recommendations for excavation slopes and/or shoring, dewatering, handling of oversize or unsuitable materials, trench subgrade stabilization, compaction of trench backfill and pipeline design parameters. • Prepare a final report incorporating pertinent City/CMWD review comments. Task 10-Bid & Construction Phase Services Bid Phase • Provide responses to Requests for Information (RFls) from prospective bidders and prepare up to two addenda. Bidders questions will be received by City/CMWD staff and forwarded to Consultant. • Assist with review of bids received from the bidders upon request by City/CMWD. Construction Phase • Attend the pre-construction meeting and 10 progress meetings (assume meetings are video conference). Meetings shall be attended by the Consultant Project Manager. • Review the contractor's submittals and shop drawings and provide responses within 10 working days (30 assumed) • Review and respond to contractor RFls and provide responses within 5 working days (20 assumed) • Prepare design revisions (3 assumed) • Prepare record drawings based on the contractor's redline markups, change orders, field orders, or annotation by City/CMWD's inspector and submit electronic files (PDF and AutoCAD) General Counsel Approved Version 6/12/18 14 Jan. 18, 2022 Item #2 Page 23 of 31 DocuSign Envelope ID: E416FAE5-6B41-40C7-BB91-C2D76034109B PSA22-1735UTIL (Optional) Task 11 -Traffic Control Plans Prepare traffic control plans at 60%, 100% and Final Design to consist of the following: o Design in accordance with the California Manual on Uniform Traffic Control Devices and Carlsbad traffic control standards. o Assume separate phasing for water and sewer utility construction. Include phasing and/or detours as required for pedestrian and biking safety, vehicular traffic, and beach access. (Optional) Task 12 -Exhibits The CEQA compliance approach will be addressed by City/CMWD staff and its environmental consultant under a separate contract. California Coastal Commission review will be initiated by the City/CMWD upon completion of 60% Design to confirm permit requirements. The design Consultant shall support the City/CMWD during the environmental review process. Upon City/CMWD request, prepare plan view exhibits (36" x 96" scroll plots, 4 each) and cross- sections (4 each) at either 60% or 100% design depicting the horizontal and vertical alignments of the proposed water and sewer utilities and future street improvements. Assume PDF and 2 hard copies of each. City/CMWD will furnish CAD files for street improvements for Consultant's use in preparing the exhibits. Jan. 18, 2022 Item #2 Page 45 of 52 Jan. 18, 2022 Item #2 Page 24 of 31 $225 $205 $180 $160 $140 $120 $110 12 16 0 0 0 0 0 28 $5,980.00 $0.00 $5,980.00 4 6 0 0 0 0 0 10 $2,130.00 $0.00 $2,130.00 1 8 3 0 0 0 0 12 $2,405.00 $0.00 $2,405.00 1 3 3 0 0 0 0 7 $1,380.00 $0.00 $1,380.00 4 8 0 0 0 0 0 12 $2,540.00 $0.00 $2,540.00 4 4 0 0 0 0 0 8 $1,720.00 $0.00 $1,720.00 2 8 8 0 0 0 0 18 $3,530.00 $0.00 $3,530.00 1 4 4 0 0 0 0 9 $1,765.00 $0.00 $1,765.00 19 40 11 0 0 0 0 70 $14,455.00 $0.00 $14,455.00 10 17 7 0 0 0 0 34 $6,995.00 $0.00 $6,995.00 0 1 0 4 0 0 0 5 $845.00 $20,423.00 $21,268.00 0 1 0 2 0 0 0 3 $525.00 $5,106.00 $5,631.00 0 2 4 0 4 0 0 10 $1,690.00 $0.00 $1,690.00 0 2 4 0 4 0 0 10 $1,690.00 $0.00 $1,690.00 0 3 4 4 4 0 0 15 $2,535.00 $20,423.00 $22,958.00 0 3 4 2 4 0 0 13 $2,215.00 $5,106.00 $7,321.00 0 1 2 0 2 0 0 5 $845.00 $49,469.00 $50,314.00 0 1 2 0 2 0 0 5 $845.00 $21,357.00 $22,202.00 0 1 2 0 2 0 0 5 $845.00 $49,469.00 $50,314.00 0 1 2 0 2 0 0 5 $845.00 $21,357.00 $22,202.00 1 4 12 0 25 4 5 51 $7,735.00 $0.00 $7,735.00 1 4 12 0 25 4 5 51 $7,735.00 $0.00 $7,735.00 1 4 20 0 40 70 0 135 $18,645.00 $0.00 $18,645.00 1 4 8 0 8 20 0 41 $6,005.00 $0.00 $6,005.00 2 8 32 0 65 74 5 186 $26,380.00 $0.00 $26,380.00 2 8 20 0 33 24 5 92 $13,740.00 $0.00 $13,740.00 1 8 20 24 40 50 8 151 $21,785.00 $0.00 $21,785.00 0 4 4 8 10 10 8 44 $6,300.00 $0.00 $6,300.00 1 8 20 24 40 50 8 151 $21,785.00 $0.00 $21,785.00 0 4 4 8 10 10 8 44 $6,300.00 $0.00 $6,300.00 1 8 12 16 30 40 8 115 $16,465.00 $0.00 $16,465.00 0 2 4 2 8 8 8 32 $4,410.00 $0.00 $4,410.00 1 8 12 16 30 40 8 115 $16,465.00 $0.00 $16,465.00 0 2 4 2 8 8 8 32 $4,410.00 $0.00 $4,410.00 1 4 1 6 4 18 4 38 $5,345.00 $1,100.00 $6,445.00 0 1 1 2 4 6 4 18 $2,425.00 $1,100.00 $3,525.00 1 4 1 6 4 18 4 38 $5,345.00 $1,100.00 $6,445.00 0 1 1 2 4 6 4 18 $2,425.00 $1,100.00 $3,525.00 0 1 0 0 0 0 0 1 $205.00 $33,642.00 $33,847.00 0 1 0 0 0 0 0 1 $205.00 $8,411.00 $8,616.00 0 1 0 0 0 0 0 1 $205.00 $33,642.00 $33,847.00 0 1 0 0 0 0 0 1 $205.00 $8,411.00 $8,616.00 0 2 0 0 0 0 0 2 $410.00 $60,016.00 $60,426.00 0 2 0 0 0 0 0 2 $410.00 $15,004.00 $15,414.00 0 1 0 0 0 0 0 1 $205.00 $20,152.00 $20,357.00 0 1 0 0 0 0 0 1 $205.00 $5,038.00 $5,243.00 0 3 0 0 0 0 0 3 $615.00 $80,168.00 $80,783.00 0 3 0 0 0 0 0 3 $615.00 $20,042.00 $20,657.00 1 2 4 0 4 0 2 13 $2,135.00 $0.00 $2,135.00 1 2 4 0 4 0 2 13 $2,135.00 $0.00 $2,135.00 1 11 11 0 0 0 0 23 $4,460.00 $250.00 $4,710.00 1 11 11 0 0 0 0 23 $4,460.00 $250.00 $4,710.00 1 2 10 0 12 0 0 25 $4,115.00 $0.00 $4,115.00 1 1 4 0 4 0 0 10 $1,710.00 $0.00 $1,710.00 1 4 16 0 24 4 0 49 $7,765.00 $0.00 $7,765.00 1 2 4 0 10 4 0 21 $3,235.00 $0.00 $3,235.00 0 1 2 0 10 30 0 43 $5,565.00 $0.00 $5,565.00 0 1 1 0 4 10 0 16 $2,145.00 $0.00 $2,145.00 4 20 43 0 50 34 2 153 $24,040.00 $250.00 $24,290.00 4 17 24 0 22 14 2 83 $13,685.00 $250.00 $13,935.00 0 2 0 0 0 0 0 2 $410.00 $35,038.00 $35,448.00 0 2 0 0 0 0 0 2 $410.00 $11,679.00 $12,089.00 0 2 0 0 0 0 0 2 $410.00 $35,038.00 $35,448.00 0 2 0 0 0 0 0 2 $410.00 $11,679.00 $12,089.00 0 6 12 0 12 32 0 62 $8,910.00 $0.00 $8,910.00 0 2 4 0 4 8 0 18 $2,650.00 $0.00 $2,650.00 0 6 12 0 12 32 0 62 $8,910.00 $0.00 $8,910.00 0 2 4 0 4 8 0 18 $2,650.00 $0.00 $2,650.00 1 8 20 0 40 16 8 93 $13,865.00 $0.00 $13,865.00 1 8 20 0 40 16 8 93 $13,865.00 $0.00 $13,865.00 29 103 145 50 235 232 35 829 $126,330.00 $164,900.00 $291,230.00 16 56 66 14 83 62 27 324 $51,230.00 $51,228.00 $102,458.00 29 112 157 50 247 264 35 894 $135,855.00 $220,090.00 $355,945.00 16 61 70 14 87 70 27 345 $54,495.00 $67,945.00 $122,440.00 45 159 211 64 318 294 62 1,153 $177,560.00 $216,128.00 $393,688.00 45 173 227 64 334 334 62 1,239 $190,350.00 $288,035.00 $478,385.00 11.1 Traffic Control Plans (Optional) - Water Subtotal - Task 10 - Water Subtotal - Task 11 - Water 13.1 NCTD Permitting - Water Subtotal - Task 13 - Water Task 11 - Traffic Control Plans 11.2 Traffic Control Plans (Optional) - Sewer Subtotal - Task 11 - Sewer Task 12 - Exhibits TOTAL - WATER 10.5 Submittal Review - Water 10.9 Record Drawings - Water Task 9 - Geotechnical Services 9.1 Geotechnical Services - Water Subtotal - Task 9 - Sewer Task 10 - Bid and Construction Phase Services 10.1 Bidding Support Services - Water 9.3 Repave Geotechnical Borings (Optional) - Water 12.1 CEQA Exhibits (Optional) - Water Subtotal - Task 12 - Sewer Task 13 - NCTD Permitting 10.3 Construction Meetings - Water Subtotal - Task 10 - Sewer 10.7 RFIs - Water 10.4 Construction Meetings - Sewer 10.6 Submittal Review - Sewer 10.8 RFIs - Sewer 10.10 Record Drawings - Sewer 1.8 Design Review Meetings - Sewer Task 1 - Project Management and QA/QC Sr. Project Engineer1.1 Project Management - Water 1.5 QA/QC - Water 1.4 Monthly Progress Reports - Sewer 1.2 Project Management - Sewer 1.3 Monthly Progress Reports - Water Task 7 - Final Design Subtotal - Task 2 - Sewer Task 3 - Design Survey 3.1 Design Survey - Water 4.1 Draft and Final Tech Memos - Water Task 6 - 100% Design 6.1 100% Plans, Specifications, and Estimate - Water Subtotal - Task 6 - Sewer Subtotal - Task 5 - Sewer 5.2 60% Plans, Specifications, and Estimate - Sewer Subtotal - Task 3 - Sewer Task 4 - Preliminary Design 4.4 30% Design Plans - Sewer Subtotal - Task 4 - Sewer Task 5 - 60% Design 4.3 30% Design Plans - Water TOTAL SEWER WITH OPTIONS Carollo Engineers, Inc FEE ESTIMATE (November 29, 2021) CITY OF CARLSBAD & CARLSBAD MUNICIPAL WATER DISTRICT Carlsbad Blvd Water and Sewer Improvements at Terramar Project Total Carollo CostsHourly Rate Project EngineerDesign EngineerCAD TechnicianClericalTotal HoursCITY OF CARLSBAD & CARLSBAD MUNICIPAL WATER DISTRICT CARLSBAD BOULEVARD WATER AND SEWER IMPROVEMENTS AT TERRAMAR PROJECT ESTIMATED CAROLLO LABOR COSTS Principal-in-ChargeProject ManagerOther Direct Costs2.1 Utility Data Collection and Mapping - Water 2.3 Utility Conflict Coordination - Water Task 2 - Data Collection and Research Carollo Labor CostSubtotal - Task 1 - Sewer 5.1 60% Plans, Specifications, and Estimate - Water 6.2 100% Plans, Specifications, and Estimate - Sewer 7.1 Final Plans, Specifications, and Estimate - Water 10.2 Bidding Support Services - Sewer Subtotal - Task 7 - Water Subtotal - Task 8 - Water 8.2 Utility Locating and Potholing Services - Sewer Subtotal - Task 9 - Water 7.2 Final Plans, Specifications, and Estimate - Sewer Subtotal - Task 7 - Sewer Task 8 - Utility Locating and Potholing Services 8.1 Utility Locating and Potholing Services - Water Subtotal - Task 8 - Sewer 1.6 QA/QC - Sewer 1.7 Design Review Meetings - Water TOTAL - SEWER TOTAL WATER WITH OPTIONS Subtotal - Task 1 - Water Subtotal - Task 2 - Water 2.4 Utility Conflict Coordination - Sewer Subtotal - Task 3 - Water 3.2 Design Survey - Sewer 2.2 Utility Data Collection and Mapping - Sewer 4.2 Draft and Final Tech Memos - Sewer 9.2 Geotechnical Services - Sewer 9.4 Repave Geotechnical Borings (Optional) - Sewer Subtotal - Task 4 - Water Subtotal - Task 5 - Water Subtotal - Task 6 - Water 12.2 CEQA Exhibits (Optional) - Sewer Subtotal - Task 12 - Water GRAND TOTAL GRAND TOTAL WITH OPTIONS DocuSign Envelope ID: E416FAE5-6B41-40C7-BB91-C2D76034109B Jan. 18, 2022 Item #2 Page 25 of 31 $225 $205 $180 $160 $140 $120 $110Sr. Project EngineerTotal Carollo CostsHourly Rate Project EngineerDesign EngineerCAD TechnicianClericalTotal HoursCITY OF CARLSBAD & CARLSBAD MUNICIPAL WATER DISTRICT CARLSBAD BOULEVARD WATER AND SEWER IMPROVEMENTS AT TERRAMAR PROJECT ESTIMATED CAROLLO LABOR COSTS Principal-in-ChargeProject ManagerOther Direct CostsCarollo Labor Cost0 1 0 0 0 0 0 1 $205.00 $20,152.00 $20,357.00 0 1 0 0 0 0 0 1 $205.00 $5,038.00 $5,243.00 0 2 0 0 0 0 0 2 $410.00 $35,038.00 $35,448.00 0 2 0 0 0 0 0 2 $410.00 $11,679.00 $12,089.00 0 6 12 0 12 32 0 62 $8,910.00 $0.00 $8,910.00 0 2 4 0 4 8 0 18 $2,650.00 $0.00 $2,650.00 0 9 12 0 12 32 0 65 $9,525.00 $55,190.00 $64,715.00 0 5 4 0 4 8 0 21 $3,265.00 $16,717.00 $19,982.00TOTAL OPTIONAL TASKS - SEWER OPTIONAL TASKS 9.3 Repave Geotechnical Borings (Optional) - Water 12.2 CEQA Exhibits (Optional) - Sewer 11.1 Traffic Control Plans (Optional) - Water TOTAL OPTIONAL TASKS - WATER 11.2 Traffic Control Plans (Optional) - Sewer 12.1 CEQA Exhibits (Optional) - Water 9.4 Repave Geotechnical Borings (Optional) - Sewer DocuSign Envelope ID: E416FAE5-6B41-40C7-BB91-C2D76034109B Jan. 18, 2022 Item #2 Page 26 of 31 Carlsbad Boulevard Water & Sewer Improvements Project Location Map Not to Scale Approximate Project Boundary DocuSign Envelope ID: E416FAE5-6B41-40C7-BB91-C2D76034109B Jan. 18, 2022 Item #2 Page 27 of 31 DocuSign Envelope ID: E416FAE5-6B41-40C7-BB91-C2D76034109B Jan. 18, 2022 Item #2 Page 28 of 31 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 !!2 [Ú I- 5 I- 5 P alo m ar AirportRd C a r l s b a d B l C a r l s b a d B l C a r l s b a d B l C a r l s b a d B l C a r l s b a d B l C a r l s b a d B l C a rlsb a d Bl I-5 Cannon Sb Off RampTierra Del Oro St Cannon R d C a n n o n R d Cannon Rd Cannon Rd Manzano DrCerezo DrA v e n i d a E n c i n a s Av e n i d a E n c i n a s A v e nid a E n ci n a s T i e r r a D e l O r o S t Carlsba d B l I-5 C a n n o n S b O n R a m p L o s R o b l e s D r L o s R o b l e s D r L o s R o b l e s D r L o s R o b l e s D r L o s R o b l e s D rShore DrS h o r e D r Shore DrEl A r b o l D r El A r b o l D r El A rb o l D r E l A r b o l D r El A r b o l D r Terramar LS 6 inch PVC 3 9 0' 8''VCP 10''VCP10''VCP10''VCP8'' PVC 8''VCP8'' VCP8'' ACP8'' VCP8 ' ' VCP8' ' VCP 4 2 ' ' RCP8'' VCP4 2 ' ' RCP 4 2 ' ' RCP 8'' V C P 8'' VCP1 0 ' ' V C P 8'' V C P 8'' V C P 8' ' V C P 6'' V C P 6' ' V C P 8 ' ' VCP 6'' V C P 6'' V C P 8' ' V C P24'' VCP6' ' V C P 8' ' V C P 8'' V C P 8'' V C P 8' ' VC P 10'' VCP 8'' V C P 8'' V C P 8' ' V C P 8'' V C P 6' ' V C P 6' ' V C P 6'' V C P 6'' V C P 6'' V C P 6' ' V C P 8' ' V C P 6' ' V C P 8' ' V C P8'' VCP8'' V C P 6'' V C P 6' ' V C P 4 2 ' ' RC P 8 ' ' VCP 8' ' V C P 8' ' V C P 6'' V C P 6' ' V C P 8'' V C P 8' ' V C P 8' ' V C P10'' VCP 8'' VCP 4 2 ' ' RC P 4 2 ' ' RCP 4 2 ' ' RC P 27B-2034.2' IE 27B-2535.48' IE 27D-833.72' IE 27B-2634.68' IE 27B-2735.16' IE 27B-2835.64' IE 27D-2549.7' IE 27D-2651.8' IE 27D-2753.9' IE 27D-1139.31' IE 27D-1240.51' IE 27D-1341.71' IE 27D-1742.45' IE 27D-1843.85' IE 27D-2137.72' IE 27D-2239.16' IE 27D-2340.64' IE 27B-3940.88' IE 27B-4043.61' IE 27B-4144.47' IE 27B-4245.94' IE 27D-937.04' IE 27D-2838.21' IE 27D-1642.2' IE 27A-328.6' IE 27A-432.8' IE 27D-1539.81' IE 27D-1944.89' IE 27D-1442.91' IE 27B-5926.19' IE 27B-3226.8' IE 27A-533.86' IE 27A-635.41' IE 27A-738.3' IE 27A-843.48' IE 27B-4832.21' IE 27B-4933.38' IE 27B-5034.18' IE 27B-5134.93' IE 27B-5236.33' IE 27D-2036.95' IE 27B-3125.28' IE 27B-4348.2' IE 27B-4450.3' IE 27B-4552.4' IE 27B-4654' IE 27D-2447.49' IE 27B-5852.6' IE 27B-5354' IE 27B-3327.04' IE 27A-227.735' IE 27B-3432.34' IE 27B-3533.6' IE 27B-3634.45' IE 27B-3734.62' IE 27B-3835.51' IE 27B-6146.62' IE 27B-6244.41' IE 27B-4731.05' IE 27B-6623.99' IE 27B-6537.88' IE 27B-6024.07' IE 27B-2932' IE [Ú Lift Station !!2 Drop MH !!2 Standard MH Carlsbad FM Carlsbad GM City of Carlsbad UtilitiesTerramar Lift Zone ± 1:880 REHAB/CIPP LINE SEWERS APPROX. 800 LF EXIST 10-INCH REPLACE/RELOCATE SEWERS AND MH'S AT INTERSECTION / COORD WITH NEW ROUNDABOUT REPLACE SEWERS APPROX 700 LF FIGURE C DocuSign Envelope ID: E416FAE5-6B41-40C7-BB91-C2D76034109B Jan. 18, 2022 Item #2 Page 29 of 31 DocuSign Envelope ID: E416FAE5-6B41-40C7-BB91-C2D76034109B Jan. 18, 2022Item #2 Page 30 of 31