HomeMy WebLinkAboutC-3004(V) - Professional Services for Dolphin Avenue & Tamura School Well Sites, GroundwaterAGREEMENT
PROFESSIONAL SERVICES FOR
DESIGN OF THE WELL FACILITIES AT TAMURA SCHOOL
AND DOLPHIN AVENUE WELL SITES
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 Daniel Boyle Engineering, Inc., 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 its
16th Street facility, and;
C. City desires to prepare plans and specifications for the construction of well head
facilities at four (4) wells on two sites, known as Tamura School and Dolphin
Avenue well sites 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 has evaluated the expertise of
Consultant and desires to accept their proposal and;
NOW THEREFORE, in consideration of the foregoing, it is mutually agreed and
understood that:
Professional Services Agreement
Design of Well Facilities at Tamura School & Dolphin Avenue Well Sites
Daniel Boyle Engineering, Inc., February 12, 1996
1. 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.
2. SERVICES TO BE PERFORMED BY CONSULTANT
Consultant shall provide the following listed professional services to City for the
design and construction support services for the equipping of four wells at two sites.
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 a final
design meeting for the Project. Other meetings may 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 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.
(2.) Consultant is entitled to rely on materials provided by or through 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.
C. Survey and Mapping
(1.) Consultant shall perform a field survey and aerial topography of the
proposed alignment in a digital format.
0 9
Professional Services Agreement
Design of Well Facilities at Tamura School & Dolphin Avenue Well Sites
Daniel Boyle Engineering, Inc., February 12, 1996
(2.) Consultant shall provide survey control using the latest County of Orange
GPS coordinate system.
D. Plans Preparation
(1.) Consultant shall complete the required drawings and plans for Project. A
listing of those drawings included in this phase shall include at least the
following:
i. Preparation of a "Title Sheet" with the City's Groundwater
Development Project Title Sheet. In addition, prepare a "Second
Sheet" with the legend, notes, benchmark, basis of bearings and
vicinity map associated with the Project.
ii. Preparation of "Detail Sheets" as required to fully illustrate and show
all fittings, connections, jacking and boring locations, bridge
crossings, water valve vault, cathodic protection and appurtenances
associated with the Project.
E. Specifications Preparation
(1.) 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.
(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 main.
(3.) Consultant shall utilize City Standard Specifications and shall prepare
them in the standard format.
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 Project. Estimate shall be transmitted to City with a written
memorandum of transmittal and explanation.
0 •
Professional Services Agreement
Design of Well Facilities at Tamura School & Dolphin Avenue Well Sites
Daniel Boyle Engineering, Inc., February 12, 1996
i. 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:
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.
ii. 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.
iii. 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.
iv. 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.
v. 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 Project. This report shall include, but not be limited to:
Evaluation of on -site geotechnical conditions and their effect on the
proposed pipeline alignment and constructability.
ii. Subsurface investigation including drilling six (6) to eight (8) borings,
laboratory testing and analysis of collected data.
i 46
Professional Services Agreement
Design of Well Facilities at Tamura School & Dolphin Avenue Well Sites
Daniel Boyle Engineering, Inc., February 12, 1996
iii. 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:
i. Review preliminary estimate of corrosive potential from geotechnical
investigation.
ii. Conduct a Wenner 4 -pin soil resistivity survey.
iii. Review records for locations of potential stray current interference
sources.
iv. 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, City agrees 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 shall be responsible for completing applications to obtain any
required permits from the City or other governing agencies.
E. Fulfill all environmental requirements.
F. 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.
Professional Services Agreement
Design of Well Facilities at Tamura School & Dolphin Avenue Well Sites
Daniel Boyle Engineering, Inc., February 12, 1996
4. OWNERSHIP OF DOCUMENTS
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 23231
South Pointe, Laguna Hills, California 92653.
B. Consultant may terminate this Agreement after ten (10) days' written notice
from Consultant to City notifying City of its substantial failure to perform in
accord with the terms of this Agreement, if the City has not corrected its non-
performance within that time.
C. In the event of termination due to errors, omissions, or negligence of
Consultant, 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.
6. SUBCONSULTANT AND ASSIGNMENT
A. None of the services included in this Agreement shall be assigned, transferred,
contracted or subcontracted without prior written approval of City.
7
0
0
Professional Services Agreement
Design of Well Facilities at Tamura School & Dolphin Avenue Well Sites
Daniel Boyle Engineering, Inc., February 12, 1996
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 one hundred and
ninety -five thousand nine hundred and sixty -seven dollars ($195,967.00),
except as otherwise provided for herein below.
B. PAYMENT & FEE SCHEDULE
personnel hourly rates
Managing Engineer ........................................ ...............................
$101.00
Principal Engineer .......................................... ...............................
97.00
Senior Engineer II ........................................... ...............................
94.00
SeniorEngineer I ............................................ ...............................
89.00
Senior Associate Engineer ............................. ...............................
79.00
Associate Engineer II ..................................... ...............................
75.00
Associate Engineer I ....................................... ...............................
71.00
Senior Assistant Engineer ............................ ...............................
68.00
Assistant Engineer II ...................................... ...............................
59.00
Assistant Engineer I ....................................... ...............................
55.00
CADSpecialist ................................................ ...............................
57.00
Senior Designer .............................................. ...............................
55.00
Designer........................................................... ...............................
52.00
CAD /Drafter II ............................................... ...............................
43.00
CAD /Drafter I ................................................ ...............................
36.00
Intern/Aide ..................................................... ...............................
31.00
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.
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.
0
0
Professional Services Agreement
Design of Well Facilities at Tamura School & Dolphin Avenue Well Sites
Daniel Boyle Engineering, Inc., February 12, 1996
(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 twenty thousand dollars ($20,000) 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.
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.
0 •
Professional Services Agreement
Design of Well Facilities at Tamura School & Dolphin Avenue Well Sites
Daniel Boyle Engineering, Inc., February 12, 1996
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 T+", "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).
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.
• •
Professional Services Agreement
Design of Well Facilities at Tamura School & Dolphin Avenue Well Sites
Daniel Boyle Engineering, Inc., February 12, 1996
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.
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.
10
9 •
Professional Services Agreement
Design of Well Facilities at Tamura School & Dolphin Avenue Well Sites
Daniel Boyle Engineering, Inc., February 12, 1996
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 of Newport Beach,
a municipal corporation
John Hedges, Mayor
"City"
Daniel Boyle Engineering, Inc.,
a California Corporation
3
Mess Thomas . Hooker/fr., .E., Vice Pr sident
City Cl "Consult
Address and Telephone:
City of Newport Beach Daniel Boyle Engineering, Inc.
3300 Newport Boulevard, P. O. Box 1768 23231 South Pointe Drive, Suite 103
Newport Beach, Califomia 92658 -8915 Laguna Hills, California 92653
(714) 644 -3011 (714) 646 -5204 FAX (714) 768 -2600 (714) 586 -5188 FAX
11
w
AGREEMENT
CONSTRUCTION MANAGEMENT SERVICES
FOR THE WELLHEAD FACILITIES AT
DOLPHIN AVENUE & TAMURA SCHOOL WELL SITES
GROUNDWATER DEVELOPMENT PROJECT
THIS AGREEMENT is made and entered into this 12th day of November, 1996,
by and between the City of Newport Beach, a municipal Corporation, hereinafter
referred to as "City ", and Daniel Boyle Engineering, Inc., a California Corporation,
hereinafter referred to as "Consultant ".
RECITALS:
1. The City is planning to implement a municipal groundwater pumping and
distribution system with water facilities to deliver potable water to its customers.
2. The City must construct two (2) wellhead buildings, pumps, piping
instrumentation and other appurtenant work at the Dolphin Avenue and Tamura
School Well Sites, hereinafter collectively referred to as "Wellhead Facilities ".
3. The City requires construction management services during the construction of
Wellhead Facilities and desires a project manager and an on -site resident
engineer to oversee the construction and verify the contractor's compliance with
the plans and specifications.
4. Implementation of the Wellhead Facilities require the services of a qualified
professional engineering firm, experienced in construction and contract
management.
5. The City has solicited and received a proposal from Consultant for construction
management, as well as, to provide certain other essential professional services,
as outlined herein below.
6. The City has reviewed the previous experience and evaluated the expertise of
Consultant and desires to accept the proposal submitted by Consultant.
NOW THEREFORE, in consideration of the foregoing, it is mutually agreed and
understood that:
0 0
Professional Services Agreement
Construction Management Services
Wellhead Facilities at Dolphin Avenue & Tamura School Well Sites
Groundwater Development Project
1. 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 herein shall be performed under
their direct supervision, and all personnel engaged in the work shall be fully
qualified and authorized or permitted under state and local law to perform
such services.
2. SERVICES TO BE PERFORMED BY CONSULTANT
A. Consultant shall provide the necessary services to complete the defined tasks
associated with the Wellhead Facilities. Those tasks include the following:
(1.) Meetings with City staff.
a. Consultant shall work with City's Project Manager to coordinate,
schedule and conduct the pre- construction meeting.
b. Consultant shall keep the City's Project Manager apprised of the
progress being made by the contractor. Such appraisal shall be
made by telephone, in writing as appropriate and in meetings.
c. Consultant shall meet with City staff on a weekly basis and shall
schedule and document weekly meetings with the contractor, the
City and its design engineer to discuss project progress and
intended progress for the coming week.
(2.) Prepare a construction procedures manual that shall include the
following:
a. Key individuals and lines of communication.
b. Determine communication devices and procedures.
c. Establish general reporting procedures.
d. Establish construction reporting procedures, including field
clarifications, change orders and shop drawing reviews.
e. Establish field office security and backup procedures.
Develop progress reports and payment request procedures.
g. Develop a master schedule and establish update procedures.
h. Establish document control procedures.
F
0 0
Professional Services Agreement
Construction Management Services
Wellhead Facilities at Dolphin Avenue & Tamura School Well Sites
Groundwater Development Project
Establish a permit tracking system.
j. Establish coordination with adjacent and appurtenant projects
(contractors and design consultants).
k. Establish project close -out procedures.
(3.) Field Office Set -up
a. Consultant shall be responsible for making sure the field office is
set -up and properly equipped, as specified herein below.
(i.) Office trailer to be provided by Contractor.
(ii.) Office furniture and equipment to be provided by Contractor.
(iii.) Consultant shall be responsible for the maintenance of the
construction office, and shall be held accountable and
responsible for any damaged or missing furniture or
equipment.
b. Establish Computer Based Communications
(i.) Contractor will provide and Consultant will utilize a
Macintosh Computer tied to the City's computer network.
(ii.) Consultant will determine any additional software necessary
for use during Wellhead Facilities.
(4.) Construction Services
a. Provide daily updated reports to the City's Project Manager.
b. Log and track all shop drawing submittals with respect to the City,
design consultants and contractors.
c. Observe all construction and coordinate observation of specialty
construction, including, but not limited to: steel or ductile iron
piping, pumps, welding, concrete masonry buildings, electrical,
instrumentation, grading, landscaping, irrigation, connection to
existing water mains, trenching, street resurfacing, disinfection
and appurtenant work.
d. Observe all major materials deliveries to the site to assure they
are in accord with the specifications and approved shop drawings.
e. Coordinate testing of all materials in accord with the
specifications.
3
i •
Professional Services Agreement
Construction Management Services
Wellhead Facilities at Dolphin Avenue & Tamura School Well Sites
Groundwater Development Project
Document construction progress, by preparing a daily record of
construction, daily construction reports and taking 35 mm
photographs at significant times during construction. Pictures
shall be labeled as to date, location and specific task
photographed. In addition, video taping of the existing sites prior
to construction and providing the original tape to City.
g. Conduct progress meetings as necessary, including scheduling
and documenting meetings with the Contractor, City staff, all
judicial agencies and the design engineer.
Coordinate construction survey, Contractor's survey requests,
track and schedule construction surveying. Monitor survey
provided to Contractor and notify Contractor in writing of requests
for restaking which will be the Contractor's financial responsibility.
Coordinate with adjacent construction activities, including
attending coordination meetings with the City, design engineers
and other contractors as they relate to the Reach Nos. 3A & 3B
Pipeline and other projects within the area of the Wellhead
Facility.
j. Coordination with Cities of Newport Beach and Fountain Valley
inspection staff, coordinate Contractor's inspection requests,
track, schedule and monitor all inspections.
k. Coordination of specialty inspectors, Contractors inspection
requests, track, schedule and monitor all inspections.
I. Coordinate soils compaction testing, Contractor's compaction test
requests, track, schedule and monitor soils compaction results.
Monitor soils testing provided to Contractor and notify Contractor
in writing of requests for any retesting which will be the
Contractor's financial responsibility.
m. Administer and track all "Requests for Field Clarification ",
"Change in Conditions" and "Change Orders ", including receiving
"Contractor's requests for Clarification ", "Contractor's Notification
of Change in Conditions" and "Contractor's requests for Change
Orders ". Provide appropriate response and /or recommendations
to and from City. Consult with design engineer on all technical
matters and arrange for and participate in negotiations between
City and the Contractor.
n. Monitor permits under which City has responsibility, monitor the
expiration dates and make application for extensions when
appropriate. Monitor the Contractor's general compliance and
advise the Contractor when non - compliance is observed.
0 0
Professional Services Agreement
Construction Management Services
Wellhead Facilities at Dolphin Avenue & Tamura School Well Sites
Groundwater Development Project
o. Update and analyze the master construction schedule each week,
update the master construction schedule with the previous
week's progress and the Contractor's anticipated projected work.
Analyze actual verses anticipated progress, milestone dates and
final completion. Make recommendations as necessary and
advise City of changes.
p. Process monthly pay estimates, including review of the
Contractor's work progress with City representative on the
Contractor's pay requests; review for accuracy and compare with
actual work completed; make appropriate recommendations to
the City on payment issues and provide a summary report of work
performed during each pay period.
q. Provide document control including processing and filing all
project correspondence and documents, drawings, etc., in accord
with the Procedures Manual.
Monitor Contractor's safety program by observing the
implementation of the Contractor's safety program and report any
deviations from the program. (This action will not relieve
Contractor of sole responsibility for job site safety.) Consultant
shall not assume, and the City shall not require, that Consultant
bears any responsibility or liability for safety of anyone other than
their own employees. Consultant will not be required to work in or
inspect any of the Contractor's work in unsafe working conditions.
Only City will have the authority to issue "Stop Work Orders" to
Contractors.
Observe general site conditions and notify Contractor when
excess materials, etc., must be disposed of and when general site
clean up is required at the Wellhead Facilities.
(5.) Disinfection and Testing
a. Establish and implement a continuous program to monitor
disinfection and testing activities, including the following:
(i.) Review Contractor's proposed disinfection and testing
procedure for all pipelines; analyze procedures with City staff
and design engineer; assist Contractor with any approved
modifications to the procedures, meeting all requirements of
the Standard Special Provisions.
(ii.) Observe and document sweeping, cleaning and swabbing of
the pipeline interiors and other appurtenances.
(iii.) Observe and document pressure testing of the pipelines and
appurtenances with City personnel in accord with the
specifications and approved testing sequence.
0 0
Professional Services Agreement
Construction Management Services
Wellhead Facilities at Dolphin Avenue & Tamura School Well Sites
Groundwater Development Project
(iv.) Observe and document disinfection of the pipelines and well
casings in accord with the specifications.
(6.) Project Close Out
a. Coordinate with City staff, the administration agency, design
engineer and Contractor to prepare project close -out, as follows:
(i.) Determine that all testing has been successfully completed
and all construction is complete and satisfactory.
(ii.) Prepare preliminary punch list of deficiencies.
(iii.) Observe Contractor's successful completion of all work
required by preliminary punch list.
(iv.) Prepare final punch list of deficiencies.
(v.) Observe Contractor's successful completion of all work
required by final punch list. Repeat Steps 1 through 5 until
all items are complete.
(vi.) Consultant shall maintain a record of all changes made
during construction, and periodically (at least monthly)
review Contractor's records to assure Contractor keeps a
record of changes in accord with the specifications.
(vii.) Obtain Contractor's records of changes during construction
(as- builts).
(viii.) Coordinate the production of record drawings with design
consultants. Review completed record drawings and make
recommendations to City on acceptance.
(ix.) Oversee preparation and delivery of O & M Manuals.
Receive required information from Contractor and forward to
design consultants. Review completed O & M Manuals and
make recommendations to "CITY" on acceptance.
(x.) Witness and document delivery of all spare parts and similar
items from the Contractor to City as required by the Contract
Documents.
(xi.) Obtain from the Contractor any written documents required
by the Contract for project close -out.
(xii.) Prepare recommendations to City for preparation of the
"Notices of Completion ".
(xiii.)Deliver all project records to the City in accord with the
Procedures Manual at the end of the project.
6
0 0
Professional Services Agreement
Construction Management Services
Wellhead Facilities at Dolphin Avenue & Tamura School Well Sites
Groundwater Development Project
(xiv.) Remove all equipment and items belonging to Consultant
from the field office.
(7.) Additional Responsibilities
a. Consultant shall assign responsible representatives (Project
Manager and On -Site Resident Engineer) and alternates.
Representatives shall be responsible for duties from contract
negotiations through project completion.
b. If primary representatives should be unable to continue with the
Wellhead Facilities, then the alternate shall become the primary
representative.
c. Any changes in responsible representation must be approved in
advance by the City.
(i.) The City will have the right to reject any proposed changes
in personnel, and may consider such changes a breach of
contract and cause for termination.
3. DUTIES OF THE CITY
In order to assist Consultant in the execution of their responsibilities under this
Agreement, the City agrees to provide the following:
A. Plans, drawings, specifications and cost estimates as may be available or in
existence, which may be germane to the proper execution and completion of
the Wellhead Facilities.
B. Survey information, as may be available and applicable to Wellhead Facilities.
C. Design criteria, hydraulic data and other technical information, as may be
available and appurtenant to Wellhead Facilities.
D. Provide network tie -in for Consultant's office trailer computer.
E. Licensed software and applicable manuals for use by Consultant.
Blueprinting, large orders of photocopying and other services through City's
reproduction company, Banana Blueprint. Consultant must obtain City's
approval prior to any reproduction.
4. TIME OF COMPLETION
A. Consultant shall commence work immediately upon receipt of written notice
to proceed. All work will be completed in a diligent and efficient manner to the
execution of its completion.
0 0
Professional Services Agreement
Construction Management Services
Wellhead Facilities at Dolphin Avenue & Tamura School Well Sites
Groundwater Development Project
B. The term of this Agreement shall expire thirty (30) calendar days after the
date the Wellhead Facilities are 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 Wellhead Facilities.
5. OWNERSHIP OF DOCUMENTS
A. Original 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. Use of complete or incomplete deliverables or documents for
purposes other than the Wellhead Facilities shall be at the sole risk of City.
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 has permission to show prospective clients reports and data which
have been accepted by City as prepared under this Agreement.
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 Consultant's business office at
23231 South Pointe Drive, Suite 103, Laguna Hills, California 92653.
B. Consultant may terminate this Agreement after ten (10) days' written notice
from Consultant to City notifying City of its substantial failure to perform in
accord with the terms of this Agreement, if the City has not corrected its non-
performance within that time.
C. In the event of termination due to errors, omissions, or negligence of
Consultant, 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 ", based on
the fee schedule contained herein.
•
7. ASSIGNMENT
Professional Services Agreement
Construction Management Services
Wellhead Facilities at Dolphin Avenue & Tamura School Well Sites
Groundwater Development Project
A. None of the services included in this Agreement shall be assigned,
transferred, contracted or subcontracted without prior written approval of the
City. Consultant shall not sublet, transfer or assign any work except as
otherwise provided for herein or as authorized in advance by the 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 the City.
8. PAYMENT AND FEE SCHEDULE
A. In consideration for the specified services, City hereby agrees to compensate
Consultant on an hourly basis as set forth below in the "PAYMENT & FEE
SCHEDULE ". In no event shall said amount be greater than one hundred
sixty -four thousand and two hundred dollars ($164,200), except as otherwise
provided for herein below.
B. PAYMENT AND FEE SCHEDULE
personnel hourly rates
Managing Engineer .............................. ...............................
$115.00
PrincipalEngineer ................................ ...............................
110.00
Senior Engineer II ................................ ...............................
98.00
Senior Engineer I ................................. ...............................
93.00
Senior Engineer ................................... ...............................
83.00
Associate Engineer II ........................... ...............................
79.00
Associate Engineer I ............................ ...............................
73.00
Senior Assistant Engineer ................... ...............................
70.00
Assistant Engineer II ............................ ...............................
62.00
Assistant Engineer I ............................. ...............................
58.00
Construction Representative ............... ...............................
62.00
CADSpecialist ..................................... ...............................
62.00
Senior Designer ................................... ...............................
60.00
Designer.............................................. ...............................
58.00
CAD /Drafter II ...................................... ...............................
46.00
CAD /Drafter I ....................................... ...............................
38.00
Intern /Aide ........................................... ...............................
32.00
9
0 0
Professional Services Agreement
Construction Management Services
Wellhead Facilities at Dolphin Avenue & Tamura School Well Sites
Groundwater Development Project
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. The sum of the partial payments
shall not exceed ninety percent (90 %) of the maximum fee as set forth in
paragraph "A" herein above. The balance of the total amount earned shall be
paid upon completion of the work specified herein.
D. In addition to the fixed, not -to- exceed fee, the City agrees to reimburse
Consultant for the actual cost (plus 10 %) for all outside expenses, including
those for: reproduction for copies of plans, reports and related documents,
material costs authorized in advance by the Project Engineer for the City, and
other reasonable expenses where such costs have been advanced by
Consultant and approved in advance by the City.
(1.) Consultant shall provide written records (originals) of all expenses
incurred, and shall report all hours expended in the performance of
duties and tasks on a monthly basis. City agrees to pay Consultant
within thirty (30) calendar days of the receipt of said records and hourly
summary.
(2.) Consultant shall not be compensated for use of Consultant's
equipment, hardware, software materials or reproduction. Said costs
are non- compensable. Time expended by Consultant's personnel on
such equipment shall be paid on the basis of the "Fee Schedule"
herein above.
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.
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 or non - renewed,
except after thirty (30) days' written notice has been received by City ".
Coverage may not be reduced or otherwise materially altered without the
same advance notice to City of such alteration.
10
0 0
Professional Services Agreement
Construction Management Services
Wellhead Facilities at Dolphin Avenue & Tamura School Well Sites
Groundwater Development Project
B. Consultant shall maintain in force at all times during the performance of this
Agreement all policies of insurance required by this Agreement; and said
policies of insurance shall be secured from an insurance company assigned
Policyholders' Rating of "A" (or higher) and Financial Size Category "VIII" (or
larger) in accord with an industry-wide standard and shall be licensed to do
business in the State of California. However, the minimum rating for the
"Consultant's" Errors & Omissions carrier shall be "A ", "VIII" or better.
(1.) An appropriate industry -wide insurance rating standard shall be
deemed "Best's Key Rating Guide ", latest edition.
C. Consultant shall maintain the following minimum coverages
Liability Insurance
General liability coverage shall be provided in the following minimum limits:
Category
Bodily Injury
Property Damage
Amount
$1,000,000 each occurrence
$1,000,000 aggregate
$1,000,000 each occurrence
$1,000,000 aggregate
A combined single limit policy with aggregate limits in the amount of
$1,000,000 will be considered equivalent to the required minimum limits.
Errors & Omissions Insurance
Errors & Omissions coverage shall be provided in the amount of one million
dollars ($1,000,000).
D. Subrogation Waiver
In the event of loss or claim of loss due to any of the perils for which it has
agreed to provide general liability insurance, Consultant shall look solely to its
insurance for recovery. Consultant hereby grants to City, on behalf of any
general liability insurer providing insurance to either Consultant or City with
respect to the services of Consultant, a waiver of any right of subrogation
which any such insurer of said Consultant may acquire against City by virtue
of the payment of any loss under such insurance.
11
0 0
Professional Services Agreement
Construction Management Services
Wellhead Facilities at Dolphin Avenue & Tamura School Well Sites
Groundwater Development Project
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. 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 costs of litigation.
i k � P► � i � N :7_� � � � Z K � 7 ►1 � : 1_L �
This Agreement represents the full and complete understanding of every kind or
nature whatsoever between the parties hereto and all preliminary negotiations and
agreements of whatsoever kind or nature are merged herein. No verbal
agreement or implied covenant shall be held to vary the provisions hereof. Any
modification to this Agreement will be effective only by written execution signed by
both City and Consultant.
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 herein.
12
i •
Professional Services Agreement
Construction Management Services
Wellhead Facilities at Dolphin Avenue & Tamura School Well Sites
Groundwater Development Project
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on
the first date above written:
IU = :,* i]T I A IN-116"I 116301 : 1 AN
City of Newport Beach,
a municipal corporation
Zip"
Robin Claus �an!Debay, Mayor
Assistant City Attorney / Cij
Daniel Boyle Engineering, Inc.
a California Corporation
?U)U
L Vonne Harkless omas BA Took Jr , P. ., Vice Presi ent
City Clerk Consultant
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)
13
Daniel Boyle Engineering, Inc.
23231 South Pointe Drive, Suite 103
Laguna Hills, California 92653
(714) 768 -2600 (714) 586 -5188 (FAX)
• BY THE MYCOUNpL
FN B February 12, 199E
FEB ' CITY COUNCIL AGENDA
ITEM NO. 12
TO: MAYOR&MEMBERS -E)F THE CITY COUNCIL
FROM: PUBLIC WORKS DEPARTMENT
SUBJECT: PROFESSIONAL SERVICES AGREEMENT FOR PREPARATION OF
PLANS & SPECIFICATIONS BY DANIEL BOYLE ENGINEERING,
INC. FOR DOLPHIN AVENUE AND TAMURA SCHOOL WELL SITES
IMPROVEMENTS (C- 3004 -V) AS PART OF THE GROUNDWATER
DEVELOPMENT PROJECT
RECOMMENDATION:
Authorize the Mayor
Services Agreement
Engineering, Inc. t
construction of site
Dolphin Avenue and
exceed $195,967.
BACKGROUND:
and City Clerk to execute a Professional
in behalf of the City, with Daniel Boyle
i prepare Plans and Specifications for
improvements and well equipment at the
Tamura School Well Site for a fee not to
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 from the lower aquifers, a
pump and pump housing must be constructed at the two (2) well site locations
in Fountain Valley.
The Groundwater Development Project requires that after the four
(4) wells have been drilled and tested, that pumps, pump houses and
equipment be installed to transfer the groundwater through transmission
pipelines to the 16th Street Reservoir and Pump Station. The services for this
portion of the overall project will provide construction drawings and
specifications for the pumps and well facilities at the Dolphin Avenue and
Tamura School well sites. Refer to vicinity map, Exhibit "A ".
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 past experience
with similar type projects within Orange County. 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.
. . Page 2
Groundwater Development Project
Dolphin-Avenue & Tamura School Well Sites
February 12, 1996
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, an
engineering staff member who is also a registered professional engineer from
the same engineering firm and two (2) Utilities staff members. On the basis of
a detailed ranking of the various firms, the selection committee chose Daniel
Boyle Engineering, Inc. as the most qualified firm to perform the required
professional services to complete the pipeline design. The numerical ranking of
the selection committee and criteria is attached as Exhibit "B ".
A summary discussion of the detailed criteria used to evaluate the
qualifications of the six engineering firms is also provided as an attachment to
this report. Refer to Exhibit "C ". The key areas of review were:
1. Related Project Experience
2. Project Staff Assigned
3. Grasp of Project Requirements
4. Approach to Project Management
5. Proposed Project Schedule
6. Proposed Labor Costs
The most highly qualified firm for this project was selected based
on the listed criteria and their abilities demonstrated on other similar projects
in the past. A key factor was their very satisfactory performance on the design
of the 3.0 Million Gallon 16th Street Reservoir and past experiences with
similar well projects within the Orange County Groundwater Basin. The firm of
Daniel Boyle Engineering, Inc. has a team of well qualified, technical
professionals and designers who have extensive experience with similar water
well, 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 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.
THE CONSULTANT'S SERVICES:
The proposed Professional Services Agreement with Daniel Boyle
Engineering, Inc. provides for: preparation of a preliminary design report;
coordination with other agencies; preparation of specifications; preparation of
construction plans; written special provisions for project construction; and
compilation of documents suitable for bidding and awarding a contract for
construction. The negotiated not -to- exceed fee for the work proposed is
$195,967, with charges to be based on the wage rates in their proposal.
. Page 3
Andwater Development Project
Dolphin Avenue & Tamura School Well Sites
February 12, 1996
STAFF RECOMMENDATION & FUNDING:
If approved, the final design effort can commence almost
immediately. The critical -path schedule for timely completion of the overall
project requires that the consultant's plans for this phase of the project be
completed by fall 1996. This phase of the Groundwater Development Project
must be carefully coordinated with the other pipeline design components and
the well drilling contract.
Construction of the pump houses with necessary appurtenances at
the two (2) well sites is proposed to begin by the end of 1996 after the
completion of the four (4) wells. This will integrate properly with the
construction of the other pipeline construction segments within the City of
Fountain Valley and allow testing of the 16th Street Reservoir and Pump
Station as it nears completion. The Professional Services Agreement requires
completion of the design plans and specifications by October, 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��L '.�, -
M' hael J. Sinacori, P.E.
(Acting) Utilities Manager
MJS:tam
Attachments: "A ": Project Vicinity Map
"B ": Proposal Evaluation Matrix
"C ": Proposal Matrix Criteria
CITY OF
BEACH
TAMURA
N PORT
PR OSED
SCHOOL WELL
EXIST. OCWO
SEAWATER MAIN
WITHIN TALBERT
CHANNEL
0
PROPOSED 24"
WATER TRANSMISSION
MAIN Reach Nos. 3A & 38
SCALE: "' = 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
0
DOLPHIN AVENUE AND TAMURA SCHOOL
WELL SITES DESIGN PROJECT
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 "Statements of Qualifications ", past experience working
on similar projects and recent experience working with the City. The three (3)
firms which submitted proposals are listed below:
AKM Consulting Engineers (AKM)
2. ASL Consulting Engineers (ASL)
3. Daniel Boyle Engineering, Inc. (DBE)
The proposals were reviewed by the Public Works Selection Committee and
were ranked based on the content of their proposals with respect to the
following categories; related project experience, project staff assigned, grasp of
project requirements, approach to project management, proposed project
schedule and their proposed labor breakdown.
Based on a complete analysis of the written proposals, the Committee deemed
all three (3) proposing firms, AKM, ASL and DBE, were capable of performing
the work required by this project. In addition, each firm has past experience
working with the City on the overall Groundwater Development Project.
After careful review, the Public Works Selection Committee, recommends that
DBE be awarded the project. This recommendation is based on the quality of
DBE's proposal with respect to the proposed scope of work, DBE's basis of the
approach to the design, their overall project staff assignment, their recent
project experience with similar well design projects within the Orange County
Groundwater Basin and their understanding of the importance of this project
to the City. In addition, DBE has past experience working with City staff and
were the engineer of record for the 3.0 million gallon reservoir as part of the
City's Groundwater Development Project.
A ranking matrix is attached. The following paragraphs describe the rationale
behind each ranking in each category.
• Page 2
Dolphin Avenue and Tamura School
Well Sites Design Project
Consultant Matrix Criteria
Related Project Experience
The proposing firms were ranked on recent project experience relative to
engineering services for similar well projects within Orange County. Local
experience with similar projects was a large element in determining the ability
of the consultant to complete the assigned tasks. More weight was given to
firms who had Orange County experience and with greater emphasis on Orange
County Groundwater Basin experience. Familiarity with standard construction
procedures, local conditions and communication with other agencies was
highly important.
All three (3) firms provided information in the proposal on past projects with
similar experience with well site design and were determined based on previous
experience to be capable of performing the work.
Project Staff Assigned
The project staff and their respective qualifications are a key requisite for this
project. The work experience of the individual professional staff members is
vital to the success and efficiency of the effort to effectively oversee such an
engineering project with the delicate intricacy of managing and coordinating
this work effort with the City of Fountain Valley, the Fountain Valley School
District, the First Baptist Church and the Vista Valley High School.
In addition, the project team must work as one unit with City Staff towards
completion of the Project. Given the complex nature of this project, the
experience and capability of the project team affects other key areas, such as
the ability of the consultant to meet the required tasks and to provide efficient
project coordination with the City.
AKM, ASL and DBE had experienced key staff assigned to the project that have
worked with the City on previous projects. However, DBE had the strongest
project team proposed primarily because their previous work effort with well
design projects in Orange County.
Grasp of the Project Requirements
It is imperative for this project, since it is the critical link for the entire
Groundwater Development Project, that the full scope and extent of the work
requested by the City be clearly identified and understood by the consultants
in their written proposals.
During the proposal process, all three (3) firms sought additional information
from the City. They brought members of their proposed project team to meet
with members of the Utilities Division staff and /or the Selection Committee. In
addition, during these meetings, the City interviewed each firm with respect to
past experiences with similar projects, each firm's current workload and an
overall commitment to the Project.
• 0 Page 3'
Dolphin Avenue and Tamura School
Well Sites Design Project
Consultant Matrix Criteria
From the written proposals, each firm demonstrated a reasonable
understanding of the project requirements and the different components
necessary for design and construction, including integrating the telemetry
system with the 16th Street Reservoir site, coordination of the electrical service
with South California Edison, coordination with the City of Fountain Valley and
the Fountain Valley School District for permits and the overall Groundwater
Development Project design and construction schedule.
The scope of work will be a major part of this project. This factor is important
to the consultant's ability to effectively manage and organize the required tasks
prior to construction, during construction and final project close out. Two (2)
firms (AKM and DBE) demonstrated a good understanding of the control of
time with respect to completion of the project, but ASL's proposal firmly
incorporated the City's desire to complete this project with a time frame that
will allow the City to bring groundwater to the 16th Street Reservoir by the end
of the summer in 1996.
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. DBE's project manager has had recent success in managing the
design and construction of well facilities within a residential community.
Proposed Project Schedule
The project schedule is a critical component for this project. In the City's
request for proposal (RFP), a suggested design schedule was included based on
the availability of the test pumping data from the well drilling operation.
During the proposal meeting with each firm, it was discussed that each firm
should look at the suggested schedule and make any recommendations for
compressing the design schedule, so that the City will be allowed to pump
groundwater to the 16th Street Reservoir site at an earlier date then suggested
in the RFP. Each firm provided a recommendation for accelerating the design
schedule based on using optimum flows from the well site. DBE suggested a
schedule that, working in conjunction with the City's hydogeologist, the wells
could be equipped with pumps and water could be flowing to the reservoir by
the end of the winter, 1996,
• Page 4
Dolphin Avenue and Tamura School
Well Sites Design Project
Consultant Matrix Criteria
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 DBE provided the most thorough engineering services value
based on number of hours versus the overall design fee.
Groundwater Development Project
Professional Engineering Services
Dolphin Avenue Tamura School Well Site Project
Rankings:
1 - Fair
2 - Average
3 - Good
4 - Very Good
5- Excellent
AKM Consulting
ASL Consulting
Daniel Boyle
Weights
Engineers
Engineers
Engineering, Inc.
PROPOSAL CONTENr
Related Project Experience
4.00
4.00
4.00
25.00%
Project Staff Assigned
3.75
3.75
3.75
25.00%
Grasp of the PrcJect Requirements
4.00
4.50
4.25
10.00%
Approach to Project Management
3.75
4.00
4.50
20.00%
Proposed Project Schedule
3.25
4.00
3.75
10.00%
Proposed labor Breakdown
3.75
3.75
4.00
10.00%
Total Weighted Score
3.79
3.96
4.04
Rankings:
1 - Fair
2 - Average
3 - Good
4 - Very Good
5- Excellent