Loading...
HomeMy WebLinkAboutC-2552(A) - Engineering Service for Upper Newport Bay Water Transmission Main Replacementi/ TO: FINANCE DIRECTOR Public Works FROM: CITY CLERK DATE: December 17, 1985 CITY OF NEWPORT BEACH SUBJECT: Contract No. C- 2552(A) OFFICE OF THE CITY CLERK (714) 640 -2251 C/7'zj Lc- �irc�t�zCZ- 7/J> Description of Contract Professional Engineering Services Agreement for Final Design of the Upper Newport Bay Water Transmission Main Replacement Effective date of Contract December 10, 1985 Authorized by Minute Action, approved on December 9, 1985 Contract with Kenneth I. Mullen Address Consulting Engineers, Inc. 629 Camino de Los Mares San Clemente. CA 92672 Amount of Contract (See Agreement) k4.*14& Ce Wanda E. Andersen City Clerk WEA:lr attach. City Hall • 3300 Newport Boulevard, Newport Beach, California 92663 PROFESSIONAL ENGINEERING SERVICES AGREEMENT FOR FINAL DESIGN OF THE UPPER NEWPORT BAY WATER TRANSMISSION MAIN REPLACEMENT THIS AGREEMENT is made and entered into this 100 day of December , 1985, by and between the CITY OF NEWPORT BEACH, a municipal corporation, hereinafter referred to as "CITY," and the firm of KENNETH I. MULLEN, CONSULTING ENGINEERS, INC., a California corporation, hereinafter referred to as "ENGINEER." WITNESSETH: WHEREAS, the water transmission main in question is a significant part of the City of Newport Beach water distribution system; and WHEREAS, that water main is presently broken and not in service and must be replaced in order to insure proper continued water deliveries to the citizens of Newport Beach; and WHEREAS, ENGINEER has submitted a proposal dated November 25, 1985, for engineering and design of a replacement for the 24- inch- diameter pipeline crossing beneath the Upper Newport Bay with all related facilities and appur- tenances hereinafter referred to as "PROJECT "; and WHEREAS, CITY desires to accept said proposal; NOW, THEREFORE, in consideration of the foregoing, the parties hereto do agree as follows: I. GENERAL A. CITY engages ENGINEER to perform the described services for the consideration hereinafter stated. B. ENGINEER agrees to perform said services in accordance with the terms and conditions hereinafter set forth. C. ENGINEER agrees that all services required hereunder shall be performed under his direct supervision, and all personnel engaged in the work shall be fully qualified and shall be authorized or permitted under State and local law to perform such services. ENGINEER shall not sublet, transfer or assign any work except as otherwise provided for herein or as authorized in advance by CITY. 1 of 11 II. SERVICES TO BE PERFORMED BY ENGINEER The specific duties required of ENGINEER to complete the design of PROJECT are as follows and ENGINEER agrees to perform these duties for the con- sideration hereinafter stated: A. Prepare a bound design report for PROJECT. Said report shall provide a discussion of PROJECT background, its history and a summary of the PROJECT need. All of the relevant design parameters shall be discussed. Key topics considered relevant to the design and to be included in the report are as follows: 1. Operational and Design Duty Requirements of the Pipeline a. There should be discussion of the operating pressures, flow rates and pipeline transients. b. Comment on how the line fits into the distribution system and consider present and future system requirements. c. Minimum PROJECT design life shall be 50 years. ENGINEER may determine that a longer design life is appropriate. 2. Cost and Pipeline Materials Analysis a. Make a detailed comparative analysis of various pipeline materials and discuss the suitability of those materials for use on this PROJECT. A present worth analysis should be performed. b. Comment on the ability of the material considered to withstand any probable adverse conditions, its corrosion resistance, significant maintenance considerations, and its practicality for installation. c. Note that a section of the existing pipeline was replaced with approximately 109 linear feet of salvageable ball joint ductile iron pipe. This was used to repair a previous main break. d. Consider the costs of a cathodic protection system, j protective coatings or linings or pipeline encasement where appropriate. 3. Geotechnical Report and Site Geology a. Provide information about the site geology, soil characteristics and topography and discuss their relevance to design. b. Discuss the need for field soils testing, boring logs and /or other geotechnical sampling. Define the required testing and data needed for design and make appropriate recommendations. If no testing is recommended, the report should so state. 2 of 11 • 11 c. If testing is deemed necessary by ENGINEER and such testing is performed, report on the results of same and make appropriate detailed recommendations. d. Provide information and recommendations about submarine pipe bedding. Specific comments /recommendations are to be made on: (1) Channel bottom scour and sediment transport. (a) Due to tidal flows. (b) Due to storm flows. (c) A combination of both tidal and storm flows. (2) Lateral pipe support or hold down, if necessary. (3) Submarine pipe bedding and scour mitigation measures, if necessary. B. Prepare detailed construction plans and specifications. Said plans and specifications shall be suitable for use in bidding the PROJECT and for field use during the actual field construction. The specific requirements are outlined as follows: 1. Provide a project title sheet with location and vicinity map. Detailed general and construction notes may be placed on this sheet. 2. Provide detailed plan and profile sheets covering the entire project length. Said plans shall use a plan scale of 1" = 40'. The vertical (profile) scale may be 1" = 4' or 1" = 8' as may be appropriate for the project topography, but the former is highly preferable and shall be pro- vided where at all practical. The bounds of these drawings should extend beyond the actual limits of construction to include all valves and fittings pertinent to shutdown and pipeline isolation. Plans should also show concise tie -in and pipeline appurtenance locations. Details shall be provided where applicable. 3. Provide plan only sheets for construction and tie -in details, fittings and fabrication dimensioning and for pipeline appurtenances such as air- vacuum release valves, blowoffs, flushouts, test plugs, etc. Detail scales shall be as deemed appropriate by ENGINEER. a. All tie -ins and pipeline appurtenances shall be con- cisely detailed showing all fittings with callouts and dimensions. 3 of 11 4. Provide a plan view showing the project staging or assembly location. Scale shall be 1" = 40'. The area on the westerly side of the bay bounded by Pacific Coast Highway (PCH) and Dover Drive is a likely area for this activity and is recommended. 5. Provide any small plans, sketches, or exhibits needed to process the various PROJECT permits. 6. All plans shall be drawn with ink on mylar. The standard sized, 22" x 36 ", blank plan sheets, plan and profile sheets, and City title sheet mylars will be supplied to ENGINEER at no charge by CITY. The most current booklet of standard drawings and design criteria are available from the clerk at the Public Works counter in City Hall and shall be incorporated into the plans where appropriate. a. Plans and /or sketches for permit exhibits may be drawn on smaller sheets. This work shall be at the discretion of the Project Engineer for CITY. 7. A complete set of construction specifications is to be pre- pared by ENGINEER. The specifications shall cover all aspects of the PROJECT including materials, application and use of same, as well as construction methods. a. The use of various standard specifications is recom- mended. The City has adopted the 1985 edition of the "Standard Specifications for Public Works Construction" (A.K.A. "The Green Book ") for use on all construction projects. It shall be used, but articles may be modified where appropriate. b. The use of AWWA and ANSI specifications are required for pipeline materials and fittings as well as for linings, coatings and pipeline encasement. c. Where cathodic protection is required, if at all, N.A.C.E. standards shall be used. d. Where the preparation of metalic or steel surfaces is required for application of coating materials, S.S.P.C. specifications shall be used, C. A complete set of contract documents shall be prepared by ENGINEER. Documents shall be in a sufficient form for mailing as bid packages. 4 o 11 • • 1 1. ENGINEER shall provide 20 sets of completed contract docu- ment packages for bidding purposes. I a. Said packages shall include all construction plans, detailed specifications and standard document forms. (1) Copies of the standard bonding, insurance and con- tract document forms will be provided to ENGINEER by CITY. 2. ENGINEER shall prepare a detailed ENGINEER's estimate of materials and costs for use in the public bid invitation and for budgetary purposes. D. Additional services to be provided by ENGINEER as part of this contract include but are not limited to the following: 1. ENGINEER shall provide assistance as needed during construction regarding interpretation and application of the construction plans and specifications. 2. ENGINEER shall provide a limited amount of general super- vision during construction if it is so requested by CITY. Detailed inspection shall be the sole responsibility of CITY. 3. ENGINEER shall provide assistance during the final inspec- tion and during the testing of the completed facility. 4. ENGINEER shall correct the original mylar construction drawings to reflect "as- built" conditions upon completion of PROJECT construction and shall deliver same to CITY when revisions are complete. III. DUTIES OF CITY services: approval. CITY agrees to provide the following information, materials and A. All environmental documentation required to obtain PROJECT B. All work necessary to obtain permits from the U.S. Coast Guard, the California Coastal Commission, the U.S. Army Corps of Engineers, and the California Regional Water Quality Control Board, except for those exhibits, drawings and sketches to be provided by ENGINEER and mentioned herein above. C. Execute a separate contract with a soils engineer to provide a geotechnical investigation and soils sampling and provide design data and make same available to ENGINEER for his use in preparation of the design report and the engineering drawings. 5 of 11 0 0 1. Provided that ENGINEER has made written recommendations to CITY that this work is necessary for proper design. D. Provide all standard mylar, plan and profile sheets necessary for completing the engineering drawings. E. Provide all information, materials, data, reports, plans and maps as are existing and available that may be necessary for carrying out the work outlined herein. F. Provide all personnel and equipment as may be required to pothole, survey, locate and measure the existing facilities and improvements in the vicinity of PROJECT. IV. TIME OF COMPLETION All services to be performed by ENGINEER, as outlined herein above, necessary and prerequisite to CITY's advertising an invitation for public bidding of PROJECT shall be completed within sixty (60) calendar days of the date of execution of this Agreement. ENGINEER shall present the design report and preliminary engi- neering drawings to CITY for review no later than forty -five (45) calendar days from the date of execution of this Agreement. V. OWNERSHIP OF DOCUMENTS Original drawings, reports, notes, maps and other documents relating to the plans shall become the exclusive property of CITY and may be reproduced as deemed necessary by the City Engineer or his duly authorized representative. No report, drawing, map, document or other data given to or prepared or assembled by ENGINEER pursuant to this Agreement shall be made available to any individual or organization by ENGINEER without prior written approval by CITY. CITY agrees to hold harmless and indemnify ENGINEER against all damages, claims and losses arising out of any re -use of the plans and speci- fications by CITY. VI. RIGHT OF TERMINATION A. CITY reserves the right to terminate this Agreement at any time by giving ENGINEER seven (7) days' prior written notice. Notice shall be deemed served when delivered personally or upon deposit in the United States mail, postage prepaid, addressed to the ENGINEER's business office at 629 Camino de Los Mares, San Clemente, California 92672. 6 of 11 • • B. In the event of termination due to errors, omissions, or negli- gence of ENGINEER, CITY shall be relieved of any obligation to compensate ENGINEER for that portion of work affected by such errors, omissions, or negligence of ENGINEER. If this Agreement is terminated for any other reason, CITY agrees to compensate ENGINEER for the actual services performed up to the effective date of the Notice of Termination, on the basis of the fee schedule contained herein. VII. PAYMENT AND FEE SCHEDULE A. In consideration for the performance of the specified services, CITY hereby agrees to compensate ENGINEER a lump sum fee not to exceed the amount of Twenty -one Thousand Five Hundred Dollars ($21,500). B. The contract amount shall be paid in monthly partial payments based on billing for hours expended and costs incurred during the preceding month. Billings submitted shall be based on the FEE SCHEDULE set forth below. C. CITY agrees to reimburse ENGINEER for the actual cost of repro- duction of copies of plans and related documents and other expenditures authorized in advance by CITY at the rate of cost plus Fifteen Percent (15 %). D. CITY shall remit payments to ENGINEER within thirty (30) days after receipt of ENGINEER's invoice. Invoice shall include classifications of personnel, dates and hours worked in the performance of services specified in Section II herein above. E. FEE SCHEDULE lassification Principal Senior Engineer Engineer Registered Sanitarian 3 -Man Survey Crew 2 -Man Survey Crew Computer with Operator Designer Draftsman Secretary Resident Engineer Mileage Subcontracted Services VIII. ADDITIONAL SERVICES Rate per Hour 85.00 75.00 62.50 46.00 100.00 82.00 60.00 42.00 39.00 22.00 34.50 .30 Cost + 15% No change in character, extent, or duration of the work to be per- formed by ENGINEER shall be made without prior written approval from CITY. In 7 of 11 consideration for performance of additional services authorized by CITY in writing, CITY hereby agrees to compensate ENGINEER an amount based upon the hourly rate shown in the FEE SCHEDULE hereinabove; except that an increase in the total compensation exceeding Two Thousand Five Hundred Dollars ($2,500) shall require that an amendmended agreement for such additional services be executed by the ENGINEER and CITY. IX. RECORDS ENGINEER shall maintain complete and accurate records with respect to costs, expenses, receipts and other such information required by CITY that relate to the performance of the services under this contract. All such records shall be maintained in accordance with generally accepted accounting principles and shall be clearly identified and readily accessible. ENGINEER shall provide free access to the representatives of CITY or its designees at all proper times to such books and records, and gives the CITY the right to examine and audit same, and to make transcripts therefrom as deemed necessary, and to allow inspection of all work, data, documents, proceedings and activities related to this Agreement. X. INSURANCE A. On or before the date of commencement of the term of this Agreement, ENGINEER shall furnish the CITY with certificates showing the type, amount, class of operations covered, effective dates and dates of expiration of insurance policies. Such certificates which do not limit ENGINEER's indem- nification, shall also contain substantially the following statement: "The insurance covered by this certificate may not be cancelled or materially altered, except after Ten (10) days' written notice has been received by CITY." B. ENGINEER shall maintain in force at all times during the per- formance of this Agreement policies of insurance required by this Agreement; and said policies of insurance shall be secured from an insurance company assigned Policyholders' Rating of "A" (or higher) and Financial Size Category Class VIII (or larger) in accordance with an industry -wide standard and licensed to do insurance business in the State of California. 1. An appropriate industry -wide insurance rating standard shall be deemed "BEST'S KEY RATING GUIDE," latest edition. 8 of 11 ages: C. ENGINEER shall maintain the following minimum insurance cover- Liability Insurance General liability coverage in the following minimum limits: Bodily Injury Property Damage $250,000 each person $500,000 each occurrence $500,000 aggregate $100,000 each occurrence $250,000 aggregate A combined single limit policy with aggregate limits in the amount of $1,000,000 will be considered equivalent to the required minimum limits. D. Subrogation Waiver In the event of loss or claim of loss due to any of the perils for which it has agreed to provide insurance, ENGINEER shall look solely to its insurance for recovery. ENGINEER hereby grants to CITY, on behalf of any insurer providing insurance to either ENGINEER or CITY with respect to the ser- vices of ENGINEER, a waiver of any right of subrogation which any such insurer of said ENGINEER may acquire against CITY by virtue of the payment of any loss under such insurance. E. Failure to Secure If ENGINEER at any time during the term of this Agreement, should fail to secure or maintain the foregoing insurance, CITY shall be per- mitted to obtain such insurance in the ENGINEER's name or as an agent of ENGINEER and shall be compensated by ENGINEER for the costs of the insurance premiums at the maximum rate permitted by law computed from the date written notice is received that the premiums have been paid. 9 of 11 • 0 F. Additional Insured CITY, its City Council, boards and commissions, officers, agents, servants and employees shall be named as an additional insured under all insurance policies required under this Agreement. The naming of an additional insured shall not affect any recovery to which such additional insured would be entitled under this policy if not named as such additional insured; and an addi- tional insured named herein shall not be held liable for any premium or expense of any nature on this policy or any extension thereof. Any other insurance held by an additional insured shall not be required to contribute anything toward any loss or expense covered by the insurance provided by this policy. Proceeds from any such policy or policies shall be payable to CITY primarily, and to ENGINEER secondarily, if necessary. XI. WAIVER A waiver by CITY 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. XII. COST OF LITIGATION If any legal action is necessary to enforce any provision hereof or for damages by reason of an alleged breach of any provisions of this Agreement, the prevailing party shall be entitled to receive from the losing party all costs and expenses in such amount as the court may adjudge to be reasonable costs of litigation. XIII. 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 hereof. Any modification of this Agreement will be effective only by written execution signed by both CITY and ENGINEER. XIV. HOLD HARMLESS ENGINEER shall indemnify and hold harmless CITY, its City Council, boards and commissions, officers, agents, servants, and employees from and 10 of 11 against any and all loss, damages, liability, claims, suits, costs and expenses, whatsoever, including reasonable costs of litigation, regardless of the merit or outcome of any such claim or suit, arising from or in any manner connected to ENGINEER's errors, negilgent acts, omissions, or work conducted pursuant to this Agreement or arising from or in any manner connected to persons firms or cor- porations furnishing or supplying work, services, materials, equipment or supplies thereto. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date first above written: ROVED AS TO F RM: D;frol'Korade, Assistant City Attorney ATTEST: i Wanda Raggio, City Cle Address and Telephone: City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 (714) 644 -3311 CITY OF NEWPORT BEACH, a Municipal — Corporation By FatrertA Wynn, City Manager p x. Wrew, KENNETH I. MULLEN CONSULTING ENGINEERS, INC. By Kenneth I. Mullen, Principa Kenneth I. Mullen, Consulting Engineers, Inc. 629 Camino de Los Mares San Clemente, CA 92672 (714) 240 -0207 11 of 11 • . December 9, 1985 ( 2,! CITY COUNCIL AGENDA ITEM NO. F -3(a) TO: CITY COUNCIL C - �, -71 (1q) • FROM: Public Works Department SUBJECT: ENGINEERING SERVICES AGREEMENT FOR DESIGN OF THE UPPER NEWPORT BAY WATER TRANSMISSION MAIN REPLACEMENT (C- 2552)(A) RECOMMENDATIONS: Approve the subject agreement with Kenneth I. Mullen, Consulting Engineers, Inc.; and authorize the Mayor and the City Clerk to exe- cute the document. DISCUSSION: Included in the Water Fund portion of the current capital projects budget is an appropriation of $30,000 for preparation of plans and specifica- tions for replacement of the existing 24- inch - diameter Upper Bay water main crossing northerly of Coast Highway. This line is now 57 years old, has a recent history of leaks, and the location is not compatible with proposed future channel dredging projects. is Proposals for the necessary engineering services have been received from Kenneth I. Mullen Consulting Engineers, Inc. and from David A. Boyle Engineering, Inc. Both firms are qualified to perform the work. Acceptance of the Mullen proposal is recommended based on somewhat better experience with similar projects, ability to perform the work more quickly, and a lower fee. Compensation will be based on standard hourly rates, with a stipulated maximum fee of $24,500. The services to be provided include geotechnical investigation; ascertaining requirements of the Corps of Engineers and other permitting agencies; and preparation of the plans, specifications, and cost estimate. The estimated construction cost -for the water main replacement proj- ect, to be budgeted at a later date, is $450,000. A finding has been made that the project is "categorically exempt" pursuant to Sections 21083, 21084, and 21089 of the California Environmental Quality Act. �/J o S 42,, / 4".- �. • Benjamin B. Nolan Public Works Director BY THE CITY COUNCIL CITY OF NEWPORT BEACH DEC 91935 APPROVED