Loading...
HomeMy WebLinkAbout2002-03-26; Municipal Water District; 524; Encina Basin Water Reclamation Program, Phase IIQ w > 0 Q LT Q a .. z 0 F 0 a n a rn K 0 CARLSBAD MUNICIPAL WATER DISTRICT - AGENDA BILL 3 ,B# .wY TITLE: APPROVE AND AUTHORIZE AN 1TG. 3/26/02 CITY MGRa WATER RECLAMATION PROGRAM, PHASE I1 PROJECT IEPT. ENG FACILITY (CWRF) TO D-TANK PIPELINES FOR THE ENCINA BASIN POWELUPBWJ FOR DESIGN OF CARLSBAD WATER RECYCLING ENGINEERING SERVICES AGREEMENT WITH PROJECT NO. 3887 RECOMMENDED ACTION: Adopt Resolution No. //4b to approve and authorize an engineering services agreement with Powell/PBS&J for design of Carlsbad Water Recycling Facility (CWRF) to D-Tank pipelines for the Encina Basin Water Reclamation Program, Phase 11 Project, Project No. 3887. ITEM EXPLANATION: The Encina Basin Water Reclamation Program, Phase II Project (Phase II), will increase the capacity of the recycled water system from 3 mgd to 8 mgd. Recycled water will be used to meet irrigation demands and industrial uses in Carlsbad. The pipelines in this design includes the transmission main from CWRF to "D-Tank" reservoir site, which enables the recycled water processed at the CWRF to enter the existing recycled water system. Included in this design is a pressure reducing station to supply recycled water to areas west of Interstate 5 and distribution pipelines along Paseo del Norte. Five proposals to perform the design were submitted to the Engineering Department. The qualifications and proposals were reviewed and ranked by a selection committee composed of Engineering Department staff members. The firm of Powell/PBS&J was selected as the most responsive proposal. ENVIRONMENTAL REVIEW: On January 25, 2000, the Board of Directors certified a Mitigated Negative Declaration for the Phase II project under Case No. EIA 99-09; CMWD Project No. 98-301. FISCAL IMPACT The total cost for the Phase II project is estimated at $38.6 million as shown in the table below. Item No. 3 in the table shows the total cost for pipelines and pressure reducing stations at $15.8 million. The total fee payable for engineering design services for the CWRF to D-Tank pipelines and pressure reducing station under this agreement is $525,895 in the first year term. The agreement, however, may be extended an additional year if necessary to complete the scope of work or to accomplish additional engineering services. Transmission pipelines and pipelines for other service areas will be designed by separate contracts. An appropriation of $15.8 million has been approved for the pipeline costs under a previous agenda bill. I Page 2 of Agenda Bill No. sd Y The project is being financed through a combination of local, State, and Federal funding programs. These programs include the following: SWRCB Loan and Grant - On January 23, 2002, the State Water Resources Control Board approved a $31 million low-interest loan and $5 million grant to CMWD. The interest rate on the loan is based on one-half of the State’s general obligation bond rate, and is expected to be water to irrigation customers. approximately 2.5% annually. It will be repaid from revenues generated by the sales of recycled Local Fundinq - Under previous resolutions, the Board appropriated $4.6 million from the Water cost of items such as preliminary engineering, right-of-way and engineering and construction Capital Replacement Fund for the Phase II project. These appropriations are intended to fund the management expenses which are determined to be not eligible under the SWRCB grant or loan programs. Between the local funding and the State funding, there is a total of $40.6 million available which is sufficient to fund the construction of the Phase II project. Federal Fundinq - In 1997, the Phase II project was also authorized to receive a 25 percent project grant from the Federal Bureau of Reclamation (BUREC). The BUREC is completing the National Environmental Policy Act (NEPA) documentation, which will allow the BUREC to enter into an agreement with the CMWD to receive annual appropriations as approved by Congress for the Phase II project. It is estimated that CMWD may receive $2 million in grant funding this current fiscal year, and additional grant funds in subsequent fiscal years. The total maximum amount of funding from the BUREC could amount to approximately $9 million. The SWRCB grant and the BUREC grant can be combined on the Phase II project, which would total approximately $14 million. If the BUREC grant is received, it will allow the CMWD to repay the SWRCB loan earlier: thereby, reducing the ongoing costs of the project. The Phase II project was also appropriated approximately $2.2 million from the Environmental Protection Agency (EPA). The EPA is waiting for the NEPA process to be completed by the cannot be combined, however. BUREC before proceeding with formal approval of the grant. The EPA grant and the BUREC grant The estimated cost for the pipeline design and construction has been incorporated into the said funding programs: therefore, funds are available for the engineering design. EXHIBITS: 1. Location Map. 2. Resolution No. I I 4 (D of the Board of Directors of the Carlsbad Municipal Water design of Carlsbad Water Recycling Facility (CWRF) to D-Tank pipelines for the District to approve and authorize an engineering services agreement with Powell/PBS&J for Encina Basin Water Reclamation Program, Phase II Project, Project No. 3887. 3. Agreement with Powell/PBS&J for engineering design services for pipelines included in the Encina Basin Water Reclamation Program, Phase II Project, Project No. 3887. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION NO. 1146 A RESOLUTION OF THE BOARD OF DIRECTORS OF CARLSBAD MUNICIPAL WATER DISTRICT (CMWD) TO APPROVE AND AUTHORIZE AN ENGINEERING SERVICES AGREEMENT WITH POWELUPBS&J FOR DESIGN OF CARLSBAD WATER ENCINA BASIN WATER ' RECLAMATION PROGRAM, PHASE II PROJECT, PROJECT NO. 3887. RECYCLING FACILITY (CWRF) TO D-TANK PIPELINES FOR THE WHEREAS, the Engineering Department requested proposals for engineering design ervices from five qualified consultants to design pipelines and a pressure reducing station which Ire included in the Encina Basin Water Reclamation Program, Phase II project; and WHEREAS, after reviewing the five proposals submitted, POWELUPBS&J was selected IS submitting the most responsive proposal; and WHEREAS, the Board of Directors of the Carlsbad Municipal Water District has !etermined it necessary, desirable, and in the public interest to enter into an agreement between 'OWELUPBS&J and the CMWD for engineering design services to design the pipelines and lressure reducing station which are included in the Phase II project: and WHEREAS, there are sufficient funds available for the engineering design services in the rst year term; and WHEREAS, the approval of a one-year extension will be included for this agreement. NOW, THEREFORE, BE IT RESOLVED by the Board of Directors of Carlsbad Municipal Vater District (CMWD) of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. That the proposal by POWELUPBS&J in the amount of $525,895 for engineering esign services is accepted and approved 7 Y Y 7 7 7 q 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 2? 24 25 2E 27 2f PASSED, APPROVED AND ADOPTED at a special meeting of the Carlsbad Municipal ilater District held on the -day of MARCH, 2002 by the following vote, to wit: AYES: Board Members Lewis, Kulchin, Finnila, Hall NOES: None TTEST> Page 2 of 2 of Resolution No. 1146 AGREEMENT FOR ENGINEERING DESIGN SERVICES FOR PIPELINES INCLUDED IN THE ENCINA BASIN WATER (JOHN POWELL &ASSOCIATES/ POST, BUCKLEY, SCHUH, & JERNIGAN, Inc.) RECLAMATION PROGRAM, PHASE II PROJECT, PROJECT NO. 3675-2 THIS AGREEMENT is made and entered into as of the 29th day of DISTRICT, a Public Agency organized under the Municipal Water Act of 191 1, and a Subsidiary District of the City of Carlsbad, referred to as ("CMWD!'), and POST, BUCKLEY, SCHUH & JERNIGAN, INC., a Florida corporation, ("Contractor"). MARCH 1- 20 02 , by and between the CARLSBAD MUNICIPAL WATER RECITALS A. CMWD requires the professional services of a professional engineering B. Contractor has the necessary experience in providing professional C. Selection of Contractor is expected to achieve the desired results in an D. Contractor has submitted a proposal to CMWD and has affirmed its contractor that is experienced in pipeline design. services and advice related to pipeline design. expedited fashion. willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, CMWD and Contractor agree as follows: 1. SCOPE OF WORK CMWD retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services. Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a Deriod of one (1) vear from the date first above written.-The Executive Manager may amend the Agreement to extend it for one (1) additional one (1) year periods or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, CMWD needs, and appropriation of funds by the CMWD Board of Directors. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. . ,< 1 General Counsel Approved Version #07.05.01 4. TIME IS bF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term on a time and material basis in accordance with Exhibit "Ai will be an amount not-to- exceed five hundred twenty five thousand eight hundred ninety five dollars ($525,895). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. CMWD reserves the right to withhold a ten percent (10%) retention until CMWD has accepted the work and/or Services specified in Exhibit "A". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". 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 CMWDs 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 #07.05.01 8. OTHER CONTRACTORS CMWD reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Except as to the sole negligence or willful misconduct of CMWD, Contractor will defend, indemnify and hold CMWD, and the City of Carlsbad, their officers, agents and employees, harmless from any and all loss, damage, claims, demands, liability, expense or cost, including attorney's fees, which arises out of, or is in any way connected with the performance of, the Services by Contractor or any of Contractor's employees, agents or subcontractors, notwithstanding that CMWD may have benefited from their services. The parties expressly agree that any payment, attorney's fee, costs or expense CMWD incurs or makes to or on behalf of an injured employee under its 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 the Agreement. IO. 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-:V". 10.1 Coverages and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless the General counsel^ or Executive Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. CMWD, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 Commercial General Liability Insurance. $1,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 3 General Counsel Approved Version #07.05.01 10.1.2 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. 10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code and Employer's Liability limits of $1,000,000 per accident for bodily injury. Workers' Compensation and Employer's Liability insurance will not be required if Contractor has no employees and provides, to CMWD's satisfaction, a declaration stating this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 . The CMWD and the City of Carlsbad will be named as an additional insured on General Liability. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to CMWD sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providinu 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 Coveraae. 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 anytime, complete and certified copies of any or all required insurance policies and endorsements. 4 General Counsel Approved Version #07.05.01 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. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in CMWD and Contractor relinquishes all claims to the copyrights in favor of CMWD. 15. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of CMWD and on behalf of Contractor under this Agreement. For CMWD: For Contractor: William E. Plumrner. P.E. John M. Powell Deputy City Engineer Senior Vice-president Carlsbad Municipal Water District Post, Buckley, Schuh, & Jernigan, Inc Address: 1635 Faraday Avenue 175 Calle Magdalena, Suite 201 Carlsbad, CA 92008 Encinitas CA 92024 Phone: (760) 602-2768 Phone: (760) 753-1 120 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. 5 General Counsel Approved Version #07.05.01 16. CONFLICT OF INTEREST CMWD will evaluate Contractor's duties Dursuant to this Aareement to determine whether disclosure under the Political Reiorm Act and CMWb's Conflict of Interest Code is required of Contractor or any of Contractor's employees, agents, or subcontractors. Should it be determined that disclosure is required, Contractor or Contractor's affected employees, agents, or subcontractors will complete and file with the Secretary of the Board those schedules specified by CMWD and contained in the Statement of Economic Interests Form 700. Contractor, for Contractor and on behalf of Contractor's agents., employees, subcontractors and consultants warrants that by execution of this Agreement, that they have no interest, present or contemplated, in the projects affected by this Agreement. Contractor further warrants that neither Contractor, nor Contractor's agents, employees, subcontractors and consultants have any ancillary real property, business interests or income that will be affected by this Agreement or, alternatively, that Contractor will file with the CMWD an affidavit disclosing this interest. "". ~ ~ ~ 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 Derformance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be ordinances and regulations. responsible for the compliance of Contractor's services with all applicable laws, of 1986 and will comply with those requirements, including, but not limited to, verifying Contractor will be aware of the requirements of the Immigration Reform and Control Act the eligibility for employment of all agents, employees, subcontractors and consultants that the services required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not 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 (IO) 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 them at law. nothing in this procedure will prohibit the parties from seeking remedies available to 6 General Counsel Approved Version #07.05.01 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 CMWD to terminate this Agreement. General Counsel Approved Version #07.05.01 7 23. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by^ this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon CMWD and Contractor and their respective successors. Neither this Agreement or any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of CMWD, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the- purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. Ill Ill a General Counsel Approved Version #07.05.01 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR POST, BUCKLEY, SCHUH & JERRIGAN, INC., a Florida Corporation &k@ (sign herw **By: (sign here) (print nameltitle) CARLSBAD MUNICIPAL WATER DISTRICT, a Public Agency organized under the Municipal Water Act of 191 1, and a Subsidiary District of the City of Carlsbad ive Manager or designee- ATTES~ &h* * UCF!RAIF M. WOOD Secretary If required by CMWD, proper notarial acknowledgment of execution by contractor must each of the following two groups. be attached. If a Corporation, Agreement must be signed by one corporate officer from *Group A. Chairman, President, or Vice-president '"Group B. Assistant Secretary. Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, General Counsel 9 General Counsel Approved Version #07.05.01 5, State of California 3 } ss. P ersonally known to me c proved to me on the basis of satisfactory ,.' < evidence ,* c to be the person(s) whose name(s) islare < subscribed to the within instrument and ' acknowledged to me that helshelthey executed > the same in hislherltheir authorized ,: > capacity(ies), and that by hislherltheir f signature(s) on the instrument the person(s). or < the entity upon behalf of which the person(s) ; acted, executed the instrument. i WITNESS !my hand and official seal. e ,I 6 OPTIONAL G, r* ,! < Description of Attached Document cz Document Date: Number of Pages: c; 4 .h Though the information below IS not requrred by law. rt may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. ' TitleorTypeof Document: g;J L:hb KA$'d L r u \ r. M "c. w. R w &- i - <, 2 : Signer@) Other Than Named Above: : Capacity(ies) Claimed by Signer 2 9, G 1 Xndividual C' < 4 Signer's Name: Corporate Officer - Title@): b I le Pra r: && r! Partner - I Limited 7 General ;1 Attorney in Fact Other: 0 Guardian or Conservator Signer Is Representing: ', r Trustee k> t, CORPORATE RESOLUTION OF POST, BUCKLEY, SCHUH & JERNIGAN, INC., d/b/a PBS&J At a regularly scheduled meeting of the Board of Directors of POST, BUCKLEY, SCHUH & JERNIGAN, INC., d/b/a PBS&J on January 20,200 1 at which a quorum was present -and voting, the following resolution was approved, RESOLVED, that the below named officers are authorized to execute documents on behalf of Post, Buckley, Schuh & Jemigan, Inc., d/b/a PBS&J: John M. Powell Senior Vice President Gasper A. Chifici .Vice President Paul E. Cooley Vice President Charles A. Griffin, Jr. Vice President Lawrence D. Pierce Vice President Date: February 8.200 1 Richaid M. Grubel, Secretary KEEP FOR YOUR RECORDS BUSINESS TAX RECEIPT BUS.NO. 1211589 DATE ISSUE3 12/27/2001 08.160 50.00 BALANCE 0.00 TAXES PAID IN ACCORDANCE WTH CITYBUSINESSTAXORDIWWE CITY OF CARLSBAD An employee-owned company March 13,2002 Mr. William E. Plummer Deputy City Engineer Carlsbad Municipal Water District 1635 Faraday Avenue Carlsbad. CA 92008-7314 SUBJECT PROPOSAI, TO PROVIDE ENGINEERING SERVICES FOR THE RECYCLED WATER PIPELINES FROM THE CARLSBAD WATER RECYCLING FACILITY TO THE “D” TANK RESERVOIRS Proposal No.: 991020.26 Dear Mr. Plummer: In response to your request, Post, Buckley, Schuh & Jernigan, Inc. (PBS&J) in association with Cathcart Garcia von Langen (CGvL) is pleased to submit this agreement to the City of Carlsbad (Client) for engineering consulting services for the Recycled Water Pipelines from the Carlsbad Recycling Facility to the “D Tank Reservoirs. It is our understanding that the City is embarking on a key expansion of their recycled water production, transmission, distribution, and storage facilities. This project, as outlined in your Request for Qualifications (RFQ), dated October 1,2001, consists of 11,000 feet of 24-inch diameter transmission main from the Carlsbad Recycling Facility to the “D Tank Reservoirs; 1,000 feet of 16-inch diameter transmission main in Camino De Las Ondas; 900 feet of 12-inch diameter transmission main in Poinsettia Lane; 7,200 feet of distribution piping ranging from 4 to 8-inch; * and a 384/260 Zone pressure reducing facility. It was our initial understanding that all of the pipeline sizes had been determined with the City’s hydraulic model and were to be as shown in the RFQ. However, in recent conversations with your staff, it has been requested of us to revise the alignment to cross Interstate 5 utilizing piping in the Poinsettia Lane overpass. We have added a task to review the hydraulic modeling performed by your staff to support this alignment revision. It is anticipated that the majority of this reach of the pipeline alignment will be within paved roadways of public streets. 175 Calle Magdalena Encinitas, California 92024 Telephone: 760.753.1120 Fax 760.753.0730 www.pbsj.com Mr. William Plummer March 13, 2002 Page 2 of 12 The reach of pipeline from the southwest corner of Carlsbad’s Treatment Facility to the intersection of Poinsettia Lane will require coordination with current plans for development along Avenida Encinas. I. SCOPE OF SERVICES Based on our current understanding of the Project, PBS&J will provide the following engineering services: 1.0 1.1 1.2 1.3 1.4 1.5 1.6 Project Manaeement and Meetines Kickoff Meeting. Attend one (1) project kickoff meeting with the City and two PBS&J key project team members to familiarize the project team with the project approach. Minutes summarizing this meeting will be prepared and distributed by PBS&J. Prowess Meetings. Attend three (3) progress meetings, following progress submittals (30%, 70%. & 100%) to discuss review comments. Minutes summarizing this meeting will be prepared and distributed by PBS&J. CalTrans Meetings. Attend two (2) meetings with CalTrans to coordinate the 1-5 crossing. It is assumed that the existing piping in the Poinsettia Lane overpass will require an encroachment permit from CalTrans. The purpose of these meetings is to coordinate issues and secure the encroachment permit. Minutes summarizing these meetings will be prepared and distributed by PBS&J. Proiect Status Meetings. Attend two (2) progress meetings to provide City staff with an update of the project. Minutes summarizing this meeting will be prepared and distributed by PBS&J. -. Three (3) meetings total. Attend two (2) meetings with the City and the franchise utilities to coordinate the proposed alignments at the 30% and 70% levels of design. Attend one (I) meeting with developers regarding plans for development west of Avenida Encinas. Minutes summarizing this meeting will beprepared and distributed by PBS&J. Value Eneineerine Meetings Attend two (2) meetings with the City and the Value Engineering Team for confirmation of the design with the goals of the system. This task will include the preparations of a brief memorandum to respond to the findings of the VE team. 175 Calle Magdalena. Enunitas. California 92024 * Phone (760) 753-1 120 * Fax (760) 753-0730 Mr. William E. Plummer March 13,2002 Page 3 of 12 1.7 1.8 2.0 2.1 2.2 Schedules. Provide critical path schedule for the project with monthly updates. Proiect Management. This task includes budget management, resource coordination, schedule management, invoice reviewing and oversight. Investigations Citv Record Information. PBS&J will review record drawings and reports supplied by the City within the project area. It is anticipated that this data will include all relevant improvement plans (including, but not limited to water, sewer, and storm drains), system maps, previous construction drawings and specifications, and applicable “Record” drawings. All drawings, mapping and data will be provided by the City in a logical, organized manner within two weeks of the issuance of the notice to proceed. All copies and reprographics will be provided by the City. Utilitv Research. PBS&J will obtain and review franchise and other utility drawings for all areas of the proposed pipeline alignment. Utility drawings are expected to include CalTrans, SDG&E electrical, SDG&E gas, PacBell telephone and cable TV. 2.2.1 Franchise Utilitv Coordination. The base drawings with approximate pipeline limits will be sent to the franchise utilities with letters requesting drawings depicting their improvements. Follow-up calls will be made to encourage prompt response. Visit franchise utility’s offices as required to expedite the processing. 2.2.2 Research Information Provided bv Franchise Utilities. Once the franchise utilities have provided drawings, schematics, diagrams, and other miscellaneous data, the information will be reviewed irrelevant information eliminated. Required information will be compiled and organized for input into design drawings. 2.2.3 Reconcile Data. Once utilities are plotted on drawings, the locations will be reconciled to align with surface features with the record data. In some cases this will require discussions with the franchise utilities. In areas where the pipeline alignment appears to be close to existing utilities, the appropriate utility will be contacted and USA mark-out will be requested to perform utility mark-out in that area. ,175 Calle Magdalena, Encinitas. California 92024 * Phone (760) 753-1 120 . Fax (760) 753-0730 Mr. William E. Plummer March 13, 2002 Page 4 of 12 2.2.4 Field Walk Alimment. Once the utilities are plotted on the drawings based on the survey and utility record drawings, the alignment will be reviewed in the field to improve accuracy. Modifications will be made to the drawings as needed. Near the completion of the design process, the alignment will be walked a second time to determine that all adjustment have been made to the extent practical. 2.3 Survey. PBS&J, with assistance from Rick Engineering, will prepare topographic survey by photogrammetric methods for the entire project area. Rick Engineering will also provide other design phase surveying and mapping services. A field meeting with City staff will be held after the preliminary topographic survey is available to identlfy key tie points and surface features. Please refer to the attached scope and fee for further details. It is assumed that suitable survey data, mapping and topography along Avenida Encinas will be made available by the developer. 2.3.1 Mamine Services. Twenty-seven horizontalhertical survey control points will be pre-marked and surveyed to control the aerial photography in NAD 83 horizontal and NGVD 29 vertical datums. This field-surveyed control will be extended into the photogrammetric models by aerotriangulation. Four strips totaling 15 photos will be taken along the 21,400 feet of roadway as shown on the attached diagram. Mapping will extend ten feet beyond the right of way. Topographic mapping will be compiled at a scale of 1"=40' with a one- foot contours computer generated from the photogrammetrically collected digital terrain model. This method will allow for the flexibility to produce either imperial or metric contours and to convert the mapping between vertical datums. Final deliverables will be delivered as AutoCAD drawing files. All AutoCAD layers will conform to City Standards. 2.3.2 Field Services Premark twenty-four horizontal and vertical control points. Premarks will include painting existing utilities along project route. Field survey twenty-seven horizontal and vertical control points for control of aerial photography in NAD 83 horizontal and NGVD 29 vertical datums. Ties will be made to pertinent City vertical datums. 175 Calle Magdalena, Enunitas. California 92024 . Phone (760) 753-1 120 * Fax (760) 753-0730 Mr. William E. Plummer March 13, 2002 Page 5 of 12 Field survey in project datums, approximately eighteen existing centerline monuments, for control and verification of existing project alignment.. Perform as-built survey in project datums of existing water, sewer and storm drain facilities along project route. As-built will consist of horizontal and vertical location of pertinent structures including invert elevations. Topography check consisting of field verification of spot elevations and culture features such as right-of-ways, driveways, and meter locations of sufficient detail to complete the design efforts. 2.4 Geotechnical Evaluation. A detailed geotechnical evaluation will be performed by Ninyo & Moore along the project alignment to assist in the design and construction of the proposed pipelines. The geotechnical evaluation will include a desktop review of existing, available geotechnical studies as well as a comprehensive exploratory investigation report. It is anticipated that new borings will be performed at an interval of approximately 1,000-feet along the proposed pipeline alignment for a total of 21, 10-foot deep borings. A draft report will be prepared and submitted for City review. Comments from the draft report will be incorporated into a final report. It is assumed that suitable geotechnical data for the Avenida Encinas reach will be made available by the developer. Please refer to the attached scope and fee for further details. 2.5 Potholing. It has been our experience that costs for potholing utilizing vacuum extraction technology for the verification of existing utilities can vary sighcantly depending on the timing, location and number of potholes provided. Therefore we recommend providing an allowance of $20,000 and utilizing a firm such as Aim or SaferDig who are familiar with all City requirements for completing this effort including traffic control and pavement replacement. Based on our experience with similar projects, this allowance should provide you with approximately 5 to 10 potholing locations. 3.0 Hvdraulic ModelinP. PBSM will provide a review of the City's recent hydraulic modeling of the recycled water distribution system to verify compatibility of possible modifications during the design process. Verification will include meeting with City modeling staff, a review of changes made to the model since PBS&J's planning efforts, and a review of any subsequent hydraulic calculations prepared for the Encina to "D" tank piping. This review would be completed with a 3 to 5 page letter report without graphics submitted to the City. Mr. William E. Plummer March 13, 2002 Page 6 of 12 4.0 Planning and Pre-Desien Services 4.1 Preliminarv Design Reuort (30% Desien). PBS&J will prepare a brief Pre- Design Report describing the basis of design (including working pressure, surge and test pressures) and providing recommendations for pipe selection hydraulic criteria, the pipeline horizontal alignment and basis for other key design features. In addition, a discussion of scheduling/phasing with other City projects will be included. The horizontal alignment will be coordinated with our traffic consultant to best plan for effective traffic control. A chapter will address areas with specific traffic control issues. 'Schematics to address traffic issues will be prepared as-needed (6-11x17 graphics maximum are assumed). As part of the Pre-Design Report, 30% complete drawings that include the proposed horizontal alignment for the pipelines, existing utilities, existing and proposed easements, right-of-way demarcation, reaches of pipe profile at critical utility crossings and congested utility areas, and a schematic of the proposed pressure reducing station. A brief chapter will be prepared to document the City's selection of the final alignment. The Pre-Design Report (30% design) will be issued only once, with comments generated by the City being incorporated into the subsequent design submittals. 4.2 Opinion of Probable Construction Costs. PBS&J will prepare a preliminary opinion of probable construction cost one week following the issuance of the Pre-design Report. 5.0 Detailed Desien Services 5.1.0 Piping within Avenida Encinas (between Poinsettia Lane and Embarcadero Lane) will require separate contract documents on an accelerated schedule that is coordinated with the schedule of the developer of the Water End Development. It is anticipated that the following drawings will be submitted to the City for 90% and Final reviews to meet the needs ofthe developer: i. General Notes (I) ii. Abbreviations and Symbols (I) iii. Ransmission Line Plan & Profile Sheets (4) iv. Miscellaneous Details (1) Additionally, the majority of technical specifications sections as outlined later in the scope will be required for incorporation into the developers subdivision drawings, 175 Calle Magdalena, Encinitas, California 92024 . Phone (760) 753-1 120 Fax (760) 753-0730 Mr. William E. Plummer March 13, 2002 Page 7 of 12 5.1.1 70% Desim. Detailed design drawings and technical specifications will be prepared at the 70%. complete level that incorporate comments &om the Pre-Design Report. 5.1.2 Drawings. Five (5) sets of detailed design drawings will be provided to the City for review on either full-size or half-size format as requested by the City. It is anticipated that the following drawings will be part of the 70% complete sets: i. Title Sheet (1) ii. General Notes (1) iii. Abbreviations & Symbols (1) iv. Key Map (1) v. Transmission Line Plan & Profile Sheets (12) vi. Distribution Lines Plan & Pro% Sheets (11) - (Prepared vii. Pressure Reducing Station Plan (1) viii. Pressure Reducing Station Sections (1) ix. Pressure Reducing Station Details (1) x. Bridge Crossing Details (2) xi. Miscellaneous Details (2) xii. Traffic Control Plans by CGvL) All drawings will show appropriate benchmarks, datums, APNs (provided by the City), property lines, rights-of-way, and surface features of sufficient detail to construct the facility. All lateral services will be shown up to the property line. It is assumed that the pressure reducing station is similar to a City of Carlsbad standard drawing and all piping will be in a pre-cast concrete vault. 5.1.3 SDecifications. Contract technical specifications (Divisions 1 through 15) will be prepared for the project. It is anticipated that the City will utilize their standard contract language (Divisions 0 and 1 Special Provisions) and PBS&J will provide “red-line’’ markups for the contract. A bid schedule and measurement and payment section will be prepared for the project. The specifications shall incorporate special requirements resulting from State and Federal funding. Five (5) sets of technical specilkations will be provided to the City for review. The following is a list of anticipated technical specification: 02050 Demolition and Removals 02110 Site Clearing 02140 Dewatering 175 Cdlle Magdaiena, Enclnitas, California 92024 Phone (760) 753-1 120 * Fax (760) 753-0730 Mr. William E. Plummer March 13, 2002 Page 8 of 12 02200 02225 02231 02300 02310 02320 02330 02340 02510 02514 02515 02530 02531 02535 02536 02540 02601 02605 02645 02646 02647 02648 02651 02653 02666 02735 02740 03290 03305 03400 05500 05531 05532 07100 07125 09800 10900 15020 15120 15125 15127 15130 Earthwork Trenching Aggregate Base Course Microtunneling Directional Auger Jacking and Boring Shaft Excavation Pipe Placing Encasing Asphaltic Concrete Paving and Berms Asphaltic Concrete Repair Asphaltic Concrete Resurfacing Adjusting Utility Access Covers Aggregate Base Course Traffic Stripes, Pavement Markings, and Pavement Markers Traffic Signing Asphalt Concrete Reservoir Lining Buried Piping Installation Pipeline Cleaning Plastic (PVC) Schedule Pipe Plastic (PVC) Pressure Pipe (AWWA C900) Large Diameter Plastic (PVC) Pressure Pipe Ductile Iron Pipe Steel Pipe Cement Mortar Lined and Coated Steel Pipe Fabricated Specials Water Pipeline Testing and Disinfection Plastic (PVC) Gravity Sewer Pipe Manholes and Covers Joints in Concrete Minor Concrete Precast Concrete Vaults Miscellaneous Metalwork Gratings and Floor Plates Fiberglass Reinforced Plastic (FRP) Assemblies Waterproofing Cementitious Coating Protective Coatings Miscellaneous Specialties Valves and Appurtenances Piping Specialties Exposed Piping Installation Pipe Sleeves Gages 175 Calle Magdalena, Encinitas, California 92024 . Phone (760) 753-1 120 Fax (760) 753-0730 Mr. William E. Plummer March 13, 2002 Page 9 of 12 15140 Pipe Hangers and Supports 15306 Water Quality Sampling Stations 5.1.4 Ouinion of Probable Construction Cost. PBS&J will prepare an opinion of probable construction cost one week following the issuance of the 70% submittal. 5.1.5 Traffic Control. PBS&J, with assistance &om Darnell & Associates, will prepare Traffic Control Plans for the pertinent reaches of the alignment. Darnell & Associates is very familiar with the requirements for traffic control. It is estimated that approximately 17 plan sheets will be required to complete the work. Traffic control plans will not be provided for the reach with Avenida Encinas. Please refer to the attached scope and fee for further details. 5.2 100% Design. Detailed design drawings and technical specifications will be prepared at the 100% complete level that incorporate comments from the 70% complete submittal. 5.2.1 Drawings. Five (5) sets of detailed design drawings will be provided to the City for review on either full-size or half-size format as requested by the City. 5.2.2 Specifications. Five (5) sets of technical specifications will be provided to the City for review at the 100% level of completion. 5.2.3 Opinion of Probable Construction Cost. PBS&J will prepare an opinion of probable construction cost one week following the issuance of the 100% submittal. 5.3 Final Desim. Final contract documents will be prepared following receipt of the City comments from the 100% submittal. 5.3.1. Drawings. One (1) full-size set of detailed design drawings will be provided to the City on mylar for use in reproduction and record purposes. Additionally, digital files of the Final Design drawings will be provided in AutoCAD, Version 14. All drawings will comply with City standards for layering. 5.3.2. Specifications. One (1) final set of technical specifications (8%” x 11” hardcopy format) will be provided to the City for incorporation into the City contract (Division 0) and use in reproduction. 175 Cdlle Magdalena, Encinitas, California 92024 Phone (760) 753-1 120 . Fax (760) 753-0730 Mr. William E. Plummer March 13, 2002 Page 10 of 12 6.0 Bid Phase Services. 6.1 Bid Phase Assistance. At the request of your staff, we have included a budget of $4,000 for assistance during the bid phase of the Project. 11. ADDITIONAL ENGINEERING SERVICES If requested by Client, PBS&J will provide the following Additional Services, beyond the services included in the Section I, Scope of Services: A. Attendance to additional meetings beyond those specifically identified in the Section I. B. Environmental services, including environmental reviews, analysis or studies, permit preparation and processing, attendance to public hearings, etc. C. Assistance with public participation and communications, including planning and participation in public outreach programs, attendance to public meetings and workshops, etc. D. Planning, analysis or design of additional or alternative facilities. E. Building permit assistance including coordination with the City of Carlsbad Building Department. F. Construction phase services including such services as, assistance during bidding, shop drawing review, office and field engineering support, field observation, construction contract administration, change order review and processing, preparation of Record Drawings, etc. G. Any additional project related services not specifically included in Section I, Scope of Services including those services identified in italics within Section I. 175 Calle Magdalena, Enunitas. California 92024 * Phone (760) 753-1 120 * Fax (760) 753-0730 Mr. William E. Plummer March 13, 2002 Page 11 of 12 111. CLIENT FURNISHED SERVICES The following services or information will be provided by Client or its consultants: A. Copies of all relevant reports, studies, drawings, correspondence, and other relevant project information or data. B. Assign one person to serve as the Client's project manager who has authority to represent the Client and will serve as the point of interface for all project issues and communications. C. Application and processing of all required permits including complete environmental compliance not identified in Section I. D. Planning, design and cost estimating for the following disciplines or specialty areas, including: Environmental services Architectural services Landscape Architectural services Materials testing Structural Engineering (except for those items spedically described in Section I) E. A complete written description of all pertinent project information and issues, including all unusual or critical requirements of the Client. IV. FEES AND CONDIT1,ONS A. The Services described in Section I, Scope of Services, will be provided on an hourly rate basis with a not-to-exceed limit of $525,895. B. The fees for the Services described in Section 11, Additional Engineering Services, will be provided on an hourly rate basis in accordance with the PBS&J current Standard Rate Schedule. It is understood that the City will consider a rate adjustment in September 2002 for the project if necessary. Subsequent adjustments will be considered in annual increments as required. We appreciate the opportunity of offering this proposal, and we look forward to working with you on this project. Please incorporate this proposal into the Carlsbad Municipal Water District's Professional Service Agreement and forward us two (2) originals for execution. 175 Caile Magdaiena, Encinitas, California 92024 * Phone (760) 753-1 120 a Fax (760) 753-0730 Mr. William E. Plummer March 13, 2002 Page 12 of 12 If you have any questions, please call our project manager, Jim Rasmus. Thank you for the opportunity to provide these services. Respectfully submitted, Post, Buckley, Schuh & Jernigan, Inc. (PBS&J) cuff* Charles A. “Skip” G n, ., P.E. Vice President JRmkac c: Sara Maples, PBS&J file N\991020\26\Contracta\14 WOO2 Cbad Reeyc Piplines. Plummer.da 175 Caile Magdalena, Encinitas, California 92024 * Phone (760) 753-1 120 - Fa (760) 753-0730 Project Name: Recycled Water Pipelines Project ClienffOwner: Carlsbad Municipal Water District Project Manager: Jim Rasrnus Prepared By: Kevin Davis Date Prepared: March 13,2002 Proj/Prop No.: 991020.26 ITEM TOTAL Labor $318.716 Additional Services 8 Outside Services $191.862 Direct Costs $15.317 TOTAL $525,895 (Direct Costs assumed at 3%) ENGlNEERlNGlPROFESSlONAL SERVICES Officer - OFF $175 Senior Program Manager - SPG $165 Project Director - PD $165 Principal Engineer II - PRll $140 Program Manager - PGM $140 Senior Project Manager - SPM $120 Principal Engineer I - PR $133 Senior Project Engineer - SPE $108 Project Manager - PM $1 14 Senior Engineer II - SEI1 $98 Senior Engineer I - SEI $92 Senior Engineer - SE $85 Engineer II - Ell $82 Engineer I - El $7 I Engineering Aide - EA $50 DESIGN B GRAPHICS SERVICES Senior CADD Manager - SCM $105 Senior Designer 111 - SDlll $1 02 Senior Designer II - SDll $93 Senior Designer I - SDI $85 Senior Graphics Designer - SGD $80 Graphics Designer - GD $71 Senior CADD Operator - SCO $71 ADMINISTRATIVE SERVICES Information Systems Manager - ISM $120 Financial Manager - FM $1 10 Senior Administrative Assistant - SAA $66 Senior Secretary II - SSll $62 Project Analyst - PA $54 Administrative Clerk - AC $43 JPNPBSJ PA400-3/01 California Offices in Irvine, Riverside, Encinitas, and San Diego DATE: 3/13/2002 FILE: Carlsbad Recycled Water Pipelines PBSJ fee est1 Revised 3-13-02 with Jan 2002 Rates PBS&J CALIFORNIA ENVIRONMENTAL STANDARD RATE SCHEDULE EFFECTIVE JANUARY 1. 2002 ENGINEERING SERVICES Officer ................................................. $175.00 Senior Program Manager ..................... 165.00 Project Director .................................... 165.00 Program Manager ................................ 140.00 Principal Engineer I ............................. 133.00 Senior Project Manager ....................... 120.00 Project Manager .................................... 114.00 Senior Project Engineer ....................... 108.00 Project Engineer I .................................. 92.00 Senior Engineer ..................................... 85.00 Principal Engineer I1 ........................... 140.00 Project Engineer I1 ................................. 98.00 Engineer I1 ............................................. 82.00 Engineer I ............................................... 71.00 Engineering Aide I1 ................................ 50.00 Engineering Aide I ................................. 43.00 ENVIRONMENTAL SCIENCE Senior Scientist I11 ............................. $130.00 Senior Scientist I1 ................................ 124.00 Senior Scientist I .................................. 116.00 Scientist I11 .......................................... 106.00 Scientist I1 .............................................. 95.00 Assistant Scientist 71.00 Scientist I 85.00 Research Assistant ................................. 50.00 OTHER PROFESSIONAL SERVICES Principal ............................................. $125.00 Senior Professional I1 ........................... 110.00 Senior Professional I .............................. 9 0.00 Professional I1 ........................................ 75.00 Professional I .......................................... 55.00 ............................................... ................................. EXPENSES AND OUTSIDE SERVICES DESIGN & GRAPHIC SERVICES Senior Design Manager ...................... $105.00 Senior Designer I11 ............................... 102.00 Senior Designer I1 .................................. 93.00 Senior Designer I .................................... 8 5.00 Senior Graphics Designer ....................... 80.00 Designer .................................................. 75.00 Graphics Designer .................................. 71.00 Senior CADD Operator ........................... 71.00 CADD Operator I1 .................................. 66.00 CADD Operator I .................................... 6 0.00 CONSTRUCTION RELATED SERVICES Senior Construction Manager ............ $116.00 Construction Manager .......................... 103.00 Senior Project Engineer (Const.) ............ 92.00 Senior Field Representative ................... 86.00 Construction Management Rep . I1 ......... 80.00 Construction Management Rep . I .......... 73.00 ADMINISTRATIVE SERVICES Information Systems Manager ........... $120.00 Financial Manager ............................... 110.00 Senior IS Manager I ............................... 9 0.00 Administrative Manager ........................ 75.00 Senior Administrative Assistant I1 ........ 66.00 Senior Administrative Assistant I ......... 62.00 Project Analyst ...................................... 54.00 Administrative Assistant ....................... 50.00 Administrative Clerk .............................. 43.00 5979 NW 151 Street, Suite 105 FEB 25 Miami Lakes, FL 33014 COMPANIES AFFORDING COVERAGE COMPANY A Continentai Casualty co A xv ENGINEBW hlmmm DEPP.R'-w B Nat'l Union Fire Ins Co A+ + XV ..ll" I Post Buckley Schuh .% Jernigan 1 f ~~;~;;~;~tItY Co A XV Inc. d/b/a Powell/PBS&J COMPANY 2001 NW 107 Avenue Miami FL 33172 A- XV COMPNY LE% TYPKOFMSURANCE RI nwms a CONTFACT'S PROT SCamuLED AUTOS SCamuLED AUTOS WORKERS' COMPENSATION KMPWYEX'S WILITY Professional1 Pollution Liab Claims-Made Form RE: All Operations SEE ATTACHED ESCRIITION OF OPERATIONSILOCATIONS GL247843206 BUA247843223 BE8718931 WC247843268 P42399 OCLESmEaN 1"s nn 9/30/01 9/30/01 9/30101 9/30/99 PERS. h ADV. 1000000 9/30/02 COMBINE0 SINGLE I 1000000 I LIMIT 9/30/02 $1,000,000 limits ea clam/annual agg 1635 Faraday Drive Carlsbad. CA 92006 AUllIORIZEDRE To: Donna Harvey @ City of Carlsbad - 760-602-8562 CC: Meade Collinsworth; Deborah Shimel From: EriM Collinsworth Date: 2/14/02 Re: Post Buckley Schuh & Jernigan, Inc. d/b/a Powell / PBS&J Donna, As requested, please attach this letter to the Certificate of Insurance issued on 2/7/02, and accept this letter as confirmation the following insurers provide coverage for the captioned insured: Company A: Continental Casualty Company (CNA Company) Company B: National Union Fire Insurance Company of Pittsburgh, PA (AIG company) Company C: American Casualty Company of Reading, PA (CNA Company) Company D: Lloyds of London - is an excess & surplus lines carrier. We have requested their assistance in defining their filing status with the State of California. They do have an AM Best Rating (International Version). Once we receive documentation for Lloyds we will forward. Thank you, and please let me know if we can be of further assistance. /eec 1 NAMED INSURED: Post, Buckley, Suhuh & Jernigan, Inc. d/b/a Powell PBS&J CERTIFICATE HOLDER: City of Carlsbad, it’s Officials, Employees, and Volunteers. City of Carlsbad ,it‘s Officials, Employees, and Volunteers are named additional insured on the general liablity, excluding professional services. Insurance evidenced by this certificate shall be primary. and/or materia; reduction of coverage/limits. Issuing companies will provide 30 days of cancellation, non-renewal General Liability contains waiver of subrogation in favor of City of Carlsbad, it’s officials, employees, and volunteers. POLICY NUMBER #GL247843206 Post, Buckley Schuh & Jernigan, Inc dba Powell/PBS&J THIS ENDORSEMENT CHANGES THE PC COMMERCIAL GENERAL LIABILITY )LICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: The City of Carlsbad, it’s Officials, Empolyees, and Volunteers 1200 Carlsbad Village Drive Carlsbad, CA 92006 (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) WHO IS AN INSURED (Section 11) is amended to include as an insured the person or organization shown in the Schedule, but only with respects to liability arising out of “your work for that insured by or for you. All Operation CG20 IO 11-85 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER RIGHTS OF RECOVER AGAINST OTHERS THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL. LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVIE LIABILITY COVERAGE PART SCHEDULE NAME OF PERSON OR ORGANIZATION AGREE IN WRITING TO WAIVE YOUR NGHT TO “ANY PERSON OR ORGANIZATION WITH WHOM YOU THIS WAIVER PRIOR TO THE DATE OF LOSS.” RECOVER AGAINST THEM. YOU MUST AGREE TO City of Carlsbad, it‘s Officials, Employees and Volunteers Carlsbad. CA 92006 1200 Carlsbad Village Drive (IF NO ENTRY APPEARS ABOVE, WORMATION REQUIRED TO COMPLETE THIS ENDORSEMENT WILL BE SHOWN IN THE DECLARATIONS AS APPLICABLE TO THIS ENDORSEMENT.) WE WANE ANY RIGHT OF RECOVERY WE MAY HAVE AGAINT THE PERSON OR ORGANIZATION SHOWN IN THE SCHEDULE BECAUSE OF PAYMENTS WE MAKE FOR INJURY OR DAMAGE ARISING OUT OF “WORK” DONE UNDER A CONTRACT WITH THAT PERSON OR ORGANIZATION. THE WANER APPLIES ONLY TO THE PERSON OR ORGANIZATION SHOWN IN THE SCHEDULE. All Operation This endorsement is part of your policv and takes effect on the effective date of vour oolicv. unless another effective date is shown below. I I Must Be Completed Complete Only When This Endorsement Is Not Prepared With the Policy Or Is Not to be Effective with the Policy I ENDT. NO. ISSUED TO: EFFECTIVE DATE OF POLICY NO. GL247843206 Post, Buckley, Schuh & Jernigan, Inc. THIS ENDORSEMENT dba Powell/PBS&J CNA For All The Commitments You Make Countersigned by Authorized Representative EACL39GICO G-39543A THIS ENbORSEMENT CHANGES THE POLICY PLEASE READ IT CAREFULLY AMENDATORY ENDORSEMENT - ADDITIONAL INSURED THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED.UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE PART IT IS AGREED THAT THE INSURANCE AFFORDED TO THE ADDITIONAL INSURED IS PRIMARY INSURANCE. IF, HOWEVER, THE ADDITIONAL INSURED HAS OTHER INSURANCE WHICH IS APPLICABLE TO THE LOSS, THE SAID OTHER INSURANCE IS EXCESS OVER ANY OTHER VALID AND COLLECTIBLE INSURANCE PROVIDING COVERAGE. THE COMPANY'S LIMITS OF LIABILITY UNDER THIS POLICY SHALL NOT BE REDUCED BY THE EXISTENCE OF SUCH OTHER INSURANCE. City of Carlsbad, it's Officials, Employees, and Volunteers 1200 Carlsbad Village Drive Carlsbad. Ca 92006 This endorsement is part of your policy and takes effect on the effective date of your policy, unless another effective date is shown below. Must Be Completed Complete Only When This Endorsement Is Not Prepared With the Policy Or Is Not to be Effective with the Policy 1 ENDT. NO. ISSUED TO POLICY NO. THIS ENDORSEMENT EFFECTIVE DATE OF GL247843206 dba Powell I PBS&J Post, Buckley, Schuh & Jernigan, Inc. CNA For All The Commitments You Make Countersigned by Authorized Representative G-39543A NRJMZSGCO