Loading...
HomeMy WebLinkAboutC-2909 - Professional services for San Joaquin Hills Road Reclaimed Water Project0 f CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 T0: FINANCE DIRECTOR FROM: CITY CLERK DATE: November 9, 1992 SUBJECT: Contract No. C -2909 (714) 644 -3005 Description of Contract Professional Services Agreement for San Hills Road Reclaimed Water Effective date of Contract September 24, 1992 Authorized by Minute Action, approved on October 26, 1992 Contract with ASL Consulting Engineers Address One Jenner Street, Suite 200 Irvine. CA 92718 Amount of Contract (See Agreement) "X� 6 Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach 1 ...�L1 CITY OF NEVHFO:'i'i OCT 2 6 1992 Octob•26, 1992 CITY COUNCIL AGENDA ITEM NO. 6 TO: Mayor & Members of the City Council FROM: Utilities Department SUBJECT: SAN JOAQUIN HILLS ROAD RECLAIMED WATER SYSTEM PROFESSIONAL DESIGN CONTRACT SERVICES CHANGE OF DESIGN CONSULTANT ( CONTRACT No. 2909) RECOMMENDATIONS: 1. Approve a change in consulting engineering firms. 2. Rescind approval of the Professional Services Agreement with Willdan Associates. 3. Authorize Mayor & City Clerk to execute a Professional Services Agreement with ASL Consulting Engineers for design services related to the San Joaquin Hills Road Reclaimed Water Project. DISCUSSION: The City Council approved a professional services agreement with Willdan Associates of Anaheim, California at the Council meeting on May 11, 1992. (See attached staff report, Attachment "Al The principal engineer assigned to lead and manage the design project team for the consultant, left Willdan Associates' employ before the firm commenced work on the contract. Willdan Associates approached the City and offered to rescind the proposed design service contract. City staff reviewed proposals originally submitted by other consulting firms for the design of the project and determined that, given the consultant's key staff change, the best qualified and most experienced firm to perform the work would be ASL Consulting Engineers of Irvine, California. The scope of work to be undertaken by the consultant will remain the same a previously proposed. The fees will be less and will be paid on a time and materials basis at standard hourly rates, with a cost "not -to- exceed". The "not -to- exceed" amount will be $48,484. Staff recommends approval of the proposed consultant change. If approved, work will commence promptly. JFRr ST)tNEAFUT Jeff Staneart, P.E. (Acting) Utilities Director ]s: sdf Attachment: Recycled report from May 11, 1992 Item [ F -3a I less exhibit (301 • May 0 1992 CITY COUNCIL AGENDA ITEMS —NO. F-3=- TO: Mayor & Members of the City Council FROM: Utilities Department U SUBJECT: SAN JOAQUIN HILLS ROAD RECLAIMED WATER SYSTEM AWARD OF PROFESSIONAL SERVICES CONTRACT FOR DESIGN RECOMMENDATIONS: 1. Authorize Mayor & City Clerk to execute a Professional Services Agreement with Willdan Associates for design services related to the San Joaquin Hills Road Reclaimed Water Project. DISCUSSION: In 1989, the City Council's Utilities Committee asked staff to coordinate and implement a reclaimed water project with the Irvine Ranch Water District as the Newport Coast Area is developed. As a result of this request and the coordinated development efforts, IRWD constructed a 6 -inch diameter reclaimed water main at the time San Joaquin Hills Road was extended from Spyglass Hill Road to Newport Coast Drive. The reclaimed water system serving the Newport Coast Area has recently been made operational. The proposed project will provide for the purchase of treated wastewater from IRWD at the City limit. Newport Beach will construct a pipeline for delivery of irrigation water in San Joaquin Hills Road from Spyglass Hill Road to Marguerite Avenue. The project will be capable of delivering approximately 150 acre -feet annually (50 million gallons), to irrigation customers. The largest of the customers will be the Pacific View Cemetery and the Lincoln School Athletic Field. (see Exhibit "A ") Staff has solicited proposals for design of the project from qualified consulting engineering firms. Willdan Associates of Anaheim was selected as the best qualified and most experienced firm to perform the required services. Their previous experience includes work on Central Basin MWD's, "Central Reclamation Project ", extensive work on the OCWD, "Green Acres Project, Phase I" in Fountain Valley and work for the South Coast Water District on reclaimed water transmission pipelines in Dana Point. The scope of work to be undertaken by the consultant will include hydraulic design of the project transmission pipeline; preparation of detailed plans and specifications for pipeline construction; preparation of a Title 22 Project Report for submission to the State of California; preparation of a construction cost estimate; and to assist the City of Newport Beach during the construction phase of the project. Page 2 an Joaquin Hills Road eclaimed Water Design Nay, 1, 1992 The consultant fees would be paid on a time and materials basis at standard hourly rates to complete the project tasks for a cost "not -to- exceed" $50,500. The City's 1992 -93 Capital Improvement Program includes an appropriation for construction of the San Joaquin Hills Road Reclaimed Water Project. Funds for this design contract are available in the current budget in account number 7503 - 5000020. Staff recommends approval of this project design contract. If approved work could commence by June 1St, 1992. Je=F S�iir Jeff Staneart, P.E. (Acting) Utilities Director Js: sdf Attachment: Exhibit "A ": Project limits Map • i c -29o9 AGREEMENT PROFESSIONAL SERVICES FOR DESIGN OF THE SAN JOAQUIN HILLS ROAD RECLAIMED WATER TRANSMISSION LINE THIS AGREEMENT is made and entered into this 14 T' day of September 1992, 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'. 1rr /"IrI =Y.Ymeffig.A WHEREAS, the "CITY proposes to connect to the terminus of a Irvine Ranch Water District reclaimed waterline at San Joaquin Hills Road and Spyglass Hill Road, and; WHEREAS , the "CITY' proposes to extend a reclaimed waterline into the City of Newport Beach, and; WHEREAS, the "CITY', desires to utilize reclaimed wastewater for irrigation wherever such sources are available, and; WHEREAS, the "CITY' seeks to reduce consumption of domestic water for irrigation purposes, and; WHEREAS, a cooperative agreement between the Irvine Ranch Water District and the "CITY' has been established for supplying said reclaimed waterline, and; WHEREAS, the construction of said reclaimed waterline requires preparation of plans for such construction, and; WHEREAS, the "CITY' has requested a proposal for preparation of specifications and final construction plans, and; WHEREAS, "CONSULTANT' has submitted a proposal for costs and services as outlined herein below, and; WHEREAS, the "CITY' desires to accept said proposal; NOW THEREFORE, in consideration of the foregoing, it is mutually agreed and understood that: I. GENERAL A. "CITY' engages "CONSULTANT' to perform the described services for the consideration hereinafter stated. 0 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 /her 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, in writing, by the "CITY ". II. SERVICES TO BE PERFORMED BY CONSULTANT "CONSULTANT" shall provide the following listed professional services to "CITY ". A. Provide utility, centerline and street right -of -way research to identify and show the location and existence of all underground utilities and improvements within the vicinity of the proposed reclaimed water pipeline. B. Provide field investigation to verify the location of all appurtenances and improvements within the vicinity of the proposed reclaimed water transmission line. C. Prepare discharge permit report addressing the design, installation and operation of the reclaimed water transmission line. This report shall meet the approval of the City of Newport Beach, Utilities Department, Irvine Ranch Water District , State Department of Health Services, County Health Department and the State Regional Water Quality Control Board. D. Meet with the Irvine Ranch Water District to coordinate the proposed interconnection. E. Perform hydraulic analysis and provide a written report for the sizing of the transmission line and service connections. F. Prepare complete construction and traffic control plans, specifications and cost estimates sufficient for installation of the proposed 'PROJECT'. Plans and specifications shall be in accord with all applicable City Standards and shall provide conformance to all applicable Agency permit requirements. Plans shall be ink on mylar, with plan and profile views shown on "D- sized" plan sheets. Plans shall include the following items: 1. Details of the reclaimed water interconnection meter, each service connection and backflow device for the listed customers and all other pipeline appurtenances. 2 0 2. Profile view (section) of the proposed line along its entire length, showing all other utility lines and conduits explicitly. 3. All special materials, procedures and scheduling for tie -ins to existing facilities shall be addressed in the plans and specifications. 4. Plans shall include the location, size, shape, type of material and owner for all utility lines and conduits. G. Assist the "CITY" in obtaining the required permits from the affected agencies. H. Meet with the "CITY" and provide project coordination as required to complete the tasks appurtenant to the work described herein. I. Prepare "As- Built" drawings upon completion of construction. This includes preparation of plan revisions and/or clarification as required throughout construction. I11. DUTIES OF THE CITY In order to assist the "CONSULTANT' in the execution of his responsibilities under this Agreement, "CITY" agrees to provide the following: A. Provide any background information, reports or "As- Built" drawings as may be available or are in existence, which may be germane to the proper preparation and completion of the plans and specifications. B. Assist as liaison between "IRVINE RANCH WATER DISTRICT' and "CONSULTANT' for any matters as are appurtenant to the "Cooperative Agreement" by and between "CITY" and said "DISTRICT', or as a consequence of any of the actions of "CONSULTANT' to accomplish the requirements of this 'Professional Services Agreement' C. The "CITY" shall be responsible for and obtain any required permits from the governing agencies with the assistance of "CONSULTANT". IV. TIME OF COMPLETION "CONSULTANT" shall commence work immediately upon written notice to proceed. Work as required herein shall be completed within one hundred (100) calendar days from the date of the written notice to proceed. 3 0 9 V. OWNERSHIP OF DOCUMENTS Original drawings, reports, notes, maps and other documents relating to the plans shall become the exclusive property of "CITY" and may be reproduced as deemed necessary by "CITY" or its duly authorized representative. No report, drawing, map, document or other data given to or prepared or assembled by "CONSULTANT" pursuant to this Agreement shall be made available to any individual or organization by "CONSULTANT" without prior written approval by "CITY ". The "CITY" will not reuse the original drawings, reports, notes, maps and other documents without written consent of the "CONSULTANT ". VI. RIGHT OF TERMINATION "CITY" reserves the right to terminate this Agreement at any time by giving "CONSULTANT" three (3) 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 VII. SUBCONTRACTORS AND ASSIGNMENT A. None of the services included in this Agreement shall be contracted or subcontracted without prior written approval of "CITY ". B. "CONSULTANT" shall not assign or transfer any interest in this Agreement, whether by assignment or novation, without the prior written consent of "CITY "; 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 ". VIII. PAYMENT AND FEE SCHEDULE A. In consideration for the performance of the specified services, "CITY" hereby agrees to compensate "CONSULTANT" on an hourly basis as set forth herein below in the "FEE SCHEDULE ". In no event shall said amount be greater than the amount of Forty Five Thousand Four Hundred Eighty Four Dollars ($45,484) except as otherwise provided for herein. 9 9 B. FEE SCHEDULE Personnel 0 Hourly Rate Principal........................ ............................... ........................$118.00 Sr. Managing Engineer /Sr. Project Manager ............... 110.00 Managing Engineer /Project Manager ........................... 102.00 Project Engineer/ Project Manager .. ............................... 94.00 Senior Registered Engineer .............. ............................... 82.00 Registered Engineer ............................ ............................... 77.00 Engineer III ........................................... ............................... 74.00 EngineerII ............................................ ............................... 70.00 EngineerI .............................................. ............................... 64.00 SeniorDesigner ................................... ............................... 72.00 Designer................................................ ............................... 64.00 Designer/ Draftsperson ....................... ............................... 58.00 Draftsperson......................................... ............................... 56.00 Junior Engineer /Junior Draftsperson ........................... 45.00 CADOperator ...................................... ............................... 68.00 Senior Construction Inspector ......... ............................... 58.00 Construction Inspector ...................... ............................... 54.00 Word processor ................................... ............................... 40.00 Technician............................................ ............................... 32.00 C. The contract amount shall be paid to "CONSULTANT" in monthly partial payments based on the amount earned each month based on the actual hours of labor expended as determined by the Project Manager for "CITY". The sum of the monthly 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. Expense items associated with the design services such as blueprinting and reproduction for plan submittal and bid sets, messenger service and other direct expenses shall be reimbursed to "CONSULTANT" at cost plus ten percent (10 %) provided that all original invoices for such charges and expenses are submitted to "CITY' with billings. "CONSULTANT" estimates the total amount of such reimbursable expenses shall be less than Three Thousand Dollars ($3,000) and such amount is included in the not -to- exceed figure stated in subparagraph "A" herein above. Items such as mileage, supplies, or telephone expenses will not be reimbursed. 5 0 0 IX. ADDITIONAL SERVICES No change in character, extent, or duration of the work to be performed by "CONSULTANT" shall be made without prior written approval from "CITY ". In consideration for performance of additional services authorized by "CITY" in writing, "CITY" hereby agrees to compensate "CONSULTANT" an amount based upon the hourly rate as submitted to the "CITY" in a "FEE SCHEDULE ", except that an increase in the total compensation exceeding Four Thousand Five Hundred Dollars ($4,500.00) shall require that an amended Agreement for such additional services be executed by the "CONSULTANT" and "CITY ". X. 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 to such books and records, and gives "CITY" the right to examine and audit same, and to make transcripts therefrom as deemed necessary, and to allow inspection of all work, data, documents, proceedings and activities related to this Agreement. XI. INSURANCE A. On or before the date of execution of this Agreement, "CONSULTANT" shall furnish "CITY" with certificates showing the type, amount, class of operations covered, effective dates and dates of expiration of insurance policies. Such certificates which do not limit "CONSULTANT's" indemnification, shall also contain substantially the following statement: "The insurance covered by this certificate may not be canceled or materially altered, except after ten (10) days' written notice has been received by "CITY ". B. "CONSULTANT" shall maintain in force at all times during the performance of this Agreement, policies of insurance required by this Agreement; and said policies of insurance shall be secured from an insurance company assigned Policyholders' Rating of "B" (or higher) and Financial Size Category "XV" (or larger) in accord with an industry -wide standard and shall be licensed to do business in the State of California. 1. An appropriate industry -wide insurance rating standard shall be deemed "BEST'S KEY RATING GUIDE ", latest edition. 0 0 C. CONSULTANT shall maintain the following minimum coverage's: Liability Insurance General liability coverage shall be provided in the following minimum limits: Category Amount Bodily Injury $ 500,000 each person $ 500,000 each occurrence $ 500,000 aggregate Property Damage $ 500,000 each occurrence $ 500,000 aggregate Automobile $ 500,000 each occurrence 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. Professional liability coverage shall be provided in the minimum amount of Five Hundred Thousand Dollars ($500,000). Workers' Compensation Insurance shall be provided to cover its employees as required by the California Labor Code. D. Additional Insured "CITY ", its City Council, boards and commissions, officers, agents, servants and employees shall be named as an additional insured under all insurance policies except "professional liability coverage" required under this Agreement. 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. 7 XII. WAIVER A waiver by "CITY" of any breach of any term, covenant, or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained herein whether of the same or different character. XIII. COST OF LITIGATION If any legal action is necessary to enforce any provision hereof or for damages by reason of an alleged breach of any provisions of this Agreement, the prevailing party shall be entitled to receive from the losing party all costs and expenses in such amount as the court may adjudge to be reasonable cost of litigation. XIV. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions hereof. Any modification of this Agreement will be effective only by written execution signed by both "CITY" and "CONSULTANT ". XV. HOLD HARMLESS "CONSULTANT" shall indemnify and hold harmless, "CITY ", its City Council, boards and commissions, officers, agents, servants, and employees from and against any and all loss, damages, liability, claims, suits, costs and expenses, whatsoever, including reasonable costs of litigation, regardless of the merit or outcome of any such claim or suit, arising from or in any manner connected to "CONSULTANT'S" errors, negligent acts, omissions, or work conducted pursuant to this Agreement. • ! IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the first date above written: APPROVED AS TO FORM: Address and Telephone: City of Newport Beach 3300 Newport Boulevard Post Office Box 1768 Newport Beach, California 92658 -8915 (714) 644 -3011 W CITY OF NEWPORT BEACH, a municipal corporation eviA J urphy City Manager "CITY" ASL Consulting Engineers a California corporation Steve Tedesco Principal "CONSULTANT" ASL Consulting Engineers One Jenner Street Suite 200 Irvine, California 92718 (714) 727 -7099 (;01 .� CITY OF I�7V,t - May 11, 1992 MAY 1 1 1992 CITY COUNCIL AGENDA ...mm^%irn ITEM NO. F -3(a) TO: Mayor & Members of the City Council FROM: Utilities Department C _ SUBJECT: SAN JOAQUIN HILLS ROAD RECLAIMED WATER SYSTEM AWARD OF PROFESSIONAL SERVICES CONTRACT FOR DESIGN RECOMMENDATIONS: 1. Authorize Mayor & City Clerk to execute a Professional Services Agreement with Willdan Associates for design services related to the San Joaquin Hills Road Reclaimed Water Project. oes vim, cis �� q n �aNCnEr� � Asp DISCUSSION: 536WEE12S CAGR6EM6.�r IaaTL� � 9/24'92 In 1989, the City Council's Utilities Committee asked staff to coordinate and implement a reclaimed water project with the Irvine Ranch Water District as the Newport Coast Area is developed. As a result of this request and the coordinated development efforts, IRWD constructed a 6 -inch diameter reclaimed water main at the time San Joaquin Hills Road was extended from Spyglass Hill Road to Newport Coast Drive. The reclaimed water system serving the Newport Coast Area has recently been made operational. The proposed project will provide for the purchase of treated wastewater from IRWD at the City limit. Newport Beach will construct a pipeline for delivery of irrigation water in San Joaquin Hills Road from Spyglass Hill Road to Marguerite Avenue. The project will be capable of delivering approximately 150 acre -feet annually (50 million gallons), to irrigation customers. The largest of the customers will be the Pacific View Cemetery and the Lincoln School Athletic Field. (see Exhibit "A ") Staff has solicited proposals for design of the project from qualified consulting engineering firms. Willdan Associates of Anaheim was selected as the best qualified and most experienced firm to perform the required services. Their previous experience includes work on Central Basin MWD's, "Central Reclamation Project ", extensive work on the OCWD, "Green Acres Project, Phase I" in Fountain Valley and work for the South Coast Water District on reclaimed water transmission pipelines in Dana Point. The scope of work to be undertaken by the consultant will include hydraulic design of the project transmission pipeline; preparation of detailed plans and specifications for pipeline construction; preparation of a Title 22 Project Report for submission to the State of California; preparation of a construction cost estimate; and to assist the City of Newport Beach during the construction phase of the project. • ge 2 an Joaquin Hills Road Reclaimed Water Design May 11, 1992 The _consultant fees would be paid on a time and materials basis at standard hourly rates to complete the project tasks for a cost "not -to- exceed" $50,500. The City's 1992 -93 Capital Improvement Program include-s--an appropriation for construction of the San Joaquin Hills Road Reclaimed Water Project. Funds for this design contract are available in the current budget in account number 7503 - 5000020. Staff recommends approval of this project design contract. If approved work could commence by June lst, 1992. JFff STAN6APQ -r Jeff Staneart, P.E. (Acting) Utilities Director JS: sdi Attachment: Exhibit "A ": Project limits Map page 3 of 3 44 / st � � / n 9 � �;V`i I City of Newport Beach I EXHIBIT "A" Sail Joaquin I fills Road Reclaimed Water Project Customer Locations