Loading...
HomeMy WebLinkAboutC-2690 - Water Analysis & Master Plan UpdatingAGREEMENT Cxrj CLERK Oq,IWNAL �.. C- VAO PROFESSIONAL SERVICES FOR WATER SUPPLY ANALYSIS AND MASTER PLAN UPDATING THIS AGREEMENT is made and entered into this 2-5 1.1-1 day of April 1988, by and between the "City of Newport Beach ", a municipal Corporation, hereinafter referred to as "CITY ", and "Ott Water Engineers, Incorporated ", a California Corporation, hereinafter referred to as "CONSULTANT ". WITNESSETH: WHEREAS, the "CITY" has undergone substantial development since the last preparation of its water and sewer master plan, and; WHEREAS, additional development may require the "CITY" to expand its capacity to properly deliver essential services, such as public water supply, and; WHEREAS, the "CITY" is reviewing its ability to supply water under current and future conditions, and; WHEREAS, the task of performing such a review requires considerable study and preliminary engineering efforts, and; WHEREAS, the "CITY" has requested a proposal for the performance of said services, evaluation, planning and preliminary engineering from "CONSULTANT", and; WHEREAS, "CONSULTANT' has submitted a proposal for costs and services as outlined herein below; and WHEREAS, "CITY" desires to accept said proposal; NOW THEREFORE, in consideration of the foregoing, it is mutually agreed and understood that: I. GENERAL A. "CITY" engages "CONSULTANT' to perform the described services for the consideration hereinafter stated. 1 B. "CONSULTANT" agrees to perform the described services in accordance with the terms and conditions hereinafter set forth. C. "CONSULTANT" 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. "CONSULTANT" shall not sublet, transfer or assign any work except as otherwise provided for herein or as authorized in advance by the "CITY ". II. SERVICES TO BE PERFORMED BY CONSULTANT "CONSULTANT" shall provide the following listed professional services to "CITY ". A detailed explanation for said services is outlined as follows and is in accord with the "CONSULTANT's" proposal dated March 29, 1988: A. Perform a thorough concept review with City staff to identify the capacity of the existing water supply system of the "CITY" and to better define the scope of the required "Master Plan" update. B. Assimilate all basic system information and data needed to prepare an updated water "Master Plan ". Specific requirements to include: 1. Collection, review and evaluation of all past reports and studies as are existing and available. 2. Collect operational records and information by conducting meetings with City staff, both operational and managerial. Such records to include information on historical water consumption, operational and delivery costs and any maintenance problems of significance. 3. Collection of population and development projections by meeting with the City Planning Department staff. Obtaining land use and zoning data. 4. Collection of all facilities data related to the water system including City Atlas Maps showing the location and size of all pipelines, pumps, wells, reservoirs, pressure regulators and existing topography. Data shall include relevant information on the operational characteristics of pumps, reservoirs and regulators. 2 0 C. Formulate a water system model for input onto a micro- computer. Water system model shall be performed utilizing software marketed by GCN Hydronet inc., known as FAAST. The model formulation shall include coding data for input which consists of the following elements: 1. Pipelines with their length, diameter and Hazen - Williams roughness coefficient. All pipes with an 8 -inch diameter or larger shall be coded for initial entry. Other sizes may be input where they are necessary to accurately represent the water system operation or where loops need to be closed. 2. Nodes with their elevation and coordinates. Nodes shall include all intersection locations for the pipelines. Nodes may or may not coincide with street intersections. Unconnected nodes shall be input where there exists a probability that future water system improvements or expansions may bring pipelines. 3. Reservoirs with their operating elevation ranges consisting of inlet, outlet, altitude valve and overflow data. Where altitude or other control mechanisms exist, they shall be modeled. 4. PRV's (pressure reducing or regulating valves) shall be input for modeling with their normal operating conditions, upstream and downstream settings, etc. 5. All pumping units shall be modeled with their performance curve data, normal operating duty and maximum duty conditions. 6. Water wells (proposed) shall be modeled with their pump performance curves, static and pumping water levels, elevation and duty data estimated. 7. All system operating valves shall be modeled. Such valves shall include normally closed valves, major system sectionalizing valves and reservoir isolation valves. 8. Localized water consumption demands shall be modeled which shall include the various demand character (residential, commercial, industrial, irrigation or agricultural). a. Time related demands and peaks shall also be modeled. These include daily demand characteristics; weekly, monthly and annual demands. 3 0 0 9. Wholesale supplemental water connections (MWD turnouts) shall also be modeled with their operational control valving and volume capacities. This shall include any main -line, by -pass line pressure and rate -of -flow control valving, elevation and head data. 10. All data input shall be coordinated closely with the City staff. The results of the initial development shall be thoroughly reviewed by City staff to determine model accuracy with respect to the operation of the water system before proceeding to the step of "model calibration ". D. Calibrate the model to accurately represent the actual operational capacity of the water system. Model calibration shall consist of the following tasks: 1. Field calibration testing consisting of cooperatively - run hydrant flow testing utilizing both "CITY" and "CONSULTANT" personnel. Field testing shall consist of both spot checking of system pressures and flow testing of fire hydrants. Tests shall be conducted in no less than two (probably four) locations in each hydraulic gradient or pressure zone (of which there are 16 in the existing City system). 2. All meters on pumping units and supply sources shall be monitored and recorded during the calibration process. 3. Results of the field data collection program shall be analyzed and compared with the computer model runs under similar conditions. 4. Where anomalies are found to occur for the various input devices, such as control valves or pumping units; the model shall be corrected and /or modified as necessary to produce an accurate calibrated computer simulation model. 5. A final check on the calibrated system model shall be made to compare the adjusted model with the field data and operational criteria. The model shall be deemed adequately calibrated when the model results closely simulate flow and pressure conditions in the system under high flow and low pressure conditions. E. Preparation of a summarizing technical memorandum shall be done in the form of a report on the correlated computer model. Such report shall summarize the model runs performed and the results of each. M 0 0 III. DUTIES OF THE CITY In order to assist the "CONSULTANT" in the execution of his responsibilities under this Agreement, "CITY" agrees to provide the following: A. Provide any background information, reports or "as- built" drawings as may be available or are in existence, which may be germane to the proper preparation and completion of the report or the required data input for computer modeling. IV. TIME OF COMPLETION "CITY" acknowledges that "CONSULTANT" commenced work on a verbal authority as of the date of the proposal. Work as required herein shall be completed within one hundred twenty (120) working days from the date of the execution of this Agreement. V. OWNERSHIP OF DOCUMENTS Original drawings, reports, notes, maps, computer data, and other documents relating to the work herein specified shall become the exclusive property of "CITY" and may be reproduced as deemed necessary by "CITY" or its duly authorized representative. No report, drawing, map, document or other data given to or prepared or assembled by "CONSULTANT" pursuant to this Agreement shall be made available to any individual or organization by "CONSULTANT" without prior written approval by "CITY ". VI. RIGHT OF TERMINATION A. "CITY" reserves the right to terminate this Agreement at any time by giving "CONSULTANT" three (3) 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 CONSULTANT's business office at 27405 Puerta Real, Suite 360, Mission Viejo, California, 92691. B. In the event of termination due to errors, omissions, or negligence of "CONSULTANT ", "CITY" shall be relieved of any obligation to compensate "CONSULTANT" for that portion of work affected by such errors, omissions, or negligence of "CONSULTANT ". If this Agreement is terminated for any other reason, "CITY" agrees to compensate "CONSULTANT" for the actual services performed up to the effective date of the 'Notice of Termination ", on the basis of the fee schedule contained herein. 5 0 VII. SUBCONTRACTORS AND ASSIGNMENT A. None of the services included in this Agreement shall be contracted or subcontracted without prior written approval of "CITY ". B. "CONSULTANT" shall not assign or transfer any interest in this Agreement, whether by assignment or novation, without the prior written consent of "CITY "; provided, however, that claims for money due or to become due "CONSULTANT" from "CITY" under this Agreement may be assigned to a bank, trust company or other financial institution, or to a trustee in bankruptcy, without such approval. Notice of any such assignment or transfer shall be promptly furnished to "CITY ". VIII. PAYMENT AND FEE SCHEDULE A. In consideration for the performance of the specified services, "CITY" hereby agrees to compensate "CONSULTANT" on an hourly basis as set forth herein below in the "FEE SCHEDULE ". In no event shall said amount be greater than the amount of eighteen thousand five hundred dollars ($18,500.00) except as otherwise provided for herein. B. PAYMENT AND FEE SCHEDULE personnel Senior Principal Engineer ........................ ..............................$ Principal Engineer, Planner, Scientist .. ............................... Senior Engineer, Planner, Scientist ...... ............................... Associate Engineer, Planner, Scientist . ............................... Assistant Engineer, Planner, Scientist .. ............................... Staff Engineer, Planner, Scientist .......... ............................... Junior Engineer, Planner, Scientist ....... ............................... Technician.................................................. ............................... Assistant Technician ................................ ............................... Junior Technician ..................................... ............................... Administrative Assistant ........................ ............................... Word Processor ......................................... ............................... Secretary...................................................... ............................... JuniorClerk ................................................ ............................... Resident Engineer ..................................... ............................... Inspector...................................................... ............................... 0 hourly rates 110.00 95.00 74.00 69.00 57.00 48.00 45.00 47.00 38.00 30.00 45.00 35.00 29.00 23.00 63.00 44.00 0 C. In -house expenses of the "CONSULTANT" shall be reimbursed as per the following: expense item hourly rates Mini - Computer for Engineering Applications ........................ $ 30.00 Micro- Computer for Spreadsheets or Word Processing........... 8.00 D. In addition "CITY" agrees to reimburse "CONSULTANT' for the actual cost plus fifteen percent (15 %), for reproduction of copies and expenses related to the preparation of the specified report, the preliminary engineering and other services authorized in advance by the Project Engineer for the "CITY" or his duly authorized representative where such costs have been advanced by "CONSULTANT". E. The contract amount shall be paid to "CONSULTANT' in monthly partial payments based on the amount earned each month based on the actual hours of labor expended as determined by the Project Engineer for "CITY ". The sum of the monthly partial payments shall not exceed ninety percent (90 %) of the maximum fee as set forth in paragraph "A" herein above. The balance of the total amount earned shall be paid upon completion of the work specified herein. IX. ADDITIONAL SERVICES No change in character, extent, or duration of the work to be performed by "CONSULTANT' shall be made without prior written approval from "CITY ". In consideration for performance of additional services authorized by "CITY" in writing, "CITY" hereby agrees to compensate "CONSULTANT' an amount based upon the hourly rate as submitted to the "CITY" in a FEE SCHEDULE, except that an increase in the total compensation exceeding eighteen hundred fifty dollars ($1,850.00) shall require that an amended Agreement for such additional services be executed by the "CONSULTANT' and "CITY ". X. RECORDS "CONSULTANT" 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 specified under this Agreement. All such records shall be maintained in accordance with generally accepted accounting principles and shall be clearly identified and readily accessible. "CONSULTANT' shall provide free access to the representatives of "CITY" or its designees at all proper times to such books and records, and gives "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. 7 M. INSURANCE A. On or before the date of execution of this Agreement, "CONSULTANT" shall furnish "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 CONSULTANT's indemnification, 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. "CONSULTANT" shall maintain in force at all times during the performance 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 "B" (or higher) and Financial Size Category XV (or larger) in accordance with an industry-wide standard and shall be licensed to do business in the State of California. 1. An appropriate industry-wide insurance rating standard shall be deemed "BEST'S KEY RATING GUIDE ", latest edition. C. "CONSULTANT" shall maintain the following minimum coverages Liability Insurance General liability coverage shall be provided in the following minimum limits: CategQ Amount Bodily Injury $ 500,000 each person $ 500,000 each occurrence $ 1,000,000 aggregate Property Damage $ 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, "CONSULTANT" shall look solely to its insurance for recovery. "CONSULTANT" hereby grants to "CITY ", on behalf of any insurer providing insurance to either "CONSULTANT" or "CITY" with respect to the services of "CONSULTANT ", a waiver of any right of subrogation which any such insurer of said "CONSULTANT" may acquire against "CITY" by virtue of the payment of any loss under such insurance. F:3 • i E. Failure to Secure If "CONSULTANT" at any time during the term of this Agreement, should fail to secure or maintain the foregoing insurance, "CITY' shall be permitted to obtain such insurance in the CONSULTANT's name or as an agent of "CONSULTANT' and shall be compensated by "CONSULTANT" 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. 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 each such additional insured would be entitled under this policy if not named as such; and an additional insured named herein shall not be 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 "CONSULTANT' secondarily, if necessary. XII. 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 different character. )M 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 hereof, 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 cost of litigation. XIV. 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 "CONSULTANT'. E XV. HOLD HARMLESS "CONSULTANT" shall indemnify and hold harmless, "CITY ", its City Council, boards and commissions, officers, agents, servants, and employees from and 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 CONSULTANT's errors, negligent acts, omissions, or work conducted pursuant to this Agreement or arising from or in any manner connected to persons, firms or corporations furnishing or supplying work, services, materials, equipment or supplies thereto. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the first date above written: APPROVED AS TO FORM: OAA &% 0 Carol Korade Assistant City Attorney Address and Telephone: City of Newport Beach 3300 Newport Boulevard Post Office Box 1768 Newport Beach, California 92658 -8915 (714) 644 -3011 W1; CITY OF NEWPORT BEACH a municipal corporation Ro ert L. Wynn City Manager OTT WATER ENGINEERS, INC. a California corporation C. Stephdh Bucknam Jr., RE "CONSULTANT" Ott Water Engineers, Inc. 27405 Puerta Real Suite 360 Mission Viejo, California 92691 (714) 582 -2818