Loading...
HomeMy WebLinkAboutC-3004(E) - Reach No. 1, 36-Inch Water Transmission Main - Groundwater Project0 q CITY OF NEWPORT BEACH P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 -.z4 -y-6- TO: PURCHASING /ADMINISTRATIVE SERVICES DEPARTMENT FROM: CITY CLERK DATE: August 24, 1995 SUBJECT: Contract No. C- 3004(E) Description of Contract Reach No. 1 36 -Inch Water Transmission Main- Groundwater Development Project Effective date of Contract January 10 1995 Authorized by Minute Action, approved on January 9 1995 Contract with AKM Consulting Engineers Address 101 Pacifica Suite 150 _ Irvine CA 92718 Amount of Contract (See Agreement) Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach 6 40 January 9t', 1995 CITY COUNCIL AGENDA APPROVED ITEM NO. lc TO: Mayor & Members of the City Council FROM: Utilities Department SUBJECT: AMENDMENT TO PROFESSIONAL SERVICES AGREEMENT AKM CONSULTING ENGINEERS ( CONTRACT NO. C-3004-E) REACH NO. 1: 36 -INCH WATER TRANSMISSION PIPELINE REVISED ALIGNMENT IN WHITTIER AVENUE & 19"' STREET GROUNDWATER DEVELOPMENT PROJECT RECOMMENDATIONS: Authorize the Mayor and City Clerk to execute an Amendment to the Professional Services Agreement on behalf of the City, with AKM Consulting Engineers to prepare additional detailed Plans and Specifications for re- aligning part of the Reach No. 1: 36 -inch diameter water pipeline into Whittier Avenue and 19"' Street, for a fee not -to- exceed $49,148. 2. Adopt the finding contained in the staff report pertaining to Addendum No. 3 to the Final EIR for the Groundwater Development Project. BACKGROUND: The Council approved a professional services agreement with AKM Consulting Engineers on April 25 , 1994, to, prepare detailed plans and specifications for the Reach No. 1 Pipeline. This reach of pipeline will extend from the City's Utilities Yard on 16th Street, northerly to the Santa Ana River at the prolongation of the 19 " Street alignment. The Reach No. 1 Pipeline is an integral part of the City's Groundwater Development Project that will provide for extraction and delivery of groundwater from water wells in Fountain Valley through pipelines between there and Newport Beach. To convey the groundwater pumped from the wells to Newport Beach, the project requires construction of approximately four miles of large diameter pipelines. The Reach No. 1 Pipeline is one of four segments of pipeline necessary to complete the overall project. Reach No. 1, as revised, is approximately 6,900 feet long. Because of environmental, permitting and construction- related impacts, the original pipeline alignment is no longer the preferred route. The previous alignment ran in an unimproved easement along the West Newport Oil Company property boundary. The easement traverses the boundary of the West Newport Oil Company property from the westerly end of 16th Street (at the Utilities Yard) to the Southeast side of the Santa Ana River, where the proposed 19' Street roadway alignment crosses. Refer to the vicinity map in Attachment "B ", on page 9. i 3�) Page 2 Groundwater Development Project Reach No. 1 Pipeline Design Contract Amended Agreement & EIR Addendum #3 January 9th, 1995 The proposed amendment to the Professional Services Agreement provides for: preparation of detailed plans and specifications for the revised alignment of the pipeline in Whittier Avenue and in 19' Street; modifying the written special provisions for project construction; and compilation of the revised plans and documents into a package suitable for bidding and awarding a contract for construction. A copy of Amendment No. 1 to the professional services agreement is attached. Refer to Attachment "A'. If approved, the additional design effort can commence almost immediately. The critical -path schedule for timely completion of the overall project requires that the consultant's plans for this phase of the project be completed by the end of March 1995. This phase of the Groundwater Development Project must be carefully coordinated with the reservoir, pump station, other pipeline components, and must be designed within the limits of the regulatory constraints imposed by various, Local, State and Federal Agencies. Several of those constraints relate to mitigation required in the area of pipeline to be constructed near the Santa Ana River. That particular portion of the Reach No. 1 Pipeline is not being re- aligned, but does have permit constraints which affect the time of the year construction activity can occur. Construction of the Reach No. 1 Pipeline is proposed to begin late this spring. This schedule will integrate properly with construction of the reservoir and pump station and will meet the permit timing constraints. The Professional Services Agreement requires completion of the revised design, with plans and specifications, by March 15th, 1995. The Final Environmental Impact Report (FEIR) for the Groundwater Development Project, certified on January 25', 1993, considered a number of different pipeline alignments, but did not consider the proposed alignment in the 19' Street and Whittier Avenue. Therefore, as required by the California Environmental Quality Act (CEQA), an environmental analysis was conducted by the City to determine any potential effects the revised alignment may have on the environment. DISCUSSION ON COMPLIANCE WITH CEQA In accord with the California Environmental Quality Act (CEQA), the State CEQA Guidelines, and City Council Policy K -3, Final EIR No. 151 for the Groundwater Development Project was prepared and certified by the City Council on January 25 ", 1993 (Resolution No. 93 -2). A portion of the Reach No. 1 Pipeline alignment has been revised in order to locate the proposed pipeline within the 19ffi Street and Whittier Avenue pubic right -of -way. This re- alignment avoids a large portion of undeveloped property and eliminates the environmental impacts to two drainage courses, reduces impacts to riparian habitat and cultural resources, and eliminates the potential impact to coastal sage scrub. Additionally, the revised alignment avoids one area of particularly difficult construction where there are very steep slopes and where there is a 50 -foot high retaining wall in close proximity to the proposed pipeline. i Page 3 Groundwater Development Project Reach No. 1 Pipeline Design Contract Amended Agreement & EIR Addendum N3 January 9th, 1995 The revised pipeline alignment within the 19' Street and Whittier Avenue rights of -way, was evaluated to determine whether there is any potential for environmental impact beyond those described in Final EIR No. 151. This evaluation determined that the area subject to temporary impacts related to construction (including traffic control, dust and noise) would change, but these changes would not be significant. The segment of Whittier Avenue between the existing pipeline alignment and 19' Street, and 19 " Street from Balboa Avenue to Whittier Avenue, would experience temporary construction impacts. Mitigation measures that have been previously adopted as part of the project would reduce all potential impacts to a level that is less than significant. Section 15164 of the CEQA Guidelines provide that the Lead Agency (in this case, the City of Newport Beach), shall prepare an addendum to an EIR, if only minor technical changes or additions are necessary to make the EIR adequate for the proposed action, and these changes do not raise important new issues about the significant effects on the environment. Pursuant to the requirements of Guidelines under Section 15164, an addendum to Final EIR No. 151 has been prepared to address potential impacts associated with the re- alignment of a portion of the Reach No. 1 Pipeline. The addendum concludes that the necessary revisions to the analysis contained in FEIR No. 151 represent only minor changes and do not raise any new issues or alter the conclusions of the EIR regarding the environmental impacts of the project. No new significant impacts will result, and no additional mitigation measures are required as a result of the revisions to the project. SUGGESTED CEQA ACTION Staff suggests that Council adopt the finding that: Final EIR No. 151, previously certified on January 25, 1993, has been determined to be adequate and satisfies all requirements of CEQA. The Addendum does not raise any important new issues regarding the environmental effects of the project and reduces impacts related to riparian habitat and cultural resources. The Final EIR and Addendum reflect the independent judgment of the City Council. The Addendum No. 3 to Final EIR No. 151 is an attachment to this staff report. Refer to Attachment "B ". The Attachment also contains a vicinity map showing the original alignment and the proposed revised alignment. STAFF RECOMMENDED ACTION: Approve the alternate pipeline alignment and the amended professional services agreement that will provide for its design. Adopt the finding pertaining to Addendum No. 3 to the Final EIR for the Groundwater Development Project. Direct staff to pursue the design and implementation as soon as practical to avoid any delays to the overall project. 0 0 Page 4 Groundwater Development Project Reach No. 1 Pipeline Design Contract Amended Agreement & EIR Addendum #3 January 9th, 1995 Funds are available for the additional design effort in the Water Fund under Capital Project Account No. 7504- P500094A. Staff recommends approval. Respectfully submitted, '-�EFF SrANFJART Jeff Staneart, P.E. Utilities Director JS:sdi Attachments: "A ": Amendment No. 1 to Professional Services Agreement "B ": Addendum No. 3 to Final EIR No. 151 1] ADDENDUM NO.3 TO FINAL EIR NO. 151 19TH STREET & WHITTIER AVENUE PIPELINE ALIGNMENT NEWPORT BEACH GROUNDWATER DEVELOPMENT PROJECT Prepared by: City of Newport Beach Planning Department December 12,1994 AVTAU{MEN'r FJ 0 0 ADDENDUM NO.3 TO FINAL EIR NO. 151 19TH STREET & WHITTIER AVENUE PIPELINE ALIGNMENT NEWPORT BEACH GROUNDWATER DEVELOPMENT PROJECT INTRODUCTION On January 25, 1993, the City of Newport Beach City Council adopted Resolution No. 93 -2 certifying Final EIR No. 151 (State Clearinghouse No. 911221068) for the Newport Beach Groundwater Development Project. The project consists of four new water wells along with a water transmission pipeline, storage reservoir and appurtenant facilities to serve the needs of the residents of Newport Beach. The Groundwater Development Project Reach No. I Water Transmission Pipeline alignment begins easterly of the Santa Ana River and terminates at the City Utilities Yard and proposed reservoir site. The majority of the Reach No. 1 pipeline alignment traverses through property that is vacant and undeveloped. Other portions of the pipeline alignment (Reach No.'s 2 & 3) are primarily within street rights -of -way or improved drainage channels. This Reach No. 1 alignment and revision to the alignment is the subject of this analysis. REVISED PROJECT DESCRIPTION A portion of the Reach No. 1 Water Transmission Pipeline alignment has been revised in order to be located within the 19th Street and Whittier Avenue pubic rights -of -way (see attached map). This realignment avoids a large portion of undeveloped property and eliminates the environmental impacts to two drainage courses, reduces impacts to riparian habitat, and eliminates the potential impact to coastal sage scrub in the area. ANALYSIS The new pipeline alignment within the 19th Street and Whittier Avenue rights of- way was evaluated to determine whether there is any potential for environmental impacts beyond those described in Final EIR 151. This evaluation determined that the area subject to temporary impacts related to construction (including traffic control, dust and noise) would change, but these changes would not be significant. The segment of Whittier Avenue between the existing pipeline alignment and 19th Street and 19th Street from Balboa to Whittier, would experience temporary construction impacts which would be mitigated by the following adopted mitigation measures: Addendum No. 3 to Final EIR 151 Newport Beach Groundwater Development Project .2- 0 LAND USE Mitigation Measures 1 -1 Prior to the award of a construction contract, the Utilities Director shall verify the City has obtained all necessary permits and approvals from responsible agencies including the City of Fountain Valley, the City of Huntington Beach, the County of Orange, the California Coastal Commission and City of Costa Mesa. Mitigation Measure 1 -1 has been revised to include the City of Costa Mesa as a responsible agency due to the revised location of the alignment through its jurisdiction. TRAFFIC AND CIRCULATION Mitigation Measures 2.1 Prior to award of a construction contract, a traffic control plan shall be prepared subject to approval by the Director of Public Works, in consultation with the City Traffic Engineer of each jurisdiction affected by construction equipment traffic and /or haul routes. This plan shall comply with CalTrans Manual of Traffic Control as well as the requirements of affected jurisdictions, and shall utilize the following methods where appropriate: a. Tunneling under major intersections where feasible. b. Restricting hours of construction to off -peak periods. C. Locating pipeline alignments within public rights -of -way, but outside travel lanes or within medians d. Prohibition of on -street parking during construction periods. e. Temporary re- striping to utilize existing medians for travel lanes. f. Temporary street closures when suitable alternative routes exist. g. Placement of signs identifying construction hours and directing traffic to alternative routes. 2.2 Prior to the award of a construction contract, the Utilities Director shall verify that all required encroachment permits have been obtained from responsible public agencies. 2 -3 Prior to acceptance of improvements, the Utilities Director /City Engineer shall verify that all public roadways affected by construction have been restored to the satisfaction of the responsible jurisdiction. Addendum No. 3 to Final EIR 151 Newport Beach Groundwater Development Project .3- 0 0 AIR QUALITY Mitigation Measures 3 -1 Prior to the award of a construction contract, the Utilities Director shall verify that appropriate dust suppression provisions as required by the City Excavation and Grading Code and SCAQMD Rule 403 have been included in the plans and specifications for the project. Examples of appropriate dust suppression mechanisms include the following: a. Active construction sites, staging and parking areas, and unpaved construction roads shall be watered at least twice daily, and approved soil stabilizers or binders shall be applied to inactive construction sites> b. Vegetation shall be replaces in disturbed areas as quickly as possible after construction is complete. C. Exposed soil stockpile areas shall be enclosed, covered, watered twice daily, or have approved soil stabilizers applied according to the manufacturer's specifications. d. Grading operations shall be suspended whenever wind speed exceeds 25 miles per hour. e. Adjacent public streets shall be swept daily if any visible soil material is carried from the construction site. f. Speed limits on unpaved construction roads shall be 15 miles per hour. g. Construction vehicle wheels shall be washed prior to leaving the construction site. h. All trucks hauling soil, sand or other loose materials shall maintain at least 6 inches of freeboard and be covered when traveling on public streets. Construction roads with more than 150 total daily trips shall be paved. j. Pavement shall be extended at least 100 feet onto the construction site from the public roadway access point. 3 -2 Field trailers shall utilize non - diesel powered air conditioning units. 3 -3 Construction equipment operations shall be suspended during second stage smog alerts. Addendum No. 3 to Final EIR 151 Newport Beach Groundwater Development Project .4- 0 3 -4 All stationary construction equipment shall comply with the low sulfur fuel requirements pursuant to SCAQMD Rule 431.2 3 -5 Construction equipment shall utilize catalytic converters and minimizing idling to the greatest extent feasible. 3 -6 Construction operations affecting traffic flow on public streets shall avoid peak periods to the greatest extent possible. 3 -7 Temporary traffic control measures (e.g. flagmen) shall be provided to improve traffic flow and safety whenever construction operations affect public streets. 3 -8 At least one week prior to beginning grading or construction immediately adjacent to residential developments, the Utilities Director shall provide written notice to all occupants immediately adjacent to the construction site. properties. The potential impact to the California Seabreeze development has been eliminated due to the revised alignment within the 19th Street and Whittier Avenue rights -of -way. Therefore, this mitigation measure has been eliminated. NOISE Mitigation Measures 4 -2 Prior to the award of a construction contract, the Utilities Director shall verify that a provision is contained in the plans and specifications limiting construction activities to the hours of 8:00 AM to 6:30 PM Monday thru Friday, with no construction activities on Saturdays, Sundays and holidays. EARTH RESOURCES Mitigation Measures 5 -1 Prior to commencement of excavation or construction, the Utilities Director shall verify that a grading permit has been obtained in conformance with Title 15 of the Newport Beach Municipal Code. The Utilities Director and its contractors shall comply with all the requirements of the grading permit, including but not limited to: Addendum No. 3 to Final EIR 151 Newport Beach Groundwater Development Project -5. 0 a. Prior to issuance of a grading permit, a geotechnical report shall be prepared evaluating soil conditions and potential hazards, and provide recommended means of mitigating potential hazards in conformance with accepted engineering practices. b. Grading plans shall include appropriate temporary and permanent drainage and erosion control plans to minimize impacts from siltation and soil erosion, with a copy transmitted to the Regional Water Quality Control Board, Santa Ana Region. C. If soil export is necessary, haul routes and access points shall be developed so as to minimize impacts to residential areas. d. All grading and excavation shall comply with the approved grading plans. e. Permanent reproducible copies of approved as -built plans shall be furnished to the Building and Utilities Department. BIOLOGICAL RESOURCES Mitigation Measures 7 -1 Prior to issuance of a grading permit for the portion of the property within the West Newport Oil Company property, the Utilities Director shall insure that a provision has been incorporated into the Plans and Specifications regarding any areas disturbed by trenching and grading to be restored to their original contours and revegetated with appropriate native plant materials. 1 impact to jurisdictional within the 19th Street and Whittier Avenue rights -of -way. Therefore, this mitigation measure has been eliminated. 7 -4 Prior to issuance of a grading permit for the portion of the property within the West Newport Oil Company property, the Utilities Director shall insure that provision has been incorporated into the Plans and Specifications requiring that construction activities be scheduled to avoid the nesting season for sensitive bird species that may inhabit the site. Addendum No. 3 to Final EIR 151 Newport Beach Groundwater Development Project -6- 0 0 With the revision to the project, the mitigation measures as required by the certified EIR are adequate to address the proposed realignment of the pipeline within the identified public rights -of -way. A small portion of the pipeline that is not within the public rights -of -way (the northern most segment of the pipeline that goes in a north -south direction near the terminus of 19th Street, approximately 100 lineal feet) is within an undeveloped upland area supporting some flora and fauna. This area was not surveyed as part of the original EIR. The City retained Glenn Lukos and Associates to conduct a supplemental survey of the site to determine whether any sensitive resources would be impacted. The biological survey (Attachment 2) determined that the additional area that will be disturbed supports a predominance of ruderal species that have low habitat value and the pipeline will will have no significant impacts on plant or animal resources. No other potential impacts were identified that have not been addressed in the Final EIR, and no additional mitigation measures are required. CONCLUSION In conformance with the California Environmental Quality Act (CEQA), the State CEQA Guidelines and City Council Policy K -3, Final Environmental Impact Report No. 151 was prepared for the Groundwater Development Project and was certified by City Council on January 25, 1993. Public Resources Code Section 21166 provides that: "When an environmental impact report has been prepared for a project pursuant to this division, no subsequent or supplemental environmental impact report shall be required by the lead agency or any responsible agency, unless one or more of the following occurs: (a) Substantial changes are proposed in the project which will require major revisions of the environmental impact report. (b) Substantial changes occur with respect to the circumstances under which the project in being undertaken which will require major revisions in the environmental impact report. (c) New information, which was not known and could not have been known at the time the environmental impact report was certified as complete, becomes available." Addendum No. 3 to Final EIR 151 Newport Beach Groundwater Development Project -7- • The proposed revision to the project has been evaluated and it has been determined that none of the conditions described in Section 21166 exist, therefore no additional EIR is necessary. Section 15164 of the State CEQA Guidelines provides that the Lead Agency shall prepare an addendum to an EIR if only minor technical changes or additions are necessary to make the EIR adequate for the proposed action, and these changes do not raise important new issues about significant effects on the environment. Pursuant to the requirements of Guidelines Section 15164, this addendum to Final EIR No. 151 has been prepared to address potential impacts associated with the pipeline alignment to be located within the 19th Street and Whittier Avenue public rights-of-way. On the basis of the temporary construction impacts related to traffic control, dust and noise and the mitigation measures contained in Final EIR No. 151 and the biological survey attached hereto, this addendum concludes that the necessary revisions to the analysis contained in Final EIR No. 151 represent only minor changes and do not raise any new issues or alter the conclusions of the EIR regarding the environmental impacts of the project. No new significant impacts will result, and no additional mitigation measures are required as a result to the revisions of the project. Attachments 1. Pipeline Alignment Map 2. Biological Survey Addendum No. 3 to Final EIR 151 Newport Beach Groundwater Development Project -8- Pg CGEG LINE CL'NTNUES THNWGH HUNTINGTON BEACH CAA5TN ZONE BY SEPARATE PENMR 9d \AT`t \U ao- NgW FT B ONES TRACT COLOR KEY ONE CHANCEET.11L.00r OP flPHWNH AIJCNMFMT �A WCNMENT WLTHI COASTAL ZONE -CIIANGF IN PRFIJNR AI.IC \MENT LIM, ME COASTAL ZONF . ELDUNATWS OR PVEW 6 u WATER NPIN y vgovoscol ppPP 0� 0 tea, A PORTION OF REVIS PROJECT WITHIN COASTALZONE CITY OF NE WPOR BEACH I I he City of Newport Beach is proposing to amend Coastal Development Permit 5- 93.356. The amendment consists of elimination of a major segment of the pipeline through undeveloped property to be replaced by pipeline that is proposed in the 19th Street and Whitter Avenue public right -of -way. The amendment accomplishes the following: 1. Reduces the impacts to riparian habitat. 2. Eliminates a potential impact to Coastal Sage Scrub. 3. Eliminates the impact to two drainage swales. 4. Locates the new segment of the pipeline within eadsting right -of -way. 7 JITY OF NEWPO BEACH d CITY ( COSTA MESA CITY Q 1� cmoPxewvogrEEACN PROPOSED RESERVOIR 6 UriL1Il ES YAPO E2P4NSN)N (NO CHANGES PROPOSED) The project includes a Certified Environmental Impact Report #151 approved by the City of Newport Beach City Council on January 25, 1993 and an Addendum to the EIR that describes and analyzes the revised project CITY OF NEWPORT BEACH lol.f• .� W GROUNDWATER DEVELOPMENT PROJECT AMENDMENT TO COASTAL DEVELOPMENT PERMIT 5 -93 -356 [a El GLENN LUKOS ASSOCIATES Regulatory Services December 12, 1994 John Douglas City of Newport Beach Planning Department 3300 Newport Boulevard Newport Beach, California 92663 Dear Mr. Douglas I performed a biological evaluation of an area to be impacted as proposed in the most recent alignment of the pipeline associated with the Newport Beach Groundwater Development Project. The subject area is a relatively short segment, approximately 100 feet long, between the easternmost end of the pipeline easement on the property of West Newport Oil and the intersection of 19th Street and Balboa Boulevard. The subject segment runs in a north -south alignment whereas the major segment of the pipeline runs in an east -west alignment parallel to 19th Street. Upon installation of the pipeline, the subject segment will be maintained as a gravel covered access road for access to and maintenance of the pipeline. The easement for this segment of pipeline is 20 feet wide. Beginning where this segment connects with the major east -west segment of pipeline, the subject segment of the easement is primarily vegetated with upland weeds including wild oats (Avena fatua), fennel (Foeniculum vulgare), doveweed (Eremocarpus setigerus), Australian saltbush (Atriplex semibaccata), horehound (Marrubium vulgare), black mustard (Brassica nigra) and tree tobacco (Nicotiana glauca). A few scattered individuals of mulefat (Baccharis salicifolia) occur within this segment of the easement. After approximately 85 feet the easement extends up the bank of 19th street. The lower portion (one - third) of the bank support a mixture of mulefat and tree tobacco while the upper portion (two- thirds) supports only ruderal species including Russian thistle (Salsola tragus), Australian saltbush, castor bean (Ricinus communis), cheeseweed (Malva parvii fora) and London rocket (Sisymbrio Trio). 23441 South Pointe Drive Suite 150 Laguna Hills, California 92653 Telephone: (714) 837 -0404 Facsimile: (714) 837 -5834 John Douglas City of Newport Beach December 12, 1994 Page 2 Although the lower portion of the road bank supports some mulefat which is typically considered to be riparian vegetation,' there is no U.S. Army Corps of Engineers (Corps) or California Department of Fish and Game (CDFG) jurisdiction because there are no jurisdictional wetlands or indicators of an Ordinary High Water Mark associated with the road bank. The subject area, because it supports a predominance of ruderal species has low habitat value. The impacts to this area associated with the trench and backfill operation required for installation of the pipeline will have no significant impacts on plant or animal resources. If I can be of further assistance to you in this matter or if you have any questions regarding this letter please don't hesitate to call me at (714) 837 -0404. Sincerely, GLENN LUKOS ASSOCIATES, INC 70�� o D _ Tony Bomkamp Botanist s:0154 -4d.io- ' Mulefat has an indicator status of Facultative Wet (FACW) meaning that it occurs in wetlands 67% of the time. This also means that in 33% of cases, mulefat can be expected to occur in upland habitats. This is a clear case where mulefat is occupying upland habitat. "'ILA F i Gj Cif- 4(p1��.J 1' 0 6, - 361o�("!0 HMENDMENT No.1 TO PROFESSIONAL SERVICES AGREEMENT FOR REALIGNMENT OF REACH NO.1 36 -INCH WATER TRANSMISSION MAIN IN CONJUNCTION WITH THE GROUNDWATER DEVELOPMENT PROJECT THIS AMENDMENT to the written agreement, dated April 26th, 1994, is made and entered into this IC)TN day of January, 1995, by and between "CITY' and "CONSULTANT'. WITHESSETH: WHEREAS, "CITY', as part of its "PROJECT" has determined that certain additional professional services are required that were not originally foreseen, and; WHEREAS, implementation of the 'PROJECT' requires these additional services which are related to re- design of the Reach No. 1 pipeline alignment to Whittier Avenue between 16th Street and 19th Street (these additional services are referred to as "SERVICES "),and; WHEREAS, "CITY' requires a qualified engineering professional to carry out these essential additional re- design parameters, and; WHEREAS, "CITY' has solicited and received a proposal from "CONSULTANT" to perform these additional 'SERVICES" and other incidentals, as outlined herein below, and; WHEREAS, "CITY' has reviewed the previous performance of "CONSULTANT' and has determined it to be of high quality, and; WHEREAS, "CITY' desires to accept the proposal for "SERVICES" submitted by "CONSULTANT ", and; NOW THEREFORE, in consideration of the foregoing, it is mutually agreed and understood that: 1 9 0 I. GENERAL A. The original professional services agreement dated April 261h, 1994, remains in full force and effect except as modified by this amendment. II. ADDITIONAL SERVICES TO BE PERFORMED BY CONSULTANT "CONSULTANT" shall provide the following additional professional services for "CITY ". A. "CONSULTANT" shall provide the services necessary to re- design the southerly portion of the Reach No. 1 pipeline to a new alignment in Whittier Avenue between 16th Street and 19th Street and to complete the defined tasks associated with the "PROJECT ". Those additional and supplemental tasks include the following: 1. Additional Meetings with City staff. a. "CONSULTANT" shall keep City Project Manager apprised of the progress being made by the "C1TY's" contractor. Such apprisal shall be made via telephone, in writing as appropriate and via meetings mentioned herein below. b. "CONSULTANT" shall meet with the City staff on an as- needed basis for the "PROJECT ". 2. Review Background & Supplemental Data. a. "CONSULTANT" shall, in an effort to relay relevant information to their staff, review the pertinent background data obtained at additional meetings with City staff and /or as provided by "CITY" during the course of the "PROJECT ". b. "CONSULTANT" is entitled to rely on materials provided by or through "CITY" without independent evaluation by "CONSULTANT ". 3. Revision of Existing Drawings. a. "CONSULTANT" shall complete revisions on the required drawings for the "PROJECT" so they reflect the true scope of work revised by this Amended Agreement. b. "CONSULTANT" shall deliver three (3) complete copies of the final design plans. III. PAYMENT & FEE SCHEDULE A. In consideration for the specified services, "CITY' hereby agrees to compensate "CONSULTANT" on an hourly basis as set forth in the "PAYMENT & FEE SCHEDULE" in Section VIII, in the original professional services agreement, dated April 26th, 1994. B. In no event shall the total amount for these additional and supplemental services be greater than forty nine thousand one hundred and forty eight dollars ($49,148), inclusive of subconsultants fees, except as provided for in the original professional services agreement and herein below. C. Subconsultant Services: Aerial Mapping & Photogrammetry - Surveying services provided by DM` Engineering relative to preparation of an aerial topographic map of Whittier Avenue from 17th Street to 19th Street, thence along 19th Street to the westerly terminus of 19th Street for a lump sum, "not to exceed" amount of four thousand two hundred dollars ($4,200). 2. Geotechnical Investigation - Geotechnical investigation provided by Leighton & Associates to evaluate the on -site geotechnical conditions and their effect on the proposed pipeline realignment for a lump sum, "not to exceed" amount of five thousand eight hundred sixteen dollars ($5,816). IV. MORE ADDITIONAL SERVICES A. No additional change in character, extent, or duration of the work to be performed by "CONSULTANT" as a part of this amendment to the original professional services agreement shall be made without prior written approval from "CITY'. B. In consideration for performance of additional and supplemental services authorized by "CITY' in writing, "CITY' hereby agrees to compensate "CONSULTANT" an amount based upon the hourly rate defined in the 'TEE SCHEDULE ". C. However, except that any additional increase in total compensation exceeding five thousand dollars ($5,000.00) shall require another amended Agreement for such additional services between the "CONSULTANT" and "CITY'. • • IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the first date above written: APPROVED AS TO FORM: I Robin Clauson Assistant City Attorney ATTEST: Wanda Raggio City Clerk Address and Telephone: City of Newport Beach 3300 Newpon Boulevard, P. O. Box 1768 Newpon Beach, California 92658 -9915 (714)644 -3011 (714)646 -5204 FAX City of Newport Beach, a municipal corporation I John Hedges, Mayor "CITY" AKM Consulting Engineers, a California Corporation Jaime E. Moreno, Vice President "CONSULTANT" ARM Consulting Engineers 101 Pacifica. Suite 150 Irvine, California 92718 (714)753 -7333 (714)753 -7320 FAX CITY OF NEWPORT BEACH OFFICE OF THE CITY MANAGER January 6, 1995 TO: Honorable Mayor And Members r,O•f,The City Council FROM: Kevin J. Murphy, City Manager�lN SUBJECT:SUPPLEMENTAL REPORT GROUNDWATER DEVELOPMENT PROJECT & CONTRACTS On the City Council agenda on January 9th there are four items related to the Groundwater Development Project. Three of these items are holdovers from our meeting in December. In the reports that were prepared by our Utilities Director, I requested that in each he indicate the reasons why we should go forward. In general, in each report the Utilities Director has indicated the importance from the standpoint of completing the project in accordance with our schedule. I'd like to add several reasons why I'm supporting the approval of the various contracts and ask that the City Council consider these reasons as well. My reasoning can be summarized in four key areas: DEBT SERVICE AND PURCHASE OF WATER COSTS The City issued bonds to construct this project and has the annual payments on the bonds of approximately $1.7 million. This cost has been built into our budget for the Water Fund in the Utilities Department, while including an anticipated date of completion of the project when our costs of obtaining water through the groundwater project will reduce our costs by $2.0 million. Further delays in the project will result in higher operating costs due to an extended reliance on the purchase of water via MWD. It is in our immediate and long term financial interests to complete the project. 2. OFFICIAL STATEMENT ON BOND ISSUE In our official statement for the Groundwater Project bonds there are summaries of certain portions of the Bond Indenture. Within that document the City has committed to construct the project by August 1, 1997. There is a provision that provides for an exception for unforeseeable delays which are considered beyond the control of the City. However, based on all the reasons stated in this memo and the fact completion is important to keep the City's credit rating with the rating agencies at the highest levels, we should move forward. �/C;,/ 8 0 0 -2- 3. CASH FLOW In the cash flow analysis prepared by the Finance Director in response to the County's bankruptcy filing, the City without access to any of the remaining water bond proceeds ($10.8 million) is still able to comfortably meet all of our obligations. As of this writing, it now appears that the issue of the withholding of the property tax will soon be favorably resolved by the County obtaining Bankruptcy Court approval to release the funds. The Finance Director during the course of the bankruptcy and the freeze on our water bond proceeds will be updating his analysis monthly for comparative purposes. On the attached updated cash flow analysis you'll note the December 1994 column and the line for "Adjustments (experience)." As of the close of December our cash balances were $3.4 million more than projected. A large reason for this higher balance is the fact that the vast majority of our capital projects remain frozen due to our concern about the State budgetary situation. This week the Finance Committee received information that of the total capital projects of $49.5 million, the City has only expended $4.6 million so far this fiscal year. Finally, the City Council will recall that the cash flow analysis is a conservative projection. The projected disbursements are based on the past two years when the City was carrying heavy litigation, early retirement, and capital improvement expenses. More importantly, the costs to construct the Groundwater project are in the cash flow analysis. 4. RELEASE OF FUNDS While it is still too early to tell when the City will have the funds held in the Investment Pool released, the Investor's Creditor Committee, the County, and the Bankruptcy Court have approved a program permitting the release of funds to investors upon an urgent need or to permit the City to avoid tapping into other invested funds that would require the early sale of another investment. Each investor can obtain release at this time of up to 30% of its total investment upon the ability to make certain findings. While the City doesn't anticipate the need to sell any other investment security for cash flow needs, if the need arises the City could tap into the funds which are now frozen in bankruptcy to pay contractor costs. 5. TIMELINESS OF THE PROJECT PHASES Three of the four agenda items are contracts for engineering services of relatively small scale, in comparison with the overall costs of the project. The contract with the Construction Management firm is for a total of $253,090, however, it will be spent over an extended construction period. Staff wishes to bring this contractor onboard prior to the award of bid to undertake preparation 9 -3- 0 for the large construction phase of work on the reservoir and pump station. The fourth contract is a substantial and vital one (construction of Reach 2 of the pipeline) to completion of the overall project. RECOMMENDATION: For the reasons cited above, it is recommended that the City Council proceed forward on the approval of the items on the City Council agenda related to the Groundwater Development project. 0 -m N N O W N b J m N J OD A O m m k» O W � N N N w N N O L �O N W N W > > V N O q W O o O 4A U U V O V n (p p b W 6/ S n i z N N 0 3' < O m 0 N N m Z b y N n N c Z � w CD � � v f c N N N 0 °o_ 0 o w N J N W fN F/1 N 3 0 A Q U O N N W p t CL m a ... i � tO T LA O O b O m N O U N H �D m N 61 N j � '� '• J W V ' O u � O O pVj V A U N O U N N N N N N amen m am W � N N ro U b W b N b p A A U b W t V N W b O m m 0 0 ep pwj O O m T O m a N N (n N N G N H U m V Fn O V V N N 6n N O N N N N N N N o m W U O i �O b N N W W O O O w W O V A N b O U w N N W N H O N N j m 01 N N W W A kA 0 V O O O N O W N V O V m N N O fq N N A m b N N ID N m 0 UN T A O O Vii p` m W `O m C N N N N N N N N _ _ N N N fq N N N N W 9 > > 2 0 0 O g r ¢ o r Y Z 2 > m _I � m N m O m a' N Z o � y o y N O_ N n c' w m °o m a 4j N N O W N b J M N J OD A O m m k» O W � N N N w N N O L �O N W N W X 4 0 v O V 4j N N N W N b J M N J OD A O m m k» O W � N N N w N N O L �O N W N W X 4 0 v O V N O q W NN NO W 4A U U W N W+ b W N b J M N J OD A O m m k» O W � N N N w N N O L �O N W N W X 4 0 v O V w m N NN T W N b J M N J OD A O m m k» O W � N N N w N N O L �O N N N+ b N � U m b N uJi N W N N N N N b m V a+ a m Ol N A W V V N N W N T W N b J M N J OD A O m m k» O W � N N N w N N O L �O N W N W X 4 0 v O V N O q W NN NO W 4A U U V O V N N N W N T W N b J M N m O a OD A O m m k» O W � N N N N b U N �O N W N W X 4 0 v O V N O q W O N V O V n (p p b W N N N W N T W N b J V p m N m O a q A O m m k» O W � N N Wm b `o m A N N N A N W N m O + O q - 2 o %o b M O O IV b U N �O N W O � W X 4 0 v O V N O q W O N V O V n (p p b W 6/ S n ON N N < O bi m P b c Z CD v f N 0 °o_ 0 o w N 3 CL m a ... i � tO T A �D m (O W N N W N m N w a m A U U q - 2 o %o b M O O V N N fq N N W W O W + J _ - 2 V N p W N W O � W X 4 0 v O V N O q W N N W b N W O O W _ O - 2 O b V N b W bq p W O X 4 0 v b O N {q N r N � - W b N O L _ - 2 n D N 0 X N J V a N I 0 0 n n m a '� m 'n Of D ? ,a 0 A G' °c 0 A 0 S 0 0 T O (DA, c 7 < m 0 m y C 7 3 N 0 o 0 3 '0 ; 0 A O y < c J N ^i 7 O N i0 Q7 c 'a A 3 3 0. 171 o 0 CD 0 .191 w n 0 o c 2 a 0 0 w 61) (A 4V) 'A 'A W W (0 J W W d J co co W CO V m O W O coo CD D i0 IJ ih 0 J V N `2 Of QOf� A N A A W O V A (A (A f9 W 69 di J A J N (0 T J J O " O p?p,D C l0 O V O A O P 61 N co O N O A (D (4 I J O O O N EA to fA 49 49 J J N OD O O J (0 ID V O O O1 � N J V O O OD W -N+ N O O <A 49 fA w J v J J J co N 'D W a) co co O O D V OD w N (9 (A 49 J J DD J V y (O1i pOp O O W ED d 10 W A O O co < <A IJ OD O O 4. co OWD (A O O N 69 C� J J A J OD L J pAp W O W W VI D O IV (Ny m eA in W N N A L J C ul -W+ O�1 t0 O) (J V) N W 4i N W V n D N 0 X N J V a N I Raw tp W co N W W W w a o� aN ) (0 W O W N (0) N O1 A O N V " J CY) J (p A W 00 O (n A N N J V 4W(,�7 to Im A CD V 69 fA N V 40 W N 0 di A W O co A J A 10 N m Ot N T d! 4» N O O O O O F N C J N y N M N N 0 W C N O � W O J O ONE � N OD 4A Lz N < J A 0 c0 f0 J (ii .J 1 J v A n to W m to O Q (n 0) 1 N L N N J J � � C T co T N Q J V J L" O) d O> 01 W n N x T r O X r N V S 3 0 a N 0 0 W 00 o C 7 D A O' fQ = O an N 0 O d N 3 a D N o -0 m y m Cam. ^ .D I O W d 7 o ry w T O O O 'o' 5 10 M 3 < 0 .. 3 O Q w 1D W m f 0 o o » 0 » c n Z 0 a 0 Raw tp W co N W W W w a o� aN ) (0 W O W N (0) N O1 A O N V " J CY) J (p A W 00 O (n A N N J V 4W(,�7 to Im A CD V 69 fA N V 40 W N 0 di A W O co A J A 10 N m Ot N T d! 4» N O O O O O F N C J N y N M N N 0 W C N O � W O J O ONE � N OD 4A Lz N < J A 0 c0 f0 J (ii .J 1 J v A n to W m to O Q (n 0) 1 N L N N J J � � C T co T N Q J V J L" O) d O> 01 W n N x T r O X r N V S 3 0 a N 601 69 (19 to V1 N A in J WI J i O I0) tD to WD A O to V)l di H 49 J W S o o d W nn i OD �? O W TI O W 8 d a N o O N :r d m > s 3 d J O O 7 d a < O T C J W K O !n r 0 £ 0 v 0 0' 0 3 » 3 T a e Ri n O O 0 0 0 0 o C. O 2 fA to H 0 fR to 601 69 (19 to V1 N A in J WI J i O I0) tD to WD A O to V)l di H 49 N 2 0 f x V v a N J W O W O 0 i OD O W � t0 W OD J O O N 0 O co O O O O fA to H fR to J O J J co CA -4 A O O O W (J O O tb A i O O N N Ot O O tD fA to (A fA to (A t_ C 7 A W W W tT O Q° 00 co i O O O /n co 0 A O O O A 3 OI O O N C. H N fA � fA fR fA to yq N J J J J C i co -� V QOp O O W N O O N W N N CO ul+ V O 0 A W A N 2 0 f x V v a N ;7y FIGURE 8 ADOPTED AND PROJECTED WATER RATES MUNICIPAL & INDUSTRIAL USE $/AF 450 $412.00 400 350 300 250 1 Treated MWID Import Water 200 150 Average Cost to Produce Groundwater $145�00 (Excluding Operation & Maintenance) F///" I 011 VON so / / n� Replenishment Assessment 0 ...... J- J. A. ..-L A. ...I- 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 Year 16 0 R 0 0 To achieve basin management objectives during 1994-95, two agencies (Anaheim and Orange) are assigned a production requirement by OCWD. The pumping requirement is established for these producers to pump in excess of their Basin Production Percentage (BPP), The OCWD Board of Directors provided exceptions from the Basin Equity Assessment for production of poor quality well water, treated to domestic standards, in excess of the basin production percentage for Anaheim, Garden Grove and Orange in 1994 -95. In addition, pump- ing limitations are assigned to four agencies (Buena Park, Irvine Ranch Water District, Southern California Water Company, Yorba Linda) during 1994 -95. The pumping limitation is established for these producers due to their inability to meet the BPP in 1994 -95, because of insufficient production facilities. COST OF WATER PRODUCTION FOR THE ENSUING YEAR (1994 -95) The OCWD Act requires that costs of producing groundwater and of obtaining supplemental water be evaluated annually. The cost of producing groundwater and/or supplemental water varies for each producer, depending on many factors. Although these variations in cost are recognized, it was necessary for the purpose of this report to arrive at figures representative of the average cost of producing groundwater, and of purchasing supplemental water for irrigation use and for uses other than irrigation. COST OF GROUNDWATER PRODUCTION FOR USES OTHER THAN IRRIGATION The variable cost of energy and the Replenishment Assessment for groundwater production for uses other than irrigation within the OCWD service area during the ensuing year is about $145.00 /acre -foot. A survey of the major water producers was conducted to determine the characteristics of a representative extraction facility and the associated production costs. The findings of the survey are presented in Appendix A -10. Two significant factors influencing the cost of groundwater production are energy prices and operation and maintenance costs. Based on the responses of the October 1993 agency survey, the energy cost ranged from $25.00 /AF to $119.74/AF, with an O &M cost of $4.90 /AF to $42.46/AF. Other factors which influence these costs include varying load factors and different groundwater levels. Recently drilled wells are generally deeper (1,100 foot depth for atypical well) than those drilled two decades ago. The average load factor, which indicates the percent of use of an extraction facility, was 61% for the major water agencies subject to the Basin Equity Assessment. Electrical energy accounts for approximately 30% of the total groundwater production cost for uses other than irrigation in 1994 -95. A major factor influencing the cost of electrical energy is the lift, i.e., the vertical distance water must be lifted from pumping level to land surface. The estimated production costs during the ensuing year for a representative well are presented in Table 8. 22 0 l'he three major goals set forth in the GWMP are to: increase basin water supplies protect and enhance water (111.1/11' improve management of the basin and the District Great progress has been made over the past five Years in reaching each of these goals. Rechal,ge capacity and efficient. have been narasurably improccd, so that a 75 percent basin pr'odut tit' n percentage is sustainable without slressuag basin limitations. Numerous water treatment projects are .dread\ intrcasing the volume of usable groundwater, and sc\ oral morn major projccls are on the 700 600 v LL • • • • • °i 500 U a Figure 17 5 400 Increased recharge of Santa Ana River ° 300 flows, expanded recycling of wastewater, and additional wellhead treatment will c6 200 remove most of the need for imported 100 water usage within OCWD by the early part of the 21st Century. 0 • horinal. F:novvlcdgc of basin hyclrogeologY and a highlN yualificd, well- cyuipped work force contribute to optimal monat;ement of the basin and District operations. "I he C;WMI' provides for incremental progress in increasing the reliability of local water supplies. 'I he ultimate outcome of the programs developed through the I;WMI' will he a substantial n•dut6011 in ditch use of imported water sources Wiguic 17I. Safe reliance on the groundwater basin during drought, shorlagc, and cmcrgenca conditions Will COeStitute the GWMI "s ItI111llnarnt - - -all achievement 0CWD believes can Lie realized in the carp' part of the 21st CentUl\'. OCWD Water Supply and Demand 1993 -94 2010 • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • • 036 0 OCW D and CSDOC provides for each agency to pay half the cost of the study, approximately $40,000 per agency. The pilot project, which use= UV on tertiary treated water, analyzes its effectiveness when the water is seeded uvith appropriate test microorganisms. Data being compiled on the results of different UV dosages will contribute to treatment system design and will help refine UV operational procedures. Alamitos Barrier Project The Alamitos Barrier Project keeps ocean water from contaminating the Orange County groundwater basin and Los Angeles Cuunh_•'S central basin. It was constructed on the Los Angeles /Orange County border near Seal Beach in the 19(01 as a cooperali, e project of OCWD and the Loa AngelesCounh flood Control District. Fier to tell thousand acre -feet of imported water is needed annualh• for injection, but the reliabilih• of this source is uncertain, and its cost continues to rise. OCWD and the Water Replenishment District of Southern California (WRDSC) propose to construct a 4,500 -afy reclamation plant to produce treated water for the barrier. The two district, conducted a feasibility StudV in 1991. which confirmed that reclaimed water is acceptable as a substitute for imported water in this project. In December 1993, having received a discharge permit from the State Water Resources Control Board (SWRCB), OCWD and WRDSC signed a cooperative agreement for construction and operation of the tertiary treatment plant. They an• negotiating with the City of Long Beach for it site adjacent to the Long Beach Water Reclamation Plant. The proposed facility, similar to Water Factors 21 will produce 5,000 at of recycled water. The treatment plant design will accommodate future expansion to 10,000 afy. OCWD and WRDSC are applying to the SWRCB for a low- interest loan to fund the $20 million construction cost for Phase 1 of the project. Continued seawater intrusion at the east end of the barrier in Orange County and leakage through the central portion in Los Angeles Count' have required the construction of additional monitoring and injection wells. Five monitoring wells were completed in 1990, and 40 four Injccholl wells were added in l993. Of fill- $3;8,000 construclion cost for these wells.. OCWD and the Los Angeles County Department of ruhlic Works each paid half. Completion of this project will signal the end of one era and the beginning of another at the Alamitos Barrier. Local reclaimed Water supplies, a reliable and ecOnomicel source of injection w.uh•r, will bring an end to dependencv on imported water to sustain this nnjor sl-awah•r barrier. Orange County Regional Water Reclamation Project 00,0) and L'SDOC are developing a joint regional wales n•cvchng project that will provide up to 100,000 acre-frrl of reclaimed water annually fur grotnxAvatcr rcplcnishnu•nl. The proposed Orange County Rcgionul Water Rrc!amalinn Project (tX'h) will not onh' utilizo a virfual!v drought -proof Source of local water supph', but will also take advanj•igc of available capacit in 0CMDS nine drop recharge basins. I hOSV basins are under - utilized eight to ten nonths of the scar. l he project call:; for high-qualit treated effluent to bo piped from Fountain Vallee northward along the Santa Ana Ricer to OCWDS existing recharge in Anaheim. (Sec map in Figure '.) 1 he OCR's new facilities Would include a 15 -mile pipeline atom; the river and a pumping station and treatment facilities at existing OCWD and CStX)C sites. The completed project will include a 100 -mgd MI: vstem and a 55 -mgd RO system. The OCR could produce recycled water at a cost estimated between $:150 and 5475 per acre -Foot. I'lanned in three phases, till, project would produce 50,0M afy in the vear 20110, increase to 75091 afy in 2010, and expand to the full 100,0M aft' in the year 2020. The preliminary cost estimate for the OCR is 5230 million. Plans for the regional n•cVCling project include brine and salt management. Certain waste streams would be rerouted to CSDOC's Plant No. 2, thereby improving the quality of influent to I'lant No. 1 and reducing dennneralizalion costs. Brine disposal could be managed through a connection to the Santa Ana Regional Interceptor 0 6 6 0 6 6 0 0 0 0 6 6 6140 6 0 6 6 6 0 e 6 0 e 0 6 6 6 0 6 0 6 6 6 0 i Figure 7 pradc Treated wastewater from the Orange Dam County Regional Water Reclamation rs Project treatment facilities in Fountain Valley will be piped to the forebay for groundwater recharge. A brine diversion system will transport dissolved solids r� from this project and from OCWD's '>a desalters. Turtle NiVate Project ,..Q Ilvtne S Desaller (SARI) for ocean discharge. I tic OCR )could list) incorporate nitrogen removal prnceSSCS and trvatent to reduce I'OC. I'ubliC acceptance• of HIV OCR is CxpCCtud to he positive, largult because the regional project would obviate the nerd to Construct SCCeI'al WW treatment plants and nlileS of pipclincs Within the district:' service area. The thvo districts had planned for several Years to construct up to three new Satellite lvalcr reclamation plants at various Orange County SitcS. These prujrctS, each With 5,000 to 10,000 afy capaCitV, )could Cost bl'tWLVII S50 and $1 33 million each because of the high cost of Site aCyuiSition and CU11St'llchon. Consequcnth, the cost of the roc vCled hotel Would he Is high as 51,300 to 51,000 per acre -foot. The 5230 million OCR project, by providing aS ankh as 100,000 afy of additional water ft)r recharge at reasonable cost, will nnlre fill)\' utilize O WD's spreading facilities throughout file vicar. Reclainling this large volume of Water, CurrentlY discarded as waste, con potentiolly free OCIND's producers from dependency on imported SupplicS, Talbert Extraction Desalter bile District iS eraluafing file 1COSIbilitV of a future brackish groundwater extraction and treatment project in the Talbert Crap, Sea lvo rd of file injection barrier. SIICh a project lt)nld provide LIP to 8,000 afy of additional potable water and, if located properly, could reduce file potential for seawater intrusion by forming a groundwater "trough." Its cost is estimated at $10 million. Computer simulations carried out in 1993 explored potential effects on the barrier by modeling two extraction well Iavouts.One of these incorporated OCW D's set en existing extraction wells, and the other modeled five null• wells and ono existing well. This work pros ided hater yualitY and flow data on ,which to hose a preliminary evaluofion of olturnati\ e distribution S1'stcnls and Ireatnent processes. OCIND will weigh the advant.lgt-s of reactivating additional existing wells versus constructing new ones, and will compare the cost effectiveness of 111C two IltVrII ItiVV.s dild their l'ffCCtS oil })',Mater intrusion. In addition, various desalting technologies to be used in the stude will tic in with other District research projects and product- data for comparison with KO lrumnient. Table 2 shows file expected additional yield from increasing basin supplies, estinuled of 115,000 afy by the vear 2000. (The Western Riverside Regional treatment plant is discussed on page 2t), under Cooperative Watershed Managuman1.) The Projects will enable producers to increase groundwater production hl satisfy as much as 90 percent of their demand by the Year 2010. The eStinlah'd Costs of the projects are given on Table 3. BY meeting program objectives of increased water conservation, improved recharge operations, t-xpanded reclamation, and treatment of brackish and Colored walcr, the GIN,MI' Will substantially increaso hasin hater supplies. '['Ile nun el -OLIS benefits to be derived from achieving lhis goal are liSled on Table 4. • • • • • • • • • • • • • •j$• • • • • • • • • • • • • • • • • • • • • 0 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: June 1, 1994 SUBJECT: - Contract No. C- 3004(E) Description of Contract Design of Reach No. 1, 36 -Inch Water Transmission Main as a part of Groundwater Development Project Effective date of Contract April 26, 1994 Authorized by Minute Action, approved on April 25, 1994 Contract with AKM Consulting Engineers Address 101 Pacifica, Suite 150 Irvine. CA 92718 Amount of Contract (See Agreement) " �q Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach 0 • (3k) TO: Mayor & Members of the City Council FROM: Utilities Department April 25th, 1994 CITY COUNCIL AGENDA ITEM NO. /0 C - 3oo�Z(,F-) SUBJECT: PROFESSIONAL SERVICES AGREEMENT FOR PREPARATION OF DETAILED PLANS & SPECIFICATIONS BY AKM CONSULTING ENGINEERS REACH NO. 1: 36 -INCH WATER TRANSMISSION PIPELINE AS A PART OF THE GROUNDWATER DEVELOPMENT PROJECT RECOMMENDATION: If desired, authorize the Mayor and the City Clerk to execute a Professional Services Agreement on behalf of the City, with AKM Consulting Engineers to prepare detailed Plans and Specifications for construction of a 6,500 foot long reach of 36 -inch diameter water pipeline, for a fee not to exceed $101,517. BACKGROUND: 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 between there and Newport Beach. To convey the groundwater pumped from the wells to Newport Beach, the project requires construction of approximately four miles of large diameter pipelines. The overall project plan calls for the transmission pipeline to be designed and constructed in segments. This portion of the overall project will provide the design with detailed plans and specifications for approximately 6,500 linear feet of 36 -inch diameter pipeline. This project segment is referred to as Reach No. 1. The pipeline route runs in an easement the City obtained from the West Newport Oil Company in 1990. The easement traverses the boundary of the West Newport Oil Company property from the end of 16th Street (at the Utilities Yard) to the East side of the Santa Ana River where the proposed 19th Street roadway alignment crosses the river. Reach No. 1 is approximately 6,500 feet long. Refer to vicinity map, Exhibit "E ". To initiate this phase of the project, staff implemented a "qualifications -based selection" (QBS) process for the necessary professional engineering design services. The QBS process was provided for by the Federal Government in 1972 under Public Law No. 92 -582. This law, known as the Brooks Architect- Engineering Act of 1972, specifically addressed the process of selecting architects and engineers based on qualifications. This was done recognizing that these services relate directly to project issues affecting public health and safety, such as buildings, structures and public water supplies. • • Page 2 Groundwater Development Project Reach No. 1 Pipeline Design Contract April 25th, 1994 In 1989, the Brooks Act was amended by the Federal Government under Public Law No. 100 -656. California has enacted legislation to conform to the revised Federal Law under SB -419, which was also enacted in 1989. This bill amended the Government Code, Section 4526. As a result, California law provides for a QBS process for any political subdivision or state or local agency in California. In effect, this precludes "bidding" for professional engineering services. Instead, it requires that consultant's be selected on criteria relating to competence, experience, ability and qualifications. A key excerpt from Section 4526 of the State Government Code reads, "Notwithstanding ......... selection by a State or local agency for professional services of private architectural, engineering, land surveying, or construction project management firms shall be on the basis of demonstrated competence and on the professional quahfications necessary for the satisfactory performance of the services required." The City of Newport Beach has a procedure for obtaining professional services. The Public Works and Utilities Departments use essentially identical procedures to obtain professional engineering services. In keeping with this procedure, the City solicited "statements of qualifications" from a number of professional design firms. Based on these "statements of qualifications" proposals were solicited from six of the most qualified firms. This was done by written "requests for proposals" or RFP's. A copy of the project RFP is attached as Exhibit "B ". The six firms that were invited to propose were selected based on their previously submitted statements of qualifications and experience. All six firms submitted responses to the request for proposals. The firms were: Robert Bein, William Frost & Associates, Daniel Boyle Engineering Inc., NBS -Lowry Consulting Engineers, AKM Consulting Engineers, Civiltec Engineers, Inc., and ASL Consulting Engineers. The written proposals were reviewed by the Utilities Department Selection Committee. The committee was comprised of the Utilities Director, a principal from an independent private Civil Engineering firm (a firm not proposing on this project) who is a registered professional engineer, and an engineering staff member who is also a registered professional engineer from the same engineering firm . On the basis of a detailed ranking of the various firms, the selection committee chose AKM Consulting Engineers as the most qualified firm to perform the required professional services to complete the pipeline design. The numerical ranking of the selection committee and criteria is attached as Exhibit "C ". A summary discussion of the detailed criteria used to evaluate the qualifications of the six engineering firms is also provided as an attachment to this report. Refer to Exhibit "D ". The key areas of review were: 1. Proposal Content 2. Project Understanding 3. Project Experience 4. Project Team 5. Project Management 6. Project Schedule 7. Labor Costs 0 • Page 3 Groundwater Development Project Reach No. 1 Pipeline Design Contract April 25th, 1994 The most highly qualified firm for this project was selected based on the listed criteria and their abilities demonstrated on other similar projects in the past. The firm of AKM Consulting Engineers has a team of exceptionally qualified, technical professionals and designers who have extensive experience with similar water pipeline and utility construction projects in Southern California. As a result, the selection committee and staff believe that the consultant's team will be able to best provide a high quality, cost - effective, timely, professional design product and coordinate efficiently with the City and other consultants working on the interrelated phases of the Groundwater Development Project. The proposed Professional Services Agreement with the successful proposing consultant, AKM Consulting Engineers provides for: preparation of a preliminary design report; preparation of detailed specifications; preparation of detailed construction plans; written special provisions for project construction; and compilation of documents suitable for bidding and awarding a contract for construction. A copy of the professional services agreement is attached as Exhibit "A ". If approved, the final design effort can commence almost immediately. The critical -path schedule for timely completion of the overall project requires that the consultant's plans for this phase of the project be completed by the end of July 1994. This phase of the Groundwater Development Project must be carefully coordinated with the reservoir and pump station designs and other pipeline design components. Construction of the Reach No. 1 Pipeline is proposed to begin late this summer, to integrate properly with the construction of the reservoir and the 14,000 gallon per minute pump station. The Professional Services Agreement requires completion of the design plans and specifications by July 29th, 1994. Funds are available for this design contract in the Water Fund under Capital Projects Account No. 7503- 98500016. Staff recommends approval. Respectfully submitted, JEFF STgpvEAXT Jeff Staneart, P.E. Utilities Director 1S:sdi Attachments: "A ": Professional Services Agreement "B ": Request for Proposals "C ": Proposal Evaluation Matrix "D ": Proposal Matrix Criteria "E ": Project Vicinity Map 0 0 PROFESSIONAL ENGINEERING SERVICES FOR (REACH NO. 1) 36 -INCH WATER TRANSMISSION MAIN AS A PART OF THE GROUNDWATER DEVELOPMENT PROJECT Description and Location of Project The project to be proposed on, is part of the City's Groundwater Development Project. The project involves water wells, 6 -miles of transmission pipelines, a 3.0 million gallon reservoir and a 14,000 gallon per minute pump station. The portion of the groundwater project your firm is being asked to propose on, requires design services for installation of a new 36 -inch water transmission main and appurtenances. The Reach No. 1 pipeline runs from the terminus of an existing 30 -inch water main on the east side of the Santa Ana River, at the prolongation of 19th Street, toward the City of Newport Beach. The southerly terminus point of the Reach No. 1 pipeline is at the westerly end of 16th Street near the City's Utilities Yard. This work will involve design of some important water tie -ins and installation of a water valve vault in 16th Street. This project will also include relocation of approximately 640 feet of 12 -inch water main from the south side to the north side of 16th Street adjacent to the Utilities Yard. The majority of the 36 -inch water main will be placed within a 20 -foot wide water line easement across West Newport Oil Company and Newport -Mesa Unified School District properties (See Exhibit "A "). The proposed project crosses jurisdictional boundaries of the City of Newport Beach and the County of Orange. This project is a major portion of the City's Groundwater Development Project and timing of this phase of the project is crucial to the overall completion schedule. Scope of Services The consultant shall be responsible for complete design services relative to the construction of the previously described project. Design services shall include preparation of construction drawings showing plan and profile views of the pipeline, all connection details, water valve vault details, all pipeline appurtenances, preparation of detailed special provisions, bid documents, quantity estimates and an overall cost estimate. RFP -1 F-x4i19(T "S 0 Scope of Services Cont. 0 Reach No. 1 Water Transmission Pipeline Request for Proposals The consultant will be required to process the plans through the County of Orange for permit approval. All drawings and design specifications shall be prepared in accord with requirements of the City of Newport Beach Design Criteria, Special Provisions and Standard Drawings for Public Works Construction" latest edition, which incorporates the "green book" specifications titled, "Standard Specifications for Public Works Construction ", latest revision. All specifications and drawings shall be subject to final review and acceptance by the City of Newport Beach, Utilities Department, Project Manager. The consultant's proposal shall include a detailed list itemizing the tasks required to complete the scope of work outlined herein. Each task shall include a detailed estimate of person -hours required to complete it. The consultant shall also provide a proposed project schedule depicting the time of completion for the project design. The schedule shall include the number of calendar days required to perform each task and the total number of calendar days required to complete the entire project. The schedule should be coordinated with the following design review dates. The City will require a number of submittals prior to approval and signature of the plans and specifications. The following list identifies key submittals and required design information for each. 1. 50% Design Review - Consultant shall, as a minimum, submit preliminary title sheet, second sheet (including vicinity map, location map, general notes, construction notes,... etc.), completed base sheet information on plan and profile sheets with a proposed pipeline profile, working sketches of details and sections, and a cost estimate for review and comments from the Utilities Department. 2. 90% Design Review - Consultant shall, as a minimum, submit complete plans, 2 refined cost estimate and preliminary special provisions for review and comments from the Utilities Department. The Consultant shall address the 50% design review comments. The Consultant shall submit plans and special provisions to the County of Orange for their review and approval. 3. 100% Design Review - Consultant shall, as a minimum, submit the final plans reflecting 90% design review corrections; a complete and detailed cost estimate on the contractor's bid proposal form (with cost estimate back -up detail); complete (and bound) special provisions, contract documents and any appendices, for final approval from the Utilities Department. 4. Final Approval Review - Consultant shall submit final plans reflecting 100% design review corrections; complete (and bound) special provisions, contract documents and any appendices, for final approval and plan signature by the Utilities Department. RFP -2 • • Reach No. 1 Water Transmission Pipeline Request for Proposals Scope of Services Cont. The City is anticipating authority to advertise for construction bids by August 8, 1994, and anticipates beginning construction by September 26, 1994. To meet this construction schedule, the following is a list of critical dates for the above design review submittals. April 25, 1994 ................... May 20,1994 ..................... June 17, 1994 ..................... July 13, 1994 ...................... July 27, 1994 ..................... ............................. notice to proceed . ............................50% design review ............................. 90% design review .. ...........................100% design review ............................. final design review The consultant will be responsible to address plan review comments at each of the formal submittals and throughout the plan preparation process. The consultant shall also propose on providing construction staking for the City's contractor. The consultant shall assign a responsible project representative and an alternate, who shall both be identified in the proposal. The consultant's representative will be responsible for the consultant's duties from contract negotiations through project completion. If the consultant's primary representative should be unable to continue with the project, then the consultant's alternate representative shall become the primary representative. Any changes in responsible representative must be approved, in advance by the City. The City will have the right to reject other proposed changes in personnel, and may consider any other changes in responsible personnel as a breach of the contract and cause for termination. The consultant shall provide a "Fee Schedule" outlining all applicable hourly rates and costs for services. The proposal shall provide a breakdown of fees associated with each project task. Most importantly, the consultant shall submit a total fee, with a "not -to- exceed" total, which shall include and incorporate all work necessary to complete the project design. The timing and schedule of this project is critical to the overall completion of the City's Groundwater Development Project. All work must be completed in less than 16 weeks. The deadline for final approval of the consultant's plans and specifications is July 29, 1994. Liquidated damages for delays beyond this date will be deducted from the consultant's design fee. Liquidated damages shall be $300.00 per calendar day. Additional Responsibilities The consultant shall be responsible for completing the specified services in accord with the standard form, "Professional Services Agreement ", which will be prepared by the City. Services specified in this agreement shall be taken directly from the Consultant's Proposal and from this "Request for Proposal ". The primary components and provisions of the agreement shall include; liability insurance coverage and errors and omissions insurance coverage in the amount of one million dollars. The consultant shall prepare the necessary plans in AUTOCad, Release 11, and shall plot them on City standard mylar sheets. Project special provisions and contract bid documents shall be prepared in accord with the requirements of the City's design criteria. RFP -3 Additional Responsibilities (Cont.) Reach No. 1 Water Transmission Pipeline Request for Proposals The consultant shall be required to propose a fee based on time and materials to review shop drawings, submittals related to the design of this project and monitor construction progress once it is underway. The consultant shall provide guidance and direction to the City with respect to the installing contractor's general conformance to plans and specifications. This does not mean the consultant will be responsible for the project construction inspection, but will instead be expected to provide some monitoring and, where appropriate, make field recommendations. During the course of construction, if changes occur which require revision to the plans and /or special provisions, the consultant is expected to modify the project plans and /or prepare addenda to the specifications if such changes are deemed necessary by the City. The consultant shall include in his proposal a fee to prepare "as- built" drawings once the project construction has been completed. The project schedule and the liquidated damages will not apply to the construction monitoring, field change drafting or preparation of "as- built" drawings after construction has been completed. Language covering this matter will be made part of the professional services agreement between the City and the consultant. The consultant shall include in his proposal a budget cost total for reproduction. This budget amount should not include the costs of reproduction of plans and special provisions as described below. City's Responsibilities The City will provide the following to assist the consultant with the project and its completion: 1. Plans and drawings, as are available and appurtenant to the proposed project. 2. Survey records and easement information, as are available and appurtenant to the project. 3. Design criteria, hydraulic data and other technical information, as are available and appurtenant to the project. 4. The City shall be responsible for completing applications to obtain any required permits from the City or other governing agencies, except the County of Orange. 5. A topographic survey of the pipeline alignment within the existing easement. 6. The City will provide blueprinting, CADD plotting, Xeroxing and other services through the City's reproduction company for each of the required submittals and for bidding purposes. The consultant will be required to coordinate the required submittals and bid plans with the City's reproduction company. All other reproduction will be the responsibility of the consultant. AHD RFP -4 Rankings: 1 - Fair 2 - Average 3 - Good 4 - Very Good 5 - Excellent E"IBIT "c- 1. Groundwater Development Project Professional Engineering Design Services Reach #1 - 36" Water Transmission Main Design Selection Matrix AI4vt ASL DBE RBF NBSL civlltec Weights Related Project Experience 4 4 4 4 4 3 25.00% Project Staff Assigned 4 4 4 4 3 3 25.00% Grasp of the Project Requirements 5 4 4 3 3 3 10.00% Approach to Project Management 4 3 3 3 2 3 20.00% Proposed Project Schedule 3 3 3 3 3 3 10.00% Proposed labor Breakdown 4 4 3 3 3 3 10.00% Total Fee ($) 101,517 87,000 120,600 90,740 64,740 68,726 Average Labor Cost ($ /Hr.) 69 75 50 87 58 55 Total Weighted 4.00 3.70 3.60 3.50 3.05 3.00 Score Rankings: 1 - Fair 2 - Average 3 - Good 4 - Very Good 5 - Excellent E"IBIT "c- 1. 0 0 Groundwater Development Project Professional Engineering Design Services Reach # 1 - 36" Water Transmission Main Design Evaluation Criteria Selection Matrix Discussion Summary: Proposals were received from six (6) firms that were requested to submit proposals for the subject project. These firms were selected based on previously submitted "Statements of Qualifications ". The six (6) firms that submitted proposals are listed below: 1. AKM Consulting Engineers (AKM) 2. ASL Consulting Engineers (ASL) 3. Civiltec Engineers, Inc. ( Civiltec) 4. Daniel Boyle Engineering, Inc. (DBE) 5. NBS Lowry (NBSL) 6. Robert Bein, William Frost & Associates (RBF) The proposals were reviewed by the selection committee and were ranked based on the content of their proposals with respect to the following items: prior experience performing similar services; the project team experience; and the completeness of the discussion relating to their approach to the project. Based on a complete analysis of the written proposals, three (3) proposing firms were deemed most capable to perform work required by this project. After careful review by the selection committee and additional information that was requested from the top three (3) firms, the selection committee recommended that AKM be awarded the proposal. This recommendation is based on the quality of AKM's proposal with respect to the proposed scope of work for preliminary and final design and most importantly the qualifications of the firm's proposed project team. A ranking matrix is attached. The following paragraphs describe the rationale behind each ranking, by category. �XiiIBiT ••D•, 0 Project Understanding 0 Page 2 Groundwater Development Project Reach #1 Design Consultant Matrix Criteria It is imperative that the full scope and extent of the work is clearly identified and understood by the consultant in their written proposals. During the proposal process, all the six firms sought additional information from the City. Each firm brought members of their proposed project teams to meet with members of the Utilities Department staff and /or the selection committee. Each firm demonstrated a reasonable understanding of the project scope. However, three of the firms demonstrated a more complete understanding. They were: ASL, DBE, and AKM. These three (3) consulting firms had a good understanding of the necessary scope of work required for the project. The consultant's thorough understanding of scope of work will be a major part of this project, this factor is important to the consultant's ability to effectively complete the design tasks within the parameters of the schedule and project construction costs. Project Experience The proposing firms were ranked on recent project experience relative to water transmission pipeline design. Local experience with similar projects was a large element in determining the ability of the consultant. More weight was given to firms who had Orange County experience and with a greater emphasis on Newport Beach experience. Familiarity with local water supply conditions, site constraints and general pipeline design was highly important. Of the six proposing firms, ASL and AKM appeared to have the most experience in overall design of pipelines. DBE and RBF, also had significant experience with numerous pipeline projects. Project Team The project staff and their respective qualifications are a key qualification requisite in this project. The work experience of the individual professional staff members is vital to the success and efficiency of the effort to provide a finished design product. Given the complex nature of this project, the experience and capability of the project team affects the other key areas such as ability of the consultant to meet the required schedule and to provide efficient project coordination with the City. AKM, DBE and ASL had key team members assigned to the project. DBE and ASL provided an above average team. However, AKM Consulting Engineers had the strongest project team proposed in terms of design experience and technical capabilities. 0 0 Page 3 Groundwater Development Project Reach #1 Design Consultant Matrix Criteria Project Management The magnitude of the coordination and management that is required for the various aspects of this project is deemed to be an important element for a successful project. It is mandatory that the successful firm provide a knowledgeable project manager or a principal of the firm. DBE, RBF, and ASL provided proven project managers for water resources design services. AKM proposed the strongest project manager with direct applicable and successful project management experience. Project Schedule The project schedule is crucial to insure that the overall Groundwater Development Project schedule is not adversely affected by this proposed work effort. Because the schedule for this critical element of the Groundwater Development Project was set by the City, every firm had proposed to meet the required schedule. Labor Costs Fees, as well as average labor costs, are a vital indicator in the evaluation of the consultants' fees to assure that appropriate time is committed to complete the designated tasks within a "not -to- exceed" price contract. An analysis of the total hours allotted for each project task was performed. This was done to get an idea of the completeness and the level of effort each consultant proposed to place on the various project task components. The review looked at both the number of hours, the assigned personnel and the hourly rates for various team members. The indicator in the evaluation matrix looked at the average weighted hourly labor cost. In this analysis, the two firms who provided the most thorough engineering services value, were AKM and ASL. 0 Existing 30" Water Main "Seawater" I Line ! BANNING AVE. m i VICTORIA ST l Existing 30" Water Main 6 �h City of Newport 1 Beach Utilities Yard REACH t & 2 PROJECT LOCATION CITY OF NEWPORT BEACH GROUNDWATER DEVELOPMENT PROJECT �-:xH lgtr ., E,r C - 3U0zl(,O HGZEEMENT PROFESSIONAL SERVICES FOR DESIGN OF REACH NO.1 36 -INCH WATER TRANSMISSION MAIN AS A PART OF THE GROUNDWATER DEVELOPMENT PROJECT THIS AGREEMENT is made and entered into this uv day of April, 1994, by and between the City of Newport Beach, a municipal Corporation, hereinafter referred to as "CITY ", and AKM Consulting Engineers, a California Corporation, hereinafter referred to as "CONSULTANT ". WITHESSETH: WHEREAS, "CITY ", desires to secure an alternate source of reliable water for its municipal water system by implementing a Groundwater Development Project which requires the City to construct water wells and delivery facilities to bring potable water to its customers, and; WHEREAS, "CITY" as part of this project seeks to collect well water for pumping, and must construct a series of transmission mains to bring water to a storage reservoir at it's 16th Street facility, and; WHEREAS, "CITY" desires to prepare the design for installation of a portion of the new water transmission main system, known as "Reach No. 1" and which is hereinafter referred to as "PROJECT ", and; WHEREAS, implementation of the design of said "PROJECT" requires the services of a qualified engineering design consultant, and; WHEREAS, "CITY" has solicited and received a proposal from "CONSULTANT" for preparation of the "PROJECT" design and to provide certain other essential professional services, as outlined herein below, and; WHEREAS, "CITY" has reviewed the previous experience and has evaluated the expertise of "CONSULTANT" and desires to accept the proposal submitted by "CONSULTANT ", and; NOW THEREFORE, in consideration of the foregoing, it is mutually agreed and understood that: 0 I. GENERAL 0 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 ". II. SERVICES TO BE PERFORMED BY CONSULTANT "CONSULTANT" shall provide the following listed professional services to "CITY ". A. "CONSULTANT" shall provide the necessary services to complete the defined tasks associated with the design phase of the "PROJECT ". Those tasks include the following: 1. Coordination and Meetings with City staff. a. "CONSULTANT" shall keep City Project Manager apprised of the progress being made on the "CONSULTANT'S" design activities. Such appraisal shall be made via telephone, in writing as appropriate and via the meetings mentioned herein below. b. "CONSULTANT" shall meet with the City staff for an orientation meeting, a 50% design review, a 90% design review, a 100% design review, and a final design meeting for the "PROJECT ". Other meetings may be held on an as- needed basis. c. "CONSULTANT" shall meet with the County of Orange staff for coordination and approval of plans and specifications. In addition, "CONSULTANT" shall coordinate with the "CITY's" pump station consultant regarding chlorine facilities within the valve vault in 16th Street. 2. Review Background Data a. "CONSULTANT" shall, in an effort to relay relevant information to their staff, review the pertinent background data obtained at the meetings with City staff and /or as provided by "CITY" during the course of the "PROJECT ". b. "CONSULTANT" is entitled to rely on materials provided by or through City without independent evaluation by "CONSULTANT ". 3. Plans Preparation a. "CONSULTANT" shall complete the required drawings and plans for "PROJECT ". A listing of those drawings included in this phase shall include at least the following: 0 (1.) Preparation of a "Title Sheet" with the "CITY'S" Groundwater Development Project Title Sheet. In addition, prepare a "Second Sheet" with the legend, notes, benchmark, basis of bearings and vicinity map associated with the "PROJECT ". (2.) Preparation of "Plan and Profile Sheets" as required to detail the 36- inch water transmission main alignment within the existing 20 -foot wide easement and the 12 -inch water main relocation within 16th Street in accord with City Standards associated with the "PROJECT ". (3.) Preparation of "Detail Sheets" as required to fully illustrate and show all fittings, tie -ins, and water valve vault appurtenances associated with the "PROJECT ". 4. Specifications Preparation a. "CONSULTANT" shall complete preparation of detailed written specifications, bid proposal, standard special provisions, special provisions, compile City standard contract forms, and coordinate binding them with the "CITY'S" reprographic company for "PROJECT ". b. "CONSULTANT" shall include within the special provisions; the method of providing for protection of existing facilities such as houses, retaining walls and access gates during construction and the method of pressure testing the water transmission main. c. "CONSULTANT" shall utilize City Standard Specifications and shall prepare them in the standard format. (1.) Construction documents are intended to be publicly bid as a complete package which shall meet the requirements of "CITY" and all applicable State and Local laws. 5. Cost Estimate & Schedule a. "CONSULTANT" shall prepare a detailed written cost estimate and construction schedule for "PROJECT ". Estimate shall be transmitted to "CITY" with a written memorandum of transmittal and explanation. (1.) Any opinion of construction cost prepared by "CONSULTANT" represents his judgment as a design professional and is supplied for the general guidance of the "CITY ". Since "CONSULTANT" has no control over the cost of the labor and material, or over competitive bidding or market conditions, "CONSULTANT" need not guarantee the accuracy of such opinion as compared to Contractor bids or actual cost to the "CITY ". 6. Construction Phase Services a. "CONSULTANT" shall perform the following during the construction phase: (1.) Visit the site at scheduled 'intervals or as otherwise agreed by the "CITY" and "CONSULTANT ", to become generally familiar with the progress and quality of the work and to provide assistance to the "CITY" to verify the work is being performed substantially in accord with the contract documents. 0 (2.) "CONSULTANT" shall not be required to make exhaustive or continuous on -site inspections to assess the quality or quantity of work and shall not be responsible for the contractor's failure to carry out the work in accord with contract documents. (3.) Prepare change order work and review shop drawings as requested by "CITY ", including all drawings or specifications necessary to describe and detail the work to be added, deleted or modified. Should said work require a substantial addition to the plan set, then additional compensation to "CONSULTANT" would be authorized. (4.) Prepare "record" drawings based upon change orders and addenda to the extent approved by "CITY" and incorporated into the construction of the Project. "CITY" shall require the contractor to submit "as- built" drawings of actual construction installations to "CONSULTANT" for use in preparing "record" drawings. (5.) "CONSULTANT" shall provide one set of construction stakes for the water transmission main within the 20 -foot wide easement, the 12 -inch water main realignment in 16th Street and the water valve vault in 16th Street for the "CITY'S" Contractor. Any additional staking or any restaking or costs thereof will be the responsibility of the Contractor. 7. Supplemental Services a. "CONSULTANT" shall provide a geotechnical report with recommendations as a supplemental to this project. This report shall include, but limited to: (1.) Evaluate on -site geotechnical conditions and their effect on the proposed pipeline alignment. (2.) Subsurface investigation including drilling four to six borings, eight to ten trenches, laboratory testing and analysis of collected data. (3.) Provide a conclusion and develop recommendations for the proposed pipeline including geotechnical parameters for temporary stability of excavation and shoring design, adequacy of excavated on -site material for use as backfill, bearing capacity and lateral earth pressure, criteria for temporary excavation, bedding and backfill recommendations and corrosion evaluation and protection recommendations. 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, contracts, specifications, proposals or agreements as may be available or are in existence, which may be germane to the proper preparation and completion of the "CONSULTANT's" defined duties. B. Provide survey records and easement information, as are available and a topographic survey of the pipeline alignment within the existing easement which are appurtenant to the project. C. Provide design criteria, hydraulic data and other technical information, as are available and appurtenant to the project. D. Assist "CONSULTANT" with interpretation of "CITY" standards and design criteria. Meet with "CONSULTANT" as necessary to provide niput or direction on matters pertaining to completion of specifications and final construction plans. E. Act as the Project Manager and provide construction administration and field inspection on the proposed project, once designed and awarded for construction. F. The City shall be responsible for completing applications to obtain any required permits from the City or other governing agencies, except the County of Orange. G. Provide blueprinting, CADD plotting, Xeroxing and other services through the City's reproduction company for each of the required submittals and for bidding purposes. The consultant will be required to coordinate the required submittals and bid plans with the City's reproduction company. All other reproduction will be the responsibility of the consultant. H. City staff will be available to meet with "CONSULTANT" on or before the following dates. These meetings will include reviewing plans, specifications and other documentation provided by "CONSULTANT" relative to "PROJECT ". In addition, "CITY" will return all comments within seven (7) calendar days. 1. May 20, 1994 - 50 Percent Design Review Submittal "CONSULTANT" shall, as a minimum, submit preliminary title sheet, second sheet (including vicinity map, location map, general notes, construction notes,... etc.), completed base sheet information on plan and profile sheets with a proposed pipeline profile, working sketches of details and sections, and a cost estimate for review and comments from the Utilities Department. 2. June 17, 1994 - 90 Percent Design Review Submittal "CONSULTANT" shall, as a minimum, submit complete plans, a refined cost estimate and preliminary special provisions for review and comments from the Utilities Department. The Consultant shall address the 50% design review comments. The Consultant shall submit plans and special provisions to the City of Huntington Beach, County Sanitation Districts of Orange County and the County of Orange, for their review and approval. 3. July 13, 1994 - 100 Percent Design Review Submittal "CONSULTANT" shall, as a minimum, submit the final plans reflecting 90% design review corrections; a complete and detailed cost estimate on the contractor's bid proposal form (with cost estimate back -up detail); complete (and bound) special provisions, contract documents and any appendices, for final approval from the Utilities Department. • 0 4. July 27, 1994 - Final. Design Review Submittal "CONSULTANT" shall submit final plans reflecting 100% design review corrections; complete (and bound) special provisions, contract documents and any appendices, for final approval and plan signature by the Utilities Department. 5. July 29, 1994 - Deliver 50 sets of Plans and Specifications to the "CITY" through " CITY's" reprographic company. IV. TIME OF COMPLETION AND LIQUIDATED DAMAGES "CONSULTANT" shall commence work immediately upon receipt of written notice to proceed. Work as required herein, shall be completed in a diligent and efficient manner to the execution of its completion. All work, with the exception of the construction phase services required to advertise for construction shall be completed no later than July 29,1994. It is mutually agreed by "CONSULTANT" and "CITY" that liquidated damages of three hundred dollars ($300.00) per calendar day shall be assessed "CONSULTANT" for delays beyond the above specified completion date. Said damages shall be deducted from the "CONSULTANT's" fee. Provided, however, that "CONSULTANT" shall not be responsible for damage or delay in performance caused by events beyond the control of "CONSULTANT ". The term of this Agreement shall expire thirty (30) calendar days after the date the "PROJECT" is completed and accepted by "CITY ". It is agreed and understood by both parties, that this is sufficient time to complete all such activities and tasks associated with the "PROJECT ", including "as -built drawing" preparation. V. OWNERSHIP OF DOCUMENTS Original drawings and other deliverable documents to be provided by "CONSULTANT" under this Agreement shall become the exclusive property of "CITY" and may be reproduced as deemed necessary by "CITY" or its duly authorized representative. However, any use of completed deliverables or documents for purposes other than for this "PROJECT ", or any use of incomplete documents, shall be at "CITY'S" sole risk, and "CITY" shall indemnify "CONSULTANT" for any damages incurred as a result of such use. 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 ", unless required by subpoena. "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 "CITY" on a case by case basis. Blanket publishing approval shall not be granted. "CONSULTANT" is granted permission to show to prospective clients reports and data which have been accepted by "CITY" as prepared under this Agreement. VI. RIGHT OF TERMINATION A. "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 the "CONSULTANT's" business office at 101 Pacifica, Suite 150, Irvine, California 92718. B. "CONSULTANT" may terminate this Agreement after ten (10) days' written notice from "CONSULTANT" to "CITY" notifying "CITY" of it's substantial failure to perform in accord with the terms of this Agreement, if , the "CITY" has not corrected it's non - performance within that time. C. 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 directly 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 assigned, transferred, contracted or subcontracted without prior written approval of "CITY ". B. Neither "CONSULTANT" nor "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 "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 ". C. In the performance of this "PROJECT ", "CONSULTANT" may utilize the services of a private surveying firm and geotechnical firm to complete those tasks which require related professional tasks. Said surveying firm, DMc Engineering, Inc. and said geotechnical firm, Leighton and Associates, Inc., hereinafter "SUBCONSULTANT ", shall be directed and compensated by "CONSULTANT" as if said firm were a direct employee of "CONSULTANT ". 1. Compensation for "SUBCONSULTANT's" services shall not be more than thirty thousand two hundred ninety nine dollars ($30,299.00) and shall be paid to in accord with the limits of the "not -to- exceed" fee listed herein below. No additional compensation shall be made therefor. VIII. PAYMENT AND FEE SCHEDULE A. In consideration for the specified services, "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 the amount of one hundred one thousand five hundred seventeen dollars ($101,517), inclusive of the subcontract services defined herein, except as otherwise provided for herein below. 0 B. PAYMENT AND FEE SCHEDULE personnel Principal......................................... ............................... Senior Associate ............................ ............................... Associate....................................... ............................... Principal Engineer ........................ ............................... ProjectManager ............................ ............................... Senior Engineer ............................. ............................... ProjectEngineer ........................... ............................... AssociateEngineer ....................... ............................... Assistant Engineer ....................... ............................... Senior Designer /Senior CADD Technician ............ Designer /CADD Technician ...... ............................... SeniorDraftsman .......................... ............................... Draftsman...................................... ............................... EngineeringAid ........................... ............................... Data or Word Processing ............ ............................... OfficeSupport ............................... ............................... Survey Crew (DMc Engineering ) .............................. 9 hourly rates $110.00 105.00 98.00 98.00 93.00 93.00 85.00 72.00 66.00 66.00 59.00 55.00 49.00 40.00 49.00 40.00 150.00 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 "CITY ". D. In addition to the fixed, not -to- exceed fee, "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 "CITY ", and other reasonable expenses, where such costs have been advanced by "CONSULTANT" and approved in advance by "CITY ". 1. "CONSULTANT" shall provide written records (originals) of all expenses incurred, and shall report all hours expended in the performance of his duties and tasks on a monthly basis. "CITY" agrees to pay "CONSULTANT" within thirty (30) calendar days of the receipt of said records and hourly summary. 2. "CONSULTANT" shall not be compensated for use of "CONSULTANT'S" equipment, hardware, software materials or reproduction. Said costs are non - compensable. Time expended by "CONSULTANT'S" personnel on such equipment shall be paid on the basis of the "FEE SCHEDULE" herein above. 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 "CITY" in the "FEE SCHEDULE ", except that an increase in the total compensation exceeding ten thousand dollars ($10,000.00) shall require that an amended Agreement for such additional services be executed by the "CONSULTANT" and "CITY ". 0 X. RECORDS 0 "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 accord 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 upon reasonable notice to "CONSULTANT" to such books and records, and gives "CITY" the right to examine and audit same, and to make transcripts therefrom as deemed necessary at "CITY'S" cost, 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 completed certificates 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, non - renewed, except after thirty (30) days' written notice has been received by "CITY ". Coverage may not be reduced or otherwise materially altered without the same advance notice to "CITY" of such alteration. 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 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 "B + ", "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 �J 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 ($1,000,000.00). 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 "CITY ", on behalf of any general liability 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. Additional Insured "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 "CITY' primarily, and to "CONSULTANT' secondarily, if necessary. XII. WAIVER A waiver by "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. XIII. 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. 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'. 10 XV. HOLD HARMLESS "CONSULTANT" shall indemnify and hold harmless, "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 hereunder. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the first date above written: APPROVED AS TO FORM: jt Flory mt City Attorney n mmr. cm. City Clerk Address and Telephone: City of Newport Beach 3300 Newport Boulevard Newport Beach, Califomia 92659-8915 (714)644 -3011 (714)646 -5204 (FAX) 11 City of Newport Beach, a municipal corporation Clarence Tu Mayor "CITY.. AKM Consulting Engineers a California Corporation '1 Jaime E. Moreno, Vice President "CONSULTANT" AKM Consulting Engineers 101 Pacifica, Suite 150 Irvine, California 92718 (714)753-7333 (714)7537320 (FAX)