Loading...
HomeMy WebLinkAboutC-3004(G) - Reach No. 3, 36-Inch Water Transmission Main, Groundwateri Isk CITY OF NEWPORT BEACH P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 TO: PURCHASING /ADMINISTRATIVE SERVICES DEPARTMENT FROM: CITY CLERK DATE: August 28, 1995 SUBJECT: Contract No C- 3004(G) Description of Contract Groundwater Development Project- Reach No. 3 - 36 -Inch Water Transmission Main Effective date of Contract January 12, 1995 Authorized by Minute.Action, approved on January 9 1995 Contract with ASL Consulting Engineers Address One Jenner Street, Suite 200 Irvine, CA 92718 Amount of Contract (See Agreement) Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach I January 9th, 1995 I,AN CITY COUNCIL AGENDA ITEM NO. _7 _ROVED .... .... . TO: Mayor & Members of the City Council FROM: Utilities Department SUBJECT: PROFESSIONAL SERVICES AGREEMENT DETAILED PLANS & SPECIFICATIONS BY ASL CONSULTING ENGINEERS REACH NO. 3: 36 -INCH WATER TRANSMISSION PIPELINE (C- 3004 -G) GROUNDWATER DEVELOPMENT PROJECT RECOMMENDATION: Authorize the Mayor and City Clerk to execute a Professional Services Agreement on behalf of the City, with ASL Consulting Engineers to prepare detailed Plans and Specifications for construction of a 9,400 foot long reach of 36 -inch diameter water pipeline for a fee not to exceed $87,900. 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 pipeline. 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 9,400 linear feet of 36 -inch diameter pipeline. This project segment is referred to as Reach No. 3. The Reach No. 3 pipeline route lies primarily in the right -of -way of the Orange County Flood Control District's Talbert Channel. Reach No. 3 extends from Slater Avenue on the north end, to the Southern California Edison right -of -way just south of Garfield Avenue at the south end of the reach. Refer to vicinity map, Exhibit "E ". The critical -path schedule for timely completion of the overall project requires that the consultant's plans for this phase of the project design be completed by late -April 1995. This pipeline design must be completed as soon as possible, to allow adequate time for solicitation of bids, and ordering and fabrication of the pipe. It is important for construction to begin late this spring, to allow its completion during the drier summer months and before October 15"'. The City's easement agreement and permit with the Orange County Flood Control District requires that construction only be done between April 15' and October 15'. To delay this segment of the project would push construction into the summer of 1996 and would cause the overall project to be delayed until late 1996. 0 0 Page 2 Groundwater Development Project Reach No. 3 Pipeline Design Contract January 9", 1995 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. 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 shah be on the basis of demonstrated competence and on the professional qualifications 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 four 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 "A". The four firms that were invited to propose were selected based on their previously submitted statements of qualifications and experience. All four firms submitted responses to the request for proposals. The firms were: Robert Bein, William Frost & Associates, Daniel Boyle Engineering Inc., AKM Consulting Engineers, 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 ASL 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 "B ". • 0 Page 3 Groundwater Development Project Reach No. 3 Pipeline Design Contract January 9', 1995 A summary discussion of the detailed criteria used to evaluate qualifications of the four engineering firms is also provided as an attachment to this report. Refer to Exhibit "C ". 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 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. A key factor was their very satisfactory performance on the design of the Reach No. 2 pipeline project segment. The firm of ASL 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 ASL 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 'D ". 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 late -April 1995. This phase of the Groundwater Development Project must be carefully coordinated with the other pipeline design components. Construction of the Reach No. 3 Pipeline is proposed to begin late this spring, to integrate properly with the construction of the other pipeline construction segments and to allow construction to be completed during the drier summer months. The Professional Services Agreement requires completion of the design plans and specifications by April 28Lh, 1995. 0 0 Page 4 Groundwater Development Project Reach No.3 Pipeline Design Contract January 9', 1995 Funds are available for this design contract in the Water Fund under Capital Projects Account No. 7504 P 500 094 A. Staff recommends approval. Respectfully submitted, .JEFF �ANFART Jeff Staneart, P.E. Utilities Director IS:sdi Exhibits: "A ": Request for Proposals "B ": Proposal Evaluation Matrix "C ": Proposal Matrix Criteria "D ": Professional Services Agreement "E ": Project Vicinity Map 0 0 COQ pG°QOpO1SdQd PROFESSIONAL ENGINEERING SERVICES FOR (REACH NO. 3) 36 -INCH WATER TRANSMISSION MAIN AS 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 Groundwater Development 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. 3 pipeline begins with a connection to an existing pipeline (known as the "Seawater Line ") with a water valve vault on the easterly side of the Talbert Channel at the Southern California Edison Easement between Yorktown Avenue and Garfield Avenue, cross the Talbert Channel westerly and then continue northerly within the Talbert Channel on the access road to the intersection of Slater Avenue and the Talbert Channel. See Exhibit "A ". The Reach No. 3 pipeline will ultimately be connected to two (2) proposed 24 -inch water transmission mains that will transport groundwater from two (2) proposed well sites also shown on Exhibit "A ". 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 bridge crossing details, jacking and boring details, all pipeline appurtenances, preparation of detailed written special provisions, bid documents, quantity estimates and an overall cost estimate. The consultant shall include as part of the proposal; a soils investigation, preparation of traffic control plans, and corrosion analysis. Traffic control plans shall meet the requirements of the Cities of Huntington Beach and Fountain Valley. The consultant shall be responsible for all field surveying required to properly design the project. The survey control shall be established using the County's CPS coordinate system. The consultant shall also provide construction staking for the City's contractor. • • Reach No. 3 Water Transmission Pipeline Request for Proposals Scope of Services (Cont.) The proposed project is located within the jurisdictional boundaries of the Cities of Huntington Beach and Fountain Valley and the County of Orange. The consultant shall be responsible for processing plans for permit approval from the agencies described above. 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" 1994 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 design review dates shown below. 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. 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, 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 Cities of Huntington Beach and Fountain Valley and 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. • • Reach No 3 Water Transmission Pipeline Request for Proposals Scope of Services (Cont.) The City is anticipating to advertise for construction bids by May 8, 1995 and to begin construction of the water transmission line by June 12, 1995. To meet this construction schedule, the following is a list of critical dates for the above design review submittals. December 13,1994........ January 23,199 March 13,1995 April 10, 1995.. April 28,1995 .........Notice To Proceed ........................50OZo 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 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. If subconsultants are utilized, they shall be identified in the scope of work together with the services performed and identified in the fee schedule together with their billing rate. Subconsultants shall be directed and compensated by consultant as if said firm were a direct employee of consultant. 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 20 weeks. The deadline for final approval of the consultant's plans and specifications is April 28, 1995. 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. • • Reach No. 3 Water Transmission Pipeline Request for Proposals Additional Responsibilities The consultant shall be responsible for completing the specified services in accord with the City's standard "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 ($1,000,000). The City must be a "named ensured" on all required policies. 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. 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. City will reimburse consultant for the actual cost (plus 10 %) for all outside expenses, including those for material costs authorized in advance by the City and other reasonable expenses, where such costs have been advanced by consultant and approved in advance by City. 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. The consultant shall not be compensated for use of consultant's equipment, hardware, software materials, "in- house" reproduction or mileage. Said costs are non- compensable. Time expended by consultant's personnel on such equipment shall be paid on the basis of the "Fee Schedule ". • • Reach No. 3 Water Transmission Pipeline Request for Proposals 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 Cities of Huntington Beach and Fountain Valley and the County of Orange. 5, The City will provide blueprinting, CADD plotting, photocopying 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. �MD OIY l% AA Approx-vno[e Scde: P = 2500' Newport Beach Groundwater Development Project LEGEND 36 -INCH WATER TRANSMISSION MAIN - REACH NO. 3 - - - - -- EXISTING "SEAWATER" LINE ---------- - - - - -- FUTURE 24-INCH WATER TRANSMISSION MAIN 0 FUTURE WELL SITES EXHIBIT "A" • i Groundwater Development Project Professional Engineering Services 36 -inch Water Transmission Main (Reach No. 3) Rankings: 1 - Fair 2 - Average 3 - Good 4 - Very Good 5 - Excellent AKM Consulting ASL Consulting Daniel Boyle Robert Bein, William Weights Engineers Fitgineers Fngineering Frost & Associates PROPOSAL CONTENT Related Project Experience 4.0 4.0 4.0 4.0 25.00% Project Staff Assigned 4.0 4.0 4.0 4.0 25.00% Grasp of the Project Requirements 4.0 4.5 4.0 3.5 10.00% Approach to Project Management 4.5 4.5 4.0 4.0 20.00% Proposed Project Schedule 4.0 4.0 4.0 4.0 10.00% Proposed Labor Breakdown 4.0 4.0 4.0 4.0 10.00% Fee $113.042 $87,900 $141.100 $125,100 Average Labor Cost $77.14/HR $79.84/HR $73.42/HR $98.37/HR Total Weighted Score 4.10 4.15 4.00 3.95 Rankings: 1 - Fair 2 - Average 3 - Good 4 - Very Good 5 - Excellent L] 0 Groundwater Development Project Professional Engineering Services 36 -inch Water Transmission Main - Reach #3 Evaluation Criteria Selection Matrix Discussion Summary: Proposals were received from four (4) firms that were requested to submit proposals for the subject project. These firms were selected based on previously submitted "Statement of Qualifications. The four (4) firms which submitted proposals are listed below: 1. AKM Consulting Engineers (AKM) 2. ASL Consulting Engineers, Inc. (ASL) 3. Daniel Boyle Engineering, Inc. (DBE) 4. Robert Bein, William Frost & Associates (RBF) The proposals were reviewed by the selection committee and ranked based on the content of their proposals with respect to the following items: prior experience performing similar services, project team experience and the completeness of the discussion relating to their project approach. Based on a complete analysis of the written proposals, all four (4) proposing firms, AKM, ASL, DBE and RBF, were all deemed capable to perform the work required by this project. After careful review, the selection committee recommends ASL be awarded the design contract. This recommendation is based on the quality of ASL's proposal with respect to their project approach, ASL's familiarity with the local conditions, coordination with local agencies, previous experience with similar projects and proposed design fee. In addition, ASL was the design consultant for the Reach No. 2 project and is familiar with City staff and the City's requirement for design details. A ranking matrix is attached. The following paragraphs describe the rationale behind the ranking in each category. 0 Project Understanding r- -1 LJ Page 2 - Groundwater Development Project 36 -.inch Water Transmission Main (Reach No. 3) Consultant Matrix Criteria It is imperative that the full scope and extent of the project is clearly identified and understood by the consultant in their written proposal. During the proposal process, a City representative met with all four (4) firms to provide additional information regarding the project. Each firm demonstrated a reasonable understanding of the project scope. However, each of the firms emphasized different aspects of the project. AKM and DBE discussed the design of the pipeline, RBF discussed the permitting process, and ASL discussed the constructability of the project. The selection committee suggested that ASL's discussion of the constructability of the project was significant, due to the location of the project. All four (4) consultants had a good understanding of the necessary scope of work required for the project. The scope of work will be a major factor in consultant's ability to effectively manage and organize the required preliminary and final design tasks and the required construction services. Project Experience The proposing firms were ranked on recent project experience relative to installation of a large diameter water transmission main. 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, with a greater emphasis on Newport Beach, Huntington Beach and Fountain Valley. Familiarity with standard construction procedures, local conditions and permit processing was highly desirable. All four (4) of the proposing firms have had significant previous experience with similar projects within proximity of the proposed project. Project Team The project staff and their respective qualifications are a key qualification requisite for this project. The work experience of the individual professional staff members is vital to the success and efficiency of the project. Given the complex nature of this project, the experience and capability of the project team affects other key areas of the project, such as the ability of the consultant to meet and complete the required tasks and provide efficient project coordination with the City. Three (3) firms had key team members that have had previous design experience with the City. ASL has recently completed the design of Reach No. 2 and the same design team will be assigned to this project. 0 Project Management n u Page 3 Groundwater Development Project 36 -inch Water Transmission Main (Reach No. 3) Consultant Matrix Criteria The importance associated with the coordination and management that is required for the various aspects of this project are vital for the project success. It is mandatory that the successful firm provide a knowledgeable and competent project manager. All four (4) firms indicated in their proposal a proven project managers with direct applicable and successful project management experience for the design of similar projects. Project Schedule The project schedule is crucial to insure the overall Groundwater Development Project is not 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 level of effort each consultant proposed to place on the various project task components. The review looked at both the number of hours, assigned personnel and hourly rates for various team members. The indicator in the evaluation matrix looked at the average weighted hourly labor cost. In this analysis, it appears two (2) firms, AKM and ASL, will provide the most thorough pipeline design value. PUBLIC PROP&RTY ENCROACI-&4ENT PERMIT INSPECTION PHONE: 567 -7800 Inspection office shall be notified at least TWO (2) "WORK DAYS PRIOR TO commencing permitted use. FAILURE TO OBTAIN INSPEC- TION SHALL VOID THIS PERMIT. PERMITTEE City of Newport Beach P. O. Box 1768 Newport Beach, CA 92659 -1768 Jeff Staneart Contact person COUNTY OF ORANGE ENVIRONMENTAL MANAGEMENT AGENCY $10778.75 PERMIT REGULATION /PUBLIC PROPERTY PERMITS NO, Main Office -300 North Flower Street, Room 122 EFFECTIVE SANTA ANA, CA LI FO RN I A 92703 DATE_ OR —P.O. BOX 4048, SANTA ANA, CA 92702-4048 PHONE: 8343432 or 834 -5238 $10,778.7 FAX: (714) 8357425 EXPIRATION Date Trust Fur DATE Telephone No. C/R 93- 00625 -FE 94 -00649 FU I TYPE I FACILITY NAME I NUMBER I Talbert Channel PERMITTED USE: Use of County property is hereby authorized as follows, subject to Provisions on reverse hereof and attached hereto. .,, To install, operate and maintain 30 -inch water line and connect to existing OCWD 30 -inch seawater line, within Orange County Flood Control District's Talbert Channel right -of- way, per plans and provisions attached, and to the satisfaction of EMA inspection personnel. PERMIT NOT VALID UNTIL PERMITTED USE IS APPROVED BY ASSIGNED INSPECTOR PM, ERU2782 CEOA: CLASS 1 CAT.EXEMPT CornputerGoding 8000/63, 11 LOCATION OF WORK: Talbert Channel, Upstream of Hamilton Avenue to OCFCD Station 91 +99,38 Dimension /Type: Thos. Bros, Huntington Beach AREA CONSIDERATION: $10778.75 (2087) CITY $10778.75 Pene't Fees surety TOTAL $10,778.7 Check ND Casio Receipt Date Trust Fur levotee Check ND, Perm ttee, Cash Rece,p! Fees to Se invoices Data Trust Fur oe Invic Fees Dad by Tom Epperson CnnVactor ASL Consulting Engineers, One Jenner Street, Suite 200, Irvine, CA 92718, 727-709 Erne" PW /Construction PERMITTEE'S ACCEPTANCE: PW /Operations COUNTY APPROVAL /DM Permitlee PERMIT AND APPROVED PLANS SHALL BE MAINTAINED ON JOB SITE Data PERMITTEE SHALL COMPLY WITH REGULATIONS PRINTED ON REVERSE SIDE OF PERMIT AND ATTACHMENTS. ALL UNDERGROUND WORK REQUIRES PRIOR 'UNDERGROUND SERVICE ALERT COMPLIANCE THIS PERMIT SHALL BE NON- TRANSFERABLE I CASHIER DATE REGISTER NO. F0250 -616.4 (R2/93) FEE + CODE TOTAL m 3 J .n m m IF COUNTY OF ORANGE 94- 00649 -FU WIRONMENTAL MANAGEMENT AGENCY REGULATION I PUBLIC PROPERTY PERMITS DIVISION P 9rm it No. SPECIAL PROVISIONS A. No work shall be performed within OCFCD's right -of -way without the full knowledge of OCFCD's inspector, who shall be given not less than 48 hours advance notice of the initiation of the work by calling 567 -7800. B. No open cutting or removal of the Flood Control Channel Section shall be permitted between October 15 and April 15 except under conditions and a timing schedule meeting approval of County's assigned inspector. C. Permittee's contractor shall provide for the free flow of storm runoff in the flood control channel at all times and permittee agrees to assume full liability for any damage that may be caused by contractor's failure to do SO. D. Permittee shall construct the permitted works in accordance with approved plans subject to inspection and approval by Orange County Flood Control Districts (OCFCD)'s assigned inspector. Certification for all materials and work, including compaction tests, shall be furnished by permittee upon request. Certification shall be made by a certified testing agency or firm acceptable to the OCFCD. E. By acceptance of this permit, permittee agrees that the permitted installations to be made within OCFCD's right -of -way shall be the property of permittee and permittee shall be responsible for maintenance thereof. F. All existing OCFCD improvements disturbed or damaged during permitted use shall be restored at permittee's expense in compliance with EMA Standard Plans and to the satisfaction of EMA inspection personnel. G. Permittee understands that any permitted encroachments that are disturbed or damaged by Orange County Flood Control District during normal maintenance operations or channel reconstruction, are to be restored by permittee or any future assigns, or successors solely at their expense. H2. Fencing damaged or removed during construction shall be repaired or replaced to Orange County EMA Standard No. 600 -0 -OC, and to the satisfaction of OCFCD inspector. I. Permittee agrees to relocate the installations to be made under this permit promptly under written notice to do so, entirely at its expense, when necessary for the construction, reconstruction, improvement or alteration of Orange County Flood Control works. S. This permit shall become void in the event the use permitted is abandoned for a period exceeding one (1) year. Upon commencement of work, all operations, including clean -up and restoration of OCFCD right -of -way, shall be completed within sixty (60) calendar days. K. In the event the permitted facilities, after installation, are abandoned, permittee agrees to remove said facilities, if required, and restore OCFCD's right -of -way to the satisfaction of OCFCD's inspector. L. Permittee acknowledges its responsibility to carry or require its contractor l to carry adequate workers' compensation, public liability and property amage insurance coverage. Its ® F0290 -2121 (.9/011 'o, Pnntea an recyaeC oaoer 0 HGREEMENT PROFESSIONAL SERVICES FOR DESIGN OF REACH NO.3 36 -INCH WATER TRANSMISSION MAIN AS PART OF THE GROUNDWATER DEVELOPMENT PROJECT THIS AGREEMENT is made and entered into this IZ:2 day of January, 1995, by and between the City of Newport Beach, a municipal Corporation, hereinafter referred to as "CITY ", and ASL Consulting Engineers, a California Corporation, hereinafter referred to as "CONSULTANT ". WITH ESSETH: 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 facilities for the delivery of 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. 3" within the Orange County Flood Control District's Talbert Channel; the Cities of Huntington Beach and Fountain Valley, 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 "PROJECT" design, as well as 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: 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 "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 City of Huntington Beach, City of Fountain Valley and the County of Orange staffs for coordination and approval of plans and specifications. 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 ". c. "CONSULTANT" shall perform a utility research of the proposed alignment including, contacting Underground Service Alert, the City of Huntington Beach, City of Fountain Valley, the County of Orange and other utility agencies. • • 3. Survey and Mapping a. "CONSULTANT" shall perform a field survey and aerial topography of the proposed alignment in a digital format. b. "CONSULTANT" shall provide survey control using the latest County of Orange GPS coordinate system. 4. 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: (I.) 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 in an existing easement within the Talbert Channel, in accord with "CITY" Standards associated with the "PROJECT ". (3) Preparation of "Detail Sheets" as required to fully illustrate and show all fittings, connections, jacking and boring locations, bridge crossings, water valve vault, cathodic protection and appurtenances associated with the "PROJECT ". 5. 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 "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. (I.) 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. 6. 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 ". 7. 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. (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 "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 alignment in an existing easement in the Talbert Channel, jacking and boring locations and the water valve vault for the "CITY'S" Contractor. Any additional staking, restaking or costs thereof will be the responsibility of the contractor. 8. Supplemental Services a. "CONSULTANT" shall provide a geotechnical report with recommendations as a supplement to "PROJECT ". This report shall include, but not be limited to: (1.) Evaluation of on -site geotechnical conditions and their effect on the proposed pipeline alignment and constructability. 9 (2.) Subsurface investigation including drilling six (6) to eight (8) borings, 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, potential for pipeline settlement bedding and backfill recommendations and groundwater control, corrosion and protection recommendations. b. "CONSULTANT" shall provide a corrosivity evaluation with recommendations as a supplemental to this project. This report shall include, but limited to: (1.) Review preliminary estimate of corrosive potential from geotechnical investigation. (2.) Conduct a Wenner 4 -pin soil resistivity survey. (3.) Review records for locations of potential stray current interference sources. (4.) Prepare a soil corrosivity report addressing the usage of ductile iron pipe with polyethylene encasement. III. DUTIES OF THE CITY hi order to assist "CONSULTANT" in the execution of his responsibilities under this Agreement, "CITY" agrees to provide the following: A. 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. Survey records and easement information, as are available which are appurtenant to "PROJECT ". C. Design criteria, hydraulic data and other technical information, as are available and appurtenant to "PROJECT ". D. Assist "CONSULTANT" with interpretation of "CITY" standards and design criteria. Meet with "CONSULTANT' as necessary to provide input or direction on matters pertaining to completion of specifications and final construction plans. E. Act as Project Manager and provide construction administration and field inspection on proposed "PROJECT ", once designed and awarded for construction. • • F. "CITY" shall be responsible for completing applications to obtain any required permits from the "CITY" or other governing agencies; except the City of Huntington Beach, the City of Fountain Valley and the County of Orange. G. Provide blueprinting, CADD plotting, Xeroxing and other services through "CITY's" reproduction company for each of the required submittals and for bidding purposes. "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. 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 comment from the Utilities Department. 2. 90 Percent Design Review Submittal "CONSULTANT" shall, as a minimum, submit complete plans, a refined cost estimate and preliminary special provisions for review and comment from the Utilities Department. "CONSULTANT" shall address the 50% design review comments. "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. 100 Percent Design Review Submittal "CONSULTANT" shall, as a minimum, submit 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 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. E 0 5. May 8, 1995 - Deliver 50 sets of Plans and Specifications to the "CITY" through " CITY's" reprographic company. IV. PROJECT MANAGER "CONSULTANT" shall assign the tasks of this project to a Project Manager, who will coordinate all phases of "PROJECT ". The Project Manager shall be available to "CITY" at all times. "CONSULTANT" has designated Tom Epperson to be Project Manager. No change in this assignment is to be made by "CONSULTANT " without prior written consent of "CITY ". " CONSULTANT's" Project Manager, Mr. Tom Epperson, shall be billed at the "Project Manager" rate as indicated in the "Fee Schedule" below. V. 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 May 8, 1995. 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 "CONSULTANT'S" fee. Provided, however, that "CONSULTANT" shall not be responsible for damage or delay in performance caused by events beyond "CONSULTANT's" control. 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. VI. 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. 0 0 "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 prospective clients reports and data which have been accepted by "CITY" as prepared under this Agreement. VII. 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 One Jenner Street, Suite 200, 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 , "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. VIII. SUBCONTRACTORS Sr 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 geotechnical firm, a private corrosion consultant and an aerial topography service to complete those tasks which require related professional services. Said geotechnical firm, Converse Consultants of Orange County, Inc., Said corrosion firm, DeC Consultants, Inc. and said aerial topography firm, Arrowhead Mapping Co., hereinafter refer to as "SUBCONSULTANT ", shall be directed and compensated by "CONSULTANT" as if said firm were a direct employee of "CONSULTANT ". 11 Compensation for "SUBCONSULTANT's" services shall not be more than twenty five thousand one hundred dollars ($25,100.00) and shall be paid in accord with the limits of the "not -to- exceed" fee listed herein below. No additional compensation shall be made therefor. IX. PAYMENT & 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 eighty seven thousand nine hundred dollars ($87,900), inclusive of the subcontract services defined herein, except as otherwise provided for herein below. B. Payment & Fee Schedule personnel hourly rates Principal...................................... ............................... Sr. Managing Engineer /Sr. Project Manager...... Managing Engineer/ Project Manager ................. Project Engineer/ Project Coordinator ................. Senior Engineer ......................... ............................... EngineerIII ................................ ............................... EngineerII ................................. ............................... EngineerI .................................. ............................... Senior Designer ........................ ............................... Designer..................................... ............................... Designer/ Draftsperson ........... ............................... Draftsperson.............................. ............................... junior Engineer /junior Draftsperson .................. CADOperator ........................... ............................... Senior Construction Inspector ............................... Construction Inspector ............ ............................... Word processor ........................ ............................... Technician................................. ............................... Three -Man Survey Party Two -Man Survey Party.. ........................ $130.00 120.00 110.00 98.00 88.00 80.00 ........................ 74.00 ........................ 67.00 ........................ 77.00 ........................ 67.00 ........................ 62.00 58.00 ........................ 48.00 ......................... 70.00 60.00 56.00 ......................... 42.00 ......................... 34.00 ......................... 192.00 ......................... 147.00 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 Manager 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 receipt of said records and hourly summary. 2. "CONSULTANT" shall not be compensated for use of "CONSULTANT's" equipment, hardware, software materials, reproduction or mileage. 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. X. 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 thirteen thousand dollars ($13,000) shall require that an amended Agreement for such additional services be executed by "CONSULTANT" and "CITY ". XI. RECORDS "CONSULTANT" shall maintain complete and accurate records with respect to costs, expenses, receipts and other such information required by "CITY" that relate to the performance of the services specified under this Agreement. All such records shall be maintained in 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 make transcripts therefrom as deemed necessary at "CITY'S" cost, and allow inspection of all work, data, documents, proceedings and activities related to this Agreement. XII. 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 Certif ate 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. 10 • 0 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 "A" (or higher) and Financial Size Category "VIII" (or larger) in accord with an industry -wide standard and shall be licensed to do business in the State of California, unless "CITY" waives this requirement. 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 coverage's: Liability Insurance General liability coverage shall be provided in the following minimum limits: Category Amount Bodily Injury $ 1,000,000 each occurrence $ 1,000,000 aggregate Property Damage $ 1,000,000 each occurrence $ 1,000,000 aggregate Aggregate Limits A combined single limit policy with aggregate limits in the amount of $1,000,000 will be considered equivalent to the required minimum limits. Errors & Omissions Insurance Errors & Omissions coverage shall be provided in the amount of one million dollars ($1,000,000). D. Subrogation Waiver In the event of loss or claim of loss due to any of the perils for which it has agreed to provide general liability insurance, "CONSULTANT" shall look solely to its insurance for recovery. "CONSULTANT" hereby grants to "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. 11 0 0 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. XIII. 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. XIV. 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 cost of litigation. XV. 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 ". XVI. 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. 12 • IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the first date above written: APPROVED AS TO FORM: ✓! 'ii l Robin Clauson Assistant City Attorney ATTEST: 1 Wanda Raggio City Clerk Address & Telephone: City of Newport Beach 3300 Newport Boulevard Post Office Box 1768 Newport Beach, California 92658 -8915 (714)Cri4 -3011 (714)646 -5204 fax City of Newport Beach, a municipal corporation John Hedges, Mayor "CITY', ASL Consulting Engineers a California Corporation 13 Steve Tedesco, Principal "CONSULTANT' ASL Consulting Engineers One Jenner Street Suite 200 Irvine, California 92718 (714)727 -7099 (714)727 -7097 fax - � December 12th, 1994 e` :^ CITY COUNCIL. AGENDA ITEM NO. TO: Mayor & Members of the City Council FROM: Utilities Department SUBJECT: PROFESSIONAL SERVICES AGREEMENT FOR PREPARATION OF DETAILED PLANS & SPECIFICATIONS BY ASL CONSULTING ENGINEERS REACH NO. 3: 36 -INCH WATER TRANSMISSION PIPELINE (C- 3004 -G) AS PART OF THE GROUNDWATER DEVELOPMENT PROJECT RECOMMENDATION: Authorize the Mayor and City Clerk to execute a Professional Services Agreement on behalf of the City, with ASL Consulting Engineers to prepare detailed Plans and Specifications for construction of a 9,400 foot long reach of 36 -inch diameter water pipeline for a fee not to exceed $87,900. 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 pipeline. 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 9,400 linear feet of 36 -inch diameter pipeline. This project segment is referred to as Reach No. 3. The Reach No. 3 pipeline route lies primarily in the right -of -way of the Orange County Flood Control District's Talbert Channel. Reach No. 3 is approximately 9,400 feet long and extends from Slater Avenue on the north end, to the Southern California Edison right -of- way just south of Garfield Avenue at the south end of the reach. 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. •i Groundwater Development Project Reach No. 3 Pipeline Design Contract December 12th, 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 qualifications 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 four 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 "A ". The four firms that were invited to propose were selected based on their previously submitted statements of qualifications and experience. All four firms submitted responses to the request for proposals. The firms were: Robert Bein, William Frost & Associates, Daniel Boyle Engineering Inc., AKM Consulting Engineers, 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 ASL 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 "B ". 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 "C ". 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 • P e3 Groundwater Development Project Reach No. 3 Pipeline Design Contract December 12th, 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. A key factor was their very satisfactory performance on the design of the Reach No. 2 pipeline project segment. The firm of ASL 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 ASL 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 "D ". 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 late -April 1995. This phase of the Groundwater Development Project must be carefully coordinated with the other pipeline design components. Construction of the Reach No. 3 Pipeline is proposed to begin late next spring, to integrate properly with the construction of the other pipeline construction segments and to allow construction to be completed during the drier summer months. The Professional Services Agreement requires completion of the design plans and specifications by April 28th, 1995. Funds are available for this design contract in the Water Fund under Capital Projects Account No. 7504 P 500 094 A. Staff recommends approval. Respectfully submitted, JEFF STANEA2 Jeff Staneart, P.E. Utilities Director IS:sdi Attachments: "A" B., „E.5 Request for Proposals Proposal Evaluation Matrix Proposal Matrix Criteria Professional Services Agreement Project Vicinity Map 0 0 nVCAM %v COQ G°�QOpO�;d PROFESSIONAL ENGINEERING SERVICES FOR (REACH NO. 3) 36 -INCH WATER TRANSMISSION MAIN AS 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 Groundwater Development 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. 3 pipeline begins with a connection to an existing pipeline (known as the "Seawater Line ") with a water valve vault on the easterly side of the Talbert Channel at the Southern California Edison Easement between Yorktown Avenue and Garfield Avenue, cross the Talbert Channel westerly and then continue northerly within the Talbert Channel on the access road to the intersection of Slater Avenue and the Talbert Channel. See Exhibit "A ". The Reach No. 3 pipeline will ultimately be connected to two (2) proposed 24 -inch water transmission mains that will transport groundwater from two (2) proposed well sites also shown on Exhibit "A ". 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 bridge crossing details, jacking and boring details, all pipeline appurtenances, preparation of detailed written special provisions, bid documents, quantity estimates and an overall cost estimate. The consultant shall include as part of the proposal; a soils investigation, preparation of traffic control plans, and corrosion analysis. Traffic control plans shall meet the requirements of the Cities of Huntington Beach and Fountain Valley. The consultant shall be responsible for all field surveying required to properly design the project. The survey control shall be established using the County's CPS coordinate system. The consultant shall also provide construction staking for the City's contractor. • Scope of Services (Cont.) • Reach No i Water Transmission Pipeline Request for Proposals The proposed project is located within the jurisdictional boundaries of the Cities of Huntington Beach and Fountain Valley and the County of Orange. The consultant shall be responsible for processing plans for permit approval from the agencies described above. 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" 1994 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 design review dates shown below. 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, 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 Cities of Huntington Beach and Fountain Valley and 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. • • Reach No. 3 Water Transmission Pipeline Request for Proposals Scope of Services (Cont.) The City is anticipating to advertise for construction bids by May 8, 1995 and to begin construction of the water transmission line by June 12, 1995. To meet this construction schedule, the following is a list of critical dates for the above design review submittals. December 13, 1994 ............. January 23, 1994 March 13,1995.. April 10,1995.... April 28,1995 ... .........................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 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. If subconsultants are utilized, they shall be identified in the scope of work together with the services performed and identified in the fee schedule together with their billing rate. Subconsultants shall be directed and compensated by consultant as if said firm were a direct employee of consultant. 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 20 weeks. The deadline for final approval of the consultant's plans and specifications is April 28, 1995. 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. • • Reach No. 3 Water Transmission Pipeline Request for Proposals Additional Responsibilities The consultant shall be responsible for completing the specified services in accord with the City's standard "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 ($1,000,000). The City must be a "named ensured" on all required policies. 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. 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. City will reimburse consultant for the actual cost (plus 10 %) for all outside expenses, including those for material costs authorized in advance by the City and other reasonable expenses, where such costs have been advanced by consultant and approved in advance by City. 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. The consultant shall not be compensated for use of consultant's equipment, hardware, software materials, "in- house" reproduction or mileage. Said costs are non - compensable. Time expended by consultant's personnel on such equipment shall be paid on the basis of the "Fee Schedule ". • • Reach No 3 Water Transmission Pipeline Request for Proposals 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 Cities of Huntington Beach and Fountain Valley and the County of Orange. 5. The City will provide blueprinting, CADD plotting, photocopying 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. E N D OIY � fiJAEC I� II LL 111 AA Approximate Scde: ' = 2500' Newport Beach Groundwater Development Project LEGEND 36 -INCH WATER TRANSMISSION MAIN -REACH NO. 3 - - - - -- EXISTING "SEAWATER "LINE ------ --- -- - --- -- FUTURE 24 -INCH WATER TRANSMISSION MAIN FUTURE WELL SITES 1 EXHIBIT "A" • C7 Groundwater Development Project Professional Engineering Services 36 -inch Water Transmission Main (Reach No. 3) Rankings: 1 - Fair 2 - Average 3 - Good 4 - Very Good 5 - Excellent AKM Consulting ASL Consulting Daniel Boyle Robert Bein, William Weights Engineers Engineers Engineering Frost & Associates PROPOSAL CONTENT Related Project Experience 4.0 4.0 4.0 4.0 25.00% Project Staff Assigned 4.0 4.0 4.0 4.0 25.00% Grasp of the Project Requirements 4.0 4.5 4.0 3.5 10.00% Approach to Project Management 4.5 4.5 4.0 4.0 20.00% Proposed Project Schedule 4.0 4.0 4.0 4.0 10.00% Proposed Labor Breakdown L0 4.0 4.0 4.0 10.00% Fee $113,042 $87.900 $141,100 $125,100 Average Labor Cost $77.14/HR $79.84/HR $73.42/HR $98.37/HR Total Weighted Score 4.10 4.15 4.00 3.95 Rankings: 1 - Fair 2 - Average 3 - Good 4 - Very Good 5 - Excellent • • Groundwater Development Project Professional Engineering Services 36 -inch Water Transmission Main - Reach #3 Evaluation Criteria Selection Matrix Discussion Summary: Proposals were received from four (4) firms that were requested to submit proposals for the subject project. These firms were selected based on previously submitted "Statement of Qualifications. The four (4) firms which submitted proposals are listed below: AKM Consulting Engineers (AKM) 2. ASL Consulting Engineers, Inc. (ASL) 3. Daniel Boyle Engineering, Inc. (DBE) 4. Robert Bein, William Frost & Associates (RBF) The proposals were reviewed by the selection committee and ranked based on the content of their proposals with respect to the following items: prior experience performing similar services, project team experience and the completeness of the discussion relating to their project approach. Based on a complete analysis of the written proposals, all four (4) proposing firms, AKM, ASL, DBE and RBF, were all deemed capable to perform the work required by this project. After careful review, the selection committee recommends ASL be awarded the design contract. This recommendation is based on the quality of ASL's proposal with respect to their project approach, ASL's familiarity with the local conditions, coordination with local agencies, previous experience with similar projects and proposed design fee. In addition, ASL was the design consultant for the Reach No. 2 project and is familiar with City stair and the City's requirement for design details. A ranking matrix is attached. The following paragraphs describe the rationale behind the ranking in each category. • Project Understanding J Page 2 Groundwater Development Project 36 -inch Water Transmission Main (Reach No. 3) Consultant Matrix Criteria It is imperative that the full scope and extent of the project is clearly identified and understood by the consultant in their written proposal. During the proposal process, a City representative met with all four (4) firms to provide additional information regarding the project. Each firm demonstrated a reasonable understanding of the project scope. However, each of the firms emphasized different aspects of the project. AKM and DBE discussed the design of the pipeline, RBF discussed the permitting process, and ASL discussed the constructability of the project. The selection committee suggested that ASL's discussion of the constructability of the project was significant, due to the location of the project. All four (4) consultants had a good understanding of the necessary scope of work required for the project. The scope of work will be a major factor in consultant's ability to effectively manage and organize the required preliminary and final design tasks and the required construction services. Project Experience The proposing firms were ranked on recent project experience relative to installation of a large diameter water transmission main. 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, with a greater emphasis on Newport Beach, Huntington Beach and Fountain Valley. Familiarity with standard construction procedures, local conditions and permit processing was highly desirable. All four (4) of the proposing firms have had significant previous experience with similar projects within proximity of the proposed project. Project Team The project staff and their respective qualifications are a key qualification requisite for this project. The work experience of the individual professional staff members is vital to the success and efficiency of the project. Given the complex nature of this project, the experience and capability of the project team affects other key areas of the project, such as the ability of the consultant to meet and complete the required tasks and provide efficient project coordination with the City. Three (3) firms had key team members that have had previous design experience with the City. ASL has recently completed the design of Reach No. 2 and the same design team will be assigned to this project. Page 3 Groundwater Development Project 36 -inch Water Transmission Main (Reach No. 3) Consultant Matrix Criteria Project Management The importance associated with the coordination and management that is required for the various aspects of this project are vital for the project success. It is mandatory that the successful firm provide a knowledgeable and competent project manager. All four (4) firms indicated in their proposal a proven project managers with direct applicable and successful project management experience for the design of similar projects. Project Schedule The project schedule is crucial to insure the overall Groundwater Development Project is not 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 level of effort each consultant proposed to place on the various project task components. The review looked at both the number of hours, assigned personnel and hourly rates for various team members. The indicator in the evaluation matrix looked at the average weighted hourly labor cost. In this analysis, it appears two (2) firms, AKM and ASL, will provide the most thorough pipeline design value. • AGREEMENT PROFESSIONAL SERVICES FOR DESIGN OF REACH NO.3 36 -INCH WATER TRANSMISSION MAIN GROUNDWATER DEVELOPMENT PROJECT THIS AGREEMENT is made and entered into this day of December, 1994, by and between the City of Newport Beach, a municipal Corporation, hereinafter referred to as "CITY ", and ASL Consulting Engineers, a California Corporation, hereinafter referred to as "CONSULTANT ". WITNESS ET H: 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 facilities for the delivery of 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 16' 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. 3" within the Orange County Flood Control District's Talbert Channel; the City of Huntington Beach and the City of Fountain Valley, 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 "PROJECT" design, as well as 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: • I. GENERAL • A. "CITY" engages "CONSULTANT" to perform the described services for the consideration hereinafter stated. B. "CONSULTANT" agrees to perform the described services in accord with the terms and conditions hereinafter set forth. C. "CONSULTANT" agrees that all services required hereunder shall be performed under his direct supervision, and all personnel engaged in the work shall be fully qualified and shall be authorized or permitted under State and local law to perform such services. "CONSULTANT" shall not sublet, transfer or assign any work except as otherwise provided for herein or as authorized in advance by the "CITY ". 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 "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 City of Huntington Beach, City of Fountain Valley and the County of Orange staffs for coordination and approval of plans and specifications. 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 ". c. "CONSULTANT" shall perform a utility research of the proposed alignment including, contacting Underground Service Alert, the City of Huntington Beach, City of Fountain Valley, the County of Orange and other utility agencies. 3. Survey and Mapping a. "CONSULTANT" shall perform a field survey and aerial topography of the proposed alignment in a digital format. b. "CONSULTANT" shall provide survey control using the latest County of Orange GPS coordinate system. 4. 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: (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 in an existing easement within the Talbert Channel, in accord with "CITY" Standards associated with the "PROJECT ". (3) Preparation of "Detail Sheets" as required to fully illustrate and show all fittings, connections, jacking and boring locations, bridge crossings, water valve vault, cathodic protection and appurtenances associated with the "PROJECT ". 5. 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 "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. (L) 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. • • 6. 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 ". 7. 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. (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 "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 alignment in an existing easement in the Talbert Channel, jacking and boring locations and the water valve vault for the "CITY's" Contractor. Any additional staking, restaking or costs thereof will be the responsibility of the contractor. • • 8. Supplemental Services a. "CONSULTANT" shall provide a geotechnical report with recommendations as a supplement to "PROJECT ". This report shall include, but not be limited to: (1.) Evaluation of on -site geotechnical conditions and their effect on the proposed pipeline alignment and constructability. (2.) Subsurface investigation including drilling six (6) to eight (8) borings, 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, potential for pipeline settlement bedding and backfill recommendations and groundwater control, corrosion and protection recommendations. b. "CONSULTANT" shall provide a corrosivity evaluation with recommendations as a supplemental to this project. This report shall include, but limited to: (1) Review preliminary estimate of corrosive potential from geotechnical investigation. (2.) Conduct a Wenner 4 -pin soil resistivity survey. (3.) Review records for locations of potential stray current interference sources. (4.) Prepare a soil corrosivity report addressing the usage of ductile iron pipe with polyethylene encasement. III. DUTIES OF THE CITY In order to assist "CONSULTANT" in the execution of his responsibilities under this Agreement, "CITY" agrees to provide the following: A. 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. Survey records and easement information, as are available which are appurtenant to "PROJECT ". • C. Design criteria, hydraulic data and other technical information, as are available and appurtenant to "PROJECT ". D. Assist "CONSULTANT" with interpretation of "CITY" standards and design criteria. Meet with "CONSULTANT" as necessary to provide input or direction on matters pertaining to completion of specifications and final construction plans. E. Act as Project Manager and provide construction administration and field inspection on proposed "PROJECT ", once designed and awarded for construction. F. "CITY" shall be responsible for completing applications to obtain any required permits from the "CITY" or other governing agencies; except the City of Huntington Beach, the City of Fountain Valley and the County of Orange. G. Provide blueprinting, CADD plotting, Xeroxing and other services through "CITY's" reproduction company for each of the required submittals and for bidding purposes. "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. January 23,1995 - 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 comment from the Utilities Department. 2. March 13,1995 - 90 Percent Design Review Submittal "CONSULTANT" shall, as a minimum, submit complete plans, a refined cost estimate and preliminary special provisions for review and comment from the Utilities Department. "CONSULTANT" shall address the 50% design review comments. "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. April 10, 1995 - 100 Percent Design Review Submittal "CONSULTANT" shall, as a minimum, submit 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. April 28, 1995 -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. May 8, 1995 - Delivery of Plans & Specifications Deliver 50 sets of Plans and Specifications to the "CITY" through "CITY'S" reprographic company. IV. PROJECT MANAGER A. "CONSULTANT" shall assign the tasks of this project to a Project Manager, who will coordinate all phases of "PROJECT ". The Project Manager shall be available to "CITY" at all times. "CONSULTANT" has designated Tom Epperson to be Project Manager. No change in this assignment is to be made by "CONSULTANT " without prior written consent of "CITY ". B. "CONSULTANT's" Project Manager, as Mr. Tom Epperson, shall be billed at the "Project Manager" rate as indicated in the "Fee Schedule" below. V. TIME OF COMPLETION AND LIQUIDATED DAMAGES A. "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 April 28, 1995. 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 "CONSULTANT's" fee. Provided, however, that "CONSULTANT" shall not be responsible for damage or delay in performance caused by events beyond "CONSULTANT's" control. B. 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. • • VI. OWNERSHIP OF DOCUMENTS A. 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. B. "CONSULTANT" may reserve the right to publish materials or reports related to the work performed or data collected under the provisions of this Agreement. The right to publish shall be at the sole discretion of the "CITY" and written permission must be obtained by "CONSULTANT" from "CITY" on a case by case basis. Blanket publishing approval shall not be granted. C. "CONSULTANT" is granted permission to show prospective clients reports and data which have been accepted by "CITY" as prepared under this Agreement. VII. 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 One Jenner Street, Suite 200, 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 , "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. • • IX. 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 geotechnical firm, a private corrosion consultant and an aerial topography service to complete those tasks which require related professional services. Said geotechnical firm, Converse Consultants of Orange County, Inc., Said corrosion firm, DeC Consultants, Inc. and said aerial topography firm, Arrowhead Mapping Co., hereinafter refer to as "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 twenty five thousand one hundred dollars ($25,100.00) and shall be paid in accord with the limits of the total "not -to- exceed" fee listed herein below. No additional compensation shall be made therefor. X. PAYMENT & 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 eighty seven thousand nine hundred dollars ($87,900), inclusive of the subcontract services defined herein, except as otherwise provided for herein below. B. PAYMENT & FEE SCHEDULE personnel hourly rates Principal.............................................................. ............................... $130.00 Sr. Managing Engineer /Sr. Project Manager ............................... 120.00 Managing Engineer/ Project Manager ........... ............................... 110.00 Project Engineer/ Project Coordinator ........... ............................... 98.00 SeniorEngineer .................................................. ............................... 88.00 EngineerIII ......................................................... ............................... 80.00 EngineerII .......................................................... ............................... 74.00 Engineer I .... ............................... Senior Designer ......................... Designer.................................. ............................... Designer / Draftsperson ........ ............................... Draftsperson ........................... ............................... Junior Engineer /Junior Draftsperson ............... CADOperator ........................ ............................... Senior Construction Inspector ............................ Construction Inspector ......... ............................... Word processor ............... Technician ........................ Three -Man Survey Party Two -Man Survey Party.. 67.00 77.00 67.00 62.00 58.00 48.00 70.00 60.00 56.00 42.00 34.00 192.00 147.00 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 Manager 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 receipt of said records and hourly summary. 2. "CONSULTANT" shall not be compensated for use of "CONSULTANT'S" equipment, hardware, software materials, reproduction or mileage. 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. XI. 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 thirteen thousand dollars ($13,000) shall require that an amended Agreement for such additional services be executed by "CONSULTANT" and "CITY ". 10 • XII. RECORDS • "CONSULTANT" shall maintain complete and accurate records with respect to costs, expenses, receipts and other such information required by "CITY" that relate to the performance of the services specified under this Agreement. All such records shall be maintained in 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 make transcripts therefrom as deemed necessary at "CITY'S" cost, and allow inspection of all work, data, documents, proceedings and activities related to this Agreement. XIII. 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 "A" (or higher) and Financial Size Category "VIII" (or larger) in accord with an industry-wide standard and shall be licensed to do business in the State of California, unless "CITY" waives this requirement. 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 Amount Bodily Injury $ 1,000,000 each occurrence $ 1,000,000 aggregate tt 7 • • Property Damage $ 1,000,000 each occurrence $ 1,000,000 aggregate A combined single limit policy with aggregate limits in the amount of $1,000,000 will be considered equivalent to the required minimum limits. Errors & Omissions Insurance Errors & Omissions coverage shall be provided in the amount of one million dollars ($1,000,000). D. Subrogation Waiver In the event of loss or claim of loss due to any of the perils for which it has agreed to provide general liability insurance, "CONSULTANT" shall look solely to its insurance for recovery. "CONSULTANT" hereby grants to "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. XIV. 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. 12 • XV. 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 cost of litigation. XVI. 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 ". XVII. 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. 13 • 0 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the first date above written: APPROVED AS TO FORM: Robin Clauson Assistant City Attorney ATTEST: Wanda Raggio City Clerk Address and Telephone: City of Newport Beach 3300 Newport Boulevard Post Office Box 1768 Newport Beach, California 92658 -8915 (714)644 -3011 (714)646-5204 FAX 14 City of Newport Beach, a municipal corporation John Hedges, Mayor "CITY" ASL Consulting Engineers a California Corporation Steve Tedesco, Principal "CONSULTANT" ASL Consulting Engineers One Jenner Street Suite 200 Irvine, California 92718 (714)727 -7099 (714)727 -7097 FAX FEB 2 7 M i February 27', 1995 CITY COUNCIL AGENDA ITEM NO. .?c TO: Mayor & Members of the City Council FROM: Utilities Department SUBJECT: CONTRACT FOR WATER PIPELINE MATERIAL ORDER REACH NO. 3 WATER TRANSMISSION PIPELINE (C- 3004 -G) GROUNDWATER DEVELOPMENT PROJECT RECOMMENDATIONS: Approve pre- ordering pipe for the Reach No. 3 Pipeline Project to allow the City to meet the critical schedule limits imposed by the Orange County Flood Control District on the Project. 2. Approve the specifications and direct staff to solicit sealed bid quotations for pipe materials from pipe manufacturers. a. Bids to be opened at half past eleven o'clock in the morning, 4.1:30• a.m.) on Wednesday, March 15ffi, 1995, at the office of the City Clerk. 3. Authorize staff to award the contract and issue a purchase order for the specified pipe materials. fr36Y03&_KiAE This pipeline project is part of the City's Groundwater Development Project. It will provide pipe materials for installation of approximately 9,700 linear feet of 36 -inch diameter water transmission pipeline. The pipeline materials to be acquired under this proposed purchase will be installed by a contractor early this coming summer. It is imperative that the pipe materials be received in time for the contractor to have them installed during the summer months. The City's permit to construct this reach of pipe allows construction to occur only between April and October. Pipe and fittings of this size generally take up to 16 weeks to deliver after they are ordered. Because of this long lead -time between order and delivery, the City is proposing to solicit bids for the pipe and fittings and buy them for a contractor to install as soon as the detailed pipeline design is completed. This reach of pipeline is referred to as the Reach No. 3 Pipeline Project. This reach of proposed pipeline will lie in the dirt access road in the Talbert Flood Control Channel. The Reach No. 3 Pipeline will run from Slater Avenue southerly to a point where it intersects the OCWD Seawater Transmission Pipeline south of Garfield Avenue. A project vicinity map is included as Attachment "A ". (34 0 F_ L J Groundwater Development Project - Page 2 Reach No. 3 Water Transmission Pipeline Advertise for Bids & Pre -order Pipe Materials February 27'", 1995 This segment of the Groundwater Project will allow delivery of well water from Fountain Valley to the City's water system. It will connect the proposed water wells to the existing leased OCWD Seawater Transmission Main, The design consultant, ASL Consulting Engineers, has only had time to complete their preliminary pipeline design. Council approved the professional services agreement for this reach of pipeline at the January 9th, 1995 Council meeting. The engineer and staff are recommending that the City pre -order and purchase the pipe and fittings for a contractor to install. Staff believes this is the only way to achieve completion this calendar year and to avoid delays to the overall project. Alternate schedules have been prepared by the design engineer showing construction dates with and without pre- ordering the pipe materials. Refer to Attachments "B" and "C ". The Engineers' Estimate for the pipe and fittings costs is $1,060,900. The costs are distributed as indicated in the table below. Engineers' Material Cost Estimate Item Quantity Unit Description Amount 1 6,700 linear feet 36 -inch diameter Push -on Joint, $ 495,000 class 52 ductile iron pipe 2 3,000 linear feet 36 -inch diameter Restrained -Joint 330,000 class 52 ductile iron pipe 3 6 Each 36 -inch diameter 45' bends 22,000 Mechanical Joint x Mechanical Joint 4 24 Each 36 -inch diameter 221/2° bends 87,000 Mechanical Joint x Mechanical Joint 5 10 Each 36 -inch diameter 111/4' bends 37,000 Mechanical Joint x Mechanical Joint 6 1 Each 36 -inch diameter Restrained -Joint 2,000 End Cap 7 2 Each 36 -inch x 30 -inch Eccentric Reducers 7,000 Mechanical Joint x Mechanical Joint 8 1 Each 30 -Inch diameter x 7 -foot long 2,000 class 54 Plain -end x Plain -end pipe piece 9 1 Each 30 -inch diameter x 3 -foot long spindle 1,000 class 53 Flange -end x Plain -end pipe piece 10 1 Each 30 -inch diameter x 18 -inch long spindle 1,400 class 54 Flange -end x shouldered -end pipe piece 11 1 Each 30 -inch diameter x 5 -toot long spindle 2,000 class 54 Flange -end x shouldered -end pipe piece 12 7 Each 36 -inch x 24 -inch tee fittings 47,500 Mechanical Joint x Flanged -Joint 13 7 Each 24 -inch diameter x 12 -inch long spool 7,000 class 54 Flange -end x Flange -end pipe piece 14 7 Each 24 -inch diameter ductile iron blind flanges with 5,000 8 -inch threaded tap 15 8 Each 36 -Inch diameter ductile iron sleeve 15,000 Mechanical Joint x Mechanical Joint Total Estimated Material Cost $1,060,900 0 0 Groundwater Development Project - Page 3 Reach No. 3 Water Transmission Pipeline Advertise for Bids & Pre -order Pipe Materials February 27'", 1995 The proposed bid opening date of March 15'h, 1995, will give the pipe manufacturers and suppliers ample opportunity to prepare competitive quotations. Assuming approval of staffs recommended action, purchase order(s) for pipe and fittings could be issued by March 17`r', 1995. This action will allow the City time to complete the detailed pipeline construction plans, time to advertise for bids to construct the pipeline and time for the Council to award the contract and initiate the work. Taking this action will provide a means for the City's contractor to complete the installation before the October permit deadline. Funds for the project were approved in the 1992 - 93,1993 -94 and 1994 -95 water capital projects budgets and are available in the Water Fund under Capital Project Account No. 7504 P 500 094 A. Staff recommends approval to solicit bids for the pipe and fittings and for staff to order them. Respectfully submitted, .Erl- 5TAIJEAgT Jeff Staneart, P.E. Utilities Director is: sdl Attachment: "A ": Project Vicinity Map "B"; Construction Schedule (Pre -Order Pipe) "C ": Construction Schedule (Without Pre -Order Pipe) REACH NO. 3A TALBERT REACH NO. 3B _ AW, N.T.S. IIU� ELLISa ,1� p-q�� Newport Beach �J Groundwater �a d RFC�N0.3 Development Project -- = ater Transmission Mair ► Route Study Existing Mains -- ___ O.C.W.D. Seawater Main _____ O.C.W.D. Seawater Main Leased �[ Y City Transmission Line a Proposed Transmission Lines Preferred Route REACH NO. 2 REACH NO. I T Well Sites V .19TH • Proposed C w C x 3 AM UTTLMES YARD Ut1\{ \I�f Dip O� \TAM Jpnunry 1995 EXHIBIT "A" Arrk.,MENT "b" K Il I tD m 0) W U i U C a z Q W z WI m o V) z " � U o N •. ¢ a: LO 0 0 C a. z z �i Q2> > o w c)w Z�ac z i 01 w LL LL O� L) I 3 3 LU z U z r> _d d ! O c (L N U LU U i 4 O i I I i } CO (L J L d Lo rn Z a)_ F c J I z 0) D Y Lri G c:: W U OJ a I U Q ! ! w U') O ¢ M cn �I ! O U m oo Q uj LL I 1 J O O Z F- Z U W ! Oz z O Q J ] _J m J Z ry J O O J O Z m a a o Ln w i- Z Z Q Z V) w i- p Z p Z O Y ¢ CD 0 O Z O 2 i O� d ¢ a 0 w C- ¢ m W w C ¢ w Q p 3 i a O 3 p d . Ld m ¢ n a m ¢ M a v Arrk.,MENT "b"