Loading...
HomeMy WebLinkAbout04 - Big Canyon Reservoir Floating Cover ReplacementEWPO CITY OF c' Rr NEWPORT BEACH City CouncH Staff Report Agenda Item No. 4 March 27, 2012 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Stephen G. Badum, Public Works Director 949 - 644 -3311, sbadum @newportbeachca.gov Municipal Operations Department Mark Harmon, Municipal Operations Department Director 949 644 -3055, mharmon @newportbeachca.gov PREPARED BY: Michael J. Sinacori, P.E. APPROVED: u TITLE: Big Canyon Reservoir Floating Cover Replacement - Approval of Professional Services Agreement with MWH Global for Engineering Design Services and Budget Amendment ABSTRACT: The Big Canyon Reservoir (BCR) in Corona del Mar is a 200 Million Gallon domestic water reservoir which serves the entire City of Newport Beach and is equipped with a floating cover. The floating cover is showing signs of extensive deterioration and recent inspection reports have recommended that it be replaced. In addition, due to on -going litigation regarding the floating cover, a budget amendment is necessary to cover unanticipated costs of litigation. RECOMMENDATIONS: 1. Approve a Professional Services Agreement with MWH Global of Irvine, California, for design and construction support services for the replacement of the Big Canyon Reservoir Floating Cover at a not -to- exceed fee of $294,706, and authorize the Mayor and City Clerk to execute the Agreement 2. Approve Budget Amendment No. 12BA -029 appropriating $130,000 from the un- appropriated Water Enterprise Fund to the Outside Counsel Account No. 5500- 8657 and $294,706 from the un- appropriated Water Enterprise CIP Master Plan Fund to the Big Canyon Reservoir Floating Cover Replacement CIP Account No. 7511- C6002011. Big Canyon Reservoir Floating Cover Replacement - Approval of Professional Services Agreement with MWH Global for Engineering Design Services and Budget Amendment March 27, 2012 Page 2 FUNDING REQUIREMENTS: The Budget Amendment records and appropriates $130,000 from the un- appropriated Water Fund Balance for anticipated litigation costs and $294,706 in increased expenditure appropriations from un- appropriated Water Enterprise CIP Master Plan fund balance for consultant design services. DISCUSSION: The City -owned and operated BCR is a 600 -acre foot (200M gallon) potable water storage reservoir located in Corona del Mar. This reservoir at full capacity provides enough water to supply the City with 10 days of average demand. This facility was originally constructed in the early 1960's as a main delivery point for imported water from the Metropolitan Water District. When it was constructed, an open water reservoir was a more typical and acceptable facility. However, as water quality standards have became more stringent over the years, the Department of Health Services (DOHS) mandated that the City cover the reservoir or abandon the facility. In 2005 the City completed the installation of the current floating cover to satisfy this state requirement. The cover was intended to last 20 years; however, City staff noticed a significant amount of degradation to the cover after approximately one -fourth of the 20 -year lifespan. In December of 2011, the City filed a complaint against the contractor and subcontractors associated with the manufacturing and installation of the BRC cover. In summary, the City's complaint alleges the contractor and subcontractors failed to properly manufacture and install the cover and are in breach of their contracts with and /or duties owed to the City. Through December of 2011, the City has expended $52,601 in legal fees related to the Big Canyon Floating Cover litigation and anticipates spending and $77,400 more by the end of this fiscal year for a total of $130,000 Due to the significant amount of degradation, staff has identified the need to replace the cover in the next year or two to avoid failure of the cover system that might result in taking the reservoir out of service and possibly interfering with the normal water system operations. A design expert in floating cover systems will be retained to prepare the required contract documents (plans and specifications) to publicly bid the floating cover replacement project. Staff is recommending replacement with essentially the same type of system, although different cover materials will be considered and reviewed. In addition, staff will take this opportunity to look into the possibility of modifying the inlet piping to improve water quality. In accordance with Council Policy F -14, on December 13, 2011, staff invited six firms to submit proposals for design of the floating cover replacement project. Three proposals were received on January 13, 2012. City staff members familiar with water system and structural projects have independently reviewed the proposals and evaluated each firm's qualifications, past experience on similar projects, and availability before ranking MWH Global as the most qualified. Upon selection, staff negotiated with MWH Global to Big Canyon Reservoir Floating Cover Replacement - Approval of Professional Services Agreement with MWH Global for Engineering Design Services and Budget Amendment March 27, 2012 Page 3 provide design and construction support services for a not -to- exceed fee of $294,706. MHW Global has satisfactorily completed similar cover projects for other agencies. The scope of MWH Global professional services includes the following: • Preliminary design, which includes water quality modeling, floating cover material and design recommendations and a detailed report. • Design, which includes the preparation of construction documents. • Post design, which include bidding, shop drawing material review and construction support services. In addition, during the pre- design and design efforts, Staff and the MWH Global team will be investigating additional quality control measures that could be employed that will better ensure a full 20 year life the replacement cover. If approved, the preliminary and final design efforts can commence immediately. The overall project schedule requires the consultant's plans and specifications be completed and ready for advertising for bids by October 2012 with the anticipated floating cover replacement to happen after the New Year in the Winter /Spring 2013 time frame. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this project exempt from the California Environmental Quality Act ( "CEQA ") pursuant to Section 15302(c) (Replacement and reconstruction of existing utility systems and /or facilities involving negligible or no expansion of capacity) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. NOTICING: This agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). Submitted by: Stephen G. Badum, P.E. Public Works Director Submitted by: Mark Harmon / Municipal Operations Director Attachments: A. Location Map B. Draft PSA with MWH Global for the Big Canyon Reservoir Floating Cover Replacement C. Budget Amendment Attachment A PROJECT LOCATION MAP D � D 0 0 DRIVE M O�El SAN Z nE„ BIG CANYON RESERVOIR o v vp NCW l OPT °RVE P� R oy .O O p I BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT Attachment B PROFESSIONAL SERVICES AGREEMENT WITH MHW AMERICAS, INC. FOR BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT AND INLET PIPING IMPROVEMENTS THIS AGREEMENT FOR PROFESSIONAL SERVICES ( "Agreement') is made and entered into as of this _ day of 2012 by and between the CITY OF NEWPORT BEACH, a California Municipal Corporation ( "City "), and MHW AMERICAS, INC., a California Corporation ( "Consultant'), whose address is 19900 MacArthur Boulevard, Suite 250, Irvine, CA 92612 and 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 replace the existing polypropylene floating cover at the Big Canyon Reservoir and to modify the inlet piping. C. City desires to engage Consultant to provide engineering design services for the replacement cover and inlet piping at the Big Canyon Reservoir ('Project'). D. Consultant possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement. E. The principal members of Consultant for purposes of Project shall be Michael Moore, P.E. and John Cooke, P.E. F. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and desires to retain Consultant to render professional services under the terms and conditions set forth 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 above written date, and shall terminate on January 31, 2013, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED City and Consultant acknowledge that the above Recitals are true and correct and are hereby incorporated by reference. Consultant shall diligently perform all the services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference ( "Work" or "Services "). The City may elect to delete certain tasks of the Scope of Services at its sole discretion. 6 3. TIME OF PERFORMANCE 3.1 Time is of the essence in the performance of Services under this Agreement and Consultant shall perform the Services in accordance with the schedule included in Exhibit B. The failure by Consultant to strictly adhere to the schedule may result in termination of this Agreement by City. 3.1.1 Notwithstanding the foregoing, Consultant shall not be responsible for delays due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the Services to be provided for the Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 3.2 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator (as defined in Section 6 below) not later than ten (10) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Consultant's control. 3.3 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances, by either telephone, fax, hand - delivery or mail. 4. COMPENSATION TO CONSULTANT 4.1 City shall pay Consultant for the Services on a time and expense not -to- exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit C and incorporated herein by reference. Consultant's compensation for all Work performed in accordance with this Agreement, including all reimbursable items and subconsultant fees, shall not exceed Two Hundred Ninety -Four Thousand, Seven Hundred Six Dollars and no /100 ($294,706.00) without prior written authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. 4.2 Consultant shall submit monthly invoices to City describing the Work performed the preceding month. Consultant's bills shall include the name of the person who performed the Work, a brief description of the Services performed and /or the specific task in the Scope of Services to which it relates, the date the Services were performed, the number of hours spent on all Work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Consultant no later than thirty (30) days after approval of the monthly invoice by City staff. 4.3 City shall reimburse Consultant only for those costs or expenses specifically approved in this Agreement, or specifically approved in writing in advance by City. Unless otherwise approved, such costs shall be limited and include nothing more than the following costs incurred by Consultant: 4.3.1 The actual costs of subconsultants for performance of any of the Services that Consultant agrees to render pursuant to this Agreement, which have been approved in advance by City and awarded in accordance with this Agreement. MHW AMERICAS, INC. Page 2 b 4.3.2 Approved reproduction charges. 4.3.3 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. 4.4 Consultant shall not receive any compensation for Extra Work performed without the prior written authorization of City. As used herein, "Extra Work" means any Work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Compensation for any authorized Extra Work shall be paid in accordance with the Fee Estimate and Rate Schedule as set forth in Exhibit C. 5. PROJECT MANAGER 5.1 Consultant shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Consultant has designated John Cooke, P.E. to be its Project Manager. Consultant shall not remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. 5.2 Consultant, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of Services upon written request of City. Consultant warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 6. ADMINISTRATION This Agreement will be administered by the Public Works Department. David Webb, Deputy Public Works Director, shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator shall represent City in all matters pertaining to the Services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES 7.1 In order to assist Consultant in the execution of its responsibilities under this Agreement, City agrees to, where applicable: 7.1.1 Provide access to, and upon request of Consultant, one copy of all existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Consultant's Work schedule. 7.1.2 Provide blueprinting and other Services through City's reproduction company for bid documents. Consultant will be required to coordinate the required bid documents with City's reproduction company. All other reproduction will be the responsibility of Consultant and as defined above. MHW AMERICAS, INC. Page 3 7.1.3 Provide usable life of facilities criteria and information with regards to new facilities or facilities to be rehabilitated. 8. STANDARD OF CARE 8.1 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 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. By delivery of completed Work, Consultant certifies that the Work conforms to the requirements of this Agreement and all applicable federal, state and local laws and the professional standard of care. 8.2 Consultant represents and warrants to City that it has, shall obtain, and shall keep in full force in effect during the term hereof, at its sole cost and expense, all licenses, permits, qualifications, insurance and approvals of whatsoever nature that is legally required of Consultant to practice its profession. Consultant shall maintain a City of Newport Beach business license during the term of this Agreement. 8.3 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. 9. HOLD HARMLESS 9.1 To the fullest extent permitted by law, Consultant shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers and employees (collectively, the "Indemnified Parties) from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to the negligence, recklessness, or willful misconduct of the Consultant or its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them. 9.2 Notwithstanding the foregoing, nothing herein shall be construed to require Consultant to indemnify the Indemnified Parties from any Claim arising from the sole negligence, active negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The MHW AMERICAS, INC. Page 4 policy limits do not act as a limitation upon the amount of indemnification to be provided by the Consultant. 10. INDEPENDENT CONTRACTOR . It is understood that City retains Consultant on an independent contractor basis and Consultant is not an agent or 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 approval for 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 means of performing the Work, provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Consultant as to the details of the performance or to exercise a measure of control over Consultant shall mean only that Consultant shall follow the desires of City with respect to the results of the Services. 11. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Consultant on the Project. 12. CITY POLICY Consultant shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Consultant is responsible for keeping the Project Administrator and /or his /her duly authorized designee informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. IESEK 14.1 Without limiting Consultant's indemnification of City, and prior to commencement of Work, Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. 14.2 Proof of Insurance. Consultant shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation. Insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. City reserves the right to require complete, certified copies of all required insurance policies, at any time. MHW AMERICAS, INC. Page 5 14.2.1 Consultant shall procure and maintain for the duration of the Agreement insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the Work hereunder by Consultant, his agents, representatives, employees or subcontractors. The cost of such insurance shall be included in Consultant's bid. 14.3 Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 14.4 Coverage Requirements. 14.4.1 Workers' Compensation Coverage. Consultant shall maintain Workers' Compensation Insurance (Statutory Limits) and Employer's Liability Insurance (with limits of at least one million dollars ($1,000,000)) for Consultant's employees in accordance with the laws of the State of California, Section 3700 of the Labor Code In addition, Consultant shall require each subconsultant to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California, Section 3700 for all of the subcontractor's employees. 14.4.1.1 Any notice of cancellation or non- renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days (ten (10) calendar days written notice of non - payment of premium) prior to such change. 14.4.1.2 Consultant shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its officers, agents, employees and volunteers. 14.5 General Liability Coverage. Consultant shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, blanket contractual liability. 14.6 Automobile Liability Coverage. Consultant shall maintain automobile insurance covering bodily injury and property damage for all activities of the Consultant arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 14.7 Professional Liability (Errors & Omissions) Coverage. Consultant shall maintain professional liability insurance that covers the Services to be performed in connection with this Agreement, in the minimum amount of one million dollars ($1,000,000) limit per claim and in the aggregate. 14.8 Other Insurance Provisions or Requirements. MHW AMERICAS, INC. Page 6 10 14.8.1 The policies are to contain, or be endorsed to contain, the following provisions: 14.8.1.1 Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Consultant or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Consultant hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. 14.8.1.2 Enforcement of Agreement Provisions. Consultant acknowledges and agrees that any actual or alleged failure on the part of the City to inform Consultant of non - compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. 14.8.1.3 Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. 14.8.1.4 Notice of Cancellation. Consultant agrees to oblige its insurance agent or broker and insurers to provide to City with thirty (30) days notice of cancellation (except for nonpayment for which ten (10) days notice is required) or nonrenewal of coverage for each required coverage. 14.9 Timely Notice of Claims. Consultant shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Consultant's performance under this Agreement. 14.10 Additional Insurance. 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. 15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the Services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: 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 cotenant if Consultant is a partnership or joint - venture or syndicate or cotenancy, which shall result in changing the control of Consultant. 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 or joint- venture. MHW AMERICAS, INC. Page 7 16. SUBCONTRACTING City and Consultant agree that subcontractors shall not be used unless approved in advance and in writing by the City prior to the subcontractor performing any Services on the Project. The subcontractors authorized by City to perform Work on this Project are identified in Exhibit A. Consultant shall be fully responsible to City for all acts and omissions of any subcontractor. Nothing in this Agreement shall create any contractual relationship between City and subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. The City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and the City. Except as specifically authorized herein, the Services to be provided under this Agreement shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 17. OWNERSHIP OF DOCUMENTS 17.1 Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents "), prepared or caused to be prepared by Consultant, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Consultant or any other party. Consultant shall, at Consultant's expense, provide such Documents to City upon prior written request. 17.2 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 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. 17.3 All improvement and /or construction plans shall be prepared with indelible waterproof ink or electrostaticly plotted on standard 24 -inch by 36 -inch Mylar with a minimum thickness of three mils. Consultant shall provide to City 'As- Built' drawings, and a copy of digital ACAD and tiff image files of all final sheets within ninety (90) days after finalization of the Project. For more detailed requirements, a copy of the City of Newport Beach Standard Design Requirements is available from the City's Public Works Department. 18. COMPUTER DELIVERABLES CADD data delivered to City shall include the professional stamp of the engineer or architect in charge of or responsible for the Work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the 1Z, 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 original drawings shall be submitted to City in the version of AutoCAD used by CITY in ".dwg" file format on a CD, and should comply with the City's digital submission requirements for Improvement Plans. The City will provide AutoCAD file of City Title Sheets. All written documents shall be transmitted to City in the City's latest adopted version of Microsoft Word and Excel. 19. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the Services in this Agreement, shall be kept confidential unless City authorizes in writing the release of information. 20. 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 consultant or contractor bids or actual cost to City. 21. INTELLECTUAL PROPERTY INDEMNITY The Consultant shall defend and indemnify City, its agents, officers, representatives and employees against any and all 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. 22. 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 and any Services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Consultant under this Agreement. All such records and invoices shall be clearly identifiable. Consultant shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. 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 to Consultant under this Agreement. MHW AMERICAS, INC. Page 9 i� 23. WITHHOLDINGS City may withhold payment to Consultant 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 as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his /her designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 24. 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 what would have resulted if there were not errors or omissions in the Work accomplished by Consultant, the additional design, construction and /or restoration expense shall be borne by Consultant. Nothing in this paragraph is intended to limit City's rights under the law or any other sections of this Agreement. 25. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other Consultants in connection with the Project. 26. CONFLICTS OF INTEREST 26.1 The 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 any 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. 26.2 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 immediate 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. 27. NOTICES 27.1 All notices, demands, requests or approvals to be given under the terms of 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: 111: EF- IN11:40 MAXIM 04011 Page 10 i4 Attn: David Webb, Deputy Public Works Director Public Works Department City of Newport Beach 3300 Newport Boulevard PO Box 1768 Newport Beach, CA 92658 Phone: (949) 644 -3342 Fax: (949) 644 -3318 27.2 All notices, demands, requests or approvals from CITY to Consultant shall be addressed to Consultant at: Attention: Michael Moore, P.E. MHW AMERICAS, INC. 19900 MacArthur Boulevard, Suite 250 Irvine, CA 92612 Phone: (949)328 -2400 Fax: (949) 328 -2448 r+�t�A_Ritil;� The Consultant and the City expressly agree that in addition to any claims filing requirements set forth in the Agreement, the Consultant shall be required to file any claim the Consultant may have against the City in strict conformance with the Tort Claims Act (Government Code sections 900 et seq.). 29. TERMINATION 29.1 In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, 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) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, and thereafter diligently take steps to cure the default, the non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 29.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days prior written notice to Consultant. In the event of termination under this Section, City shall pay Consultant for Services satisfactorily performed and costs incurred up to the effective date of termination for which Consultant has not been previously paid. On the effective date of termination, Consultant shall deliver to City all reports, Documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. MHW AMERICAS, INC. Page 11 �y 30. STANDARD PROVISIONS 30.1 Compliance With all Laws. Consultant shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Consultant shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 30.2 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. 30.3 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 herein. 30.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 30.5 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 30.6 Amendments. This Agreement may be modified or amended only by a written document executed by both Consultant and City and approved as to form by the City Attorney. 30.7 Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 30.8 Controlling Law And Venue. The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 30.9 Equal Opportunity Employment. Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex, age or any other impermissible basis under law. 30.10 No Attorney's Fees. In the event of any dispute or legal action arising under this Agreement, the prevailing party shall not be entitled to attorney's fees. MHW AMERICAS, INC. Page 12 E 30.11 Counterparts. This Agreement may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one and the same instrument. [SIGNATURES NEXT PAGE] MHW AMERICAS, INC. Page 13 t-1 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: -: /,- �- By: ✓ Aaron rp City Attorney ATTEST: Leilani I. Brown City Clerk Attachments: CITY OF NEWPORT BEACH, A California municipal corporation Date: By: Nancy Gardner Mayor CONSULTANT: MHW AMERICAS, INC,, a California Corporation Richard Plecker Vice President By: David Barnes Chief Financial Officer [END OF SIGNATURES] Exhibit A — Scope of Work Exhibit B — Project Schedule Exhibit C — Fee Estimate and Rate Schedule MHW AMERICAS, INC. Page 14 1'6 EXHIBIT A a �,CtJF'E --MWH PROPOSAL Scope of Work The scope of work to be completed by MWH Americas, Inc. (the Consultant) and our team of subconsultants for the Big Canyon Reservoir Floating Cover Replacement (the Project) for the City of Newport Beach (City), California is divided into three phases as described below: • Phase I - Preliminary Design Report • Phase II — Detailed Design and Development of Contract/Bidding Documents • Phase III - Bid Period Support The following scope of work has been developed for Phase I, II and III only. This scope of work was assembled according to the requirements of the RFP and in conjunction with specific input from City staff relative to the tasks, their function and composition, and the schedule for completing the design of the Floating Cover Replacement in Fall 2012. The City anticipates that additional services (such as engineering services during construction, construction management, and special inspection services during construction) will be required following completion of Phase III. At the request of the City, the Consultant will develop final Scope and Fee for construction related services following the completion of Phase III efforts, based upon mutually - agreeable negotiations between the City and the Consultant. A Contract amendment will be issued by the City for these services. Phase 0 — Preliminary Design report LA Project Management Manage the activities of all in -house and subconsultant work including preparation of a Project Execution Plan, setup of files, subconsultant agreements, monitoring budgets, schedule, personnel assignments, monitoring QA/QC activities, and processing of invoices /monthly status reports. 0.0 Project Kick -offs Meeting and Field Visit Schedule a project kick -off meeting early in the preliminary design phase. The purpose of this meeting is to tour the reservoir site and review basic project requirements and constraints. Review existing project documentation such as site survey data, design drawings, site plans, shop drawings, as -built drawings, and other information on the existing Big Canyon Reservoir floating cover, inlet/outlet piping, and appurtenances. Prepare for and attend a field visit to the Big Canyon Reservoir site prior to the kick -off meeting. Discuss and document current reservoir operations and inlet/outlet configuration for reservoir. Observe reservoir layout and condition, existing liner conditions, existing pipe layouts, and pipe penetrations at reservoir floors. Identify and document any new or abandoned facilities not shown on the existing reservoir drawings. Prepare an agenda and attend the kick -off meeting at the City offices. The meeting will be attended by three (3) MWH engineers. Review basic project requirements and constraints, including City preferences for liner /cover material and system design, cover appurtenances, reservoir water circulation issues, by- pass piping, valving and other related reservoir issues, reservoir chlorination requirements, operations of water system while reservoirs are drained, key construction issues, local community concerns, project schedule, and other issues. CITY OF NEWPORT BEACI4 BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT FEBRUARY 2012 Page 1 of 7 MWH PROPOSAL LC Field Surveying Prepare description of task items required for field survey of the reservoir site to confirm existing site features, topography (elevations), and reservoir geometry. MWH will review the surveying scope with the City before proceeding. Surveying shall be performed by MWH's subconsultant. It is anticipated that the reservoir water surface elevation will be lowered to the extent possible, prior to the survey, in order to survey the upper portion of the reservoir side slope walls. LD Reservoir Water Circulation Study The reservoir water circulation study and inletloutlet configuration of the reservoir will require a computational fluid dynamics (CFD) evaluation. The scope of CFD modeling work is as follows: • Set -Up the CFD Model for the reservoir: collect and review reservoir, piping, water quality, and other pertinent data. Set up the three - dimensional CFD grid for the reservoir for a "Baseline Case" scenario. • In conjunction with the City, establish a simplified flow scenario (inflow /oufflow rates and duration) and the estimated water surface elevation for modeling the Baseline Case. • Modeling (Baseline Case): Perform CFD analysis simulation model for the simplified flow scenario as defined above. Identify maximum water age, water velocity gradients, and mixing gradients in the reservoir chambers. C Analyze the Baseline Case model to: Determine tank mixing efficiency • Highlight areas of potential dead spots in the tank • Confirm inlet and outlet locations are suitable • Confirm sufficient mixing capacity is being applied to the tank • Alternatives modeling (up to two alternative configurations in addition to the Baseline Case): After reviewing the Baseline Case with the City staff for acceptability, we will mutually agree if alternate inlet piping configurations will be analyzed also. Potential variables to be modeled are different inflow /outflow piping layouts, flow rates, baffles, and water surface elevations (depths). • Each modeling activity consists of the following steps: 1. Simulate the flow condition 2. Generate figures through post - processing for illustrating the model's results 3. Particle tracking simulation of the predicted flow distribution in the reservoir 4. Residence time analysis for determine mixing efficiency of the tank With each model run of an alternative, the flow split and velocity pattern in the inlet piping header and the particle track for the reservoir will be carried out to check further the effectiveness of the configuration. The model will analyze Residence Time Distribution (RTD) to evaluate mixing characteristics. Report: Provide a report describing the methods of analysis and results. The report will graphically present the calculations and modeling results. The report will be provided as part of the preliminary design submittal. LE Preliminary Design Workshop Schedule and conduct a pre- design workshop prior to submittal of the Draft Preliminary Design Report (PDR) to review and discuss options and ideas. The workshop will be scheduled after the site visit of the existing reservoir floating cover. LF Preliminary Design Report (PDR) A PDR will be prepared by MWH and submitted to the City and will include a discussion of the following items: Identify and evaluate the following NSF - approved floating cover materials: polypropylene and Chlorosulfonated Polyethylene (CSPE). Research warranty options available for both CITY OF NEW ?ORT REACH GIG CAI4YON RESERVOIR FLOATING COYER KEPI Al. EMENT FSHRLIAR1' 2LI12 Page 2 of 21 a -- - --' RgWH PROPOSAL geomembrane materials, including both material and replacement /repair labor costs, and also consider potential bidding strategies to protect the Owner's floating cover investment from premature material failure and degradation. • Identify and evaluate reservoir appurtenances that enhance operations and maintenance activities, such as access and inflation hatches, floating walkways, air vents for trapped air under the cover and liner, rain water removal system, interior and exterior cleaning, and debris removal systems. • Identify design concepts and costs for modifying existing outlet piping located within the reservoir to improve reservoir water circulation and minimize operational impacts to the proposed liner and floating cover. • Identify design concepts for installing a vertical flexible membrane baffle system inside the reservoir to increase water circulation in the reservoir and thus improve water quality. • Consider improvements and /or modifications at the reservoir site to minimize debris loading on the reservoir covers. • Provide preliminary drawings showing plans and sections of the proposed layout of the cover and appurtenances. • Develop a detailed project schedule, including preliminary and final design, bidding, construction, and permit acquisition requirements. The project schedule will be developed using a critical path method scheduling. • Develop a Class 4 (AACE International Standard) opinion of probable construction cost (OPCC) for the reservoir floating cover replacement based on recommendations in the preliminary design. The floating cover replacement costs will be based on cost information solicited from experienced floating cover fabricators and installers. LG POR Review Meeting City review comments on the Draft PDR will be provided (on hard copy). MWH staff will meet with City staff or discuss via teleconference. LH 4A/WC Provide internal quality project review by senior personnel and subconsultant (Mr. Dennis Gerber) experienced in the design of reservoir liners and covers, and reservoir modifications, to provide general guidance and design criteria recommendations. In addition, Mr. Gerber will provide internal review and quality control of the draft products for the PDR. Phase I Deliverables: �0 Draft PDR (5 copies) • OPCC (Class 4) (Included in the PDR) • CFD Modeling Report (Included in the PDR) • Final PDR (5 copies) • Ass umotions:Permitting and agency coordination is not included in this scope of work. It is assumed that the City will perform the required coordination and permitting with all the agencies whose approval is required for the construction. • Evaluation of the approximate remaining useful life of the existing concrete slurry /porous AC paving liner and a recommendation for the long -term lining solution is not included in this scope of work. • A total of three alternatives (including the baseline scenario) will be analyzed for the CFD modeling. • Inlet pipe modification will be considered as one of the alternatives in CFD modeling to improve the water quality in the reservoir. However, the design of the modifications to the inlet pipe is not included in this scope of work. CITY OF NEWPORT BEACH BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT FEBRUARY 2012 Pago 3 of 7 � Z - - -- -_.� =nom —,. MWH PROPOSAL Phase 99 •. Detailed Design and Development of Contract/ Bidding Docunaerits Final design of the project will proceed based on the approved concepts and layouts established in the PDR and will constitute a "freeze" of the design at this point. No major changes to the preliminary design concepts will be made except through mutual agreement between the City and the consultant, including applicable scope of work and fee revisions, if necessary. Other final design recommendations made in the PDR for utility water system improvements, concrete /asphalt liner repair or modifications, vertical geomembrane baffle system, are not included in the Phase II scope. Other design services not specifically mentioned herein would be authorized separately by the City as additional Phase II work, if desired. 11.A Project Management Manage the activities of all in -house and subconsultant work including monitoring budgets, schedule, personnel assignments, quality control, and processing of invoices. MWH will prepare monthly updates to the project design schedule. 19.8 Teams Meetings Schedule and lead meetings with the City to assure all design and operational, and maintenance issues are addressed. MWH shall prepare each meeting agenda, provide meeting minutes, and action items. It is assumed that a MWH staff will attend each of the meetings in person or via teleconference. A total of seven (7) meetings are anticipated as indicated below: 1. Kick -off 60% design / Post Final PDR meeting 2. Progress Meeting 3. 60% submittal preview meeting 4. 60% comments review meeting 5. 90% submittal preview meeting 6, 90% comments review meeting 7. 100% submittal review meeting II.0 Design Drawings Prepare the design drawings for the construction of the reservoir floating covers for the Big Canyon Reservoir. Provide final drawings on standard 24" x 36" bond sheets based on the list of drawings included herein using 2010 version of AutoCAD and City's drafting standards. The final design will be based on the following: • Reservoir floating cover design will be based on the concepts recommended in the Final PDR. • Electrical design modifications for the reservoir cover dewatering systems will include additional electrical sump pumps and related connections to the on -site power source and discharge of removed water to adjacent drainage areas. 1I.0 Contract Specifications Prepare bidding documents including technical specifications for construction work necessary to complete the facilities as identified in the Final PDR. The contract documents will be prepared in CSI 17- division, 3- part format based on using City's front end bid (contract) documents and Division 0 section. 11.E Progress Submittals Prepare preliminary plans and technical specifications for the reservoir cover project for review by the City at the end of the 60 and 90% design completion level. Provide half -size drawings on standard 11"x17" sheets for each review submittal. Five (5) full -size copies shall be provided for each submittal. After receipt of the 60% review comments from the City, and possibly other agencies, revisions will be made to the 60% drawings and specifications to produce the 90% submittal. Meet with City staff for a preview review meeting after both the 60 and 90% progress submittal. The City anticipates a two (2) week review period for each progress submittal. After receipt of the 90% review comments from the City, and possibly CITY OF NEWPORT BEACH FEBRUARY2012 BIG CANYON RESERVOIR FLOATING COVER REPLACEME14T Page 4 of 7 23 MWH PrtOPOSAL other agencies, final revisions will be made to the 90% drawings and specifications to be included in the ~' final bid documents. MWH shall attend a meeting with the City to answer any remaining questions regarding the bid documents prior to issuing the final set. Provide a single signed set of final drawings and specifications (bid documents) to the City. All drawings shall be on bond plots except for the Mylar title sheet. It is assumed the work will he bid as a single bid package. Final electronic copies of the drawings and specifications will be provided in AutoCAD and Microsoft Word formats, respectively. The electronic copy of both the final drawings and specifications will be provided to the City on CD in a single pdf file. A separate CO will contain the AutoCAD files of the drawings. BOX Enginee0s; Opinion of probable Construction Cost A Class 2 (AACE International Standard) OPCC will be prepared at the 100% design completion level as an estimate of the project construction cost and stated in the bid documents. 11.0 QAIQC Provide internal quality review and quality control for the final design contract documents; by senior personnel and subconSUltant (Mr. Gerber) experienced in the design of reservoir liners and covers, including a detailed check of the 90% progress submittal. Phase II Deliverables: 60% Design Submittal - drawings, specifications. (five (5) full -size copies) 90% Design Submittal — drawings, specifications, (five (5) full -size copies) 100% Design Submittal- drawings, specifications, Class 2 OPCC, (five (5) full -size copies) Assumptions: 0 The scope and associated fees for Phase II is dependent on the decisions made by the City in Phase I. Therefore, the Scope and associated fee for Phase II efforts is considered preliminary and is subject to revisionlamendment at a later date based upon mutually - agreeable negotiations between the City and Consultant. • A non - baffle floating cover design is assumed for this scope of work. • Utility water piping and related improvements is not included in this scope of work. • MWH will not perform any geotechnical investigation, soil borings, piezometer data analysis or subsurface hydrogeological analysis. • Preparation or review of seismic analysis for the inlet or outlet structure is not included in this scope of work. • Dam safety analysis is not included in this scope. • Review of the existing chemical feed piping system is limited to within the perimeter of the floating reservoir. • MWH will not perform any material testing of the existing floating cover. • MWH will not prepare any California Environmental Quality Act (CEQA) documentation. • MWH will not prepare any permit documentation (e.g. National Pollution Discharge Elimination System — National Pollutant Discharge Elimination System [NPDES]). • The proposed design will not include upgrades to the foundation and sides of the reservoir. • This project will not deal with the structural integrity and stability of the foundation and sides of the reservoir. • CAD base map of site will be provided by the City. • Supervisory Control and Data Acquisition (SCADA), hardware implementation and software programming is not included. • Local Instrumentation & Controls (I &C) control is assumed. No remote control, monitoring, or telemetry is included. • Operations & Maintenance (O &M) manual development is not included. CITY OF NEWPORT BEACH BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT FEBRUARY 2012 Pape 5 of 7 24- MWH PROPOSAL Construction management or office engineering support during construction is not included. ~a All specifications shall be produced using Microsoft Word. Cathodic protection systems are not included in the scope of work. Roadway design /modifications of the road from the entrance gate leading to the reservoir perimeter are not included. The existing power source is sufficient to accommodate new rainwater removal pumps and other lighting needs. A design or upgrade of the on -site electrical system is not included in this scope of work. Project schedule will be developed and updated in Microsoft Project. Phase Oil — Bid Period Support Following completion of Phase II services, MWH will assist the City during the bidding process. OII.A General Bid Support Services Support the City on an as needed basis during the public bid period. MWH has assumed 32 hours for this effort. 011.0 Attend Pre -Bid Conference Attend a pre -bid conference with the City and prospective bidders. Prepare meeting notes during the pre - bid conference that will be issued as an addendum. Project Manager or Project Engineer will attend conference. III.0 Addenda Assist the City in preparing up to two (2) addenda as requested by the City. Support shall include providing information and clarification of bid documents to prospective bidders. MWH has budgeted 60 hours for this task. Deliverable: • Meeting notes from pre -bid meeting • Information and clarification to potential bidder's questions • Addendum drawings and specifications (as required) Assumptions: e Bid evaluation is not included in this scope of work. • The City will screen all questions and requests for information during the bidding period. The City will forward to MWH only those technical design questions that cannot be answered by the City. • Preparation of a conformed set of drawings and specifications for construction is not included in this scope of work Services Provided by the City For Phase I and II efforts, the City will complete the following items: 0 Provide existing available information, as -built drawings, etc. • Provide support and /or assistance as necessary for field surveying work required to verify site - specific topography, critical elevations, and site dimensions. Provide pot - holing as required to identify /locate key piping features at each reservoir, for integration with surveying. • The City will provide MWH with access to the Big Canyon Reservoir on an as- needed basis. The City will coordinate with Operations Staff for site visits and meetings. • Perform the required coordination and permitting with California Division Safety of Dams (DSOD), California Department of Public Health (CDPH) and other agencies whose approval is required for the design and construction of this project. CITY OF NEWPORT BEACH BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT FEBRUARY 2012 Page 0 of 7 'JS - -- -- -- _ MWH PROPOSAL • The City will provide an electronic copy of their in -house standard master specification sections , k— applicable to this specific project. • Issue and transmit each addendum to all registered bidders. Project Schedule The period of performance for all three phases of the scope of work is assumed to be 9 consecutive months and is presented in Attachment A Fee IEstilmate & Leve0 of Effort The level of effort proposed for each task above is reflected in the number of hours and costs presented in the Fee Estimate (Attachment B). The MWH work products described throughout this scope of work will be produced within that stated level of effort and cost. If additional effort or greater work product detail is desired, budget alignments will need to be agreed between MWH and the City. CITY OF NEWPORT BEACH BIG CANYON RESERVOIR FLOATING COVER REPLACEMENT FEBRUARY 2012 Page 7 of 7 2�- EXHIBIT -B al Project Schedule SO ® Pd1P1!!F0 Big Canyon Reservoir Floating Cover Replacement Project Project Schedule p 6[k NamC 9REIlon I Can FvtiSn t Ir o1 bd o +A (11 Ju ¢ a al 5 Pin II aL1a d t01J0 ¢ yt 9 3/ D all d 9 ] I T 8 a I d ] 61 9 11/ Y s 1 NC.:w to PmwCtl I OtlnyE E0 J11012 Wetl Jtletl .. i St W.d = Gltll on- 530r Pro[eetl 2 I I ] 0eilgn RepM1 I PrepareOmtt POR I 94 0els� Wetl 1'1012' hun OrJOp2 I a ------ DWIPO I ` 5 Pp4 ntkeMIAOOI� -� U, IOeiI 'Th.W She SCM T°G N10111 Y ) uuOPpi RI[keR lA lle9 G r �V.iterCm'LTIUi5lu0y �20 eeap!YYCe ]2BlIZ iue 4R4li] I 1 1A WA Inlemal OPlpLRwlew 2evysj Wttl atl1112 IAdn L1913 1 Wa ttlrtulelivn slu y I 0 I 9 PmSm!naryOeilpn WVfcaOi O'doyi 1vC U.tY113I Tuv 01Y11' H mvI DPJOC RevIC I Pref rvDVal9n WV hop I 10 _ _ W %DGapn OFCC I SoaY- Tuv dRU12� &I.40112 I a::0to10n OPCh 5t SavmR OmII POR ��OGYT'�IdanallOtl2 W4 ..0 4p0 1GPamltOm(I P01} I I 1 t2 CJy Reulvw -Om11 PO0. j 10vvyEl Tub 5111L Mn 5114111 i I - Clry Revl w -pmM1 PDR I 13 PDR Revkw MaelLp Otlhym MAC V14112 Mon 919/1 I 3114 ORRei cox aWg Id Pmpam KIN PDR loeayE rW5r191 vinm112 1 rtWrt FimIPpR IS Submu 'traIPOR 1 OJays ..n ..11 WS 4sispnit Mn.] PDR 11 [Sign I IN aEY3' TsC5n W12I IAVn10I5/1 I OCID I I I tB Fmpvm Lenomlpm ga Wmnl Tuo W1912- MnsMsI1 I 1 art Geneml ,Lnga I 19 PreNm 60 DNpn i 25 tivyI Tun 9391121 Ms.7=2 ProPVm GO %pe IGn I 20 DbHn KieYa MGeINb 1117 Omµ; Mvn W<113! AApnGa /i I I I I OGV ngckv 1eCling 1pll 2t N.WN MUM.. CWUC R.A. 7 s.,m Tu[siI.,q Iran FR911 I MW IntemdlONC Ra'vlru I I I 22 su0mv 60 %DGS nP0[kOge OtlbyJ Man iJLl7f Mon i212 712 puam!t W9 DCIgn PNkage 2] 60115uEmAle P'.I.w M[ellnp(Q) - Deay9 Tue] /L13 Tue Tl3li2 1 TfJ Q 6a %DuEmltlal RV1hrthleclln9 (X ) td CEy P,BMewbOM 610MN1 i tU..,i2, Lbn T /16M12 I I ] I 1 - clry Retltw sod SUamil[u 25 B6 R 11 Mtlw Daar+ T°G:rz Te rllTrl' 711 TI1T 6W.R vice lleclin91e21 Z6 T IAVnRM Prepare 90 %ONIAa JS tlaYa, TOC rlti t7 1 PIGPare 90Y.0 sssilOCN sibn Tmk � RoF s UP CnS.M k � P.JCd Summery InaeOvG s.sry � C Ct /MNenwM1B¢acp Ctlu°IT.k RoACe UP 4'.gvsbnC O OMP By Summary S ^anal TCZk r Fd+tlontJ ] III, Colryvn Reservoir MMilonG O RaLd Up Pro, i Inaw ro Task ° DCCIW.PN FCGmaC15,2012 summary Q� SPLI Manual5vmnaryRoffup pe009no O ReMtl UP Task 9Aemd TaSW -- l INCNe fd35Wnv 0 IAPssadu. mary Pvge 1 N a'C MINK, Big Canyon Reservoir Floating Cover Replacement Project Project Schedule ID aff.N. DumUen Sud FNSn 1 alr] IUI, I C1r4 Ma NO G Jut N ^ygp' 1CC I 1B ]ld. p 6119 C 9 10 6 M 8/51 I 94 I 6 01 ] 'Il1 "Ins 1 27 PM9mma MCCBnp Vaal OOays' Man81tN2I Mand/1]/12 I b opMV M oUnU 101) i 20 9x5]DO"onapCC 5da11 TUa02311 wcpea911 I I I 4= 6 2J]9O •_�— S -1:An B Rn�2 T1e uAVYn - -_'I� — l9A0 6%M11nGIY'spUmIIBpIVI W [MveleCd: SOO etlE'gaV- � I ... W IMBnOkYC.mI"0vuIpDCmPNiL dM B 921191/11� x1 Bup91 9n OOign POCkape Mon9L1 pyS j 9n 0 4, ,80.1h 90 %hOO s PaCOw pI C t ProC0NC HR , .. N p (� YSj _- i1 C 9T.2 TUC OMM I Tf I . I eI ! O PiR9Men w /aepev pvBl `I I R -CN Rtnav Oft%SWmiMI I 10naR TUC Y141121 Ifin911T /1 I I I I I —� —� v91fA � CGYflMr190ri +uamlkil ]] Rnlew MOtanp fk9j i Otlay. TuC 9It Of1tLTUO pIINi PmpaM 100n Otripn ID daysl Tm BrtBlt ldon ID11112 9nB 90'A:Revien llmlldU Vat I N _ I — [0%O c v Sdp EM-- 4 Nhd &!I `I Plvprt100A OV ipn I 35 I I I •�tO %OVBn OPCC I11 3a ON= Rdtw nu&2W1 ' j �00ays! �p M1R1M11eInn10AlDCR Y. ]T SU0mA t00Y. psI0nP0ekape Mon 1C'111 Mnn 111H 71 I I 1011 g5ubmIN00 %OViipn Package JB 100% S1p1paIMCV1ry(0) Oor' Tnt 10N1_'� TutiM/1 I I 1021 100 %9uGmiNI:AVV1in91dD I 29 PMpCM Rhal CCmWZion OUCUmenls 6da):' lVCd 101]I1L Mop 101811 I prepan Flna II ConclMdl=n Op {umvme 40 <1 OW penotl SUpDVO 63UayJ Tut +019117] wcd +usn3 BItl PCnW Su,,d j a2 akldig Pellvd 20 tlay[I TUC 1N91121 MU12 1 Bidding Perittl 43 PM -BN COnIeMan. I 0 dayl TUC ID2] /12 a101?U12 I 10 PrtyRl Lantettam p 4a ad pPUCVD OOaYiI flan 11151 kbn 1115113 I i I I I I 111E Bid OMni"! 45 A TMOnd CM LCYDEB ApPMVaI 1 dUYI Tuo i� 11 &12', MCn 111811 4nvM and Ny CYUn[Il Ppprewl _ 1 40 CCNrad EnCM pn OOnysl Tue 11201131 MCn 1xlY1 I > -. CUnaod avee 67 1me WCVnINdor OdaY TYa 1x1411: Tua i]/41 ' k:ugNN lC COnm=mi +ve I a0 ?NCOnaIMNpn Cankrcnro 0day5�WCtl 1W5112 NCrd iL5l12 i I P50 <dnp mdlon COnerenc� 1x5 Task Ro @d Vp Cdliml Task PMjed Summary InadNe BUmmvry 6Mdanly C CMP31Ta9k d Rallvtl UD MlICatDne O DMUPBy Summary QUCUU33C MCm.l Tank � Mnkh.Caly ] C.yvMCwptd elan Bip COM'UV ResanMlr 1d1C5ICnC 0 RCIICd Up Pm. Inadluv TS4 ° Dumllorvcnly 1��.�.2,:L,w PMpMW FULCUm 15.2012 Sk aUft, Sp]I ..... U MWTak O Manual BUmmdry ROMP ona9mv 8 .. RU9M Up Task -- —• PA[mWTMtr � I.W. kiLlvno O fAaaual SUmmvry q========C===;P Pa002 W EXHIBIT C Ps Fee Estimate and Rate Schedule 37, City nf Newport Beach Big Canyon Reservoir Floating Cover Replacement & Inlet Piping Improvements Fee Estimate Updated, 2JI412012 Contract Hourly Rat. In 0 P'l S1 6,7,0 v. ce WO vs Activity No. ACTIVITY DESCPjp'nON -07- IE PrelinninaryMesign Report 20 86 116 124 1 142 8 0 40 1 536 $75,586 ;$7,200 S3,00D $15.000 S18,000 I S100,78G LA project Mar2gernont 6 12 6 26 $4.136 1. e protect Kick-Off Mcclino and Field Visit 8 1 12 12 32 $5,252 31,00D lac Field Surveying 1 4 4 S524 $15.000 LD Water Circulation Study (CFO Modeling) 8 40 142 iso $24.288 $2.000 RPhasol LE Prelinninar, De,slon Workshop 4 20 20 _ 20 64 sil.0" $700 Dr� PDR Pmonmflnn 20 24 40 40 124 $14.IB2 S1,500 -Ph.selesign 80 122 158 330 274 44 36 408 1452 $158,428 $111,00D $8.001) $0 SB;000 $177,428 !!A Pro!� lVianagernent 10 20 16 1 24 70 $10.152 ilail Tearn Meetings (T) 38 28 64 $12.192 S3.000 1 60% Design - Dfw4ngs 24 40 60 140 186 45D $33,368 90% Design - Drion-Angs 24 24 60 10D 154 362 S30.664 100% Design-Drowgs 8 8 34 34 63 152 $12.409 lLD Design Specifications 0 $0 100% Design - Specifications 4 4 14 4 26 $3,774 LE Progress Submittals (Preparation of packers) 6 24 36 65 $7,032 S7.00D Phase fl! aid Phase Support D 3D 62 0 0 102 $15.242 .259 $0 So SO $16,492 llidishase upportServicas is 16 32 $4.7B4 $250 B ja2rora' lIl %4165'2 -- 10 10 40 so $9.00D S1.000 ITOTALS 100 Z18 3-04 5-16 36 448 2,090 $249,256 $19,450 $11,000 $294,706 � � a MWH MVVH FEE PROPOSAL City of Newport Beach Big Canyon Reservoir Floating Cover Replacement Project Schedule of Hourly Rates Billing Classifications Hourly Rates Company Officer $262 Principal Professional II $226 Principal Professional 1 $208 Supervising Professional $168 Senior Professional $153 Professional $131 Associate Professional $112 Assistant Professional $95 Supervising Designer $147 Senior Designer $131 Designer $104 Contract Administrator /Sr. Administrator $109 if Administrative Assistant $80 Compensation is based on a single not -to- exceed fee based on the following contract terms: 1. Payment of the invoiced amount for the professional engineering services shall be based on monthly invoices describing the work performed and expenses incurred during the preceding month. 2. Non - salary expenses and outside services attributable to the Project shall include: Living and traveling expenses including mileage of employees when away from the home office on business connected with the services; o Mileage will be charged at the prevailing IRS rates. The identifiable costs of reproduction, printing and binding applicable to the project; A CAD rate in the amount of $16.75 per computer aided design /drafting hour to cover the hardware, software and related expenses of CAD; and The actual cost of outside and subcontracted services, and other direct costs identifiable to the project will be charged at the above - stated cost plus 10 percent to cover overhead, administration, other indirect costs and profit. 3. Payment shall be due within 30 days after date of monthly invoice describing the work performed and expenses incurred during the preceding month. 4. Above rates are valid for the year 2012. A 4% fee escalation will be applied to the above hourly rates on January I" of each consecutive contract year. Page i of 2 3'- a NMIH SUBCONSULTANT BILLING RATES Dennis Gerber (Floating Cover Specialist) Schedule of Hourly Rates Billing Classifications Hourly Rates First 200 Hours Worked $160 Next 200 Hours Worked $140 Over 400 Hours Worked $120 Page 2 of 2 3< Attachment C lb FYI HY of 11 ewpo !6 Beach NO. BA- 12BA -029 BUDGET AMENDMENT 2019 -12 AMOUNT: $a2a,7o6.00 EFFECT ON BUDGETARY FUND BALANCE: X Increase Revenue Estimates Increase in Budgetary Fund Balance Increase Expenditure Appropriations AND Decrease in Budgetary Fund Balance Transfer Budget Appropriations PX No effect on Budgetary Fund Balance SOURCE: from existing budget appropriations X from additional estimated revenues from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To increase expenditure appropriations from unappropriated Water Fund fund balance for unanticipated litigation costs ($13 and for consultant design services ($294,706), both related to the Big Canyon Reservoir Floating Cover. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description 500 3605 Water Fund - Fund Balance 510 3605 Water Capital Fund - Fund Balance REVENUE ESTIMATES (3601) Fund /Division Account Description EXPENDITUREAPPROPRIATIONS (3603) Amount Debit Credit $130,000.00 - $294,706.00 " Signed City Council Approval: City Clerk Date Description Division Number 5500 Water Operations Account Number 8657 Outside Counsel - Special Litigation $130,000.00 Division Number 7511 Water CIP Master Plan Account Number C6002011 Big Canyon Reservoir Cover Replacement $294,706.00 Division Number Account Number Division Number Account Number ' Automatic System Entry. Signed: Financial Approval: finance birector Date Signed: �1� A <�- U n� 3 22 j2, Administr tive Approval: City Martager Date Signed City Council Approval: City Clerk Date