Loading...
HomeMy WebLinkAbout2003-04-01; Municipal Water District; 548; Design of Water Recycling FacilityQ s Q c1 a a z 0 F= 0 a n a m .. p! 0 I CARLSBAD MUNICIPAL WATER DISTRICT - AGENDA BILL & LB# 548 DEPT. HD. - TITLE: APPROVAL OF AMENDMENT NO. 4 TO ENGINEERING SERVICES AGREEMENT WITH PBS&J FOR ITG. 4/1/2003 CITY MGR.= WATER RECLAMATION PROGRAM, PHASE II PROJECT, )EPT. ENG CITY DESIGN OF CARLSBAD WATER RECYCLING FACILITY (CWRF) TO D-TANK PIPELINES FOR THE ENCINA BASIN PROJECT NO. 3887 RECOMMENDED ACTION: Adopt Resolution No. 1179 to approve Amendment No. 4 to the Engineering Services Agreement with PBS&J for design of Carlsbad Water Recycling Facility (CWRF) to D-Tank Pipelines for the Encina Basin Water Reclamation Program, Phase II Project, Project No. 3887. ITEM EXPLANATION: The Board adopted Resolution No. 11 46 on March 26, 2002, approving the selection of PBS&J to provide final engineering design services for the Carlsbad Water Recycling Facility to D-Tank Pipelines for the Encina Basin Water Reclamation Program. The original scope of work consisted of the preparation of engineering plans, specifications and cost estimates for a transmission pipeline extending from the Carlsbad Water Recycling Facility located at Avenida Encinas to the intersection of Poinsettia Lane and Avaria Parkway, various distribution pipelines, and a pressure reducing station located at Avenida Encinas. During design, staff has identified three additional reaches for inclusion in the Phase II Program. These reaches are adjacent to the original alignment and it would be cost effective to add them to the current design contract. In addition to the distribution pipelines, Amendment No. 4 will also include additional design effort to link the pressure reducing station to the recycled water supervisory control and data acquisition system and provide engineering support during the bid phase of this project. Staff has requested a proposal from PBS&J for the additional work and has negotiated a fee schedule with PBS&J. 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 Amendment No. 4 is $108,053. The total cost for the agreement, including Amendment No. 4, is $666,760. Additional Pipeline Segments Pressure Reducing Valve $1 0,670 $93,383 There are sufficient recycled water funds available from existing appropriations for this amendment to the agreement. f Page 2 of Agenda Bill No. 548 EXHIBITS: 1. Location Map. 2. Resolution No. 1179 of the Carlsbad Municipal Water District to approve execution of Amendment No. 4 to an Engineering Services Agreement with PBS&J for design of Carlsbad Water Recycling Facility (CWRF) to D-Tank Pipelines for the Encina Basin Water Reclamation Program, Phase I1 Project, Project No. 3887. 3. Amendment No. 4 to the Engineering Services Agreement with PBS&J for design of Carlsbad Water Recycling Facility (CWRF) to D-Tank Pipelines for the Encina Basin Water Reclamation Program, Phase II Project, Project No. 3887. 1 2 3 4 5 6 7 a 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION NO. 1179 A RESOLUTION OF THE BOARD OF DIRECTORS OF CARLSBAD MUNICIPAL WATER DISTRICT (CMWD) TO APPROVE EXECUTION OF AMENDMENT NO. 4 TO ENGINEERING SERVICES AGREEMENT WITH PBS&J FOR DESIGN OF CARLSBAD WATER RECYCLING FACILITY WATER RECLAMATION PROGRAM, PHASE II PROJECT, PROJECT NO. 3887. (CWRF) TO D-TANK PIPELINES FOR THE ENCINA BASIN WHEREAS, the Board of Directors of the Carlsbad Municipal Water District has determined it necessary, desirable, and in the public interest to approve and accept Amendment No. 4 to Amend the Agreement with PBS&J for professional engineering services for design of Carlsbad Water Recycling Facility to D-Tank Pipelines for the Encina Basin Water Reclamation Program, Phase II Project, Project No. 3887; and WHEREAS, the contractor, PBS&J, has been working diligently on the project since March 2002; and WHEREAS, staff has identified additional recycled water customers that can be cost effectively served with additional segments of pipeline; and WHEREAS the contractor, PBS&J, possesses the necessary skills and qualifications to provide the design of the additional pipeline segments; and WHEREAS, approval of Amendment No. 4 to Amend the Agreement with PBS&J, has been prepared and submitted hereto. NOW, THEREFORE, BE IT RESOLVED by the Board of Directors of Carlsbad Municipal Water District (CMWD) of the City of Carlsbad, California, as follows: 1. That the above recitations are true and correct. 2. That the proposal by PBS&J, in the amount of $108,053 for Amendment No. 4 is accepted Ill Ill Ill Ill Ill and approved. 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 3. That the President of the Carlsbad Municipal Water District is authorized and directed to execute Amendment No. 4 between PBS&J and the Carlsbad Municipal Water District for Engineering Design Services for design of Carlsbad Water Recycling Facility (CWRF) to D-Tank Pipelines for the Encina Basin Water Reclamation Program, Phase II Project. PASSED, APPROVED AND ADOPTED at a special meeting of the Carlsbad Municipal Water District held on the 1st day of APRIL ,2003 by the following vote, to wit: AYES: Board Members Lewis, Finnila, Kulchin, Hall, Packard NOES: None (SEAL) Page 2 of 2 of Resolution No. 1179 AMENDMENT NO. 4 TO AGREEMENT FOR ENGINEERING DESIGN SERVICES FOR PIPELINES INCLUDED IN THE ENCINA BASIN WATER RECLAMATION PROGRAM, (POST, BUCKLEY, SCHUH & JERNIGAN, INC.) This Amendment No. 4 is entered into and effective as of the 2 /z/d day of (theTteement") by and between the 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, referred to as ('ICMWDI'), and Post, Buckley, Schuh & Jernigan, Inc., a Florida corporation ("Contractor") (collectively, the "Parties") for engineering design services related to performing additional design services that include additional distribution pipelines, additional effort for the pressure reducing station, and bid phase support. PHASE II PROJECT, PROJECT NO. 3675-2 1C 2002_, amending the agreement dated March 29, 2002 RECITALS A. On June 14, 2002, the Parties executed Amendment No. 1 to the Agreement to perform a separate submittal track for the reach of pipeline along Avenida Encinas from Poinsettia Lane to Embarcadero Lane; and B. On November 22, 2002, the Parties executed Amendment No. 2 to the Agreement to alter the scope of work to perform additional design services that include cathodic protection and an AC overlay; and C. On March 20,2003, the Parties executed Amendment No. 3 to extend the Agreement one (1) year; and D. The Parties desire to alter the Agreement's scope of work to perform additional design services that include additional distribution pipeline design, pressure reducing station telemetry design, and bid support; and E. The Parties have negotiated and agreed to a supplemental scope of work and fee schedule, which is attached to and incorporated by this reference as Exhibit "A", Scope of Services and Fee. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, CMWD and Contractor agree as follows: 1. In addition to those services contained in the Agreement, as may have been amended from time to time, Contractor will provide those services described in Exhibit "A". services described in Exhibit "A" on a time and materials basis not-to-exceed one hundred eight thousand fifty three dollars ($108,053). Contractor will provide CMWD, on a monthly basis, copies of invoices sufficiently detailed to include hours performed, hourly rates, and related activities and costs for approval by CMWD. 2. CMWD will pay Contractor for all work associated with those . General Counsel Approved Version #07.05.01 1 3. Contractor will complete all work described in Exhibit “A” by 4. All other provisions of the Agreement, as may have been amended March 27,2004. from time to time, will remain in full force and effect. pursuant to the Agreement, as may have been amended from time to time, will include coverage for this Amendment. 6. The individuals executing this Amendment 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 Amendment. 5. All requisite insurance policies to be maintained by Contractor CONTRACTOR CARLSBAD MUNICIPAL WATER POST, BUCKLEY, SCHUH & organized under the Municipal Water JERNIGAN, INC:, a Florida corporation DISTRICT, a Public Agency Jok y @ (sign here) (print namehitte) designee &&x, SBNtdA w? **By: ATTEST: (sign here) (print namehitle) Secretary If required by CMWD, proper notarial acknowledgment of execution by contractor must be attached. If a CorDoration, Agreement must be signed by one corporate officer from each of the following two groups. *Group A. Chairman, President, or Vice-president **Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer@) signing to bind the corporation. APPROVED AS TO FORM: RONALD R. BALL, General Counsel General Counsel Approved Version #07.05.01 2 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California personally appeared 3h * m. oi;rv(~ . Name(s) of \ Sgner(s) ersonally known to me evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by hidheritheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Place Notary Seal Above Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer@) Other Than Named Above: Capacity(ies) Claimed by Signer 0 Individual 0 Corporate Officer - Title(s): Partner - Limited 0 General 0 Attorney in Fact 0 Guardian or Conservator Signer Is Representing: 0 1999 National Notary /\ssociation * 9350 De Solo Ave.. P.O. Box 2402 - Chatworth. CA 91313-24M wwur.PaIionalmtatY.org Prod. No. 5907 Reorder: Call Tall-Free 1-800-876-6827 LlMITS SgOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ____ 9130102 GL247843206 iA I; BUA247843223 9130102 BODILY INJURY " BODILY IHNaY (R. ddmt) PROPERTY DAMAGE BE2131608 9l30102 9130102 C WORKERS' COMPENSATION AND EM?LOYER'S LIABILITY D OT~~ER Professional1 Pollution Liab Claims-Made Form RE: All Operations SEE ATTACHED DESCIUPTION OF WERATIONWLOCATIOCI5SK€'ECIAL ITFMS DISEASE-EACE EMP. 1000000 $1,000,000 limits ea claimlannual agg 9130102 P42302 1 NAMED INSURED: Post, Buckley, Suhuh & Jernigan, Inc. d/b/a Powell PBS&J 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. Issuing companies will 'provide 30 days of cancellation, non-renewal and/or materia; reduction of coverage/limits. ?era1 Liability contains waiver of subrogation in favor of City of c-ilsbad, it ' s officials, employees , and volunteers. 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 & Jernigan, 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 8.2001 ' Richaid M. Grubel, Secretary 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 20,2001 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 & Jernigan, 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 8.2001 I RichGd M. Grubel, Secretary