Loading...
HomeMy WebLinkAbout07 - Mariners, China Cove & 62nd Street Wastewater Pump Station RehabilitationCITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 7 November 26, 2002 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Michael J. Sinacoh, P.E. 949 - 644 -3311 msinacoh@city.newport-beach.ca.us SUBJECT: MARINERS, CHINA COVE, AND 62ND STREET WASTEWATER PUMP STATION REHABILITATION - APPROVAL OF PROFESSIONAL SERVICES AGREEMENT WITH PBS &J RECOMMENDATION: Approve a Professional Services Agreement with PBS &J, of Irvine, California, for engineering services at a contract price of $72,164 and authorize the Mayor and City Clerk to execute the Agreement. PROJECT DESCRIPTION: In 1996, the City completed the Master Plan of Sewers, which identified approximately $10M in infrastructure improvements for the wastewater system. Each of the twenty pump stations the City owns and maintains were listed within the Master Plan and reflected some level of improvement. The older stations were identified as priorities and throughout the ten -year improvement window each station would be rehabilitated. Please see attached exhibit for the location of the twenty City and seven County pump stations. The China Cove and Mariners pump stations are slated for rehabilitation this fiscal year. China Cove's station was constructed over 50 years ago and is noted as 'Category I' for emergency response because of its close proximity to the Bay and the risks associated with wastewater backup into residences. The improvements for the China Cove station will include the installation of state -of- the -art controls that will alert the operations staff of any malfunction. The current controls are outdated with some components still in place from the original construction. The rehabilitation will also include new bypassing capabilities that will allow backup connections for either an emergency generator or portable pumps. Currently the only backup for China Cove is City Vactor trucks. Mariners Pump station was constructed in 1962 and serves approximately seven homes. Although there is ample room for two pumps at this location the station only has one pump currently installed. The improvements recommended for Mariners pump station call for the installation of the identical controls, generator, and bypass pump connections SUBJECT: MARINERS, CHINA COVE, AND 62ND STREET WASTEWATER PUMP STATION REHABILITATION APPROVAL OF PROFESSIONAL SERVICES AGREEMENT WITH PBS &J November 26, 2002 Page 2 proposed at China Cove. Staff also recommends the installation of the second pump to improve reliability. The project design for China Cove and Mariners Pump Stations will take approximately six months, and a construction project would be awarded close to the end of the fiscal year. Staff decided to include next year's pump station rehabilitation design to expedite those improvements. The 62nd Street Pump Station is slated for a new wet well, the identical controls, and generator bypass pump connection as China Cove and Mariners. In addition, a 40 -year old Corrugated Metal Pipe (CMP) storm drain replacement and associated street end landscape improvements are included in the project. DISCUSSION: PBS &J was ranked second in last year's selection process, and was requested to provide a proposal for this year's pump station rehabilitation project. The Utilities Manager, the Utilities Engineer, and the Wastewater Operations Manager reviewed the PBS &J team and associated proposal to evaluate the firm's qualifications, scope of services, past experience on similar projects, and availability before recommending them for this project. They have extensive experience in designing pump stations and have successfully completed several related projects for the City. A fee of $72,164 was negotiated with PBS &J to complete the design. PBS &J will prepare the project plans and specifications for the rehabilitation of the existing China Cove, Mariners, and 62nd Street Pump Stations. Project design will include construction drawings, and detail all mechanical, pipeline appurtenances and electrical controls, storm drain, and landscape improvements at the 62nd Street station - as well as the preparation of detailed written special provisions, bid documents, quantity estimates, and an overall cost estimate for all three stations. Funding Availability: Funds for this project are available in Capital Improvement Account No. 7532 - 05600100 — Sewer Pump Station Improvement Program. Environmental Review: Categorical Expeptions will be filed for the rehabilitation of these three pump stations. Prepared J. Sin`adori, P.E. Engineer Attachment: City Wide Sewer Pump Station Exhibit Professional Services Agreement Submitted by: n G. dum Public W s Director 7, 3j ;2�g yg� 2my E�`e C �`vo e2 d• y 0 ■ o O V � c � V Q - W 171 1' An-tn _ 1f i 1� Z tl�J w U O LL a J •,�' _ / a c . O V y ,T CL 1c/rJ•��, A � i W t f gj li 3 i O i i 1� Z tl�J w U O LL a J F-DIRME PROFESSIONAL SERVICES AGREEMENT FOR MARINERS, CHINA COVE AND 62ND STREET PUMP STATION REHABILITATION THIS AGREEMENT, entered into this day of 2002, by and between the City of Newport Beach, a Municipal Corporation (hereinafter referred to as "City "), and PBS &J, whose address is 18022 Cowan, Suite 100 -A, Irvine, California, 92614 -6805, (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 to rehabilitate and upgrade the Mariners, China Cove, and 62nd Street wastewater pump stations ('Project'). C. City desires to engage Consultant to design civil and mechanical improvements, including demolition plans and coordinate sub - consultants' work upon the terms and conditions contained in this Agreement. D. The principal member of Consultant firm for the purpose of this Project will be Mark A. Ralph, P.E. E. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and -1- 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 26th day of November, 2002, and shall terminate on the 30th day of June, 2004, 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 Exhibit "B" 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, including all reimbursable items and sub - consultant fees, shall not exceed the total contract price of seventy-two thousand one hundred and sixty-four and 00/100 Dollars ($72,164.00). 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, IPA 4 computer printing, postage and mileage. 3.2 Consultant shall submit monthly progress invoices to City payable by City within thirty (30) days of receipt of invoice. 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 Exhibit 'B ". 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. 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. 3.5 Notwithstanding any other paragraph or provision of this Agreement, beginning on the effective date of this Agreement, City may withhold payment of ten percent (10 %) of each approved payment as approved retention until all services under this Agreement have been substantially completed. 4. STANDARD OF CARE 1911 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 City nor have any contractual relationship with City. Consultant represents to City that it has or shall obtain all licenses, permits, qualifications and approvals required of its profession. If Consultant is performing inspection or construction management services for the City, the assigned staff shall be equipped with a Nextel Plus type cellular /direct connect unit to communicate with City Staff; consultant's Nextel Direct Connect I.D. Number will be provided to City to be programmed into City Nextel units, and vice versa. Consultant further represents 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, acts of God, failure of City to furnish timely information or to promptly approve or disapprove Consultant's work, delay or faulty performance by City, contractors, or governmental agencies, or any other delays beyond Consultant's control. 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 I" fP "Contractor"), construction means, methods, techniques, sequences or procedures, or for 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 Contractor's 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 and 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 -5- the work to be performed. City agrees to cooperate with Consultant on Project. 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 Michael J. Sinacori, P.E., to be its 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 and Consultant shall perform the services in accordance with the schedule specified in Exhibit "A ". The failure by Consultant to perform in a timely manner 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 10 0 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. 8.1 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition, which purportedly causes a delay, but not later than the date upon which performance is due. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays, which are beyond Consultant's control. 8.2 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances by telephone, fax, hand delivery or mail. 9. CITY POLICY Consultant shall 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 -7- I, 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 work conducted or performed pursuant to this Agreement, excepting only the sole 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 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 12 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 certificates and endorsements indemnifying Project for the following coverages shall be issued by companies admitted to do business in the State of California and assigned Best's A- VII or better rating: A. Workers compensation insurance, including 'Wavier of Subrogation" clause, covering all employees and principals of Consultant, per the laws of the State of California. B. Commercial general liability insurance original certificate and endorsement (which includes additional insured and primary and non- contributory wording), 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 apply separately to this Project, or the general aggregate limit shall be twice the occurrence limit. C. Commercial auto liability and property insurance, including additional insured (and primary and non - contributory wording for waste haulers only), covering any owned and rented vehicles of Consultant in a minimum M 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, which Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City, on behalf of any insurer providing workers compensation, 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 any of the services to be performed under this Agreement, directly or indirectly, by -10- 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. -11- 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 City authorizes the release of information. 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. C. City staff will provide usable life of facilities criteria and provide information with regards to deficient facilities. D. City will prepare and provide to Consultant street base digital file in -12- AutoCAD (DWG) compatible format. 18. ADMINISTRATION The Public Works Department will administer this Agreement. 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 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 -13- 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 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 bome 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 -14- rN 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. 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: Attention: Mr. Michael J. Sinacori, P.E. City of Newport Beach 3300 Newport Boulevard 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: Mark A. Ralph, P.E. PBS &J 18022 Cowan, Suite 100 -A Irvine, CA 92614 -6805 949 - 660 -8600 949 -440- 8183(Fax) -15- 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, 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. 26.9 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 5[i 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. 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 -17- 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 the City's latest adopted version of AutoCAD in ".dwg" file format. All written documents shall be transmitted to the City in the City's latest adopted version of Microsoft Word and Excel. 32. PATENT INDEMNITY Consultant shall indemnify City, its agents, officers, representatives and employees against liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. 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: City Cleric CITY OF NEWPORT BEACH A Municipal Corporation By: Mayor PBS &J By: Printed Name: f. \users\pbvAshared\agreements \fy 02 -03\pbs &j - mariners, china cove pump station.doc M EXHIBIT A Scope of Work PBS&J is committed to addressing the needs of the City of Newport Beach, in a manner that is responsive, budget-conscious, focused, and technically sound. Understanding and Approach We understand this project is necessary to rehabilitate and upgrade the Mariners, China Cove, and 62nd Street wastewater pump stations. All three need new electrical service, pump controls, stainless steel cabinets, new bypass piping and vaults, and landscaping improvements. Mariners requires adding a second pump and dry well modifications. China Cove improvements will include repairing concrete at the street intersection. A wet well will be installed at 62nd Street, in addition to storm drain catch basin modifications. PBS&J will design civil and mechanical improvements including demolition plans and coordinate subconsultants work. Mark Balan & Associates will design electrical components replacement, power distribution, instrumentation and controls, and coordinate with Southern California Edison (SCE). Bush & Associates will perform surveying and David Pederson will provide landscape architecture design. Mariners Pump Station The Mariners Pump Station is located near the end of the Mariners Drive cul -de -sac in Newport Beach. The dry pit sewage pump station is over 40 years old and needs rehabilitation. Necessary construction improvements include: 1. Demolition. Remove the electrical panels and conduits, platform and ladder from the pump station vault. Remove electrical service and pad. Remove the three bypass plug valves. 2. Mechanical and Structural. Install a new stainless steel access hatch, a new ladder, and reseal interior walls of dry well. Install a new vortex pump with an explosion -proof motor matching capacity and total dynamic head (TDH) of existing pump. Install bypass piping and vault matching the one serving the Carnation Pump Station. 3. Electrical and Controls. Provide new Southern California Edison (SCE) electrical service. Install new MCC, manual transfer switch for portable generator, enclosure and pad. Install new pump controls, wiring, conduits and appurtenances. Cabinets will be fabricated from stainless steel. art Kf 4T `� PBSW ... Comprehensive resources, proven service �.' s. Page 2 China Cove Pump Station The China Cove Pump Station is located at the intersection of Turnleaf Avenue and Cove Street in Corona Del Mar. Necessary construction improvements include: 1. Demolition. The existing service is hidden in bushes and is not located near the pump station. Remove the existing electrical service. 2. Electrical and Controls. Provide new SCE electrical service adjacent to the pump station. Install new MCC, manual transfer switch for portable generator, enclosure and pad. Provide pump panel large enough for future pump and replace internal components. Cabinets will be fabricated from stainless steel. 3. Site IIIIprOVelllentS. Replace damaged landscaping and damaged concrete in the intersection. 62nd Street Pump Station The 62nd Street Pump Station is located at the intersection of 62nd Street and Canal Street. The dry pit sewage pump station is over forty years old and needs rehabilitation. Necessary construction improvements include: 1. DemOlitiOn. Remove the existing electrical service including pad and masonry block enclosure. Cut and cap conduit. Remove bypass piping. Remove two existing catch basins CBO1_004 and CBO1_005 and their connecting 12 -inch diameter cement -mortar pipe. 2. Mechanical and Structural. Install new pre -cast concrete manhole to serve as a wet well sized to provide six pump cycles per hour. Core existing manhole and rechannel flow to new wet well inlet pipe. Connect wet well outlet piping to the pump intake. Install new bypass vault. Coordinate Reroute existing gas and water lines as necessary. This task will require Replace catch basins and connecting storm drain. 3. Electrical and Controls. Install new SCE service, MCC, manual transfer switch for portable generator, enclosure and pad east of the pump station. Evaluate installing this equipment either behind or in front of the fence, and complete selected design. Install new pump control panel. Cabinets will be fabricated from stainless steel. 4. Site IIIIprOVelllentS. Replace damaged landscaping, concrete and pavement. PBSW ... Comprehensive resources, proven senice mgy �L Page 3 Scope of Work We have summarized our scope of work into the following tasks: Task i • Project Management. Project management includes project overview, correspondence, schedule and budget monitoring, and meetings. We assume one meeting will be required for each design submittal. Task 2 • Design Submittals. We will submit two copies of plans and specifications at the 50, 95, and 100 percent design completion levels. Subsequent to the 100 percent submittal approval, we will provide a set of original drawings printed on 22" x 36" mylar and an original set of specifications printed on 20 -pound bond paper. Task 3 • Project SpecgicatlonS. This task includes preparing the technical portion of the construction documents. Task 4 • Quality Control and Quality Assurance Review. We will conduct an internal review of the work prior to each submittal. Task 5 • Construction Cost Opinion. We will submit project construction cost opinions with the 75 percent and 100 percent submittals. PBS&J .. , comprehensive resources, proven service PWI IL ......... .... 14: -ca wo iB 8 02 TZ rg ca A A U-) U,-) M, a0i 0 2L :0 .8 '0 0 0 0 l� 0 w 75 Project Name: Design Services for Mariners, China Cove Labor and 62nd Street Pump Station Rehabilitation Client/Owner: City of Newport Beach Project Manager: Mark Ralph Prepared By: Mark Ralph Date Prepared: November 13, 2002 r P .. R. FEE SUMMARY ITEM TOTAL Labor $39,214 Outside Services $32,250 Direct Costs $700 TOTAL $72,164 BILLING RATES ENGINEERING SERVICES ENVIRONMENTAL SCIENCE Officer - OFF $175 Senior Scientist III - SSIII $150 Senior Program Manager - SPG $165 Senior Scientist II - SSII $124 Project Director - PD $165 Senior Scientist I - SSI $116 Program Manager - PGM $140 Scientist III - SIII $106 Principal Engineer II - PRII $140 Scientist II - SII $95 Principal Engineer I - PR $133 Scientist I - SI $85 Senior Project Manager - SPM $120 Assistant Scientist - AS $71 Project Manager - PM $114 Research Assistant - RA $50 Senior Project Engineer - SPE $108 Project Engineer II - SEII $98 ADMINISTRATIVE SERVICES Project Engineer I - SEI $92 Information Systems Mgr - ISM $120 Senior Engineer - SE $85 Financial Manager - FM $110 Engineer II - Ell $82 Senior IS Manager I - SIM $97 Engineer I - El $73 Administrative Manager - AM $75 Engineering Aide II - EAII $50 Senior Administrative Asst II - SAII $66 Engineering Aide I - EAI $43 Senior Administrative Asst I - SAI $62 Project Analyst - PA $54 CONSTRUCTION RELATED SERVICES Administrative Assistant - AA $50 Senior Construction Manager - SCM $118 Administrative Clerk - AC $43 Construction Manager - CM $108 Senior Project Engr (Const.) - SPEC $96 DESIGN & GRAPHIC SERVICES Senior Field Representative - SFR $89 Senior Design Manager - SDM $105 Construction Mgmt Rep. II - CMII $82 Senior Designer III - SDIII $102 Construction Mgmt Rep. I - CMI $75 Senior Designer II - SDII $93 Senior Designer I - SDI $85 OTHER PROFESSIONAL SERVICES Senior Graphics Designer - SGD $80 Principal Professional, Division Mgr. - PP $155 Designer - DES $75 Sr. Prof. III, Frog Mgr, Sr. Developer III - SPIII $140 Graphics Designer - GD $71 Sr. Prof. II, Sr. Analyst III, Sr. Devel II - SPII $120 Senior CADD Technician - SCT $71 Senior Analyst 11, Sr. Developer I - SAD $105 CADD Technician II - CTII $66 Sr. Prof. I, Sr. Analyst I, Developer II - SPI $90 CADD Technician I - CTI $60 Professional II, Analyst II - PII $75 Professional I, Analyst I, Developer I - PI $60 JPA/PBSJ PA400 -3/01 California Offices in /rune, Riverside, Encinitas, and San Oiego EXHIBIT B FILE: Fee EstimateAs � � ( i R \ ! } \ 00 00 0 * \ \ } \\ \ \ \ \ \\ \603, 1 w 00 m. m , � \ t \ S a .%} ew a- 0.6 E 22{ §]! _ @_ \k§ ƒ / 3 33g : 0Eo )\ 00 0 § 3tta M - \j\ /Game I £q :=3 &gA37 / /)/ �)7 =]\ �±ff #E - -- Ott§ LU t; t5 .6 5, / ) & k § \5})} 7 ;!l227§[ '))� aLnN $� a- U) �o/333EU) �m Cl) -CT m mr,m=N= mr K« -� 2 5 / 0 R \ ! } \ PBSW Direct Costs DESCRIPTION Task Type TOTALS Pt 98 Reprographics, Mileage, Postage $700 TOTAL $700 JPA PA400 -2/99 Fee EstimateAs - 11113/02