HomeMy WebLinkAboutC-3004(H) - Design of Reach No. 4, 36-Inch Water Transmission Main - Groundwater Project0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
�Zau1��CC-
3 - / - �'5-
TO: FINANCE DIRECTOR
FROM: CITY CLERK
DATE: March 1, 1995
SUBJECT: Contract No. C- 3004(H)
Description of Contract Design of Reach No. 4, 36 -Inch Water
Transmission Main - Groundwater Development Project
Effective date of Contract February 28 1995
Authorized by Minute Action, approved on February 13 1995
Contract with AKM Consulting Engineers
Address 101 Pacifica Suite 150
Irvine CA 92718
Amount of Contract (See Agreement)
c•
Wanda E. Raggio p
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
0 a 6, - 3 L e // ( /v)
FGREEM ENT
PROFESSIONAL SERVICES
FOR DESIGN OF REACH NO.4
36 -INCH WATER TRANSMISSION MAIN
GROUNDWATER DEVELOPMENT PROJECT
THIS AGREEMENT is made and entered into this ��� day of
February, 1995, by and between the City of Newport Beach, a municipal Corporation,
hereinafter referred to as "CITY ", and AKM Consulting Engineers, a California
Corporation, hereinafter referred to as "CONSULTANT ".
WITHESSETIt
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" seeks to install a new 36 -inch transmission water main and
five (5) pressure reducing stations, hereinafter collectively referred to as "Reach No. 4"
which is to be a part of the system to transport water from the 16th Street facility to the
Big Canyon Reservoir, hereinafter referred to as 'PROJECT ", and;
WHEREAS, implementation 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:
a •
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 Costa Mesa and Mesa
Consolidated Water staff 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
Costa Mesa and other utility agencies.
0 i
3. Survey and Mapping
a. "CITY" shall provide survey and aerial topography of the proposed
alignment in a digital format. Additional survey required shall be
provided by "CONSULTANT ". Survey control is based on 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 16th Street, Kings
Place, and Cliff Drive and all other connecting piping, in accord
with "CITY' Standards associated with the "PROJECT ".
(3.) Preparation of "Detail Sheets" as required to fully illustrate and
show all fittings, connections, pressure regulating stations, water
valve vaults, 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.
(1.) Construction documents are intended to be publicly bid as a
complete package which shall meet the requirements of "CITY" and
all applicable State and Local laws.
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.
9 0
(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 alignments, pressure regulating stations,
connections, and water valve vaults 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 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 and 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. 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. Each
reproduction requests must be approved before services are provided.
0 0
G. "CONSULTANT" shall arrange times so City staff can meet with
"CONSULTANT" to review plans, specifications and other documentation
provided by "CONSULTANT' relative to 'PROJECT ". "CITY" will return all
comments within seven (7) calendar days.
H. "CONSULTANT' will have plans and specifications approved and signed by
Utilities Director by June 26', 1995. Liquidated damages accrue as of 5:00 PM
June 26`h,1995.
IV. WORK AREAS
There are four (4) areas where design work will be performed. These four (4)
areas are detailed as follows:
AREA 1 Installation of a new 36 -inch water transmission main within 16th
Street from the intersection of Monrovia Avenue to Superior Avenue.
This includes connecting to an existing 24 -inch water transmission
main at Monrovia Avenue, connecting to an existing 30 -inch water
transmission main at Superior Avenue and redesign of the
interconnection between the City of Newport Beach and Mesa
Consolidated Water District at Monrovia Avenue and Superior
Avenue. In addition, the installation of a new pressure reducing
stations at Monrovia Avenue and 16th Street and Superior Avenue and
16th Street. Details of the pressure reducing stations are in addition to
details shown in the City of Newport Beach Design Criteria, Standard
Special Provisions £a Standard Drawings for Public Works Construction
(City Standards).
AREA 2 Installation of a new pressure reducing station in 15th Street between
Santa Ana Avenue and San Bernardino Avenue. This includes
redesign of a connection between existing 30 -inch and 12 -inch water
mains and details of the pressure reducing station per City Standards.
AREA 3 Installation of a new pressure reducing station in 15th Street between
Irvine Avenue and St. Andrews Road. This includes redesign of a
connection between existing 30 -inch and 12 -inch water mains and
details of the pressure reducing station per City Standards. In
addition, installation of a new 16 -inch water main between Irvine
Avenue and Signal Road.
AREA 4 Installation of a new 36 -inch water transmission main within Kings
Place from 15th Street to Cliff Drive and Cliff Drive from Kings Place
to Dover Drive. This includes connecting to an existing 30 -inch water
main in Kings Place, connecting to an existing 24 -inch water main in
Dover Drive, abandonment of the existing 30 -inch water main and
installation of new 30 -inch and 24 -inch valve vaults.
0
V. 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 Jaime E. Moreno, P.E. to be
Project Manager. No change in this assignment is to be made by "CONSULTANT"
without prior written consent of "CITY ".
VI. 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 June 26', 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.
VII. OWNERSHIP OF DOCUMENTS
Original drawings and other deliverable documents to be provided by
"CONSULTANT" under this Agreement shall become the exclusive property of
"CITY" and may be reproduced as deemed necessary by "CITY" or its duly
authorized representative. However, any use of completed deliverables or
documents for purposes other than for this "PROJECT ", or any use of incomplete
documents, shall be at "CITY's" sole risk, and "CITY" shall indemnify
"CONSULTANT" for any damages incurred as a result of such use. No report,
drawing, map, document or other data given to or prepared or assembled by
"CONSULTANT" pursuant to this Agreement shall be made available to any
individual or organization by "CONSULTANT" without prior written approval by
"CITY ", unless required by subpoena.
"CONSULTANT" may reserve the right to publish materials or reports related to
the work performed or data collected under the provisions of this Agreement. The
right to publish shall be at the sole discretion of the "CITY" and written permission
must be obtained by "CONSULTANT" from "CITY" on a case by case basis. Blanket
publishing approval shall not be granted.
"CONSULTANT" is granted permission to show prospective clients reports and
data which have been accepted by "CITY" as prepared under this Agreement.
VIII. 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 101 Pacifica, Suite 150, Irvine, California, 92718.
B. "CONSULTANT" may terminate this Agreement after ten (10) days' written
notice from "CONSULTANT" to "CITY" notifying "CITY" of it's substantial
failure to perform in accord with the terms of this Agreement, if , "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 and private surveying firm to complete those tasks
which require related professional services. Said geotechnical firm, Geomatrix
Consultants, Inc., and said surveying firm, Dmc Engineering, 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 nineteen thousand two hundred dollars ($19,200.00) 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.
0 0
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 four thousand one hundred and fifty-six dollars
($84,156), inclusive of the subcontract services defined herein, except as
otherwise provided for herein below.
B. PAYMENT AND FEE SCHEDULE
personnel hourly rates
Principal.............................................................. ...............................
$125.00
Senior Associate ................................................. ...............................
113.00
Associate............................................................. ...............................
105.00
Principal Engineer ............................................. ...............................
105.00
ProjectManager ................................................. ...............................
100.00
SeniorEngineer .................................................. ...............................
100.00
ProjectEngineer ................................................. ...............................
92.00
Associate Engineer ............................................ ...............................
78.00
Assistant Engineer ............................................ ...............................
66.00
Senior Designer /Senior CADD Technician .. ...............................
66.00
Designer /CADD Technician ........................... ...............................
59.00
Senior Draftsperson .......................................... ...............................
55.00
Draftsperson....................................................... ...............................
49.00
Engineering Aide .............................................. ...............................
40.00
Data or Word Processing ................................. ...............................
49.00
OfficeSupport .................................................... ...............................
40.00
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 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 ".
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.
10
i
•
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
Property Damage $ 1,000,000 each occurrence
$ 1,000,000 aggregate
Aggregate Insurance
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.
11
i 0
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.
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.
12
i •
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on
the first date above written:
APPROVED AS TO FORM:
City Attorney
ATTEST:
Wanda Raggio
City Clerk
Fc�rc 1�4
Address and
City of Newport Beach,
a municipal corporation
John Hedges, Mayor
"CITY"
AKM Consulting Engineers
a California Corporation
ime E. Moreno, Principal
CONSULTANT"
City of Newport Beach AKM Consulting Engineers
3300 Newport Boulevard 101 Pacifica
Post Office Box 1768 Suite 150
Newport Beach, California 92658 -8915 Irvine, California 92718
(714) 644 -3011 (714) 646 -5204 fax (714) 753 -7333 (714) 753 -7320 fax
13
p4)
CQU%- 1
3 1995 February 131b, 1995
FFR ►
CITY COUNCIL AGENDA
ITEM NO. 3
TO: Mayor & Members of the City Council
FROM: Utilities Department
SUBJECT: PROFESSIONAL SERVICES AGREEMENT (CONTRACT NO. C- 3004 -H)
DETAILED PLANS & SPECIFICATIONS BY AKM CONSULTING ENGINEERS
REACH NO. 4: 36 -INCH WATER TRANSMISSION PIPELINE
GROUNDWATER DEVELOPMENT PROJECT
RECOMMENDATION:
Authorize the Mayor and City Clerk to execute a
Professional Services Agreement on behalf of the City, with
AKM Consulting Engineers to design and prepare detailed
Plans and Specifications for construction of 5,000 feet of
36 -inch, and 1,600 feet of 16 -inch diameter water pipelines
with five pressure regulating stations and other connecting
water pipelines for a fee not to exceed $84,156.
GENERAL 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, together with two miles of existing leased pipeline. Some
additional pipe replacement is required within the City's existing distribution
system. The subject of this report is the project segment dealing with the
pipeline improvements within the City's existing distribution piping system.
THIS PROJECT SEGMENT:
The overall project plan calls for transmission pipelines to be
designed and constructed in segments. This portion of the overall project
deals with the segment of pipeline that lies within the City's existing
distribution system. It consists of approximately 5,000 linear feet of 36 -inch
diameter pipeline, 1,600 linear feet of 16 -inch diameter pipeline and five
pressure regulating stations and connecting piping. This project segment is
referred to as Reach No. 4. The Reach No. 4 pipeline will run in 161' Street
from Monrovia Avenue to Superior Avenue; then in 15' street from Newport
Boulevard to Dover Drive through parts of Costa Mesa. Refer to Exhibit "E"
for specific pipe locations.
0
Page 2
Groundwater Development Project
Reach No. 4 Pipeline Design Contract
February 13'", 1995
This contract will provide for engineering design and preparation
of detailed plans and specifications for the construction of the pipeline and
related Reach No. 4 improvements.
PROJECT SCHEDULE:
The critical -path schedule for timely completion of the overall
project requires the consultant's plans for this design phase of the project
to be completed by late -June 1995. Construction of the Reach No. 4
pipeline is scheduled to start in the Fall of 1995. This will allow completion
of these improvements and the overall Groundwater Development Project
by Summer 1996.
The schedule for implementing this segment of the project has also
been coordinated with the City of Costa Mesa street reconstruction project
slated for 15' Street in 1996. Design coordination related to the storm drain
improvements being provided by the City of Newport Beach in a joint effort with
the City of Costa Mesa has also been included in the planned schedule for the
Reach No. 4 project segment.
The order of project events along 15"' Street will be: Reach No. 4
Pipeline construction first; 15"' Street Storm Drain Project construction next;
then the 15' Street Pavement Reconstruction Project by the City of Costa Mesa.
THE SELECTION PROCESS:
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 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."
Page 3
Groundwater Development Project
Reach No. 4 Pipeline Design Contract
February 13'". 1995
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:
Civiltec Engineering, Inc., AKM Consulting Engineers, Daniel Boyle
Engineering Inc. and ASL Consulting Engineers.
The written proposals were reviewed by the Utilities Department
Selection Committee. The committee was comprised of the Utilities Director,
Deputy Director, the Water Operations Superintendent and a representative
from an independent private civil engineering firm (a firm not proposing on
the project) who is a registered professional engineer. On the basis of a
detailed ranking of the various firms, the selection committee chose AKM
Consulting Engineers as the most qualified firm to perform the required
professional services to complete the pipeline design and to prepare the plans
and specifications for construction. The numerical ranking of the selection
committee and criteria is attached as Exhibit "B ".
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 Experience
3. Project Team & Staff Expertise
4. Project Understanding & Design Approach
5. Project Management
6. Proposal Preparation & Responsiveness
7. Labor Costs & Fee
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. 1 pipeline project segment. The firm of AKM Consulting
Engineers has a team of exceptionally qualified, technical professionals and
designers who have extensive experience with similar water pipeline and
utility construction projects in Southern California . As a result, the selection
committee and staff believe that the consultant's team will be able to best
provide a high quality, cost - effective, timely, professional design product and
coordinate efficiently with the City, other agencies and other consultants
working on the interrelated phases of the Groundwater Development Project.
E
THE CONSULTANT'S SERVICES:
n
Page 4
Groundwater Development Project
Reach No. 4 Pipeline Design Contract
February 13'", 1995
The proposed Professional Services Agreement with AKM Consulting
Engineers provides for: preparation of a preliminary design report;
preparation of detailed specifications; preparation of detailed construction
plans; written special provisions for project construction; and compilation of
contract 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 timely completion of the overall project requires that the consultant's plans
for this phase of the project be completed by late -June 1995. As previously
discussed, this phase of the Groundwater Development Project must be carefully
coordinated with the other pipeline design components and the other proposed
improvement projects in 15' Street. Once the consultant's design is completed,
the construction of the Reach No. 4 Pipeline can begin. Construction is slated
for Fall 1995, to integrate properly with construction of the other pipeline
segments and to allow completion prior to the start of the storm drain and street
improvement projects in 15' Street.
STAFF RECOMMENDATION & FUNDING:
Funds are available for this design contract as part of the
Groundwater Development Project in the Water Enterprise Fund under Capital
Projects Account No. 7504 P 500 094 A. This project must be completed in
order for the Groundwater Development Project to function. Staff recommends
approval.
Respectfully submitted,
�BPF SrswEnR�
Jeff Staneart, P.E.
Utilities Director
M1S:sdi
Exhibits: "A ": Request for Proposals
"B ": Proposal Evaluation Matrix
"C": Proposal Matrix Criteria
"D ": Professional Services Agreement
"E ": Project Vicinity Map
0
0
REQUEST FOR PROPOSAL
PROFESSIONAL ENGINEERING SERVICES
FOR
(REACH NO. 4) 36 -INCH WATER TRANSMISSION MAIN
AS PART OF THE
GROUNDWATER DEVELOPMENT PROJECT
Description and Location of Project
The Groundwater Development Project involves water wells, 6 -miles of transmission
pipeline, a 3.0 million gallon reservoir and a 11,500 gallon per minute pump station.
The portion of the Groundwater Project your firm is being asked to propose on requires
engineering services for design and installation of a new 36 -inch water transmission
main, Reach No. 4, between the new Pump Station at the City Utilities Yard located at
949 W. 16th Street and existing 30 -inch transmission main which ends at Superior
Avenue and 16th Street. The Project will also consist of the design of five (5) pressure
reducing stations and the disconnection of various distribution water mains from the
existing 30 -inch transmission main between Newport Boulevard and the Newport Bay.
The Project is necessary because the increased pressure required from the new pump
station would over pressurize the local distribution system. The following describes the
various areas of design: (Refer to the attached exhibit.)
AREA I Installation of 2,900 linear feet of new 36 -inch water transmission main
within 16th Street from the intersection of Monrovia Avenue to Superior
Avenue. This includes connecting to an existing 24 -inch water
transmission main at Monrovia Avenue, connecting to an existing 30 -inch
water transmission main at Superior Avenue and redesign of the
interconnection between the City of Newport Beach and Mesa
Consolidated Water District at Monrovia Avenue and at Superior Avenue.
In addition, installation of new pressure reducing stations at Monrovia
Avenue and 16th Street and Superior Avenue and 16th Street. Details of
the pressure reducing stations will be in addition to the details shown in
the City of Newport Beach Design Criteria, Standard Special Provisions &
Standard Drawings for Public Works Construction (City Standards).
AREA 2 Installation of a new pressure reducing station in 15th Street between Santa
Ana Avenue and San Bernardino Avenue. This includes redesign of a
connection between existing 30 -inch and 12 -inch water mains and details of
the pressure reducing station per City Standards.
AREA Installation of a new pressure reducing station in Irvine Avenue at 15th
Street. This includes redesign of a connection between existing 30 -inch and
12 -inch water mains and details of the pressure reducing station per City
Standards. In addition, installation of 1600 linear feet of new 16 -inch water
main between Irvine Avenue and Signal Road.
..Fxrl,3r, A"
Professional Engineering services
(Reach No. 4) 36 -inch Water Transmission Main
Request for Proposals
Description and Location of Project (Cont.)
AREA 4 Installation of 1,800 linear feet of new 36 -inch water transmission main
within Kings Place from 15th Street to Cliff Drive and Cliff Drive from
Kings Place to Dover Drive. This includes connecting to an existing 30 -inch
water main in Kings Place, connecting to an existing 24 -inch water main in
Dover Drive, abandonment of the existing 30 -inch water main and
installation of new 30 -inch and 24 -inch valve vaults. In addition, a new
pressure reducing station in Dover Drive north of Cliff Drive. The
connection at Dover Drive will include approximately 200 linear feet of
24 -inch water transmission main.
Scope of Services
The Consultant shall be responsible for complete design services for construction of
the previously described project.
This design responsibility shall include preparation of construction drawings
showing plan and profile views of the pipeline, all connection details, all pressure
reducing station details and other pipeline appurtenances, preparation of detailed
specifications, bid documents, estimate and an overall construction cost estimate. In
addition, the Consultant will assist with coordination and traffic control approval
from the City of Costa Mesa.
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 Newport Beach and Costa Mesa.
The Consultant will be provided with aerial topography and centerline control based
on the County's GPS coordinate system in an AUTOCad format. The Consultant
shall be responsible for any additional field surveying required to properly design
the project. The Consultant shall also provide construction staking for the contractor.
A portion of the proposed project is located within the jurisdictional boundaries of
the City of Costa Mesa. The Consultant shall be responsible for processing plans for
Encroachment Permit approval from the City of Costa Mesa.
All drawings and design specifications shall be in accord with the requirements of
the City of Newport Beach "Design Criteria, Special Provisions and Standard Drawings
for Public Works Construction ", Latest Edition, which incorporates the "green book"
specifications titled, "Standard Specifications for Public Works Construction", latest
revision. All specifications and drawings shall be subject to final review and
acceptance by the City of Newport Beach, Utilities Department Project Manager.
The Consultant's proposal shall include a detailed list itemizing the tasks required to
complete the scope of work outlined herein. Each task shall include a detailed
estimate of man-hours required to complete each task.
RPP -2
0 9
Professional Engineering Services
(Reach No. 4) 36 -inch Water Transmission Main
Request for Proposals
Scope of Services (Cont.)
The Consultant shall also provide a proposed Project schedule depicting the time of
completion for 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 and
construction notes), completed base sheet information on plan and profile sheets
with a proposed pipeline profile and location of pressure reducing stations,
working sketches of details and sections, and a cost estimate.
2. 90% Design Review - Consultant shall, as a minimum, submit complete plans, a
refined cost estimate and preliminary special provisions. As well as addressing
the 50% design review comments. The Consultant shall submit plans and
special provisions to the City of Costa Mesa 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 necessary for final approval.
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.
The City will advertise for construction on July 10`h, 1995, which will allow time for
bidding and contract execution prior to the necessary construction start date of
September, 1995. To meet this schedule, the following milestones shall be
incorporated into the Consultant's Proposed Project Design and Schedule.
February 13, 1995 ........................... ..........................Notice To Proceed
March 20,1995 ............................. ............................50% Design Review
May 1, 1995 ................................... ............................90% Design Review
June 5, 1995 ..... ............................... ...........................100% Design Review
June 26, 1995 .... ............................... ..........................Final Design Review
RFP -3
• •
Professional Engineering Services
(Reach No. 4) 36 -inch Water Transmission Main
Request for Proposals
Scope of Services (Cont.)
The Consultant is responsible for addressing all plan review comments at each of
the formal submittals and throughout the plan preparation process. The City
anticipates a period of one (1) week of plan review for each submittal. The City
will require review meetings at each of the submittals described above.
The Consultant will assign a responsible representative and an alternate to
perform the assigned tasks. Both will be identified in the proposal. The
Consultant's representative will remain in responsible charge of all duties from
contract negotiations through project completion. If the primary representative is
unable to continue with the project, then the alternate representative will become
the primary representative. Any other 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 a breach of contract.
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 for every alternative. The Consultant shall also submit a
"not -to- exceed" total fee for the project, which shall include 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 by June 26,
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.
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 complete applications required from the City or other governing
agencies, including the City of Costa Mesa.
RFP -4
• •
Professional Engineering services
(Reach No. 4) 36 -inch Water Transmission Main
Additional Responsibilities (Cont.) Request for Proposals
The Consultant shall be required to propose a fee based on time and materials to
review shop drawings, submittals related to the design of this project and monitor
construction progress once it is underway. The Consultant shall provide guidance and
direction to the City with respect to the contractor's general conformance to plans and
specifications. This does not mean 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 construction period, if changes occur which require revisions to the plans
and /or special provisions, Consultant is expected to modify the project plans and /or
prepare addenda to the specifications if such changes are deemed necessary by the City.
The Consultant shall include in his proposal a fee to prepare "as- built" drawings
once the project construction has been completed.
The project schedule and the liquidated damages will not apply to the construction
monitoring, field change drafting or preparation of "as- built" drawings after
construction has been completed. Language covering this matter will be made part
of the Professional Services Agreement between the City and the Consultant.
The 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 City will provide Reproduction Services for the Project.
The Consultant shall not be compensated for use of office 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 an hourly rate based on the "Fee Schedule ".
City's Responsibilities
The City will provide the following to assist Consultant with the Project and its
completion:
Plans and drawings, as are available and appurtenant to the proposed
project.
2. Assist in coordination with governing agencies.
3. Aerial Topography in digital format (floppy disk).
RFP -5
Professional Engineering Services
(Reach No. 4) 36 -inch Water Transmission Main
Request for Proposals
City's Responsibilities(Cont.)
4. Aerial topographic survey records in digital format and easement information as
are available and appurtenant to the project.
5. Design criteria, hydraulic data and other technical information, as are available
and appurtenant to the project.
6. Blueprinting, CADD plotting, photocopying and other services through the City's
reproduction company. The Consultant will be required to coordinate
reproduction requests with the City's Project Manager.
F N 0
RFP -6
0
Groundwater Development Project
Professional Engineering Services
36 -inch Water Transmission Main (Reach No. 4)
PROPOSAL CONTENT
AKM Consulting
ASL Consulting
Daniel Boyle
Civiltec
Engineers
Engineers
Engineering
Engineering
Weights
Related Project Experience
4.5
4.5
4.0
3.0
25.00%
Project Staff Assigned & Team Expertise
5.0
5.0
4.0
3.0
25.00%
Grasp of Project Requirements
5.0
4.5
4.0
3.0
10.00%
Approach to Project Management
4.0
4.0
5.0
2.5
10.00%
Proposal Preparation & Responsiveness
4.0
4.0
3.5
2.0
20.00%
Proposed labor Breakdown
4.0
2.0
4.5
3.0
10.00%
Fee &Costs
$84,156
$111.500
$94,654
$83.114
Average Labor Cost
$76.11
$73.81
$69.70
$60.04
Total Weighted Score
4.48
4.23
4.05
2.75
Rankings:
1 - Fair
2 - Average
3 - Good
4 - Very Good
5 - Excellent
1\Ex.4,61T 6I I
Groundwater Development Project
Professional Engineering Services
36 -inch Water Transmission Main - Reach No. 4
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 "Statements 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. Civiltec Engineering, Inc. ( Civiltec)
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, expertise and
completeness relating to the discussion of their project design and project
management approach.
Based on a complete analysis of the written proposals, all four (4) proposing
firms, AKM, ASL, DBE and Civiltec, were deemed capable of performing the
work required for this project.
After careful review, the selection committee recommends AKM be awarded
the design contract. This recommendation is based on the quality of AKM's
proposal with respect to their project approach and AKM's familiarity with the
local conditions, their ability to provide effective coordination with other local
agencies, their previous experience with similar projects, and their proposed
design fee. In addition, AKM was retained as the design consultant for the
Reach No. 1 project and is therefore, familiar with City staff and the City's
requirements for design details and project coordination. Similarly, the City
is familiar with AKM's team and their abilities to perform quality work.
A ranking matrix is attached. The following paragraphs describe the
rationale behind the ranking in each category.
EXN,3i-F G
131�Q1
W
0
Project Understanding
0
Page 2
Groundwater Development Project
36 -Inch Water Transmission Main (Reach No. 4)
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.
All four (4) consultants had a good understanding of the necessary scope of
work required for the project. Understanding the scope of work will be a major
factor in the consultant's ability to effectively manage and organize the required
preliminary and final design tasks as well as the required construction
services.
Project Experience
The proposing firms were ranked on recent project experience relative to
installation of a large diameter water transmission pipelines. 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 the firm's efforts in Newport Beach
and Costa Mesa.
All four (4) of the proposing firms have bad significant previous experience
with similar projects within the proximity of the proposed project.
Project Team & Expertise
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 previous design experience
with the City. AKM and ASL have recently completed the design of Reach
Nos. 1 and 2 respectively. ASL is currently designing the Reach No. 3
pipeline. The latter two firms proposed the same personnel be assigned to
the design teams that would be assigned to this project.
Project Management Approach
The importance associated with the coordination and management that is
required to complete the various aspects of this project are vital for project
success. It was considered mandatory that the successful firm provide a
knowledgeable, experienced and competent project manager.
MTX -2
Page 3
Groundwater Development Project
36 -inch Water Transmission Main (Reach No. 4)
Consultant Matrix Criteria
All four (4) firms indicated in their proposal a commitment to provide a proven
project manager with direct, applicable, project management experience on
design of similar projects.
Proposal Preparation & Responsiveness
During the proposal process, a City representative met with all four (4) firms
to provide additional information regarding the Project and to discuss their
proposed approach and resources to be provided for this project. It was
during this time that City staff was able to ascertain the Consultants'
understanding of the Project and the required design services.
Based on the discussions conducted at these meetings and the resulting
written proposals, the Consultants were ranked appropriately. Civiltec was
somewhat unresponsive in their written preparation. ASL and DBE were
responsive and made a diligent effort to indicate an understanding of the
Project with City staff. However, AKM was the most responsive and their
written proposal clearly reflected the specific design needs discussed at the
proposal meetings and incorporated all of the elements sought in the City's
"request for proposals ".
Labor Costs & Fee
Fees, as well as average labor costs, are an 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" fee 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 for the total effort related to
the project.
In this analysis, it appears two (2) firms, AKM and ASL would provide the
most thorough pipeline design value for the proposed fee.
MTX -3
U
L
4-
cz E
m 0
Z
U U
of
Z +
>z
0
L
w
a
0
v�
E �
a
Z
O
Q
V
O
Z
O
Z N
w �
� Z
w
w �
Z �
WN
N
a w
a a
w
w � �
J i
e
•
a
W \�
m
2
W
N
W
Q
Q
Ul
Q
Q
Q--
X1111,
�U
4�
Y
J
/IOC
v V /
{
1 1
r