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