HomeMy WebLinkAboutC-3004(Q) - Preparation of Plans & Specifications for Reach Nos. 3A & 3B, 24-Inch Water Pipeline, Groundwater•
•
BY THE G1Y COUH
RT BEA
FEB 1 2!f-
0
February 12, 1996
CITY COUNCIL AGENDA
ITEM NO.: 15
TO: MAYOR & MEMBERS OF THE CITY COUNCIL
FROM: PUBLIC WORKS DEPARTMENT
SUBJECT: PROFESSIONAL SERVICES AGREEMENT WITH ASL CONSULTING
ENGINEERS FOR PREPARATION OF DETAILED PLANS &
SPECIFICATIONS FOR REACH NOS. 3A & 313: 24 -INCH WATER
TRANSMISSION PIPELINE (C- 3004 -9) AS PART OF THE
GROUNDWATER DEVELOPMENT PROJECT
RECOMMENDATION:
If desired, authorize the Mayor and City Clerk to execute a
Professional Services Agreement, on behalf of the City, with ASL
Consulting Engineers to prepare Plans and Specifications for
construction of a 4,700 foot long reach of 24 -inch diameter water
pipeline for a fee not to exceed $97,300.
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 the well sites
and Newport Beach. To convey the groundwater pumped from the wells to
Newport Beach, the project requires construction of approximately six (6) miles
of large diameter pipeline.
The overall project plan calls for the transmission pipeline to be
designed and constructed in segments. This portion of the overall project will
provide for the preparation of construction plans and specifications for
approximately 4,700 linear feet of 24 -inch diameter pipeline at the northerly
end of the transmission pipeline. This segment will provide the tie -in to the
two (2) well sites. This project segment is referred to as Reach Nos. 3A & 3B.
The limits of Reach No. 3A will begin from the connection point to
the existing 36 -inch water main at Slater Avenue and the Talbert Channel. The
waterline will then proceed westerly in Slater Avenue to Magnolia Avenue, then
north in Magnolia Avenue for approximately 500 feet, then westerly into the
parking lot of the First Baptist Church where the waterline terminates at the
Tamura well site.
The limits of Reach No. 3B will begin from the connection point of
the existing 36 -inch water main at Slater Avenue and the Talbert Channel,
then proceed easterly in Slater Avenue to Dolphin Avenue, then south on
Dolphin Avenue, following the curve on Dolphin which proceeds east within
Dolphin Avenue and terminates at the Dolphin Avenue well site.
' . ..... �:.'' ....�.... .S • Page 2
Groundwater Development Project
R}ach Nos. 3A & 3B Pipeline Design Contract
ii 1 February 12, 1996
DISCUSSION:
City staff solicited "statements of qualifications" from a number of •
professional design firms. Based on these "statements of qualifications"
proposals were solicited from three (3) of the most qualified firms. This was
done by written "requests for proposals" or RFP's.
The three (3) firms that were invited to propose were selected based
on their previously submitted statements of qualifications and experience. All
three (3) firms submitted responses to the request for proposals. The firms
were: AKM Consulting Engineers, ASL Consulting Engineers and Daniel Boyle
Engineering Inc.
The written proposals were reviewed by the Public Works Selection
Committee. The committee was comprised of the (Acting) Utilities Manager, a
principal from an independent private civil engineering firm (a firm not
proposing on this project) who is a registered professional engineer, and two
Utilities staff members who are familiar with the project and the City's
requirements. 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 project design.
The numerical ranking of the selection committee and criteria is attached as
Exhibit "A ". •
A summary discussion of the detailed criteria used to evaluate the
qualifications of the three (3) engineering firms is also provided as an
attachment to this report. Refer to Exhibit "B ". The key areas of review were:
1. Proposal Content
2. Related Project Experience
3. Project Staff Assigned
4. Grasp of Project Requirements
5. Project Schedule
6. Labor Costs
The most 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 Nos. 2 & 3 pipeline project segments. The firm of ASL Consulting
Engineers has a team of qualified, technical professionals and designers who
have extensive experience with similar water pipeline and utility construction
projects in Southern California. 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.
7
M
0 Page 3
Groundwater Development Project
Reach Nos. 3A & 3B Pipeline Design Contract
February 12, 1996
THE CONSULTANT'S SERVICES
• The proposed Professional Services Agreement with ASL Consulting
Engineers provides for: preparation of construction plans; preparation of
specifications; written special provisions for project construction; preparation
of an engineer's cost estimate and compilation of documents suitable for
bidding and awarding a contract for construction. In addition, ASL will provide
construction support services, as required, during all phases of testing of the
overall pipeline system from Fountain Valley to the Big Canyon Reservoir. The
negotiated not -to- exceed fee for the work proposed is $97,300, with charges to
be based on the wage rates provided in their..proposal.
STAFF RECOMMENDATION & FUNDING:
If approved, the final design effort can commence almost
immediately. The critical -path schedule for completion of the overall project
requires the consultant's plans for this phase of the project be completed by
late June 1996. This phase of the Groundwater Development Project must be
carefully coordinated with the other pipeline design components. Construction
of the Reach Nos. 3A & 3B pipelines is proposed to begin late summer 1996, to
integrate properly with the construction of the well sites. The Professional
is Services Agreement requires completion of the design plans and specifications
by June, 1996.
Funds are available for this design contract in the Water Fund
under Capital Projects Account No. 7504- C5500094. Staff recommends
approval.
Respectfully submitted,
PUBLIC WORKS DEPARTMENT
Don Webb, Director
By:
• M' hael J. Sinacori, P.E.
(Acting) Utilities Manager
M)Saam
Attachments:
CITY OF N PORT
BEACH PR OSED
TAMURA SCHOOL WELL SITE
EXIST. OCWD
SEAWATER MAIN
WITHIN TALBERT
CHANNEL
0
-PROPOSED 24"
WATER TRANSMISSION
MAIN Reach Nos. 3A & 3B
�r
SCALE: 1" = 2000'
CITY OF NEWPORT
BEACH PROPOSED
DOLPHIN STREET
WELL SITE
. EXISTING 36"
WATER TRANSMISSION
MAIN WITHIN
TALBERT CHANNEL
FOUNTAIN
VALLEY
CHANNEL
CITY OF
NEWPORT BEACH
GROUNDWATER
DEVELOPMENT PROJECT
� I
#I
0 0
Groundwater Development Project
• Professional Engineering Services
36 -inch Water Transmission Main - Reach Nos. 3A & 3B
Evaluation Criteria
Selection Matrix Discussion
Summary:
Proposals were received from three (3) firms that were requested to submit
proposals for the subject project. These firms were selected based on
previously submitted "Statement of Qualifications. The three (3) firms which
submitted proposals are listed below:
1. AKM Consulting Engineers (AKM)
2. ASL Consulting Engineers, Inc. (ASL)
• 3. Daniel Boyle Engineering, Inc. (DBE)
The proposals were reviewed by the Public Works Selection Committee and
ranked based on the content of their proposals with respect to the following
items: related project experience, project staff assigned, grasp of project
requirements, approach to project management, proposed project schedule and
their labor breakdown.
Based on a complete analysis of the written proposals, all three (3) proposing
firms, AKM, ASL and DBE, were deemed capable of performing the work
required for this project.
After careful review, the selection committee recommends that 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, and previous experience with the
Groundwater Development Project relative to Reach Nos. 2 and 3. ASL was the
design consultant for the Reach No. 2 and Reach No. 3 projects and is familiar
with City of Newport Beach and Fountain Valley staff and the City of Newport
Beach's requirement for design details.
• A ranking matrix is attached. The following paragraphs describe the rationale
behind the ranking in each category.
• • Page 2
Groundwater Development Project
36 -inch Water Transmission Main (Reach Nos. 3a and 3b)
Consultant Matrix Criteria
Related 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 greater emphasis on Newport Beach, Huntington Beach and
Fountain Valley. Familiarity with standard construction procedures, local
conditions and permit processing was highly desirable.
All three (3) of the proposing firms have had significant previous experience
with similar projects within proximity of the proposed project.
Project Staff Assigned
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.
All three (3) firms had key team members that have had previous design
experience with the City. ASL recently completed the design of the 36 -inch
Water Transmission Main - Reach No. 2 and Reach No. 3 as part of the
Groundwater Dvelopment Project, and the same design team will be assigned
to this project.
Grasp of Project Requirements
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 three (3) 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. Issues
that arose were design of the pipeline, the alignment and the constructability of
the project.
All three (3) 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 fmal design tasks and the required construction services.
•
•
•
• 0 Page 3
Groundwater Development Project
36 -inch Water Transmission Main (Reach Nos. 3a and 3b)
Consultant Matrix Criteria
Approach to 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's
success. It is mandatory that the successful firm provide a knowledgeable and
competent project manager.
All three (3) firms have proven project managers with direct applicable and
successful project management experience with design efforts on similar
projects.
Proposed 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.
• Proposed Labor Breakdown
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. This indicator is based on actual
hours from the consultant and does not take into account any of the
subconsultants costs proposed by each of the firms.
In this analysis ASL provided the most thorough engineering services value
based on number of hours versus the overall design fee.
0
Ei
Groundwater Development Project
Professional Engineering Services
24 -Inch Water Transmission Main
Reach Nos. 3A and 3B
C
Rankings:
1 - Fair
2 - Average
3 - Good
4 - Very Good
5 - Excellent
E
AKM
ASL
DBE
Weights
PROPOSAL CONTENT
Related Project Experience
4
4
3.75
20.00%
Project Staff Assigned
3.75
4
3.75
25.00%
Grasp of the Project Requirements
4
4
4
25.00%
Approach to Project Management
4
3.75
3.75
10.00
Proposed Project Schedule
4
4
4
10.
Proposed Labor Breakdown
3.5
4
3.75
10.00%
Total Weighted Score
3.89
3.98
3.84
Rankings:
1 - Fair
2 - Average
3 - Good
4 - Very Good
5 - Excellent
E
0
•
AGREEMENT
PROFESSIONAL SERVICES FOR
DESIGN OF THE REACH NOS. 3A AND 3B
L. �y Q
'
6
C(# FYI
36 -INCH WATER TRANSMISSION MAIN PROJECT
THIS AGREEMENT, effective as of February 12, 1996, is entered into 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 regard to the following:
RECITALS:
A. 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;
B. 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;
C. City desires to prepare plans and specifications for the construction of a portion of
new water transmission main, known as Reach Nos. 3A & 3B, within the City of
Fountain Valley, hereinafter referred to as "Project ", and;
D. City implementation of the Project requires the services of a qualified engineering
design consultant, and;
E. City has solicited and received a proposal from Consultant for Project services, as
well as to provide certain other essential professional services, as outlined herein
below, and;
F. City has reviewed the previous experience and evaluated the expertise of Consultant
and accepts their proposal for the work associated with the Reaches design, and;
0 9
Professional Services Agreement
for the Design of Reach Nos. 3A & 3B
ASL Consulting Engineers, February 12, 1996
NOW THEREFORE, in consideration of the foregoing, it is mutually agreed and
understood that:
1. GENERAL
A. City engages Consultant to perform the described services for considerations
hereinafter stated.
B. Consultant agrees to perform the described services in accord with the terms and
conditions set forth in this Agreement.
C. Consultant agrees that all services required hereunder shall be performed under
his direct supervision, and all personnel engaged in the work are to be fully
qualified and authorized or permitted under State and local law to perform such
services.
2. SERVICES TO BE PERFORMED BY CONSULTANT
Consultant shall provide the following listed professional services to City.
A. Coordination and Meetings with City staff.
(1.) Consultant shall keep City's Project Manager apprised of the progress
being made on the Consultant's design activities. Such appraisal shall be
made by telephone, in writing as appropriate and at the meetings
mentioned herein below.
(2.) Consultant shall meet with City staff for an orientation meeting, a 50%
design review, a 90% design review, a 100% design review and final
design meeting for the Reaches. Other meetings are to be held on an as-
needed basis.
(3.) Consultant shall meet with the City of Fountain Valley's staff for
coordination and approval of plans and specifications.
B. Review Background Data
(1.) Consultant, in an effort to relay relevant information to their staff, shall
review the pertinent background data obtained at the meetings with
City staff and /or as provided by the City during the course of the
Reaches design.
(2.) Consultant shall rely on materials provided by or through the City
without independent evaluation by Consultant.
(3.) Consultant shall perform a utility research of the proposed alignment
including, contacting Underground Service Alert, the City of Fountain
Valley and other utility agencies.
0 0
Professional Services Agreement
for the Design of Reach Nos. 3A & 3B
ASL Consulting Engineers, February 12, 1996
C. Survey and Mapping
(1.) Consultant shall perform a field survey and aerial topography of the
proposed alignment in a digital format.
(2.) Consultant shall provide survey control using the latest County of
Orange GPS coordinate system.
D. Plan Preparation
(1.) Consultant shall complete the required drawings and plans for the
Reaches design. A listing of those drawings included in this phase shall
include at least the following:
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 Reaches.
b. "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 Reaches.
E. Specification Preparation
(1.) Consultant shall complete the preparation of detailed written
specifications, bid proposal, standard special provisions, special
provisions, and City standard contract forms.
(2.) 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 mains.
(3.) Consultant shall utilize City Standard Specifications and prepare them
in the standard format.
a. 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.
F. Cost Estimate & Schedule
(1.) Consultant shall prepare a detailed written cost estimate and
construction schedule for the Reaches design. The estimate shall be
transmitted to the City with a written memorandum of transmittal and
explanation.
3
Professional Services Agreement
for the Design of Reach Nos. 3A & 3B
AST, Consulting Engineers, February 12, 1996
a. 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.
G. Construction Phase Services
(1.) Consultant shall perform the following during the construction phase:
a. 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 work is being performed substantially in accord with
the contract documents.
b. 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.
C. 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.
d. Prepare "record" drawings based upon change orders and addenda
to the extent approved by City and incorporated into the
construction of Reaches. It shall require the contractor to submit
"as- built" drawings of actual construction installations to
Consultant for use in preparing "record" drawings.
e. 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 Contractor. Any additional staking, restaking or
costs thereof will be the responsibility of the contractor.
H. Supplemental Services
(1.) Consultant shall provide a geotechnical report with recommendations as
a supplement to the design of Reaches. This report shall include, but not
be limited to:
a. Evaluation of on -site geotechnical conditions and their effect on the
proposed pipeline alignment and constructability.
0
Professional Services Agreement
for the Design of Reach Nos. 3A & 313
ASL Consulting Engineers, February 12, 1996
b. Subsurface investigation including drilling six (6) to eight (8)
borings, laboratory testing and analysis of the collected data.
C. 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.
(2.) Consultant shall provide a corrosivity evaluation with recommendations
as a supplemental to this project. This report shall include, but limited
to:
a. Review preliminary estimate of corrosive potential from
geotechnical investigation.
b. Conduct a Wenner 4 -pin soil resistivity survey.
C. Review records for locations of potential stray current interference
sources.
d. Prepare a soil corrosivity report addressing the usage of ductile
iron pipe with polyethylene encasement.
3. DUTIES OF THE CITY
In order to assist the Consultant in the execution of his responsibilities under this
Agreement, the City agreed to provide the following:
A. Furnish plans and drawings as are available and appurtenant to this project.
B. Furnish survey records and information as is available and appurtenant to this
project.
C. Furnish design criteria, hydraulic data and other technical information, as are
available and appurtenant to this project.
D. The City is responsible for completing applications to obtain any required
permits from the City or other governing agencies.
E. Fulfill all environmental requirements.
Provide blueprinting, CARD plotting, photocopying and other services
through the City's reproduction company for each of the required design
efforts, submittals and for bidding purposes.
G. Prepare, distribute and mail all bid documents and addendum.
H. Payment of all fees for permits and applications.
0
4. OWNERSHIP OF DOCUMENTS
11
Professional Services Agreement
for the Design of Reach Nos. 3A & 3B
ASL Consulting Engineers, February 12, 1996
A. Original drawings, reports 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 abandonment 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, 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.
5. 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 the City has not corrected it's non-
performance within that time.
C. In the event of termination due to errors, omissions, or negligence of
Consultant, City shall be relieved of any obligation to compensate Consultant
for that portion of work directly affected by such errors, omissions, or
negligence of Consultant. If this Agreement is terminated for any other reason,
City agrees to compensate Consultant for the actual services performed up to
the effective date of the "Notice of Termination', on the basis of the fee schedule
contained herein.
0
6. SUBCONSULTANT AND ASSIGNMENT
0
Professional Services Agreement
for the Design of Reach Nos. 3A & 3B
ASL Consulting Engineers, February 12, 1996
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.
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 ninety -seven
thousand three hundred dollars ($97,300.00), except as otherwise provided for
herein below.
B. PAYMENT & FEE SCHEDULE
personnel
hourly rates
Principal........................................................... ...............................
$135.00
Sr. Project Manager /Sr. Managing Engineer ............................
125.00
Project Manager/ Managing Engineer ........ ...............................
115.00
Project Engineer /Senior Project Coordinator ...........................
98.00
Senior Engineer/ Project Coordinator ......... ...............................
88.00
Engineer II and III .......................................... ...............................
80.00
Designer /CAD Operator/ Engineer I .......... ...............................
75.00
Designer/ Draftsperson ................................ ...............................
65.00
Draftsperson.................................................... ...............................
60.00
Technician....................................................... ...............................
48.00
Senior Construction Inspector ...................... ...............................
62.00
Construction Inspector .................................. ...............................
56.00
Word Processor /Administrative Support.. ...............................
45.00
Mapping Coordinator .................................... ...............................
78.00
Planner............................................................. ...............................
88.00
Chiefof Surveys ............................................. ...............................
95.00
Two -Man Survey Party ................................. ...............................
150.00
Three -Man Survey Party ............................... ...............................
200.00
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.
Professional Services Agreement
for the Design of Reach Nos. 3A & 3B
ASL Consulting Engineers, February 12,1996
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 Utilities 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, in -house reproduction and 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.
8. ADDITIONAL SERVICES
No change in character, extent, or duration of 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 total compensation
exceeding five thousand dollars ($5,000) shall require that an amended Agreement
for such additional services be executed by the Consultant and City.
9. 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 to make transcripts therefrom as deemed necessary at City's
cost, and to allow inspection of all work, data, documents, proceedings and
activities related to this Agreement.
9 0
Professional Services Agreement
for the Design of Reach Nos. 3A & 3B
ASL Consulting Engineers, February 12,1996
10. 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; said policies of
insurance shall be secured from an insurance company assigned Policyholders'
Rating of "A" (or higher) and Financial Size Category "VII" (or larger) in accord
with an industry -wide standard and shall be licensed to do business in the
State of California. However, the minimum rating for the Consultant's Errors
& Omissions carrier shall be "B + ", "VIII" or better.
(1.) An appropriate industry-wide insurance rating standard shall be deemed
"Best's Key Rating Guide', latest edition.
C. Consultant shall maintain the following minimum coverages:
Liability Insurance
General liability coverage shall be provided in the following minimum limits:
Category
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 one
million dollars ($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).
L�
D. Subrogation Waiver
0
Professional Services Agreement
for the Design of Reach Nos. 3A & 3B
ASL Consulting Engineers, February 12, 1996
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; 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. 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. 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.
13. INTEGRATED CONTRACT
This Agreement represents the full and complete understanding of every kind or
nature whatsoever between the parties hereto and all preliminary negotiations and
agreements of whatsoever kind or nature are merged herein. No verbal agreement or
implied covenant shall be held to vary the provisions hereof. Any modification of this
Agreement will be effective only by written execution signed by both City and
Consultant.
10
14. HOLD HARMLESS
0
Professional Services Agreement
for the Design of Reach Nos. 3A & 3B
ASL Consulting Engineers, February 12,1996
Consultant shall indemnify and hold harmless, City, its City Council, boards and
commissions, officers, and employees from and against any and all loss, damages,
liability, claims, suits, costs and expenses, whatsoever, including reasonable costs of
litigation, arising from Consultant's negligent acts, errors or omissions, in the
performance of services hereunder.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on
the first date above written:
APPROVED AS TO FORM: City of Newport Beach,
a municipal corporation
1
Robin Clausen
Assistant City Attorney
ATTEST:
QJ City Cler
Address and Telephone:
City of Newport Beach
3300 Newport Boulevard, P. O. Box 1768
Newport Beach, California 92658 -8915
(714) 644 -3011 (714) 646 -5204 FAX
John Hedges, Mayor
.,City.,
ASL Consulting Engineers,
a California Corporation
/ / %'v `_—
Steve T esco, Principal
"Consultant"
ASL Consulting Engineers
One Jenner Street, Suite 200
Irvine, California 92718
(714) 727.7099 (714) 727 -7097 FAX
11
• • r,.
AGREEMENT
PROFESSIONAL SERVICES FOR
DESIGN OF THE REACH NOS. 3A AND 3B
36 -INCH WATER TRANSMISSION MAIN PROJECT
THIS AGREEMENT, effective as of February 12, 1996, is entered into 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 regard to the following:
RECITALS:
A. 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;
B. 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;
C. City desires to prepare plans and specifications for the construction of a portion of
new water transmission main, known as Reach Nos. 3A & 3B, within the City of
Fountain Valley, hereinafter referred to as "Project ", and;
D. City implementation of the Project requires the services of a qualified engineering
design consultant, and;
E. City has solicited and received a proposal from Consultant for Project services, as
well as to provide certain other essential professional services, as outlined herein
below, and;
F. City has reviewed the previous experience and evaluated the expertise of Consultant
and accepts their proposal for the work associated with the Reaches design, and;
0 0
Professional Services Agreement
for the Design of Reach Nos. 3A & 3B
ASL Consulting Engineers, February 12, 1996
NOW THEREFORE, in consideration of the foregoing, it is mutually agreed and
understood that:
1. GENERAL
A. City engages Consultant to perform the described services for considerations
hereinafter stated.
B. Consultant agrees to perform the described services in accord with the terms and
conditions set forth in this Agreement.
C. Consultant agrees that all services required hereunder shall be performed under
his direct supervision, and all personnel engaged in the work are to be fully
qualified and authorized or permitted under State and local law to perform such
services.
2. SERVICES TO BE PERFORMED BY CONSULTANT
Consultant shall provide the following listed professional services to City.
A. Coordination and Meetings with City staff.
(1.) Consultant shall keep City's Project Manager apprised of the progress
being made on the Consultant's design activities. Such appraisal shall be
made by telephone, in writing as appropriate and at the meetings
mentioned herein below.
(2.) Consultant shall meet with City staff for an orientation meeting, a 50%
design review, a 90% design review, a 100% design review and final
design meeting for the Reaches. Other meetings are to be held on an as-
needed basis.
(3.) Consultant shall meet with the City of Fountain Valley's staff for
coordination and approval of plans and specifications.
B. Review Background Data
(1.) Consultant, in an effort to relay relevant information to their staff, shall
review the pertinent background data obtained at the meetings with
City staff and /or as provided by the City during the course of the
Reaches design.
(2.) Consultant shall rely on materials provided by or through the City
without independent evaluation by Consultant.
(3.) Consultant shall perform a utility research of the proposed alignment
including, contacting Underground Service Alert, the City of Fountain
Valley and other utility agencies.
0
C. Survey and Mapping
0
Professional Services Agreement
for the Design of Reach Nos. 3A & 3B
ASL Consulting Engineers, February 12, 1996
(1.) Consultant shall perform a field survey and aerial topography of the
proposed alignment in a digital format.
(2.) Consultant shall provide survey control using the latest County of
Orange GPS coordinate system.
D. Plan Preparation
(1.) Consultant shall complete the required drawings and plans for the
Reaches design. A listing of those drawings included in this phase shall
include at least the following:
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 Reaches.
b. "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 Reaches.
E. Specification Preparation
(1.) Consultant shall complete the preparation of detailed written
specifications, bid proposal, standard special provisions, special
provisions, and City standard contract forms.
(2.) 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 mains.
(3.) Consultant shall utilize City Standard Specifications and prepare them
in the standard format.
a. 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.
F. Cost Estimate & Schedule
(1.) Consultant shall prepare a detailed written cost estimate and
construction schedule for the Reaches design. The estimate shall be
transmitted to the City with a written memorandum of transmittal and
explanation.
K
Professional Services Agreement
for the Design of Reach Nos. 3A & 3B
ASL Consulting Engineers, February 12, 1996
a. 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.
G. Construction Phase Services
(1.) Consultant shall perform the following during the construction phase:
a. 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 work is being performed substantially in accord with
the contract documents.
b. 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.
C. 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.
d. Prepare "record" drawings based upon change orders and addenda
to the extent approved by City and incorporated into the
construction of Reaches. It shall require the contractor to submit
"as- built" drawings of actual construction installations to
Consultant for use in preparing "record" drawings.
e. 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 Contractor. Any additional staking, restaking or
costs thereof will be the responsibility of the contractor.
H. Supplemental Services
(1.) Consultant shall provide a geotechnical report with recommendations as
a supplement to the design of Reaches. This report shall include, but not
be limited to:
a. Evaluation of on -site geotechnical conditions and their effect on the
proposed pipeline alignment and constructability.
Professional Services Agreement
for the Design of Reach Nos. 3A & 3B
ASL Consulting Engineers, February 12,1996
b. Subsurface investigation including drilling six (6) to eight (8)
borings, laboratory testing and analysis of the collected data.
C. 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.
(2.) Consultant shall provide a corrosivity evaluation with recommendations
as a supplemental to this project. This report shall include, but limited
to:
a. Review preliminary estimate of corrosive potential from
geotechnical investigation.
b. Conduct a Wenner 4 -pin soil resistivity survey.
C. Review records for locations of potential stray current interference
sources.
d. Prepare a soil corrosivity report addressing the usage of ductile
iron pipe with polyethylene encasement.
3. DUTIES OF THE CITY
In order to assist the Consultant in the execution of his responsibilities under this
Agreement, the City agreed to provide the following:
A. Furnish plans and drawings as are available and appurtenant to this project.
B. Furnish survey records and information as is available and appurtenant to this
project.
C. Furnish design criteria, hydraulic data and other technical information, as are
available and appurtenant to this project.
D. The City is responsible for completing applications to obtain any required
permits from the City or other governing agencies.
E. Fulfill all environmental requirements.
Provide blueprinting, CADD plotting, photocopying and other services
through the City's reproduction company for each of the required design
efforts, submittals and for bidding purposes.
G. Prepare, distribute and mail all bid documents and addendum.
H. Payment of all fees for permits and applications.
El
4. OWNERSHIP OF DOCUMENTS
0
Professional Services Agreement
for the Design of Reach Nos. 3A & 3B
ASL Consulting Engineers, February 12,1996
A. Original drawings, reports 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 abandonment 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, 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.
5. 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 the City has not corrected it's non-
performance within that time.
C. In the event of termination due to errors, omissions, or negligence of
Consultant, City shall be relieved of any obligation to compensate Consultant
for that portion of work directly affected by such errors, omissions, or
negligence of Consultant. If this Agreement is terminated for any other reason,
City agrees to compensate Consultant for the actual services performed up to
the effective date of the "Notice of Termination ", on the basis of the fee schedule
contained herein.
0
6. SUBCONSULTANT AND ASSIGNMENT
Professional Services Agreement
for the Design of Reach Nos. 3A & 3B
ASL Consulting Engineers, February 12, 1996
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.
7. 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 twenty-two thousand
two hundred and seventy -four dollars ($22,274.00), except as otherwise
provided for herein below.
B. PAYMENT & FEE SCHEDULE
personnel
hourly rates
Principal........................................................... ...............................
$135.00
Sr. Project Manager /Sr. Managing Engineer ............................
125.00
Project Manager /Managing Engineer ........ ...............................
115.00
Project Engineer /Senior Project Coordinator ...........................
60.00
Senior Engineer /Project Coordinator ......... ...............................
88.00
Engineer II and III .......................................... ...............................
80.00
Designer /CAD Operator/ Engineer I .......... ...............................
75.00
Designer/ Draftsperson ................................ ...............................
65.00
Draftsperson.................................................... ...............................
60.00
Technician....................................................... ...............................
4800
Senior Construction Inspector ...................... ...............................
62.00
Construction Inspector .................................. ...............................
56.00
Word Processor /Administrative Support .. ...............................
45.00
Mapping Coordinator .................................... ...............................
78.00
Planner............................................................. ...............................
88.00
Chief of Surveys ............................................. ...............................
95.00
Two -Man Survey Party ................................. ...............................
150.00
Three -Man Survey Party .............................. . ....................... I.......
200.00
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.
0 0
Professional Services Agreement
for the Design of Reach Nos. 3A & 3B
ASL Consulting Engineers, February 12, 1996
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 Utilities 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, in -house reproduction and 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.
S. ADDITIONAL SERVICES
No change in character, extent, or duration of 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 total compensation
exceeding five thousand dollars ($5,000) shall require that an amended Agreement
for such additional services be executed by the Consultant and City.
9. 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 to make transcripts therefrom as deemed necessary at City's
cost, and to allow inspection of all work, data, documents, proceedings and
activities related to this Agreement.
Professional Services Agreement
for the Design of Reach Nos. 3A & 3B
ASL Consulting Engineers, February 12, 1996
10. 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; said policies of
insurance shall be secured from an insurance company assigned Policyholders'
Rating of "A" (or higher) and Financial Size Category "VII" (or larger) in accord
with an industry -wide standard and shall be licensed to do business in the
State of California. However, the minimum rating for the Consultant's Errors
& Omissions carrier shall be "B + ", "VIII" or better.
(1.) An appropriate industry-wide insurance rating standard shall be deemed
"Best's Key Rating Guide', latest edition.
C. Consultant shall maintain the following minimum coverages:
Liability Insurance
General liability coverage shall be provided in the following minimum limits:
Category
Bodily Injury
Property Damage
Aggregate Limits
Amount
$ 1,000,000 each occurrence
$ 1,000,000 aggregate
$ 1,000,000 each occurrence
$ 1,000,000 aggregate
A combined single limit policy with aggregate limits in the amount of one
million dollars ($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).
Professional Services Agreement
for the Design of Reach Nos. 3A & 3B
ASL Consulting Engineers, February 12,1996
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; 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. 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. 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.
13. INTEGRATED CONTRACT
This Agreement represents the full and complete understanding of every kind or
nature whatsoever between the parties hereto and all preliminary negotiations and
agreements of whatsoever kind or nature are merged herein. No verbal agreement or
implied covenant shall be held to vary the provisions hereof. Any modification of this
Agreement will be effective only by written execution signed by both City and
Consultant.
10
i •
Professional Services Agreement
for the Design of Reach Nos. 3A & 3B
ASL Consulting Engineers, February 12, 1996
14. HOLD HARMLESS
Consultant shall indemnify and hold harmless, City, its City Council, boards and
commissions, officers, and employees from and against any and all loss, damages,
liability, claims, suits, costs and expenses, whatsoever, including reasonable costs of
litigation, arising from Consultant's negligent acts, errors or omissions, in the
performance of services hereunder.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on
the first date above written:
APPROVED AS TO FORM:
Robin Clauson
Assistant City Attorney
ATTEST:
City Clerk
Address and Telephone:
City of Newport Beach
3300 Newport Boulevard, P. O. Box 1768
Newport Beach, California 92658 -8915
(714) 644 -3011 (714) 646 -5204 FAX
City of Newport Beach,
a municipal corporation
\J,Aj
John Hedges, Mayor
„City..
ASL Consulting Engineers,
a California Corporation
Steve T desco, Principal
"Consultant"
ASL Consulting Engineers
One Jenner Street, Suite 200
Irvine, California 92718
(714) 727 -7099 (714) 727 -7097 FAX
11
•
6. SUBCONSULTANT AND ASSIGNMENT
Professional Services Agreement
for the Design of Reach Nos. 3A & 3B
ASL Consulting Engineers, February 12, 1996
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.
7. 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 ninety -seven
thousand three hundred dollars ($97,300.00), except as otherwise provided for
herein below.
B. PAYMENT & FEE SCHEDULE
personnel
hourly rates
Principal........................................................... ...............................
$135.00
Sr. Project Manager /Sr. Managing Engineer ............................
125.00
Project Manager /Managing Engineer ........ ...............................
115.00
Project Engineer /Senior Project Coordinator ...........................
98.00
Senior Engineer/ Project Coordinator ......... ...............................
88.00
Engineer II and III .......................................... ...............................
80.00
Designer /CAD Operator/ Engineer I .......... ...............................
75.00
Designer/ Draftsperson ................................ ...............................
65.00
Draftsperson.................................................... ...............................
60.00
Technician....................................................... ...............................
48.00
Senior Construction Inspector ...................... ...............................
62.00
Construction Inspector .................................. ...............................
56.00
Word Processor /Administrative Support .. ...............................
45.00
Mapping Coordinator .................................... ...............................
78.00
Planner............................................................. ...............................
88.00
Chiefof Surveys ............................................. ...............................
95.00
Two -Man Survey Party ................................. ...............................
150.00
Three -Man Survey Party ............................... ...............................
200.00
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.