HomeMy WebLinkAboutC-2796 - Design of the Section 5 Wastewater Lift Station on Little Balboa Islandi
AGREEMENT
PROFESSIONAL SERVICES FOR TOE DESIGN OF THE
WASTEWATER LIFT STATION ON LITTLE BALBOA
GIT`f CL.F-RK ORIGINAL
EE9:(01
SECTION 5
ISLAND
THIS AGREEMENT is made and entered into this t974 day of
January 1990, by and between the City of Newport Beach, a municipal
Corporation, hereinafter referred to as "CITY ", Woodside / Kubota &
Associates, Inc., a California Corporation, hereinafter referred to as
"CONSULTANT ".
WITNESSETIt
WHEREAS, the "CITY ", has a long term capital improvement program
for the refurbishment, replacement and /or reconstruction of the older
wastewater lift (pumping) stations, and;
WHEREAS, the "CITY" has determined by detailed engineering study
that the thirty year old "Section 5 Wastewater Lift Station ", hereinafter
referred to as "Lift Station ", is in great need of refurbishment, and;
WHEREAS, the "CITY" has determined that reconstruction of said
"Lift Station ", is the most feasible cost effective means of refurbishment, and;
WHEREAS, "CITY" desires to implement this reconstruction project to
alleviate peak capacity problems, reduce frequent maintenance and increase
the station's electrical efficiency, and;
WHEREAS, "CITY" has requested a proposal for preparation of a
detailed engineering construction design, hereinafter referred to as
"PROJECT', and;
WHEREAS, "CONSULTANT" has submitted a proposal for costs and
services as outlined herein below to implement "PROJECT ", and;
WHEREAS, "CITY" desires to accept said proposal;
NOW THEREFORE, in consideration of the foregoing, it is mutually
agreed and understood that:
0 0
I. GENERAL
A. "CITY" engages "CONSULTANT" to perform the
described services for the consideration hereinafter stated.
B. "CONSULTANT"' agrees to perform the described services
in accord 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 ".
IL SERVICES TO BE PERFORMED BY CONSULTANT
"CONSULTANT" shall provide the following listed professional
services to "CITY ". A detailed explanation for said services is contained and
enumerated in the "CONSULTANT's" proposal dated November 9, 1989, for
Phase I, "preliminary engineering ". "CONSULTANT" shall provide all
requested services appurtenant to preliminary engineering and design, that
are enumerated or discussed in the "CITY'S" request for proposal for the
"design of the Section 5 wastewater lift station on Little Balboa Island ".,
whether they are specifically discussed in the "CONSULTANT's" proposal or
have been ommited for whatever reason. The "CONSULTANT" shall:
A. Provide complete utility and street right -of -way research
to determine the location and existence of all underground utilities and
improvements within the vicinity of the proposed sewer lift station
construction. The location being in the City of Newport Beach on Little
Balboa Island, approximately 125 ft. easterly of the intersection of Jade
Avenue and South Bay Front (at the alley east of Jade Avenue).
B. Conduct preliminary soils investigation by taking field
borings and performing the appropriate testing and analysis to determine the
design parameters.
C. Develop the hydraulic capacity requirements for the wet
well, the suction and discharge piping, the pumping units and the overall
operation of the station in accord with the criteria set forth by the City.
D. Recommend and design the site details for the proposed
pump station. Determine and layout its exact location.
2
rI
0
E. Prepare preliminary civil construction plans in
preparation for the structural and electrical engineering design.
F. Prepare a demolition schedule and plan for the existing
pump station and a coordination plan for changing operation from the old to
the proposed pump station once it is completed.
G. Provide detailed "Traffic Control Plans" showing phased
construction, temporary detours, signage, lighting or other means of
redirecting traffic during the construction process. Traffic control and parking
plans shall be prepared in accord with the requirements of the City Traffic
Division of the Public Works Department.
H. Meet and confer with "CITY" project manager to discuss
design configurations, design parameters, methodology and make decisions
regarding the specific details.
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 plans and specifications.
B. Assist "CONSULTANT" with the interpretation of
"CITY" standards and design criteria. Meet with "CONSULTANT" as may be
necessary to provide input or direction on matters pertaining to the
completion of the preliminary design tasks outlined herein.
C. Act as liaison between "CONSULTANT" and any other
jurisdiction or agency for any matters as are appurtenant to the completion of
the design or to obtain permits for the subject "PROJECT ".
IV. TIME OF COMPLETION
"CONSULTANT" shall complete all work pursuant to this
Agreement within eighty four (84) calendar days from the date of the
"CITY's" written notice of "authority to proceed ".
3
0 0
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 "CITY" or its duly authorized representative.
No report, drawing, map, document or other data given to, 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 501 West Dyer Road, Santa Ana, California 92707 -3393.
B. In the event of �t�erm/ination due to errors, omissions, or
negligence of "CONSULTANT ", viTY" 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.
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 ".
4
• 0
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 twenty-two thousand nine
hundred nine dollars ($22,909.00) except as otherwise provided for herein.
B. FEE SCHEDULE
personnel hourly rates
Professional Consultations ( Principal) . ...............................
90.00
Senior Project Engineer ........................... ...............................
78.00
ProjectManager ......................................... ...............................
75.00
Project Engineer .............. ............................... ..........................
72.00
Corrosion Engineer ........ ............................... ..........................
65.00
Registered Engineer ........ ............................... ..........................
65.00
SeniorDesigner ......................................... ...............................
61.00
Licensed Surveyor ................................... ...............................
60.00
DesignEngineer ........................................ ...............................
55.00
Construction Specialist ............................ ...............................
55.00
Construction Observer ............................. ...............................
52.00
AssistantEngineer .................................... ...............................
45.00
Administrative Assistant ............................. ..........................
44.00
Drafting & Calculations . ............................... ..........................
44.00
Engineering Assistant .............................. ..............................1
40.00
Engineering Technician .......................... ...............................
35.00
Non - Technical ........................................... ...............................
32.00
Mileage Allowance (per mile) ................ ...............................
0.30
C. 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 "CITY's" Project
Engineer. 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.
D. In addition to the above listed maximum fee, "CITY"
agrees to reimburse "CONSULTANT" for the actual cost plus ten percent
(10 %) for reproduction of copies of plans and related documents, as well as
filing fees, checking fees, and other material costs authorized in advance by
the Project Engineer for the "CITY" or his duly authorized representative
where such costs have been advanced by "CONSULTANT ".
5
DC 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 two thousand five hundred dollars ($2,500.00) shall
require that an amended Agreement for such additional services be executed
by the "CONSULTANT" and "CITY ".
X.
"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.
XI. 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.
0
9
1. An appropriate industry -wide insurance rating
standard shall be deemed "BEST'S KEY RATING GUIDE ", latest edition.
coverages:
C. CONSULTANT shall maintain the following minimum
General liability coverage shall be provided in the following
minimum limits:
Category
Bodily Injury
Property Damage
Amount
$ 100,000 each person
$ 250,000 each occurrence
$ 500,000 aggregate
$ 250,000 each occurrence
$ 500,000 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.
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.
7
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 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.
X1II. COST OF IMGATION
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 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 ".
I
r •
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: CITY OF NEWPORT BEACH,
City Attorney's Office a municipal corporation
C �-
a " "
Robin Flory Robert L. Wynn
Assistant City Attorne City Manager
"CITY"
Address and Telephone:
City of Newport Beach / Utilities Department
3300 Newport Boulevard
Post Office Box 1768
Newport Beach, California 92658 -8915
(714) 644 -3011
0
Woodside / Kubota & Associates, Inc.
a California corporation
Ramon D. Woodside, P.E.
President
"CONSULTANT"
Woodside / Kubota & Associates, Inc.
501 West Dyer Road
Santa Ana. California 92707 -3393
(714) 979 -5240
1 • •
I
I
PROPOSAL FOR THE DESIGN OF THE PROPOSED
SECTION 5 WASTEWATER PUMP STATION, BALBOA ISLAND
FOR THE
CITY OF NEWPORT BEACH
Woodside / Kuhota & Associates, Inc. proposes to provide professional engineering
* services for the City of Newport Beach, as contained in the Request for Proposal
dated October 20, 1989. The firm is located at 501 West Dyer Road, Santa Ana,
California 92707. Woodside /Kubota & Associates, Inc. was established in 1971
with the principal emphasis being in the fields of public water and wastewater
facilities, master planning, design, project administration and construction
observation.
INITIAL REVIEW
We have reviewed the Request for Proposal and have observed the existing pump
station site. We have also reviewed the existing pump station and wet well to
determine condition of the below grade vaults with respect to the possibility
for expansion of these facilities.
WOODSIDE /KUBOTA & ASSOCIATES, INC. PROPOSED PROJECT SCOPE
We have analyzed the project requirements and site limitations within the alley
east of Jade Avenue. Our assessment of the site of the existing station is
that the site is restricted by the width (15 feet) of the alley, together with
the number and locations of existing utilities. Design and construction of a
larger wet well would be very difficult from the standpoint of work space,
loading of spoil material, and parking /traffic control during construction.
In our discussion with Mr. Dixon and Mr. Staneart on Thursday, November 2,
1989, we proposed to relocate the project to the dead -end segment of Jade
Avenue and construct a totally new pump station facility. The width of the
street between curbs appears to be approximately 27 feet. Construction with-
in the proposed area will minimally affect parking in approximately 5 spaces.
One two -car garage access may be affected during working hours.
This proposed method of replacing the pump station will allow the existing
facility to remain in full operation until the new station is completed
and the force main is ready to he connected. Access for maintenance and re-
pairs would be much easier for the new site.
I
-1-
I
1
0 0
SCOPE OF WORK (Rased Upon a New Pump Station Facility)
The proposed scope of work includes the Scope of Services contained in the
Request for Proposal dated October 20, 1989, and the following. The project
will consist of review of the site parameters,.followed by verification of
station hydraulic requirements. Upon completion of these preliminary studies,
t engineering design of the pump station would be completed, including prepara-
tion of the Contract Drawings and Specifications.
The work would be performed in three (3) phases. The steps to be taken
in the process of completing the project would closely follow the sequence
of work outlined below:
PHASE I - Preliminary Engineering
1. Conduct preliminary soils investigation boring to determine
type of materials expected to be encountered, water surface
elevation, potential for liquefaction during a seismic tremor,
coefficient of friction against uplift of the station, and
other design parameters. Work will include coring or saw -
cutting of existing pavment, test boring, cleanup of tail-
ings, hackfiil and patching of the pavement.
2. Review existing and proposed utility company plans of existing
and /or proposed utility locations.
3. Determine the best location for a new station in relation to the
street centerline, curbs, adjacent housing entrances, etc.
Draft site plan with dimensions and elevations.
4. Develop pump station hydraulic and capacity requirements,
based upon wet well elevation, friction losses in the force
main and elevation of the point of discharge of the force main.
Prepare a system head curve for the station and force main
operation and superimpose pump curves to determine the reason-
able maximum flow rate that may be developed for the station
to balance the peak inflow rates.
S'. Prepare preliminary civil design and base drawings in detail
in preparation for the structural and electrical engineering
design, to avoid major revisions which may otherwise occur.
Identify required pipe entrance sizes and locations, stairwell
locations and miscellaneous additional details of design.
Design the extensions and connections of the existing gravity
sewers and force main to the new station, to insure depth and
capacity of the wet wells meets proper pump operation cycles.
- 2 -
0
I
0
6. Prepare a demolition schedule for the removal of the existing pump
station to be accomplished once. the new facility is complete and is
fully operational.
7. Meet with City and Consultants to discuss design parameters and
design progress. Identify issues which may require resolution
for the design to proceed.
8. Traffic Control - Provide traffic control, parking and access
plans for the per.iods of .geological investigation, construction
and for the completed facility. Indicate the allowed area of
pavement removal for. construction and specify the replacement
pavement design, including elevations and drainage.
PHASE II - Design
9. Prepare construction plans and specifications for the pump
station including, but not necessarily limited to, the follow -
ing.
a. Structural - Provide structural design for the station
i'— ncTuding a two - compartment wet well and the dry well,
stairwell access for maintenance personnel, and hatches
and covers for maintenance and replacement of the pumps
and equipment.
Structure design would provide loading strength for
traffic above the station. Attention will be directed
to the type of concrete used to withstand the effects
of salt water on the exterior. The potential for
acidic degradation of the wet well will be minimized
by the use of special lining material to be specified.
b. Mechanical - Select the pumps, motors, valves, station
ventilation and miscellaneous items for a complete
operational system. Provide two (2) pumps for pumping
from each of the wet well compartments. The pumps would
be of similar manufacture as the existing vertical,
recessed impeller -type units. The Request for Proposal
addresses the use of main pumps and "stripper pumps" for
the pumping units. The proposed pump station will have
a larger wet well capacity than the existing station, and
the City may wish to consider two (2) pumps of equal size
for serving each side of the dual wet well. This would
allow the use of alternators for each set of two pumps,
so that no punp would cycle excessively in a given hour.
-3-
N
Design the telemetry system for remote alarms and capability to
determine the pumps in operation. The wet well level may be
recorded on a chart recorder, if desired by the City. Station
operation information will be telemetered to the City corpora-
tion yard by leased telephone circuit, with the capability to
modify for future microwave transmission of the station status.
Capability to turn pumps on or off from the City yard will he
provided if desired.
e. Miscellaneous - Provide miscellaneous items, including
station forced air blowers and ventilation ducting to
above ground, connections to the utility services for
electrical and telephone service.
f. Operational Description - Prepare a description of the
operational plan for the station, including the wet well
level for pump start and stop sequencing, time delays
for operations, alarm set points for the wet well high
and low level conditions, dry well flooded alarm, tele-
metry system, controls, etc.
- 4 -
This would he discussed further with City personnel at
the appropriate time.
C. Civil Final Desi n - Provide design of any existing utilities
to be re ocated, provide a sump pump in the dry well for
removal of spills and station wash -down water. Coordinate
.
structural and electrical items to avoid conflicts.
d. Electrical, Instrumentation and Telemetry - Provide electrical
design of station lighting, motor starters and controls, and
conduit locations. Provide a cable connection for the City's
generator set to provide electrical power during commercial
.
power failure, together with an electrical transfer switch for
transfer from commercial power to the generator. This switch
may provide manual or automatic transfer of the load. The sub-
ject will he discussed with City personnel during the station
design.
Design the controls system for automatic operation based on a
bubbler system for determining the wet well level. Provide
■
automatic lead -lag start sequencing for the pump operation.
Provide hour meters for each pump to help schedule maintenance
of the pumping units.
Design the telemetry system for remote alarms and capability to
determine the pumps in operation. The wet well level may be
recorded on a chart recorder, if desired by the City. Station
operation information will be telemetered to the City corpora-
tion yard by leased telephone circuit, with the capability to
modify for future microwave transmission of the station status.
Capability to turn pumps on or off from the City yard will he
provided if desired.
e. Miscellaneous - Provide miscellaneous items, including
station forced air blowers and ventilation ducting to
above ground, connections to the utility services for
electrical and telephone service.
f. Operational Description - Prepare a description of the
operational plan for the station, including the wet well
level for pump start and stop sequencing, time delays
for operations, alarm set points for the wet well high
and low level conditions, dry well flooded alarm, tele-
metry system, controls, etc.
- 4 -
0
10. All drawings and contract specifications will be prepared in accord-
ance with the City of Newport Beach Standard Specifications and Stan-
dard Drawings, which incorporate the "Green Book" specifications.
The design shall follow the City's "Design Criteria for Public Works
Construction ", latest revision. Prepare check prints of the Plans and
Specifications for the City's review, at the 50 %, 75% and 95%
completion stages.
11. Meet with the City to discuss design parameters on an as- needed
basis, at approximately 3 -week intervals.
PHASE III - Construction
12. Prepare bid documents and incorporate the City standard "boiler
plate" Contract Documents with the Special Conditions. Woodside/
Kubota & Associates, Inc. will reproduce the documents and bind in
a clear, protective cover.
13. Prepare an estimate of probable construction costs.
14. Assist the City during the hidding phase and answer bidder ques-
tions, if requested by the City. Attend the pre -hid site review,
if requested.
15. Attend the hid opening and assist in evaluating the bids received,
if requested.
16. Attend the pre - construction conference.
17. Provide project surveying, construction staking, field layout,
sewer slope staking and pipeline alignment.
18. Review shop fabrication and manufacturer's drawing for conform-
ance to the construction plans and specifications.
19. Monitor the construction progress once it is underway, and provide
guidance and direction to the City with respect to the contractor's
general conformance to the intent of the Plans and Specifications.
Make field recommendations to the City, as appropriate. It is
estimated Woodside /Kubota 'a Associates, Inc. and /or its subconsult-
ants will visit the site on the average of once each week during
the construction.
20. Assist the City in preparation of Change Orders on an as- needed
basis.
- 5 -
r
0
h
w
0
U
21. Prepare accurate Record Drawings, based upon information known to
Woodside /Kubota R Associates, Inc. and its subconsultants, and
upon information obtained from the City field personnel.
ITEMS TO BE PROVIDED BY THE CITY OF NEWPORT BEACH
The City shall provide the following items and information to Woodside /Kubota
& Associates, Inc.:
1. All improvement plans as are available, including City utility
information.
2. All survey information, benchmark data, and maps which may be
available.
3. Blank mylar sheets for plan /profile and plan only sheets for pre-
paration of the design in ink.
4. One (1) reproducible set of standard contract documents for
incorporation into the Contract Plans and Specifications.
5. Any other background information available, which the City and
Woodside /Kubota A Associates, Inc. agree may be beneficial to
the project.
QUALIFICATIONS AND EXPERIENCE
Woodside / Kuhota A Associates, Inc. have designed and provided construction
plans and specifications, bidding phase assistance, and construction manage-
ment for many sewage pump stations, gravity sewers and force mains through-
out Southern California. These include the following:
Dana Point Sanitary District
Chula Vista Avenue Sewer
Pacific Coast Highway Relief Sewer
Del Obispo Relief Sewer
Encinitas Sanitary District
Local collection system, pump stations and force mains
City of Poway (Pomerado County Water District)
Collection, treatment and disposal facilities
- 6 -
Santa Ana Mountains County Water District
Wastewater treatment plant and reclaimed water storage dam
Two sewage lift stations with standby power and collection system -
Robinson Ranch
El Toro Road Sewage Lift Station with standby power - Glenn Ranch
El Toro Road Gravity Sewer - Glenn Ranch
Portola Parkway Sewage Force Main - Glenn Ranch
City of Signal Hill
Sewage Lift Station No. 1 with .standby power
Sewage Lift Station No. 4 with standby power
Southeast Relief Sewer
Vista Sanitation District
Master Plan
Buena Vista Creek Relief Trunk Sewer
Osborne Street Trunk Sewer
INDIVIDUAL QUALIFICATIONS
Individuals to be assigned to the project are as follows:
R. D. Woodside, President
D. J. Smith
B. Cohen
R. J. Houck, Licensed Surveyor
B.E. Alexander, Construction
Specialist
Technical Review
Project Manager/
Project Engineer
Staff Engineer
Construction Site
Surveys
Pump & Driver Selection,
Miscellaneous Duties
Mr. Woodside has over 33 years of experience in the design of water and waste-
water facilities for public agencies.
Mr. Smith has over 17 years of experience in the design of water and wastewater
facilities for public agencies.
- 7 -
0
0
Mr. Cohen is a recent graduate (1989) of the University of California, Irvine.
He has gained experience in AutoCad design using the personal computer. Mr.
Cohen successfully completed the California Engineer -in- Training exam (EIT).
Mr. Alexander is the former owner of a well drilling and equipment company,
and has more recently served as a specialist in the design and selection of
pumping equipment.
Draftsmen and technicians will be assigned to the project for specific duties
as the project proceeds.
SUBCONSULTANTS TO WOODSIDE /KUBOTA & ASSOCIATES, INC.
Woodside /Kubota & Associates, Inc. propose to utilize the services of the
following subconsultants in completing the work contained herein:
Geology and Soils Investigation
Moore & Taber
Geotechnical Engineers
Anaheim, California
Mr. Brian D. Constant,
Structural Engineering
and Geologists
Vice President
McLean & Schultz
Consulting Structural Engineers
Fullerton, California
Mr. C. L. Schultz, President
Electrical Engineering
TMAD Engineers, Inc.
Mechanical and Electrical Engineers
Ontario, California
Mr. Albert Chiu, Principal
The above listed subconsultants have provided their services to Woodside/
Kubota & Associates, Inc. on several projects. They are each very competent
and professional in their approach.
elf ESTIMATED HOURS REQUIRED
The estimated manhours for each task identified are
Manhours Worksheet attached hereto. As is shown on
the design phase of the project would be completed i
receipt of the Notice to Proceed. This schedule has
the City's in -house review.
ENGINEERING FEES
0
shown on the Estimated
the worksheet, we estimate
n twelve (12) weeks after
not made allowance for
Woodside /Kubota & Associates, Inc. propose to perform the work as outlined
above for a maximum not -to- exceed fee of $68,60U.00. This includes printing
and other miscellaneous costs at cost plus ten percent (10 %) in accordance
with the attached Fee Schedule and also includes fifty (50) copies of the pro-
ject Plans and Specifications, to be delivered to the City for bidding and
contract purposes.
Phase I would be completed for a maximum not -to- exceed fee of $22,909.00,
including an allowance of $300.00 for printing and reproduction of base
drawings for use and design by subconsultants. Phase II would be completed
for a maximum not -to- exceed fee of $29,604.00. Phase III maximum not -to-
exceed fee of $16,087.00, includes an allowance of $1,289.00 for printing
and binding plans and specifications.
The fees indicated do not contain an allowance for certification of station
foundation preparation, backfill and street subgrade compaction testing.
These items are not quantitatively identifiable at the present time. It is
suggested that any geological work required during station construction be
performed on a time and material basis.
Fees for the design phase do not include
other modifications after Woodside /Kubota
consultants have begun the design. Fees
prior to making major changes.
rqL Respectfully submitted,
WOODSIDE /KUBOTA & ASSOCIATES, INC.
R. D. Woodside
President
Submitted in three (3) copies
an allowance for major dimensional or
& Associates, Inc. and /or its sub -
for extra work will be negotiated
D- 59:3/18 - 9 -
City of
Newport Beach
Section
5 Wastewater Poop Station
ESTIMATED
PROJECT
MANHWR SCHEDULE
Number
9, 1989
'�,
: -------------------------------------------------------------------------------------------------------------------------
tTASK NO.:
TASK
:IPRINCIPAL
;PROJ. MGR. /l
DESIGN :SURVEYOR:
DRAFT
; CONSTRUCTION
1 OUTSIDE 1
1:
:PROD. EN6R.;
ENGR. 1
1
1 SPECIALIST
: CONSULTANT I
::
:
i (COSTS) I
I-------------------------------------------------------------------------------------------------------------------------
I
;PHASE I
PRELIMINARY ENGINEERING
1 1
: SOILS INVESTIGATION
1:
1
:
1
1
$8,375 ;
: 2
I REVIEW UTILITY PLANS
::
;
1 ;
4 :
: 20
1
1 3
1 SITE STATION
II
1 :
2 :
4 :
32
:
;
1 4
; STATION HYDRAULIC REQUIREMENTS :I
:
4 1
I
: 12
1 I
5
1 CIVIL PRELIMINARY DESIGN
II
11
2 1
12 :
64
1
I I
1 6
: PREPARE DEMOLITION SCHEDULE
11
2 :
4 1
8 :
i 16
:
; 1
: 7
: MEET WITH CITY TO DISCUSS
1;
2 ;
8 :
8
1 DESIGN PARAMETERS
:1
;
:
:
1
$600 :
1 B
: TRAFFIC CONTROL
:1
;
2 1
1
30
: 16
;
:PHASE 11
DES16N PHASE
::
1:
:
i
: 9
: PREPARE CONSTR. PLANS 6 SPECS. ::
: a) STRUCTURAL
::
1
:
:
;
1 $10,250 1
1 h) MECHANICAL
II
4 1
8 1
24 ;
: 40
1
; i
1
: c) CIVIL FINAL DESIGN
::
2 1
4
B :
8
1 28
:
: 1
1 d) ELECTRICAL, INSTR.
::
I
:
1
1
1 I
AND TELEMETRY
::
;
8 1
;
1
: $4,950 ;
.
1 e) MISCELLANEOUS
11
i
8 :
20 ;
:
; :
:
1 f) OPERATIONAL DESCRIPTION
;:
1
4 1
8 ;
:
:
;
: 10
1 PREPARE SPECIFICATIONS
11
:
40 :
1
1
; $500 1
11
1 MEET WITH CITY TO DISCUSS
II
2 :
4 :
4 1
: $600 :
1
: DESIGN PARAMETERS
11
1
1
1
1
:PHASE III
1
CONSTRUCTION PHASE
1:
1 12
1 PREPARE BID DOCUMENTS
;:
::
: 13
1 PREPARE CONSTR. COST ESTIMATE
11
1
4 1
:
:
1
$725 1
1 14
: ASSIST CITY DURING BIDDING
11
2 1
4 :
;
15
; ATTEND BID OPENING
II
:
2 1
16
1 ATTEND PRE- CONSTR. CONFERENCE
11
1
2:
1
1
17
: CONSTRUCTION STAKING
1:
:
16 :
16
;
I
1 18
1 SHOP DRAWING REVIEW
:;
;
4 1
16 1
19
: MONITOR CONSTRUCTION PROGRESS
:1
12 :
54 1
:
:
$3,500 :
: 20
: ASSIST CITY IN PREPARATION
:1
i
4 ;
: 8
:
OF CHANGE ORDERS
;:
:
1
1 21
: PREPARE RECORD DRAWINGS
::
:
:
2 :
: 8
:
$1,025 1
-- -------- 1 - - - - -- '
;
1 TOTAL HOURS
::
16 ;
135 :
192 1
54
: 232
1 12
; :
City of Newport Beach
Section 5 Wastewater Pump Station
November 9, 1989
i
ESTIMATED PROJECT SCHEDULE
THRO06H DESIGN
WEEKS AFTER AUTHORIZATION TO PROCEED
!TASK NO.! DESCRIPTION 11 1 1 2! 3! 4 1 5 1 6 1 7 1 8! 9 110 111 112 !13 !14 115 1
1 1 SOILS INVESTIGATION
2 ! REVIEW UTILITY PLANS
3 1 SITE STATION
4 1 STATION HYDRAULIC REQUIREMENTS
5 ! CIVIL PRELIMINARY DESIGN
6 1 PREPARE DEMOLITION SCHEDULE
7 1 MEET WITH CITY TD,DISCUSS
1 DESIGN PARAMETERS
8 1 TRAFFIC CONTROL
9 1 PREPARE CONSTR. PLANS 6 SPECS.
1 al STRUCTURAL
1 bl MECHANICAL
1 c! CIVIL FINAL DESIGN
1 d1 ELECTRICAL, INSTR.
I AND TELEMETRY
1 el MISCELLANEOUS
1 fl OPERATIONAL DESCRIPTION
10 1 PREPARE SPECIFICATIONS
11 ! MEET WITH CITY TO DISCUSS
I DESI6N PARAMETERS
12 1 PREPARE BID DOCUMENTS
13 1 PREPARE CONSTR. COST ESTIMATE
14 1 ASSIST CITY DURING BIDDING
15 1 ATTEND BID OPENING
16 ! ATTEND PRE- CONSTR. CONFERENCE
17 1 CONSTRUCTION STAKING
18 1 SHOP DRANIN6 REVIEW
19 1 MONITOR CONSTRUCTION PROGRESS
20 1 ASSIST CITY IN PREPARATION OF
1 CHANGE ORDERS
21 1 PREPARE RECORD DRAWINGS
11XXXlXXX1XXXlXXX1XXX1XXX1 ! 1 1 1
!lIXX1IXXIXXX! 1 1 1 1 ! 1 1
!! lXXX1MXX! 1 1
!! 1 !XXXlXXl1 1 1 ! 1 ! 1 !
11 ! IXXXlXXX1XXX!XXX! ! i 1
1! ! 1 lXXI1XXllXXl1 1
1! 1I ! !I ! !X ! I 1 1 i ! 1
!! lXXl1 !XII1 IXXX! 1 i 1 ! 1
1 ! ! 1 !
!1 i ! ! 1 1 IXXXIIII1Ill!XXI1XIl1 ! ! !
11 1 1 1 1 1 IXXIIXXXIXIIIIIX! ! 1
!! ! 1 ! I 1 ! 1 lIll! IXll1 IXIIIXXX!
1! 1 lIII1IXXIIIIIXIIlIIII !
1
'1 ! 1 1 !
1 1XXX1XXI1IIX1XXl! 1 1 1
1! 1 1 1 1 1 ! 1 ! 1XII1XIIIXXI!
11 ! ! 1 1 1 1 1 1XXIIXXIIIIIIIXXI
11 ! 1 1 ! 1 ! 1X 1 1 I1 1 XI 1
!1 ! 1 ! 1 1 ! 1 1 1 1XXIIIII!
1 1 1 ! 1 1 ! 1 3XXlI1X1
!! !TO BE DETERMINED . ! .
! 1