Loading...
HomeMy WebLinkAbout09 - C-3394 - Dover Drive Water Main Replacement & Street RehabFebruary 13, 2001 CITY COUNCIL AGENDA ITEM NO. 9 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: PROFESSIONAL SERVICES AGREEMENT FOR DESIGN OF THE DOVER DRIVE 36 -INCH ZONE Il WATER MAIN REPLACEMENT AND STREET REHABILITATION FROM CLIFF DRIVE TO WEST COAST HIGHWAY - CONTRACT NO. 3394 RECOMMENDATION: Authorize the Mayor and City Clerk to execute a Professional Services Agreement with AKM Consulting Engineers (AKM) for $64,278, to prepare plans and specifications for the construction of 1,500 feet of 36 -inch and 24 -inch water transmission main in Dover Drive and the street rehabilitation from Cliff Drive to West Coast Highway. The City's Water Master Plan recommends the replacement of aging transmission mains. The October 25, 2000 break in the 30 -inch gunited steel transmission main on Dover Drive between Cliff Drive and West Coast Highway provided an opportunity to inspect the condition of the line. A failed seam weld caused the break. The main was installed in 1928 and it is probable that this type of failure may occur again if the main is not replaced. About 200 feet south of the October break, a 6 -inch blow -off line connected to the 24 -inch mortar lined cement coated steel pipe failed in January, again closing Dover Drive. During this repair, the 24 -inch line was identified in need of replacement due to corrosion in locations where the coating has deteriorated. The 24 -inch was installed in the late 1950's. In addition to the water transmission main replacements, the rehabilitation of Dover Drive between Cliff Drive and West Coast Highway is a budgeted Capital Improvement project and will be constructed as part of this contract. The recently completed pavement report identifies the need for a pavement overlay and reconstruction at the approach to Coast Highway. SCOPE OF SERVICES: AKM will prepare the project plans and specifications for the installation of new 36 -inch and 24- inch water transmission main and for the street rehabilitation of Dover Drive. They will evaluate several pipeline alignments to consider traffic impacts during construction and future operation and maintenance needs. Final design services will include preparation of construction drawings detailing all connections, pipeline appurtenances, traffic control plans, preparation of detailed written special provisions, bid documents, quantity estimates, and an overall cost estimate. The project schedule is aggressive, calling for completion of the plans and specifications within two months. The schedule was chosen to allow for the replacement of the aged water main and so that construction takes place this summer which will minimize the traffic impacts on the school traffic. Attached for Council consideration is the draft professional services agreement, which includes a detailed scope of work for the project. SUBJECT: PROFESSIONAL SERVICES AGREEMENT FOR DESIGN OF THE DOVER DRIVE 36 -INCH ZONE It WATER MAIN REPLACEMENT AND STREET REHABILITATION FROM CLIFF DRIVE TO WEST COAST HIGHWAY - CONTRACT NO. 3394 February 13, 2001 Page 2 SELECTION PROCESS: Staff implemented a "qualifications -based selection" process for the necessary professional design services. Based on the statements of qualifications on file from the consulting firms, staff requested proposals from three firms with reputations for providing the services required to complete such a design effort. A written "Request For Proposals" did this. A selection committee comprised of the Utilities Manager, Utilities Engineer, and the City Engineer reviewed the written proposals. AKM was invited to an oral interview. The criteria used to evaluate the qualifications of the five engineering firms were: 1. Related Project Experience 2. Project Staff Assigned 3. Grasp of the Project Requirements 4. Approach to Project Management 5. Proposed Project Schedule 6. Interview The selection committee chose AKM Consulting Engineers as the most qualified firm to perform the required professional services based on the above listed criteria and their demonstrated abilities on similar projects in the past. AKM Consulting Engineers have a team of technical professionals with extensive experience in designing pipeline projects in Southern California. The selection committee believes the consultant's team will provide a high - quality, cost - effective, and timely project design. A fee of $64,278 has been negotiated with AKM Consulting Engineers to perform the required services. RECOMMENDATION AND FUNDING The current Capital Project Account No. 7501- C5500386 for the Master Plan Water Tranmsision Mains has sufficient funds to cover the design and construction expenses for the transmission main design of $43,284. Gas Tax Account No. 7181- C5100581 from Gas Tax Fund will be utilized to complete the $20,994 street design. Staff recommends approval of the professional services agreement to prepare the preliminary design study, plans, and specifications for the project. Res cffully submitted PUBL WORKS DEPARTMENT Don Webb, Director By: hael J. Sinacori, P.E. Utilities Engineer Attachments: Exhibit "A" Project Location Map Draft Professional Service Agreement . //. CUFF DRIVE Zyo aY YL s m�� 0 - --- M2 - -_Ai,� l� I� I� it it 11 \t o I6' DOVER DRIVE PRESSURE REDUCING STATION PROPOSED 30 -INCH TRANSMISSION MAIN TRACT 1128 a Q Y / eA �+—, WEST COAST HIGHWAY �.� L�-- �- OII 9I I I { I CD - - -• --- i - -- CRESTVIEW DRIVE���- I•�III m / I ° DOVER DRIVE 30 -INCH WATER TRANSMISSION MAIN a m r_ 0 ti w z CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT DRAWN, ACAS'TANON DATE. JANUARY 9.2M EXHIBIT A DRAFT PROFESSIONAL SERVICES AGREEMENT WITH AKM CONSULTING ENGINEERS FOR DOVER DRIVE 36 -INCH ZONE II WATER MAIN REPLACEMENT AND DOVER DRIVE STREET REHABILITATION FROM CLIFF DRIVE TO WEST COAST HIGHWAY THIS AGREEMENT, entered into this day of , 2001, by and between the City of Newport Beach , a Municipal Corporation (hereinafter referred to as "City "), and AKM Consulting Engineers, whose address is 101 Pacifica, Suite 150, Irvine, California, 92618, (hereinafter referred to as "Consultant'), is made with reference to the following: RECITALS A. City is a Municipal Corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is planning for the replacement of the Zone II 30 -inch and 24 -inch water mains and for the pavement rehabilitation on Dover Drive between Cliff Drive and West Pacific Coast Highway ('Project'). C. City desires to engage Consultant to provide professional engineering services for the Dover Drive 36 -Inch Zone Water Main Replacement and the Dover Drive Street Rehabilitation from Cliff Drive to West Coast Highway upon the terms and conditions contained in this Agreement. -1- u D. The principal members of Consultant are for purpose of Project are Mr. Zeki Kayiran and Mr. John Loague. E. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and desires to contract with Consultant under the terms and conditions provided in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the _ day of , 2001, and shall terminate on the , day of , 2001, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the duties set forth in the scope of services, attached hereto as Exhibit "A" and incorporated herein by reference. 3. COMPENSATION TO CONSULTANT City shall pay Consultant for the services in accordance with the provisions of this Section and the scheduled billing rates set forth in Exhibits "B" and "C" attached hereto and incorporated herein by reference. No rate changes shall be made during the term of this Agreement without prior written approval of City. Consultant's compensation for all work performed in accordance with this Agreement shall not exceed the total contract price of sixty four thousand two hundred seventy eight and 00/100 Dollars ($64,278). -2- 3.1 Consultant shall maintain accounting records of its billings which includes the name of the employee, type of work performed, times and dates of all work which is billed on an hourly basis and all approved incidental expenses including reproductions, computer printing, postage and mileage. 3.2 Consultant shall submit monthly invoices to City payable by City within thirty (30) days of receipt of invoice subject to the approval of City. 3.3 Consultant shall not receive any compensation for extra work without prior written authorization of City. Any authorized compensation shall be paid in accordance with the schedule of the billing rates as set forth in Exhibits "B" and Exhibit "C ". 3.4 City shall reimburse Consultant only for those costs or expenses, which have been specifically approved in this Agreement, or specifically approved in advance by City. Such cost shall be limited and shall include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services which Consultant agrees to render pursuant to this Agreement which have been approved in advance by City and awarded in accordance with the terms and conditions of this Agreement. B. Approved computer data processing and reproduction charges. C. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. -3- 4. STANDARD OF CARE 4.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement and that it will perform all services in a manner commensurate with the community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by the City nor have any contractual relationship with City. Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications and approvals required of its profession. Consultant further represents and warrants that it shall keep in effect all such licenses, permits and other approvals during the term of this Agreement. 4.2 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies, or any other delays beyond Consultant's control or without Consultant's fault. 4.3 The term Construction Management or Construction Manager does not imply that Consultant is engaged in any aspect of the physical work of construction contracting. Consultant shall not have control over or charge of, and shall not be responsible for Project's design, Project's contractor (hereinafter referred to as "Contractor"), construction means, methods, techniques, sequences or procedures, or for me any health or safety precautions and programs in connection the work. These duties are and shall remain the sole responsibility of the Contractor. Consultant shall not be responsible for the Contractors schedules or failure to carry out the work in accordance with the contract documents. Consultant shall not have control over or charge of acts or omissions of City, Design Engineer, Contractor, Subcontractors, or their Agents or employees, or of any other persons performing portions of the work. 5. INDEPENDENT PARTIES City retains Consultant on an independent contractor basis and Consultant is not an employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute Consultant or any of Consultant's employees or agents to be the agents or employees of City. Consultant shall have the responsibility for and control over the details in means of performing the work provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement which may appear to give City the right to direct Consultant as to the details of the performance of the services or to exercise a measure of control over Consultant shall mean that Consultant shall follow the desires of City only in the results of the services. 6. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator, and any other agencies, which may have jurisdiction or interest in the work to be performed. City agrees to cooperate with Consultant on Project. -5- 7. PROJECT MANAGER Consultant shall assign Project to a Project Manager, who shall coordinate all phases of Project. This Project Manager shall be available to City at all reasonable times during term of Project. Consultant has designated John Loague to be the Project Manager. Consultant shall not bill any personnel to Project other than those personnel identified in Exhibit "B ", whether or not considered to be key personnel, without City's prior written approval by name and specific hourly billing rate. Consultant shall not remove or reassign any personnel designated in this Section or assign any new or replacement person to Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from Project any of its personnel assigned to the performance of services upon written request of City. Consultant warrants it will continuously furnish the necessary personnel to complete Project on a timely basis as contemplated by this Agreement. 8. TIME OF PERFORMANCE Time is of the essence in the performance of the services under this Agreement. The failure by Consultant to strictly adhere to the schedule provided in the proposal may result in termination of this Agreement by City. Notwithstanding the foregoing, Consultant shall not be responsible for delays, which are due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 51 9. CITY POLICY Consultant will discuss and review all matters relating to policy and project direction with the Project Administrator in advance of all critical decision points in order to ensure that Project proceeds in a manner consistent with City goals and policies. 10. CONFORMANCE TO APPLICABLE REQUIREMENT All work prepared by Consultant shall conform to applicable city, county, state and federal law, regulations and permit requirements and be subject to approval of the Project Administrator and City Council. 11. PROGRESS Consultant is responsible to keep the Project Administrator and /or his /her duly authorized designee informed on a regular basis regarding the status and progress of the work, activities performed and planned, and any meetings that have been scheduled or are desired. 12. HOLD HARMLESS Consultant shall indemnify, defend, save and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all negligent acts or omissions of Consultant, its employees, agents or subcontractors in the performance of services or worts conducted or performed pursuant to this Agreement, excepting only the active negligence or willful misconduct of City, its officers or employees, and shall include attorneys' fees and all other costs incurred in defending any such claim. Nothing in this -7- indemnity shall be construed as authorizing, any award of attorneys' fees in any action on or to enforce the terms of this Agreement. 13. INSURANCE Without limiting consultant's indemnification of City, and prior to commencement of work, Consultant shall obtain and provide and maintain at its own expense during the term of this Agreement policy or policies of liability insurance of the type and amounts described below and satisfactory to City. Certification of all required policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with City prior to exercising any right or performing any work pursuant to this Agreement. Except workers compensation and errors and omissions, all insurance policies shall add City, its elected officials, officers, agents, representatives and employees as additional insured for all liability arising from Consultant's services as described herein. Insurance policies with original endorsements indemnifying Project for the following coverages shall be issued by companies admitted to do business in the State of Califomia and assigned Best's A- VII or better rating: A. Worker's compensation insurance covering all employees and principals of Consultant, per the laws of the State of Califomia. B. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of $1 million combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial general liability insurance or other form with a general aggregate is used, either the general aggregate shall M apply separately to this Project, or the general aggregate limit shall be twice the occurrence limit. C. Commercial auto liability and property insurance covering any owned and rented vehicles of Consultant in a minimum amount of $1 million combined single limit per accident for bodily injury and property damage. D. Professional errors and omissions insurance, which covers the services to be performed in connection with this Agreement in the minimum amount of One Million Dollars ($1,000,000). Said policy or policies shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days' prior notice has been given in writing to City. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of Consultant's operation hereunder. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. Consultant agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Consultant or City with respect to the services of Consultant herein, a waiver of any right of subrogation which any such insurer of said Consultant may acquire against City by virtue of the payment of any loss under such insurance. 14. PROHIBITION AGAINST TRANSFERS Consultant shall not assign, sublease, hypothecate or transfer this Agreement or In any of the services to be performed under this Agreement, directly or indirectly, by operation of law or otherwise without prior written consent of City. Any attempt to do so without consent of City shall be null and void. The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or co- tenant if Consultant is a partnership or joint- venture or syndicate or co- tenancy, which shall result in changing the control of Consultant, shall be construed as an assignment of this Agreement. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership orjoint- venture. 15. OWNERSHIP OF DOCUMENTS Each and every report, draft, work product, map, record and other document reproduced, prepared or caused to be prepared by Consultant pursuant to or in connection with this Agreement shall be the exclusive property of City. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed documents for other projects and any use of incomplete documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived as against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. -10- Consultant shall, at such time and in such forms as City may require, furnish reports concerning the status of services required under this Agreement. 16. CONFIDENTIALITY The information, which results from the services in this Agreement, is to be kept confidential unless the release of information is authorized by City. 17. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of his responsibilities under this Agreement, City agrees to provide the following: A. City will provide access to and upon request of Consultant, provide one copy of all existing record information on file at City. Consultant shall be entitled to rely upon the accuracy of data information provided by City or others without independent review or evaluation. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. Provide blueprinting, CADD plotting, copying and other services through City's reproduction company for each of the required submittals. Consultant will be required to coordinate the required submittals with City's reproduction company. All other reproduction will be the responsibility of Consultant and as defined above. 18. ADMINISTRATION This Agreement will be administered by the Public Works Department. Michael J. Sinacori, P.E., shall be considered the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her authorized -11- representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 19. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business hours to examine, audit and make transcripts or copies of such records. Consultant shall 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. 20. WITHHOLDINGS City may withhold payment of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work for a period of thirty (30) days from the date of withholding as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of seven percent (7 %) per annum from the date of withholding of any amounts found to have been improperly withheld. 21. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than would have -12- resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or a restoration expense shall be borne by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other consultants in connection with Project. 23. CONFLICTS OF INTEREST A. Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. B. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. 24. SUBCONSULTANT AND ASSIGNMENT Except as specifically authorized under this Agreement, the services included in this Agreement shall not be assigned, transferred, contracted or subcontracted without prior written approval of City. -13- 25. NOTICES All notices, demands, requests or approvals to be given under this Agreement shall be given in writing and conclusively shall be deemed served when delivered personally or on the third business day after the deposit thereof in the United States mail, postage prepaid, first class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: City of Newport Beach, Attention Michael J. Sinacod 3300 Newport Boulevard P. O. Box 1768 Newport Beach, CA, 92658 -8915 (949) 644 -3311 Fax (949) 644 -3318 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attention: John Loague AKM Consulting Engineers 101 Pacifica, Suite 100 Irvine, California 92618 (949) 753 -7333 Fax (949) 753 -7320. 26. TERMINATION In the event either part hereto fails or refuses to perform any of the provisions hereof at the time and in the manner required hereunder, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) days, or if more than two (2) days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) days after receipt by defaulting party from the other party of written notice of default, -14- specifying the nature of such default and the steps necessary to cure such default, the nondefaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 26.1 City shall have the option, at its sole discretion and without cause, of terminating this Agreement by giving seven (7) days' prior written notice to Consultant as provided herein. Upon termination of this Agreement, City shall pay to Consultant that portion of compensation specified in this Agreement that is earned and unpaid prior to the effective date of termination. 27. COMPLIANCES Consultant shall comply with all laws, state or federal and all ordinances, rules and regulations enacted or issued by City. 28. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein whether of the same or a different character. 29. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto; and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Consultant. -15- 30. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his /her judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. 31. COMPUTER DELIVERABLES CADD data delivered to City shall include the professional stamp of the engineer or architect in responsible charge of the work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All drawings shall be transmitted to the City in Auto Cad version 14 in ".dwg" file format. All written documents shall be transmitted to the City in Microsoft Word 97 and Microsoft Excel 97 and be consistent with Microsoft Office 97. -16- IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: By: City Attorney ATTEST: By: LaVonne Harkless City Clerk CITY OF NEWPORT BEACH A Municipal Corporation Mayor City of Newport Beach AKM CONSULTING ENGINEERS By: f: \users\pbw\shared\agreements \fy 00-01\akmdover drive zone ii water main.doc -17- a) Exhibit A SECTION F - Scope of Work WATERLINE DESIGN Kick -Off Meeting AKM will schedule a kick -off meeting with the City of Newport Beach. The purpose of the meeting will be to introduce the project team, review key project issues, collect information and review potential alignments for the pipeline. AKM retains utility information and topography from our work on the City's groundwater development Project Reach 4 Phase II. This information will be used to develop potential alignments prior to the meeting for discussion. An important goal of the meeting will be to obtain concurrence on a pipeline alignment for development of the 50 percent submittal. AKM will prepare and distribute minutes to document the disclosing of the meeting. 2. Proiect Meeting The AKM team will meet with the city staff after the 50 percent and 100 percent submittals to review comments and discuss project issues. AKM will prepare an agenda and update the project schedule prior to each meeting. AKM will prepare minutes of the meeting events and distribute them to all attendees. 3. Research AKM will research and obtain record data from the City, utility companies and any other agency with existing or proposed facilities or jurisdiction in the project area. We will coordinate with those agencies to verify the horizontal and vertical locations of existing and proposed parallel and intersecting facilities. Field reviews will be conducted to verify record data. Discrepancies with the record drawings will be identified and coordinated. If the location of a facility cannot be accurately determined, a request will be made to the agency to mark it in the field. 4. Geotechnical Investigation A geotechnical investigation will be conducted as necessary by the City of Newport Beach. 5. Field Surveys AKM will authorize field surveys for the purpose of creating a base map for the work. The survey will include 1 -foot interval contours and spot elevations, as well as street culture. The work will be conducted by Huitt- Zollars under the direction of Mr. Jim Garvin. 6. Corrosion Study AKM will request a soil sample from the project area from the City and will have that sample analyzed for corrositivity. AKM will formulate recommendations and present them to the City. CITY OF NEWPORT BEACH F-1 Dover Dr. 36^ Zone ll Water Main Replacement & Dover Dr. Street Rehabilitation - CliH Drive to West Coast Hwy AKM AKM Proposal No. 01 -2249 Scope of Work 7. Proiect Design Based on our investigation and research, AKM will prepare construction drawings and contract specifications in the City's format. They will include the City s Standard specifications, contract documents, detailed construction plans, technical specifications, and an itemized cost estimate of the proposed work. The construction drawings will include: Title sheet, location drawing map, vicinity map, and signature blocks applicable to the project (1 drawing): General notes sheets with appropriate general excavation, shoring and miscellaneous notes and symbols and abbreviations (1 drawing); Plan and profile drawings (20- scale) for the installation of the water main, temporary water (if required), hydrants, valves, appurtenances and utility lines, and related details (5 drawings); Applicable steel pipe, corrosion, trench, pipe appurtenances, and connection details (3 drawings); Total Drawings: 10 Drawings Plan and profile drawings will be prepared at 1 " -20' horizontal scale and 1 " =4' vertical scale. All sheets shall be prepared under the direction of a California Registered Civil Engineer. Each sheet shall include but not be limited to the following plan information: plan scale; centerline pipe stationing at beginning or end of curves and at appurtenance locations; bearing and distance on pipeline tangent; street centerlines; horizontal curve tables; coordinates for all horizontal angle points; typical street cross sections; concrete curb and gutter alignment on both sides of road; right -of -way lines and easement boundaries; detail references; utility locations; north arrow and construction notes. All information on the plans relating to existing street and other improvements shall be field verified by AKM to ensure accuracy. Pipeline profile information shall include, but not be limited to, the following information: pipeline slopes and inverts; centerline stationing of grade breaks; pipeline diameter and materials; grade over centerline of pipe; and appurtenance locations. Details will be developed for all connections, corrosion protection and monitoring, and pipe appurtenances. Where possible, the City standards will be utilized. Not included in our proposal are vaults or other structures which may be desired for the installation of valves or other pipeline related elements. Specifications delineating project defined issues and technical requirements will be prepared. The special provisions will describe special design and coordination features of the project as well as provide requirements for materials, equipment, installation and workmanship. A bid schedule will also be prepared, which will be broken out into sufficiently CITY OF NEWPORT BEACH F -2 Dover Dr. 36" Zone 11 Water Main Replacement & Dover Dr. Street Rehabilitation - Cliff Drive to West Coast Hwy AKM Proposal No. 01 -2249 = Scope of Work detailed tasks to assist in evaluating the bids. City furnished contract, insurance and standard specification documents will be included to complete the specification package. Detailed construction cost estimates will be developed for each plan submittal to the City. The estimates will incorporate price quotes from vendors, and will reflect the most recent trends in construction pricing. 8. Traffic Control Plans Subsequent to acceptance of the 50 percent pipeline drawings by the City, traffic control plans will be prepared. The drawings will include project phasing as dictated by the City of Newport Beach. The work will be conducted by Traffic Control Engineering, Inc. under the direction of Mr. David Kuan. It is anticipated that Caltrans approval will be required for the traffic control work. It is our understanding that processing of plans through Caltrans and obtaining a Caltrans permit will be completed by the City. 9. Deliverables We will prepare contract documents including bid proposals, specifications, special provisions and final engineer's construction cost estimate in the latest version of MS Word. All drawings will be provided in AutoCADD Release 2000 format upon completion of the project. We will also provide the City complete ink on mylar plans, on the City's approved standard size sheets, with the City's standard title block format. During the Design Phase, AKM will submit to the City, the following for review, comment, approval and use: Submittal Data 50% Plans, Specifications, Cost Estimate 100% Plans, Specifications, Cost Estimate Final Original mylars (full size), specifications and cost estimate. AKM principals will perform routine and final review of documents prior to signing to ensure accuracy, conformance and integrity of all plans and specifications. 10. Construction Phase Services AKM will be available to respond to questions during the bid and will prepare and distribute addend, which may be required for the project. AKM will also respond to construction issues as they are encountered. This includes field meetings, as necessary. AKM will also review and process shop drawings submitted by the contractor for the work. CITY OF NEWPORT BEACH F -3 Dover Dr. 36" Zone II Water Main Replacement & Dover Dr. Street Rehabilitation - CliN Drive to West Coast Hwy _ =1Z AV AKM Proposal No. 01 -2249 Scope of Work 11. Record Drawings AKM will prepare as -built drawings for the project based upon the City's redline construction notes. The corrections will be made by hand on the project's mylar drawings and electronically in AutoCADD Release 2000. Both, the hand modified mylars and electronic files of the as -built drawings, will be submitted to the City. 12. Potholing The City of Newport Beach will provide potholing as necessary for the project. PAVEMENT REHABILITATION 100 Field Review The Project Team will review the project in the field and take photographs of the potential problem areas or items that need special attention. Particular emphasis will be given to identifying areas where the median, sidewalk and curb and gutter is damaged and in need of repair. All proposed reconstruction will be marked in the field for the City to review and approve. 200 Utility Coordination Information will be collected from all of the utility companies. Coordination with the utilities will continue throughout the design of the project. A copy of the utility file will be provided to the City. 300 Surve The AKM Project Team will provide the necessary ground survey information required to design the project including aerial topography, ground survey, and cross - section data. Cross - sections will be taken at 50 -foot intervals for the length of the project from curb -to -curb. Additionally, all key utility features located within the roadway will be surveyed, including those appurtenances required for the reclaimed waterline design. 400 Street Improvement Plans Street improvement plans will be prepared at 20 -scale using the topographic survey data and record utility information for the base sheets. Appropriate joins will be provided at Cliff Drive and Pacific Coast Highway. City staff has indicated that they will obtain the pertinent Caltrans encroachment permits and approvals. CITY OF NEWPORT BEACH Dover Dr. 36" Zone 11 Water Main Replacement & Dover Dr. street Rehabilitation - Cliff Drive to West Coast Hwy AKM Proposal No. 01 -2249 Scope of Work Throughout the design of the proposed improvements, a key issue will be to--develop reasonable solutions, and only reconstruct those elements that are damaged. One of the tools that AKM uses to evaluate impacts, in addition to the survey data, is photographs. The Project Team begins the project by taking multiple pictures of each impacted area, writing a description for each picture and then filing them into a small photo album. This album serves as a constant reference and is invaluable when discussing specific issues at status meetings. The exact limits of pavement and curb and gutter reconstruction will be determined based on the survey data and visual field inspection. In all areas, the roadway profile and cross - section will be checked to verify that drainage issues are addressed and that all existing catch basins (especially at sumps) are functioning. Based on the proposed pavement rehabilitation strategy for each reach of roadway, cross - sections will be plotted at 15 -meter intervals. The proposed roadway cross -fall will be evaluated to ensure that they are within an acceptable range. More specifically, the following key issues will have to be addressed during the design on a case -by -case basis. Although they will have to be evaluated in much more detail, we have given a preliminary look at possible solutions to some of the design issues that will be encountered. Roadway Cross -Fall/ Drainage Based on the proposed pavement rehabilitation strategy for each reach of roadway in conjunction with the cross - section data, the proposed roadway cross -fall will be evaluated to provide for cross -falls that are within an acceptable range. Given the existing vertical constraints imposed by the outside curb and gutter, and in some instances the median curb and gutter, there are not many options available for pavement rehabilitation strategies. Cold- planing will be required in many areas to ensure a good join at the existing curb and gutter. Hinge joints where required, will have to be carefully chosen to provide acceptable driveability and to prevent excessive cross -fall in the curb lanes. Damaged Curb. Gutter and Cross -Gutter Based on field reviews, reaches of damaged sidewalk, median, and curb and gutter will be identified and rehabilitation recommendations provided to the City. The areas where reconstruction is required will be clearly identified on the plans. During our field review, if settlement is noted (as currently appears to be the case on the west side of the street adjacent to the existing catch basin where ponded water was observed), we send the survey crews out a second time to provide detailed elevations at shorter intervals so that we isolate the reaches where the curb and gutter has settled and only reconstruct where necessary. CITY OF NEWPORT BEACH Dover Dr. 36" Zone II Water Main Replacement & Dover Dr. Street Rehabilitation - CliH Drive to West Coast Hwy AKM Proposal No. 01 -2249 r ac Scope of Work 500 Contract Documents Preliminary plans and cost estimates will be prepared and submitted to the City for review. Based on feedback from the review and continual input from City staff, detailed construction plans will be prepared. The anticipated number of sheets for the project is as follows: Type of Plan Number of Sheets Title 1 Typical Sections/Details 1 Street Plan and Profile (20- Scale) 3 Cross Sections 2 Total 7 Preliminary cost estimates will be prepared for the proposed improvements and included with the first plan check submittal. Final construction cost estimates will be prepared based on the final improvement plans. Standard specifications will be prepared for the project based on the Standard Specifications for Public Works Construction for roadway construction and based on Caltrans specifications for traffic issues. 600 Meetings Regularly scheduled meetings are a key to keeping projects on schedule, avoiding pitfalls, and keeping the lines of communication open with the City so that surprises do not occur during the final stages of the project. We have assumed two (2) meetings for this project. 700 Proiect Management / QA/QC The Project Management task is directed at the organization, planning and control of the Project Team. Activities include scheduling and monitoring of the project team, cost control and an active quality control program. In undertaking its assignments, AKM employs an "Integrated Project Management' approach to deliver successful projects. The goal of the Integrated Project Management is to provide a technically superior product on schedule and within budget. Integrated Project Management commences with project identification, establishes a work program, and executes the project. In this approach, the project management and internal quality control are very important elements. During project identification, the intent and purpose of the project are determined with extensive interaction with the client. Thereupon, a work plan is established and a resource loaded work breakdown structure and schedule are prepared. The schedule and work breakdown structure are integrated with the special needs of the project and the client. CITY OF NEWPORT BEACH F -6 Dover Dr. 36" Zone II Water Main Replacement & Dover Dr. Street Rehabilitation - Cliff Drive to West Coast Hwy MM Proposal No. 01 -2249 Scope of Work The project is executed by the technical staff. Quality Control function is carried out to-provide independent checking of the project and address constructability and biddability issues. The project is regularly reviewed by the Project Manager who monitors progress against the established work breakdown structure and schedule. Any technical difficulties, schedule slips or previously unforeseen conditions are immediately recognized, quantified and addressed. The status is reported to the client in regular project status reports. As a result, interactive, responsive and proactive project management is utilized. 800 As -Build Plans AKM will prepare as -built drawings for the project based upon the City's redline construction notes. The corrections will be made by hand on the project's mylar drawings and electronically in AutoCADD Release 2000. Both, the hand modified mylars and electronic files of the as -built drawings, will be submitted to the City. CITY OF NEWPORT BEACH F -7 Dover Dr. 36" Zone II Water Main Replacement & Dover Dr. Street Rehabilitation - CliH Drive to West Coast Hwy AKM Proposal No. 01 -7249 8 Exhibit B FEE ESTIMATE CITYOF NEWPORT BEACH Dover Drive Street Rehabilitation January 30, 2001 Task/Description Project Engineer Assoc Engineer CADD Office Support Sub Consultant Total 100 Field Review 4 4 $764 200 Utility Coordination 2 2 $382 300 Survey 2 $7,590 $7,816 400 Street Improvements 16 34 60 $8,540 500 Contract Documents 4 8 4 $1,236 600 Meetings 2 2 $382 700 PM /QA/QC 8 $904 800 Record Drawings 2 B $770 Total Hours 40 50 68 4 Rate $1131 $78 $68 $40 Labor Cost $4,520 $3,900 $4,624 $1601 $13,204 Total Subconsultants $7,590 $7,590 Expenses $200 $200 Total Cost $20,994 AKM Proposal No. 01 -2249 Jr D w Exhibit C FEE ESTIMATE CITYOF NEWPORT BEACH Dover Drive 36 -Inch Zone II Water Main Replacement January 29, 2001 Task/Descri lion :` Project Manager Senior Engineer Associate Engineer Drafting Office Support Sub Consultant Total 1 Kick -Off Meeting 4 8 12 20 $3,380 2 Project Meetings 6 6 4 $1,438 3 Research 8 16 $2,064 4 Geotechnical Investigation 2 2 $7,500 $7,926 5 Field Surveys 2 4 4 $942 6 Project Design 8 24 40 100 16 $13,004 7 Traffic Control 2 2 $6,600 $7,026 8 Deliverables 2 2 4 4 1 $822 9 Construction Phase Services 8 8 16 24 $4,384 10 Record Drawings 2 8 16 $1,776 Subtotal Tasks 1 -10 $42,762 11 Potholing (Optional) 2 2 2 $10,000 $10,584 Total Hours 36 681 98 164 24 Rate $113 $100 $79 $59 $40 Labor Cost $4,068 $6,8001 $7,7421 $9,676 $960 $29,246 Total Subconsultants 1 $24,100 $24,100 Expenses $2,000 Total Cost $55,346 "' Included in Road Design Cost Spreadsheet AKM Proposal No. 01 -2249