Loading...
HomeMy WebLinkAboutC-3004(BB) - Construction Management for Pipeline Reach Nos. 3A, 3B and Reach 4 - Phase II, GroundwaterAGREEMENT CONSTRUCTION MANAGEMENT SERVICES FOR THE WATER TRANSMISSION PIPELINE REACHES NOS. 3A, 36 & 4 - PHASE II AS PART OF THE GROUNDWATER DEVELOPMENT PROJECT THIS AGREEMENT is made and entered into this 12th day of November, 1996, by and between the City of Newport Beach, a municipal Corporation, hereinafter referred to as "City ", and ASL Consulting Engineers, a California Corporation, hereinafter referred to as "Consultant ". RECITALS: 1. The City is planning to implement a municipal groundwater pumping and distribution system with water facilities to deliver potable water to its customers. 2. The City must construct two (2) separate Water Transmission Mains identified as Reach Nos. 3A & 3B, & Reach No. 4 - Phase II, hereinafter collectively referred to as "Pipeline Reaches ". 3. The City requires construction management services during construction of the Pipeline Reaches and desires a project manager, an on -site resident engineer and on -site inspector to oversee project construction and verify the contractor's compliance with the plans and specifications. 4. Implementation of the Pipeline Reaches requires the services of a qualified professional engineering firm, experienced in construction and contract management. 5. The City has solicited and received a proposal from Consultant for construction management, as well as, to provide certain other essential professional services, as outlined herein below. 6. The City has reviewed the previous experience and evaluated the expertise of Consultant and desires to accept the proposal submitted by Consultant. NOW THEREFORE, in consideration of the foregoing, it is mutually agreed and understood that: 0 i Professional Services Agreement Pipeline Reaches Construction Management Services Groundwater Development Project GENERAL A. The 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 herein shall be performed under their direct supervision, and all personnel engaged in the work shall be fully qualified and authorized or permitted under state and local law to perform such services. 2. SERVICES TO BE PERFORMED BY CONSULTANT A. Consultant shall provide the necessary services to complete the defined tasks associated with the Pipeline Reaches. Those tasks include the following: (1.) Meetings with City staff. a. Consultant shall work with City's Project Manager to coordinate, schedule and conduct pre- construction meetings. b. Consultant shall keep the City's Project Manager apprised of the progress being made by the City's contractors. Such appraisal shall be made by telephone, in writing and in meetings as appropriate. c. Consultant shall meet with City staff on a weekly basis, and shall coordinate, schedule and document weekly meetings with the City's contractors, the City, judicial agencies as necessary and its design engineers to discuss project progress and intended progress for the coming week. (2.) Prepare a construction procedures manual that shall include the following: a. Key individuals and lines of communication with the Cities of Newport Beach, Costa Mesa and Fountain Valley, the County of Orange, County Sanitation Districts of Orange County, Mesa Consolidated Water District, Fountain Valley School District and First Baptist Church. b. Determine communication devices and procedures. c. Establish general reporting procedures. d. Establish construction reporting procedures, including field clarifications, change orders and shop drawing reviews. e. Establish field office security and backup procedures. f. Develop progress reports and payment request procedures. 0 0 Professional Services Agreement Pipeline Reaches Construction Management Services Groundwater Development Project Develop a master schedule and establish update procedures. Establish document control procedures. Establish a permit tracking system. j. Establish coordination with adjacent and appurtenant projects (contractors and design consultants). k. Establish project close -out procedures. (3.) Field Office Set -up a. Consultant shall be responsible for making sure the field office is set -up and properly equipped, as specified herein below. (i.) Office trailer to be provided by Contractor (for Reach Nos. 3a & 3b) and the City (for Reach No. 4 - Phase II). (ii.) Office furniture and equipment to be provided by Contractor (for Reach Nos. 3a & 3b) and Consultant (for Reach No. 4 - Phase II). (iii.) Consultant shall be responsible for maintenance of the construction offices, and shall be held accountable and responsible for any damaged or missing furniture or equipment. Establish Computer Based Communications (i.) Consultant will utilize a Macintosh Computer tied to the City's network and shall return the computer to the City at the completion of the Consultant 's obligations under this agreement. (ii.) Consultant will determine any additional software necessary for use during construction of the pipeline reaches. (4.) Construction Services a. Provide daily updated reports to the City's Project Manager. b. Log and track all shop drawing submittals with respect to the City, design consultants and contractor. c. Observe all construction and coordinate observation of specialty construction, including, but not limited to include: steel or ductile iron piping, welding, jacking and boring, valve vault installation, connection to existing water mains, cathodic protection, blow off manholes, air release and vacuum assemblies, trenching, street resurfacing, disinfection and appurtenant work. 0 0 Professional Services Agreement Pipeline Reaches Construction Management Services Groundwater Development Project d. Observe all major material deliveries to the site to assure they are in accord with the specifications and approved shop drawings. e. Coordinate testing of all materials in accord with the specifications. Document construction progress, by preparing a daily record of construction, daily construction reports and taking 35 mm photographs at significant times during construction. Pictures shall be labeled as to date, location and specific task photographed. In addition, video taping of the existing sites prior to construction and providing the original tape to the City. g. Conduct progress meetings as necessary, including scheduling and documenting meetings with the Contractor, City staff, all judicial agencies and the design engineers. h. Coordinate construction survey, Contractor's survey requests, track and schedule construction surveying. Monitor survey provided to Contractor and notify Contractor in writing of requests for restaking which will be the Contractor's financial responsibility. Coordinate with adjacent construction activities, including attending coordination meetings with the City, design engineers and other contractors as they relate to the Wellhead Facilities and other projects within the limits of the Pipeline Reaches. Coordination with the Cities of Newport Beach, Costa Mesa, and Fountain Valley inspection staff, coordinate Contractor's inspection requests, track, schedule and monitor all inspections. k. Coordination of specialty inspectors, Contractors inspection requests, track, schedule and monitor all inspections. Coordinate soils compaction testing, Contractor's compaction test requests; and track, schedule and monitor soils compaction results. Monitor soils testing provided to Contractor and notify Contractor in writing of requests for any retesting which will be the Contractor's financial responsibility. m. Administer and track all "Requests for Field Clarification ", "Change in Conditions" and "Change Orders ", including receiving "Contractor's requests for Clarification ", "Contractors Notification of Change in Conditions" and "Contractor's requests for Change Orders ". Provide appropriate responses and /or recommendations to and from the City. Consult with design engineers on all technical matters and arrange for and participate in negotiations between City and Contractors. 0 Professional Services Agreement Pipeline Reaches Construction Management Services Groundwater Development Project n. Monitor permits under which the City has responsibility, monitor the expiration dates and make application for extensions when appropriate. Monitor the Contractor's general compliance and advise the Contractor when non - compliance is observed. o. Update and analyze the master construction schedule each week, update the master construction schedule with the previous week's progress and the Contractor's anticipated projected work for the pipeline reaches. Analyze actual verses anticipated progress, milestone dates and final completion. Make recommendations as necessary and advise City of changes. p. Process monthly pay estimates, including review of the Contractor's work progress with City representative on the Contractor's pay requests; review for accuracy and compare with actual work completed; make appropriate recommendations to the City on payment issues and provide a summary report of work performed during each pay period. q. Provide document control, including processing and filing all project correspondence and documents, drawings, etc., in accord with the Procedures Manual. Observe the implementation of the Contractor's safety program and report any deviations from the written program. (This action will not relieve Contractor of sole responsibility for job site safety.) Consultant shall not assume, and the City shall not require, that Consultant bear any responsibility or liability for safety of anyone other than their own employees, Consultant will not be required to work in or inspect any of the Contractor's work in unsafe working conditions. Only the City will have the authority to issue "Stop Work Orders" to Contractors. Observe general site conditions and notify Contractor when excess materials, etc., must be disposed of and when general site clean up is required at each of the pipeline reaches. (5.) Disinfection and Testing a. Establish and implement a continuous program to monitor disinfection and testing activities, including the following: (i.) Review the Contractor's proposed disinfection and testing procedure for all pipelines; analyze procedures with City staff and design engineers; assist Contractor with any approved modifications to the procedures, meeting all requirements of the Standard Special Provisions. (ii.) Observe and document sweeping, cleaning and swabbing of the pipeline interiors and other appurtenances. 0 0 Professional Services Agreement Pipeline Reaches Construction Management Services Groundwater Development Project (iii.) Observe and document pressure testing of the pipelines and appurtenances with City personnel in accord with the specifications and the approved testing sequence. (iv.) Observe and document disinfection of all pipelines in accord with the specifications. (v.) Observe and document testing of all cathodic protection stations in accord with the Contractor's proposed sequence. (6.) Project Close Out a. Coordinate with City staff, design engineers and Contractor to prepare project close -out, as follows: (i.) Determine that all testing has been successfully completed and that all construction is complete and satisfactory. (ii.) Prepare preliminary punch list of deficiencies. (iii.) Observe Contractor's successful completion of all work required by preliminary punch list. (iv.) Prepare final punch list of deficiencies. (v.) Observe Contractor's successful completion of all work required by final punch list. Repeat Steps No. 1 - 5 until all items are complete. (vi.) Consultant shall maintain a record of all changes made during construction, and periodically (at least monthly) review Contractor's records to assure Contractor keeps a record of changes in accord with the specifications. (vii.) Obtain Contractor's records of construction changes (as- builts). (viii.) Coordinate the production of record drawings with design engineers. Review completed record drawings and make recommendations to the City on acceptance. (ix.) Obtain from the Contractor any written documents required by the Contract for project close -out. (x.) Prepare recommendations to the City for preparation of the "Notice of Completion ". (xi.) Deliver all project records to City in accord with the Procedures Manual at the end of the project. (xii.) Remove all equipment and items belonging to Consultant from the field office. M ll i • Professional Services Agreement Pipeline Reaches Construction Management Services Groundwater Development Project (7.) Additional Responsibilities a. Consultant shall assign responsible representatives (Project Manager and On -Site Engineer) and alternates. Representatives shall be responsible for duties from contract negotiations through project completion. b. If primary representative should be unable to continue with Pipeline Reaches, then the alternate shall become the primary representative. c. Any changes in responsible representation must be approved in advance by the City (i.) The City will have the right to reject proposed changes in personnel, and may consider such changes a breach of contract and cause for termination. DUTIES OF THE CITY In order to assist Consultant in the execution of their responsibilities under this Agreement, the City agrees to provide the following: A. Plans, drawings, specifications and cost estimates as may be available or are in existence, which may be germane to the proper execution and completion of the Consultant's defined duties. B. Provide survey information, as may be available and applicable to Pipeline Reaches. C. Design criteria, hydraulic data and other information, as may be available and appurtenant to Pipeline Reaches. D. Network tie -in for consultant's trailer office computer. E. Licensed software and applicable manuals for use by Consultant. F. Blueprinting, large orders of photocopying and other services through the City's reproduction company, Banana Blueprint. Consultant must obtain the City's approval prior to any reproduction. TIME OF COMPLETION A. Consultant shall commence work immediately upon receipt of written notice to proceed. All work will be completed in a diligent and efficient manner to the execution of its completion. B. The term of this Agreement shall expire thirty (30) calendar days after the date the Pipeline Reaches are completed and accepted by the City. It is agreed and understood by both parties that barring unforeseen construction delays, this is sufficient time to complete all such activities and tasks associated with the Pipeline Reaches. 0 5. OWNERSHIP OF DOCUMENTS 9 Professional Services Agreement Pipeline Reaches Construction Management Services Groundwater Development Project A. Original reports and other deliverable documents to be provided by Consultant under this Agreement shall become the exclusive property of the City and may be reproduced as deemed necessary by the City or its duly authorized representative. Use of complete or incomplete deliverables or documents for purposes other than the Pipeline Reaches shall be at the sole risk of the City. The City shall indemnify Consultant for any damages incurred as a result of such use. 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 the City, unless required by subpoena. B. Consultant may reserve the right to publish materials or reports related to the work performed or data collected under the provisions of this Agreement. The right to publish shall be at the sole discretion of the City and written permission must be obtained by Consultant from the City on a case by case C. Consultant has permission to show prospective clients reports and data which have been accepted by City as prepared under this Agreement. 6. RIGHT OF TERMINATION A. The City reserves the right to terminate this Agreement without cause at any time by giving Consultant five (5) business days prior written notice. Notice shall be deemed served when delivered personally or upon deposit in the United States mail, postage prepaid, addressed to Consultant's business office at One Jenner Street, Suite 200, Irvine, California, 92718. B. Consultant may terminate this Agreement after ten (10) days' written notice from Consultant to the City notifying the City of its substantial failure to perform in accord with the terms of this Agreement, if the City has not corrected its non - performance within that time. C. In the event of termination due to errors, omissions, or negligence of Consultant, the City shall be relieved of any obligation to compensate Consultant for that portion of work directly affected by such errors, omissions, or negligence of Consultant. If this Agreement is terminated for any other reason, the City agrees to compensate Consultant for the actual services performed up to the effective date of the "Notice of Termination ", based on the fee schedule contained herein. 7. ASSIGNMENT A. None of the services included in this Agreement shall be assigned, transferred, contracted or subcontracted without prior written approval of City. Consultant shall not sublet, transfer or assign any work except as otherwise provided for herein or as authorized in advance by City. 0 0 Professional Services Agreement Pipeline Reaches Construction Management Services Groundwater Development Project B. Neither Consultant nor the City shall assign or transfer any interest in this Agreement, whether by assignment or novation, without the prior written consent of the other party; provided, however, that claims for money due or to become due Consultant from the 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 the City. 8. PAYMENT & FEE SCHEDULE A. In consideration for the specified services, the City hereby agrees to compensate Consultant on an hourly basis as set forth below in the "Payment & Fee Schedule ". In no event shall said amount be greater than two hundred eight seven thousand three hundred dollars ($208,300), except as otherwise provided for herein below. B. Payment & Fee Schedule personnel hourly rates Principal -In- Charge .............................. ............................... $120.00 ProjectManager .................................. ............................... $100.00 Resident Engineer ............................... ............................... 80.00 Office Engineer .................................... ............................... 70.00 Inspector.............................................. ............................... 58.00 Technician........................................... ............................... 48.00 WordProcessing ................................. ............................... 45.00 C. The contract amount shall be paid to Consultant in monthly partial payments based on the amount of hours worked and expenses incurred during each monthly pay period, based on the actual hours of labor expended as determined by the Project Manager for the City. The sum of the 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 fixed, not -to- exceed fee, the City agrees to reimburse Consultant for the actual cost (plus 10 %) for all outside expenses, including those for: reproduction for copies of plans, reports and related documents, material costs authorized in advance by the Project Engineer for the City, and other reasonable expenses where such costs have been advanced by (1.) Consultant shall provide written records (originals) of all expenses incurred, and shall report all hours expended in the performance of duties and tasks on a monthly basis. The City agrees to pay Consultant within thirty (30) calendar days of receipt of said records and hourly summary. (2.) Consultant shall not be compensated for use of equipment, hardware, software materials, reproduction, mileage, cellular telephones, pagers, and telephone toll charges. Said costs are non-com pensable. Time expended by Consultant's personnel on such equipment shall be paid on the basis of the Fee Schedule herein above. 7 Professional Services Agreement Pipeline Reaches Construction Management Services Groundwater Development Project �]�Yx�Z.7litb9 Consultant shall maintain complete and accurate records with respect to costs, expenses, receipts and other such information required by the City that relate to the performance of the services specified under this Agreement. All such records shall be maintained in accord with generally accepted accounting principles and shall be clearly identified and readily accessible. Consultant shall provide free access to the representatives of the City or its designees at all proper times upon reasonable notice to Consultant to such books and records, and gives the City the right to examine and audit same, and to make transcripts therefrom as deemed necessary at the City's cost, and to allow inspection of all work, data, documents, proceedings and activities related to this Agreement. 10. INSURANCE A. On or before the date of execution of this Agreement, Consultant shall furnish the City with completed certificates of insurance showing the type, amount, class of operations covered, effective dates and dates of expiration of insurance policies. Consultant shall use the City's Insurance Certificate form for endorsement of all policies of insurance. The certificates do not limit Consultant's indemnification, and also contain substantially the following statement: "The insurance covered by this certificate may not be canceled or non- renewed, except after thirty (30) days' written notice has been received by the City ". Coverage may not be reduced or otherwise materially altered without the same advance notice to the City of such alteration. B. Consultant shall maintain in force at all times during the performance of this Agreement all 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 "VIII" (or larger) in accord with an industry-wide standard and shall be licensed to do business in the State of California. However, the minimum rating for the Consultant's Errors & Omissions carrier shall be "A ", "VIII" or better. (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: Category Bodily Injury Property Damage Amount $1,000,000 each occurrence $1,000,000 aggregate $1,000,000 each occurrence $1,000,000 aggregate 10 Professional Services Agreement Pipeline Reaches Construction Management Services Groundwater Development Project Aggregate Limits A combined single limit policy with aggregate limits in the amount of $1,000,000 will be considered equivalent to the required minimum limits. Errors & Omissions Insurance Errors & Omissions coverage shall be provided in the amount of one million dollars ($1,000,000). 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 general liability insurance, Consultant shall look solely to its insurance for recovery. Consultant hereby grants to the City, on behalf of any general liability insurer providing insurance to either Consultant or the 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 the City by virtue of the payment of any loss under such insurance. E. Additional Insured The City, its City Council, boards and commissions, officers, servants and employees shall be named as an additional insured under all insurance policies required under this Agreement, except Errors & Omissions Insurance. 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 the City primarily, and to Consultant secondarily, if necessary. 11. WAIVER A waiver by the City or Consultant 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. 12. 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. 11 n LA 13. INTEGRATED CONTRACT Professional Services Agreement Pipeline Reaches Construction Management Services Groundwater Development Project 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 to this Agreement will be effective only by written execution signed by both the City and Consultant. 14. HOLD HARMLESS Consultant shall indemnify and hold harmless, the City, its City Council, boards and commissions, officers, and employees from and against any and all loss, damages, liability, claims, suits, costs and expenses, whatsoever, including reasonable costs of litigation, arising from Consultant's negligent acts, errors or omissions, in the performance of services herein. 12 S Professional Services Agreement Pipeline Reaches Construction Management Services Groundwater Development Project IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the first date above written: APPROVED AS TO FORM: Robin Clauson Assistant City Attorney LaVonne Harkless City Clerk Address and Telephone: City of Newport Beach, a municipal corporation C \j an ebay, Mayor ASL Consulting Engineers a California Corporation Steve Tedesco, P.E., Principal Consultant City of Newport Beach ASL Consulting Engineers 3300 Newport Boulevard, P. O. Box 1768 One Jenner Street, Suite 200 Newport Beach, California 92658 -8915 Irvine, California 92718 (714)644 -3011 (714)646 -5204 fax (714)727 -7099 (714)727 -7097 fax 13 •BY THE CITY COUNC Cr Y OF IL f NE "WPC4T BFA_CH I NOV 12 lJ November 12, 1996 CITY COUNCIL AGENDA ITEM NO. 10 TO: MAYOR & MEMBERS OF THE CITY COUNCIL` "� FROM: PUBLIC WORKS DEPARTMENT SUBJECT: PROFESSIONAL SERVICES AGREEMENT - CONSTRUCTION MANAGEMENT SERVICES FOR PIPELINE REACH NOS. 3A & 36 AND REACH 4 - PHASE II (C- 3004 -BB) AS PART OF THE GROUNDWATER DEVELOPMENT PROJECT RECOMMENDATION: Authorize the Mayor and City Clerk to execute a Professional Services Agreement on behalf of the City, with ASL Consulting Engineers, to provide construction management services related to Reach Nos. 3A & 36 and Reach 4 - Phase II pipeline construction projects that are part of the Groundwater Development Project for a total fee of $208,300. DISCUSSION The Groundwater Development Project is comprised of a series of capital projects that will provide for extraction and delivery of groundwater from water wells in Fountain Valley through pipelines to Newport Beach. To convey the groundwater pumped from • the wells to Newport Beach, the project requires construction of approximately six (6) miles of large diameter pipeline. The construction of these pipelines has been split into six (6) pipeline project reaches. At this time, three (3) of the six (6) pipeline lines have been completed. This proposed professional services agreement will provide for inspection and construction contract management for the final three (3) pipeline segments (see project location maps). Reach Nos. 3A and 3B, in Fountain Valley, were combined into one project as a means of cost savings by utilizing one construction contractor. Reach 4 - Phase II, in Costa Mesa and Newport Beach, will be constructed within the same time frame through another construction contract. ASL Consulting Engineers is recommended to manage construction for both projects utilizing full -time inspectors and a full -time resident engineer. The construction manager will oversee the day -to -day construction activities related to the pipeline construction and the various contractors performing the work during the next eight (8) to ten (10) months. In this capacity, the construction management firm will provide staff to: conduct and coordinate inspections; coordinate shop drawing reviews; review changed conditions; assist the City in negotiating change orders; orchestrate weekly meetings; prepare all documentation for contract administration and progress payments; coordinate with the Cities of Fountain Valley and Costa Mesa, and serve as a liaison between the contractors and members of the public affected by any of the construction activities. • Page 2 Groundwater Development Project Reach Nos. 3a & 3b and Reach 4 - Phase II Construction Management Services • November 12, 1996 From a scheduling standpoint, it should be noted that the construction manager will assist the City in a number of tasks that are currently under way. Examples of these tasks include: setting up communication and reporting procedures; preparation of a number of tracking forms and scheduling controls; establishing shop- drawing review procedures; coordinating pre- construction meetings and a number of other tasks. As such, it is important that the construction manager be involved in the project as soon as possible to assist the City with the pipeline construction contracts. Reach Nos. 3A & 3B and Reach No. 4 - Phase II have been advertised for bids, and the bid openings were held on October 8, 1996, and October 29, 1996, respectfully. It is recommended that these contracts be awarded at this Council meeting by a separate report. The low bid for Reach Nos. 3A & 3B is $819,349 and for Reach 4 - Phase II is $1,580,317 for a total of $2,399,666. The construction management services fee of $208,300 is 8.7% of the total construction contracts. This percentage is within the normal limits for construction management and is less than what was estimated at the August, 1996 presentation to the City Council. CONSTRUCTION MANAGEMENT SELECTION: The construction management consultant selection process was conducted consistent with State law and City policy. Details about the process and the selection follow. • To initiate these phases of the project, staff implemented a "qualifications -based selection" (QBS) process for the necessary professional engineering construction management services consistent with the law. The process began by requesting "statements of qualifications" from a number of professional construction management firms. Based on these "statements of qualifications," proposals were solicited from five (5) of the most qualified firms. This was done by written "requests for proposals" or RFP's. Staff initially requested RFP's from each firm for both projects. During the review process, staff requested additional information and potential cost savings information for combining the scope of work for both pipeline projects. Five (5) firms were invited to propose on the Construction Management Services for the installation of pipeline Reach Nos. 3A & 313 and Reach No. 4 - Phase II. All five firms submitted responses to the request for proposals. The firms were: ASL Consulting Engineers, Butier Engineering, Inc., Daniel Boyle Engineering Inc., Dudek & Associates, Inc. and Harris & Associates, Inc. The written proposals were reviewed by a selection committee. On the basis of a detailed ranking of the various firms, the selection committee selected ASL Consulting Engineers as the most - qualified firm to perform the required construction management and inspection services for both pipeline projects. The criteria used to evaluate qualifications of all the engineering firms considered the following key areas: C� d- U • • • • Page 3 Groundwater Development Project Reach Nos. 3a & 3b and Reach 4 - Phase II Construction Management Services November 12, 1996 1. Related Project Experience 2. Project Staff Assigned 3. Grasp of the Project Requirements 4. Approach to Project Management 5. Proposed Project Schedule 6. Proposed Labor Breakdown ASL Consulting Engineers was then interviewed and a fee was negotiated. This firm has a team of well - qualified, technical professionals and construction project managers and inspectors who have extensive experience with similar water transmission pipelines and other large water supply facility construction. The proposed Professional Services Agreement with ASL Consulting Engineers provides for a comprehensive set of professional level tasks to administer and inspect the final pipeline projects. All of the tasks required are to be performed on the basis of an approved Fee Schedule at an hourly rate included in the Agreement. The Agreement provides a total fee amount of $208,300. The specific work tasks and responsibilities are further enumerated and are detailed in the Agreement, which is attached as Exhibit "A ". If approved, the construction management consultant will start work immediately to handle tasks related to the implementation of the final pipeline contract. Funds are available for the construction management contract in the Water Fund under Capital Projects Account No. 7504- C5500094 Respectfully submitted, UBLIC WORKS DEPARTMENT Don Webb, Director B: Y ichael acori, P.E. Utilities Ineer MJS:cja Exhibits: "A ": Professional Services Agreement "B ": Project Location Maps