Loading...
HomeMy WebLinkAboutC-3332 - Corona del Mar Water Transmission Main DesignPROFESSIONAL SERVICES AGREEMENT FOR DESIGN OF BIG CANYON RESERVOIR CORONA DEL MAR WATER TRANSMISSION MAIN THIS AGREEMENT, entered into this 2ILL day of a 2000, by and between CITY OF NEWPORT BEACH, a Municipal Corporation (hereinafter referred to as "City "), and Robert Bein, William Frost & Associates, whose address is 14725 Alton Parkway, Irvine California, 92618 -2069 a California Corporation (hereinafter referred to as "Consultant'), is made with reference to the following: RECITALS A. City is a Municipal Corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is planning to install a Water Transmission Main from the Big Canyon Reservoir (BCR) to a connection point at East Coast Highway and MacArthur Boulevard, referred to as the Big Canyon Reservoir Corona del Mar Water Transmission Main ('Project'). C. City desires to engage Consultant to provide professional civil engineering services for the Project upon the terms and conditions contained in this Agreement. D. The principal members of Consultant for purpose of Project are Michael P. Rudinica, P.E., Executive Vice President and Lawrence E. Gallery, P.E., Project Manager. E. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant and desires to contract with Consultant under the terms of conditions provided in this Agreement. -1- NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the 1st day of April 2000, and shall terminate on the Vt day of December 2000, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the duties set forth in the scope of services, attached hereto as Exhibit "A" and incorporated herein by reference. 3. COMPENSATION TO CONSULTANT City shall pay Consultant for the services in accordance with the provisions of this Section and the scheduled billing rates set forth in Exhibit "B" attached hereto and incorporated herein by reference. No rate changes shall be made during the term of this Agreement without prior written approval of City. Consultant's compensation for all work performed in accordance with this Agreement shall not exceed the total contract price of one hundred and eight -six thousand nine hundred and fifty -six dollars ($186,956). 3.1 Consultant shall maintain accounting records of its billings which includes the name of the employee, type of work performed, times and dates of all work which is billed on an hourly basis and all approved incidental expenses including reproductions, computer printing, postage and mileage. 3.2 Consultant shall submit monthly invoices to City, payable by City within thirty (30) days of receipt of invoice, subject to the approval of City. y1A 0 3.3 Consultant shall not receive any compensation for extra work without prior written authorization of City. Any authorized compensation shall be paid in accordance with the schedule of the billing rates as set forth in Exhibit "B ". 3.4 City shall reimburse Consultant only for those costs or expenses which have been specifically approved in this Agreement, or specifically approved in advance by City. Such cost shall be limited and shall include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services which Consultant agrees to render pursuant to this Agreement which have been approved in advance by City and awarded in accordance with the terms and conditions of this Agreement. B. Approved computer data processing and reproduction charges. C. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 4. STANDARD OF CARE 4.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement and that it will perform all services in a manner commensurate with the community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City nor have any contractual relationship with City. Consultant -3- 0 0 represents and warrants to City that it has or shall obtain all licenses, permits, qualifications and approvals required of its profession. Consultant further represents and warrants that it shall keep in effect all such licenses, permits and other approvals during the term of this Agreement. 4.2 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies, or any other delays beyond Consultant's control or without Consultant's fault. 5. INDEPENDENT PARTIES City retains Consultant on an independent contractor basis and Consultant is not an employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute Consultant or any of Consultant's employees or agents to be the agents or employees of City. Consultant shall have the responsibility for and control over the details in means of performing the work provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement which may appear to give City the right to direct Consultant as to the details of the performance of the services or to exercise a measure of control over Consultant shall mean that Consultant shall follow the desires of City only in the results of the services. me 6. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator, and any other agencies, which may have jurisdiction or interest in the work to be performed. City agrees to cooperate with Consultant on Project. 7. PROJECT MANAGER Consultant shall assign Project to a Project Manager, who shall coordinate all phases of Project. This Project Manager shall be available to City at all reasonable times during term of Project. Consultant has designated Lawrence E. Gallery to be its Project Manager. Consultant shall not bill any personnel to Project other than those personnel identified in Exhibit "B ", whether or not considered to be key personnel, without City's prior written approval by name and specific hourly billing rate. Consultant shall not remove or reassign any personnel designated in this Section or assign any new or replacement person to Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from Project any of its personnel assigned to the performance of services upon written request of City. Consultant warrants it will continuously furnish the necessary personnel to complete Project on a timely basis as contemplated by this Agreement. 8. TIME OF PERFORMANCE Time is of the essence in the performance of the services under this Agreement and the services shall be performed by Consultant in accordance with the schedule specified in Exhibit "A ". The failure by Consultant to strictly adhere to the schedule may -5- 0 0 result in termination of this Agreement by City. Notwithstanding the foregoing, Consultant shall not be responsible for delays which are due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 8.1 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition, which purportedly causes a delay, and not later than the date upon which performance is due. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays, which are beyond Consultant's control. 8.2 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances, by either telephone, fax, hand delivery or mail. 9. CITY POLICY Consultant will discuss and review all matters relating to policy and project direction with the Project Administrator in advance of all critical decision points in order to ensure that the Project proceeds in a manner consistent with City goals and policies. 10. CONFORMANCE TO APPLICABLE REQUIREMENT All work prepared by Consultant shall conform to applicable city, county, state and federal law, regulations and permit requirements and be subject to approval of the Project Administrator and City Council. Ka 11. PROGRESS Consultant is responsible to keep the Project Administrator and /or his /her duly authorized designee informed on a regular basis regarding the status and progress of the work, activities performed and planned, and any meetings that have been scheduled or are desired. 12. HOLD HARMLESS Consultant shall indemnify, defend, save and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all negligent acts or omissions of Consultant, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Agreement, excepting only the active negligence or willful misconduct of City, its officers or employees, and shall include attorneys' fees and all other costs incurred in defending any such claim. Nothing in this indemnity shall be construed as authorizing, any award of attorneys' fees in any action on or to enforce the terms of this Agreement. 13. INSURANCE Without limiting consultant's indemnification of City, and prior to commencement of work, Consultant shall obtain and provide and maintain at its own expense during the term of this Agreement policy or policies of liability insurance of the type and amounts described below and satisfactory to City. Certification of all required policies shall be -7- i 0 signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with City prior to exercising any right or performing any work pursuant to this Agreement. Except workers compensation and errors and omissions, all insurance policies shall add City, its elected officials, officers, agents, representatives and employees as additional insured for all liability arising from Consultant's services as described herein. All insurance policies shall be issued by an insurance company certified to do business in the State of California, with original endorsements, with Best's A VII or better carriers, unless otherwise approved by City Risk Manager. A. Worker's compensation insurance covering all employees and principals of Consultant, per the laws of the State of California. B. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of $1 million combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial general liability insurance or other form with a general aggregate is used, either the general aggregate shall apply separately to this Project, or the general aggregate limit shall be twice the occurrence limit. C. Commercial auto liability and property insurance covering any owned and rented vehicles of Consultant in a minimum amount of $1 million combined single limit per accident for bodily injury and property damage. D. Professional errors and omissions insurance which covers the services to 11 E be performed in connection with this Agreement in the minimum amount of one million dollars ($1,000,000). Said policy or policies shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days' prior notice has been given in writing to City. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of Consultant's operation hereunder. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. Consultant agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Consultant or City with respect to the services of Consultant herein, 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. 14. PROHIBITION AGAINST TRANSFERS Consultant shall not assign, sublease, hypothecate or transfer this Agreement or any of the services to be performed under this Agreement, directly or indirectly, by operation of law or otherwise without prior written consent of City. Any attempt to do so without consent of City shall be null and void. The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint 0 • • venturer or syndicate member or co- tenant if Consultant is a partnership or joint- venture or syndicate or co- tenancy, which shall result in changing the control of Consultant, shall be construed as an assignment of this Agreement. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint venture. 15. OWNERSHIP OF DOCUMENTS Each and every report, draft, work product, map, record and other document reproduced, prepared or caused to be prepared by Consultant pursuant to or in connection with this Agreement shall be the exclusive property of City. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed documents for other projects and any use of incomplete documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived as against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. Consultant shall, at such time and in such forms as City may require, furnish reports concerning the status of services required under this Agreement. 16. CONFIDENTIALITY The information, which results from the services in this Agreement, is to be kept -10- confidential unless the release of information is authorized by City. 17. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of his responsibilities under this Agreement, City agrees to provide the following: A. City will provide access to and upon request of Consultant, provide one copy of all existing record information on file at City. Consultant shall be entitled to rely upon the accuracy of data information provided by City or others without independent review or evaluation. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. Provide blueprinting, CADD plotting, copying and other services through City's reproduction company for each of the required submittals. Consultant will be required to coordinate the required submittals with City's reproduction company. All other reproduction will be the responsibility of Consultant and as defined above. 18. ADMINISTRATION This Agreement will be administered by the Public Works Department. Michael Sinacori shall be considered the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 19. RECORDS -11- 0 Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business hours to examine, audit and make transcripts or copies of such records. Consultant shall allow inspection of all work, data, documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 20. WITHHOLDINGS City may withhold payment of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work for a period of thirty (30) days from the date of withholding as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of seven percent (7 %) per annum from the date of withholding of any amounts found to have been improperly withheld. 21. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or a restoration expense shall be borne by Consultant. -12- 0 0 Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other consultants in connection with Project. 23. CONFLICTS OF INTEREST A. Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. B. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. 24. SUBCONSULTANT AND ASSIGNMENT Except as specifically authorized under this Agreement, the services included in this Agreement shall not be assigned, transferred, contracted or subcontracted without prior written approval of City. 25. NOTICES All notices, demands, requests or approvals to be given under this Agreement -13- r 0 shall be given in writing and conclusively shall be deemed served when delivered personally or on the third business day after the deposit thereof in the United States mail, postage prepaid, first class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: City of Newport Beach, Attention Public Works Director 3300 Newport Boulevard P. O. Box 1768 Newport Beach, CA, 92658 -8915 (949) 644 -3311 Fax (949) 644 -3318 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attention: Michel P. Rudinica Robert Bein, William Frost & Associates P.O. Box 57057 Irvine California 92619 (949) 472 -3505 Fax (949) 472 -8373 26. TERMINATION In the event either part hereto fails or refuses to perform any of the provisions hereof at the time and in the manner required hereunder, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) days, or if more than two (2) days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) days after receipt by defaulting party from the other party of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the SEE 0 nondefaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 26.1 City shall have the option, at its sole discretion and without cause, of terminating this Agreement by giving seven (7) days' prior written notice to Consultant as provided herein. Upon termination of this Agreement, City shall pay to Consultant that portion of compensation specified in this Agreement that is earned and unpaid prior to the effective date of termination. 27. COMPLIANCES Consultant shall comply with all laws, state or federal and all ordinances, rules and regulations enacted or issued by City. 28. WAIVER A waiver by either party 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 a different character. 29. 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 hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Consultant. -15- 0 9 30. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his /her judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. 31. COMPUTER DELIVERABLES CADD data delivered to City shall include the professional stamp of the engineer or architect in responsible charge of the work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All drawings shall be transmitted to the City in Auto Cad version 14 in ".dwg" file format. All written documents shall be transmitted to the City in Microsoft Word 97 and Microsoft Excel 97 and be consistent with Microsoft Office 97. 32. PATENT INDEMNITY Consultant shall indemnify City, its agents, officers, representatives and employees against liability, including costs, for infringement of any -16- 0 0 United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: CITY OF NEWPORT BEACH A Municipal Corporation By; By: Robin Clauson Assistant City Attorney A7 :0-2 LaVonne Harkless City Clerk CONSULTANT By: 2i 4-cSC QS— Michael P. Rudinica Executive Vice President Robert Bein & William Frost F:\ Users\PBW\SharecRAgreements \FY 99-00 \RBF CDM Water Transmission Main.doc -17- Citv of Newport Beach EXHIBIT A RBF has developed a methodology for successfully completing engineering projects of this type on time or ahead of schedule, and within budget. This methodology is based on 56 years of local Orange County engineering experience. We have found that the best formula for success is to team qualified and experienced individuals who have worked successfully together on other projects, and support them with our firm's multi- disciplinary staff and selected specialty subconsultants. RBF' ,,v nuir4• RBF team members have visited the project site, met with City staff, and eiperienre it ith �hmwsli( reviewed existing documents in order to more clearly understand the proposed �rmrr yiprlines, It)( al project. A description of our project understanding and approach is provided prnrnrr. and multi- below. We have also included a proposed Scope of Work. Critical issues are diecipline "tpahililies identified and work plan items have been developed. gill alder 1i� to thnruuehtr anal I- this In ojert to uchiere the 1.1 PROJECT UNDERSTANDING heot possible .v,lutinns. The City of Newport Beach has determined that one of their most important water projects is to install an additional water supply system to Big Canyon Reservoir in order to provide important redundancy. Should the transmission main from the 17 °i Street Booster to the Sand Canyon Reservoir be out of service for any reason, the 30 -inch BCR to Corona del Water Transmission Main will be required. The proposed project consists of approximately 8,000 to 9,000 lineal feet of 30 -inch cement mortar lined and coated steel pipe and approximately 1,500 lineal feet of 12 -inch C -900 PVC pipe. The proposed project locations are shown on the attached Exhibit No. 1. 1.2 PROJECT APPROACH AND KEY WORK PLAN ITEMS From our review of the proposed project, available data, and past experience, we have developed a specific project approach and work plan which will be discussed in detail in this section of the proposal. A listing of the key aspects of this work plan are presented below, with a detailed discussion of each element of work immediately following: E� Alternative alignments algme Fifth .Avenue and /or Fourth .avenue � Connection and alisn nvnt at Dahlia A%`Cntle. Fifth Avenue and Coast Highway areas 9W Utility Research and Location of propused Transmission Mains within Street, 0.� Pipe and trench section value engineering U�F blinimFcc public disruption Page I Cih of New ort Beach A. Alternative Alignments along Fifth Avenue and/or Fourth Avenue As shown on Exhibit No. I, we will analyze alternative alignments along Fifth Avenue and Fourth Avenue between Marguerite and Heliotrope. As part of our approach in this area, we will compare construction costs of the alternative alignments, considering the following items and other items: Location of existing utilities within existing streets including sewer, water, storm drain and others. Both of these streets are quite narrow as shown in the following pictures - therefore, accurate utility location is important and will affect where the proposed 30 -inch transmission main will be located and construction costs.. From review of the water and sewer grid maps, the Fifth Street alignment includes both water (12 -inch ACP) and sewer facilities (12- and 18 -inch) along the entirestretch. The Fourth Avenue alignment, in contrast, has only a minimum portion of sewer. As a result, construction costs along some areas will be less expensive in Fourth Avenue. • Construction within Grant Howard Park (location of park is shown in Exhibit No. 1) Construction within Grant Howard Park at Fifth Avenue could decrease construction costs due to many factors including: — Reduced pavement replacement costs — Increased transmission main daily production — Less traffic control — Less utilities within park Construction impacts to the park though will need to be considered. John Andrew, our Landscape Architect, will address these issues. including; — Cost of irrigation and landscape replacement — Replacement of trails — Limit hours of construction work to reduce impact to park users (could impact construction production) ".. 13. B. Connection and A1i2nment at Dahlia Avenue. Fifth Avenue and Coast Highway y reas (See Exhibit No. 2 for a blow up of this area) Connection and alignment at Dahlia, Fifth and East Coast Highway. One of the most challenging aspects of the proposed 30 -inch transmission main alignment is the installation of the pipeline in this location. The challenges that will be considered include: • Numerous water and sewer facilities at this location • Traffic control, especially along East Coast Highway • Maintaining water service to customers during construction • Abandoning existing 18" RCSCP Page 2 z ~ z s • y G O � U .c n O p zm �� G y ti C rr c 7A Q N y � � ) O G � � O _ O � Q U � W o� N x a ; w y z, Z w< c a� UCli c0 a MONTE070 Ivi 77lHN��73 .IV �,4RME Ai�lN�; l� gPY G C �Qcb 41 w F WAY x a V 3 7 x ¢ j aco Q F .- �.' d�7ilIMM Z't L `n0 o40 7) o! r �� N low xp ors V' N Jfy'P� ,fe 4s�� rill rP ❑ y � o Qodr VV ok R O �Nr 31Vi10 d!!0� $ 4zl ls�t- Q� �yGlt y G O � U .c n O p zm �� G y ti C rr c 7A Q N y � � ) O G � � O _ O � Q U � W o� N x a ; w y z, Z w< c a� UCli c0 a City of Newport Beach From our review of existing and proposed facilities, a sequence of construction will be identified that will allow keeping the customers in service. As shown on Exhibit No. 2, additional pipelines can be installed on a temporary basis which will allow continuous service while the 30 -inch is installed and existing pipes are taken out of service. C. Utility Research and Location of Proposed Transmission Mains within Streets One key to selecting the pipeline alignment and keeping change ordercosts to a minimum involves conducting proper utility research. Once the utilities have been identified, locution within the existing sweets will be considered for constructabilim lintitinq utility relocations and Health Depurtnent separation reyulremenb. RBF has developed a technical methodology for obtaining the locations of existing pipelines, services, appurtenances. andutilities. This methodology utilizes several available techniques tocompile the maximum amount of information in a cost - effective manner. We have successfully utilized this technology and approach on similar projects including sewer and force mains in Pacific Coast Highway in Corona del Mar, numerous existing streets in the City of Beverly Hills, and hundreds of miles of pipeline for several other clients. The methodology includes: • Review of Record Information • Field Reconnaissance Survey • Audio Frequency Line Tracer • Potholing The available record information for the existing utilities will be reviewed to begin the compilation of existing data. A field reconnaissance survey will be conducted to locate existing pipelines and appurtenances. The field reconnaissance will identify valve can risers, air and vacuum valves, fire hydrants, waterservice meters, manholes, clean outs, and utility vaults. These appurtenances indicate the subsurface location of utilities. Audio frequency line tracer technology is an excellent method of locating conductive (metallic) pipelines in highly congested urban areas. The tracer inductively locates the pipeline and features a left - right guidance system, directing the operator over the pipeline. A field strength display aids in pinpointing the pipeline location and i with the push of a button, the depth of the pipeline is provided. When potholing is required, we utilize the "soft -dig" technology. This process utilizes air to "drill' a small- diameter hole (12- inches ±) to the location of the utility. A scope is used to view the utility and confirm the location. Soft -dig reduces the impact to existing streets and pavement replacement costs. Each utility company with utilities within the project vicinity will be contacted to confirm the utilities shown along the project alignments or to verify that the utility company does not have utilities within the project alignments. Page 3 D. Pipe and Trench Section Value Engineering As part of our preliminary design, we will analyze pipe material, coatings and trench section materials. We will not, though, re- invent the wheel, since the City's preference is steel pipe. This analysis, though, will determine cost effective recommended coatings and backfills. We have assumed that cement mortar interior lining for the steel pipe will be utilized. Citv of Nny art Beach Based upon a detailed analysis of all the cost factors listed below along with corrosion and geotechnical considerations, a recommendation or recommendations of allowed alternatives to be included in the specification will be reviewed with Cicv stafffor ultimate inclusion into the Contract Documents. RBF will prepare a matrix analysis to determine the most cost effective coating and trench material. It should be noted that a corrosion analysis wil I be utilized to determine impacts on pipeline coatings. Also, geotechnical review will be utilized for trench. Table I summarizes the pipeline material alternatives and cost per 100 /ft will be estimated. Table 1 Pipeline Material Alternatives and Cost Per 100 Feet Pipeline Coating $ /too ft Cement Mortar Coating TBD So mil Tape Wrap "TBD 80 mil Tape Wrap with 3/4" Rock Shield (Cement Mortar) TBD Table 2 summarizes the backtill material to be analyzed and costs per cubic yard will be estimated. Table 2 Pipeline Backfill Materials and Cost Per Cubic Yard Backfill Material $ /CY Decomposed Granite TBD Coarse Gravel TBD Slurry TBD Coarse Granular Material (Rounded Pea Gravel) TBD Sand (SE 30) TBD Table 3 summarizes the alternative compaction methods and costs evaluated within the matrix. Table 3 Backfill Compaction Method Compaction Method $ /CY Mechanical TBD Jetting TBD Self Compaction TBD Page 4 A E. As with any construction project, disruption to the public will occur. A successful project, though, will minimize disruption as much as possible. As shown on Exhibit No. 3, there are numerous public uses along and in the vicinity of the project including: • Single Family Residence • Apartments • Senior Center • Parks • Churches • Preschool /Day Care • Elementary School • Cemetery • Busy Streets a„ Traffic near schools Beach Heavy traffic at Marguerite and San Joaquin Hills Road from existing schools, churches, and residential areas During the preliminary and final design of this project, RBF will analyze and incorporate construction features to limit disruptions. Some of these features include: • Maintain Residential and Commercial Access Phase construction and provide notification and provisions for homeowner and business access; limiting disruption to businesses during pipeline construction; providing access to commercial and residential areas during pipeline construction; providing access and a safe environment near schools, church facilities, day care, and cemetery. Limit Time of Construction in Some Areas Consideration of work hours in certain areas, especially areas near schools will be considered to be included into the Contract Document. HANBOF Od n'xnv _ GlxV ^I Jacking and Boring Jacking and boring of San Joaquin Hills Road will be analyzed to review with the City Staff to compare additional project costs with benefits of limiting traffic disruptions. • Minimize Traffic Flow Congestion Phase construction to limit areas of traffic flow congestions throughout the Project so that traffic can proceed. Traffic control plans will also include detour plans. • Nighttime Construction Disruption to the traffic and the community can be limited by using nighttime construction of the tie - in at East Coast Highway. Page 5 z z PY 2p. . . tx ' I- a y J. v Al c z p,, a a �a L 31VHOdUO3 C W� c 4 �r 77tH A s M3NlIYg O� `fi` 1�4so b4' q � a" d Std � C •!r� s�}F� L 'c V J. Z° 6' O` ?di s Z L 1L 1 l L :J c y u g Ado 4k c y 0 ro ;� hRep .9 N H mgSlN y L Q V O .� ❑ CL. � cC b0 p � O O p Q C U G Z � R C U L G N v� a c+J O H � V3 N U O� /Macs a W � a L w � Z z w= O HN �LL U O° Ix a • Continuity of Service Phase construction to ensure that new portions of the water transmission system placed into operation meet domestic and firetlow demands continuously. • Minimize Water Service Disruption Phase construction and transferring of service to keep service outages to a minimum. • Sewer Laterals Phase construction and assist the City in required notification and immediate reconnection of sewer laterals disturbed during construction. • System Testing /Disinfection Phase Construction to ensure proper testing and disinfection of the new system is completed prior to connection of services, if required. Page 6 1.3 SCOPE OF WORK Introduction The Scope of Workfor this project includes preparation of engineering design drawings, technical specifications. and bid documents for construction of the 30 -inch BCR to Corona del Mar Water Transmission Main. The work associated with this project includes evaluation of alignment alternatives, preliminary and final engineering design, and other tasks related to the water system improvements which consists of approximately 8,000 to 9,000 lineal feet of 30 -inch cement mortar lined and coated steel pipe and approximately 1,500 lineal feet of 12 -inch PVC pipe. The Scope of Work for this project consists of the following tasks: Preliminary En ing eerin Pe hase Task 1.1 Review Existing Data and Utility Research Task 1.2 Alternative Pipeline Alignment Analysis Task 1.3 Jurisdictional Agency /Permit Review and Coordination Task 1_4 Construction Cost Estimates Task 1.5 Project Schedule Task 1.6 Preliminary Design Report (PDR) Task 1.7 Final PDR Final Design Phase Task 2.1 Horizontal and Vertical Control, Aerial Mapping /Base Map Preparation Task 2.2 Geotechnical [nvestigation Task 2.3 Utility Research Task 2.4 Corrosion Analysis Task 2.5 Field Surveys Task 2.6 Final Permit Processing /Agency Coordination Task 2.7 Pipeline Design and Construction Drawings Task 2.8 Contract Documents and Specifications Task 2.9 Construction Cost Estimates Task 2.10 Construction Schedule Task 2.1 1 Bidding Assistance Task 2.12 Design Progress Reviews Task 2.13 Meeting Attendance Construction SUDDort Phase Task 3.1 Attend Pre - Construction Conference Task 3.2 Respond to Requests for Information Task 3.3 Review Schedule of Values, Project Schedules. Calculations. Shop Drawings Task 3.4 Attend Field and Project Meetings Task 3.5 Prepare As -Built Drawings Page 7 Beach PRELIMINARY DESIGN PHASE: Task 1. L Review Existing Data RBF will review reports, record drawings, and other information affecting the project. Task 1.2: Alternative Pipeline Alignment RBF will perform an alternative pipeline alignment analysis, which will include analyzing alternative pipeline alignments within the street right -of -ways. We will also analyze alternative alignments along Fourth Avenue and Fifth Avenue as addressed on page 2. Task 1.3: Jurisdictional Agency /Permit Review and Coordination RBF will identify all required permits for the project and will coordinate with jurisdictional agencies under this task item. This task will include identification of required permits and other coordination requirements. For the connection point on East Coast Highway. it is anticipated that existing City construction Caltrans permit will be utilized. RBF will support all requirements of Caltrans and other permits. Task ld: Construction Cost Estimate Preliminary Construction Cost Estimates for each of the alternatives identified will be prepared and included as part of the Preliminary Design Report. This task will also include the pipe and trench value engineering cost estimate comparisons. Task 1.5: Project Schedule A project schedule will be prepared indicating project time schedules and critical path items for both final design and facility construction. The bar chart and critical path method schedules can be updated on a monthly or regular basis to track progress of various critical design items. Task 1.6: Preliminary Design Regort Upon completion of the tasks listed above. a Preliminary Design Report will be prepared which will present a summary of the project alternatives. design parameters. proposed materials, cost estimates. and recommendations. Task 1.7: Final Preliminary Design Report After review and approval of the Draft Preliminary Design Report. any comments will be incorporated into the final report will be submitted to the City within two weeks of receipt of the City's comments. FINAL DESIGN PHASE: The Final Design Phase of this project will include preparation of plans, specifications, and contract documents for the proposed pipeline and appurtenances. and final agency coordination /permitting. A detailed Scope of Services for final design is identified below: Task 2.1: HorizontaUVertical Control, Aerial Mapping. Base Map Prep- RBF will provide topographic mapping from aerial photogrammetry for a 300 foot wide corridor along the proposed pipeline route, including alternative alignments. Mapping will meet the requirements in "ASPRS Accuracy Standards for Large Scale Maps ". dated March 31, 1993. Topographic data will be provided in AutoCAD format at a plotting scale of 1 "= d0' with I foot inter val contours. Black and white digital imagery will be rectified to fit the project control system and files provided in a .TIF format. Three days of field surveying is budgeted to provide detailed topography for areas not visible in the aerial photography and to locate critical features, joins and/or utility invert elevations. Record maps will be researched and assembled to compute the geometric alignment for the existing public rights -of -way. Page 8 Cin ofNeivaort Beach Task 2.2 Geotechnical Investigation A geotechnical investigation will be performed that includes 10 borings along the alignment. The borings will be drilled at a spacing of about 800 feet. The borings will extend approximately 10 to 20 feet deep. A geotechnical report will be provided to the City of Newport Beach. A portion of this work may be performed during preliminary design to assist in the alignment and trench section analysis. Task 2.3: Utility Research Utility research will be performed to identify existing facilities along the pipeline alignment including water, sewer, electric, gas, cable, storm drain, service connections, laterals, catch basins, and other facilities. Task 2.4: Corrosion Analysis RBF will perform an evaluation of the corrosion potential of the on -site soils. The analysis will include recommendations on pipe coatings, pipe bonding, location of teststations and ultimate protection system required, if any. A portion of the corrosion analysis will be performed during the preliminary design phase. Task 2.5: Field Surveys RBF will conduct a field reconnaissance survey to locate above - ground features having a critical relationship to the project. The field reconnaissance will identify such items as valve can risers, air and vacuum valves, fire hydrants, water service meters. manholes, cleanouts, and utility vaults. Task 2.6: Final Permit Processin, Aeencv Coordination Identification of the required permits and agency requirements will be completed as part of the Preliminary Design Phase. Final processing and coordination of the required permits will be initiated during the preliminary design but will be finalized during the final design of the project. Many agencies require plans which are close to completion prior to their final review. Therefore, we will initiate permit processing as soon as possible in an effort to finalize agency requirements, which will then be included in the plans and specifications. Task 2.7 Construction Plans Construction plans will be prepared on the final design parameters identified in the Preliminary Design Report_ The following plans are anticipated to be required: (1) Title Sheet, with Vicinity Map and Location Map (2) General Notes, Index Map, List of Drawings, Legend. Benchmark, and Basis of Bearings. (3) Overall Project Plan and Profile (4) Plan and Profile Drawing No. 1 (5) Plan and Profile Drawing No.2 (6) Plan and Profile Drawing No. 3 (7) Plan and Profile Drawing No. 4 (8) Plan and Profile Drawing No. 5 (9) Plan and Profile Drawing No. 6 (10) Plan and Profile Drawing No. 7 (11) Plan and Profile Drawing No. 8 (12) Plan and Profile Drawing No. 9 (13) Plan and Profile Drawing No. t0 (14) Plan and Profile Drawing No. t 1 (15) Plan and Profile Drawing No. 12 (t6) Pipeline Details (17) Pipeline Details (18) Traffic Control General Notes (19) Traffic Control Plan No. l (20) Traffic Control Plan No. 2 (21) Detour Plan Page 9 Task 2.8: Contract Documents and Specifications Contract Documents and Technical Specifications will also be prepared for the pipeline and appurtenances utilizing City of Newport Beach - Design Criteria, Special Provisions and Standard Drawings for Public Works Construction (latest edition). In addition, technical provisions will be prepared, utilizing the City's standard format. Original documents will be delivered to the City for final printing. Task 2.9: Construction Cost Estimates A preliminary construction cost estimate will be prepared and reviewed with the City at the 100- percent design completion stage and will be prepared for use in evaluating the bids to be received on the project. Task 2.10: Construction Schedule During the final design, all major project suppliers will be contacted to determine delivery time requirements. This information will be compared to construction time requirements and a final project schedule will be prepared. Task 2.11: Bidding Assistance Upon advertisement of the project forbidding purposes. will contact contractors qualified to complete this project. Emphasis will be placed on contractors who have successfully completed similar projects for the City of Newport Beach. If required during the bidding period, addenda will be prepared. Also, we have allocated time in the budget for answering questions which may arise during the bidding period. Task 2.12: Design Reviews Review meetings will be held at the 75- percent, 95- percent, and final completion stages of the project. Task 2.13: Meetings with City f Newport Beach and other Agencies. We will conduct and /or attend project meetings, review meetings, and other necessary meetings with the City of Newport Beach and other public agencies during this phase of the project. For the purposes of this proposal, we have budgeted one meetings per month with the City of Newport Beach. CONSTRUCTION SUPPORT PHASE: The following services will be provided by RBF during the Construction Phase of this project as maybe requested by the City of Newport: Task 3.1 Attend Pre - Construction Conference Attend the Pre - Construction conference conducted by the City of Newport Beach. Task 3.2 Resnond to RFIs Respond to Requests for Information (RF[s) from either the construction project manager or the contractor, including any new detailed drawings required. Task 3.3: Review of Shop Drawings and Other Project- Related Information Review the schedule of values, project schedules, shoring diagrams and calculations, and shop drawings will be performed. Task 3.4: Site Visits and Consultation Periodic site visits will be made during construction of the project at key construction intervals or as requested by the City. RBF will also be available for consultation during construction for clarification of design- related issues. Task 3.5: As -Built Drawings Preparation of final record drawings will be provided. Page /0 Citv o Newport Beach PROJECT SCHEDULE: The attached Project Schedule includes an anticipated Award of Engineering Services and Notice -to- Proceed of March 28, 2000. We anticipate completion on or before the required due date of November 1, 2000. Page I I Ah � N O Z O m........._ �N .............................. ........................... _. ._ .............. ............... yO U O O P N d E = o in ^ ........ ......... ________ ......... ____. ............ N O N N � N •ICI Q m O y 5� N U am •Py N m a ° 2 __. ....... .......................... E i.n E o ... ....... ..._ _ ... ..... .... a% < o W ito °....._... ......... N d vs 3 m N I� U o U 8 8 8 8 8 8 8 8 8 8 5 8 8 8 0 0 8 8 8 8 y m � m 0 0 0 0 0 0 0 0 0 0 o ¢ O • ICI 1 _ N p W (� 15 O W w z O Z m c U ` 'm m Z 2 m 'u 3 a W N o Z - �z y 16 6 -z • EXHIBIT B • ROBERT REIN, WILLIAM FROST & ASSOCIATES PROFESSIONAL ENGINEERS, PLANNERS & SURVEYORS HOURLY RATE SCHEDULE Effective January, 2000 OFFICE PERSONNEL Principal ....................................... ............................... $160.00 Project Director .................................. ............................... 140.00 Structural Engineer ............................... ............................... Project Manager .................................. ............................... Senior Engineer / Planner ........................... ............................... Corrosion Engineer ................................ ............................... Project Engineer .................................. ............................... Senior Designer ................................... ............................... Design Engineer /Designer /Mapper (CADD) .......................................... Environmental Manager ............................ ............................... Senior Drafter /Technician .......................... ............................... Designer/Planner /Assistant Engineer ................. ............................... Drafter /Graphic Artist .............................. ............................... Environmental Analyst /Staff Planner ................................................ Engineering/Planning Aide .......................... ............................... 127.00 121.00 110.00 98.00 98.00 94.00 86.00 84.00 76.00 72.00 65.00 63.00 45.00 FIELD PERSONNEL 2- Person Survey Crew ............................ ............................... $170.00 1- Person Survey Crew ............................. ............................... 120.00 Field Supervisor ................................. ............................... 108.00 CONSTRUCTION MANAGEMENT PERSONNEL Construction Manager ............................ ............................... $130.00 Field Superintendent .............................. ............................... 104.00 Resident Engineer /Project Manager ................. ............................... 10100 Assistant Field Superintendent ...................... ............................... 83.00 Senior Construction Inspector ....................... ............................... 83.00 Construction Inspector ............................. ............................... 79.00 Field Office Engineer .............................. ............................... 76.00 Construction Technician ............................ ............................... 60.00 COMPUTER & OTHER SERVICE FEES P.C. Work Station ................................ ............................... $15.00 Clerical/Word Processing ........................... ............................... 42.00 Consultation Relative to Legal Actions ............... ............................... 250.00 Vehicle Mileage ............................... ............................... 0.35 1Mile Note: Blueprinting, reproduction, messenger service and other direct expenses will be charged as an additional cost plus 15 %. A Subconsultant Management Fee of fifteen - percent (15 %) will be added to the direct cost of all subconsultam services to provide for the cost of administration, subconsultant consultation and insurance. sea Professional Service Since 1944 14725 ALTON PARKWAY, IRVINE, CA 92618 -2069 • P.O. BOX 57057, IRVINE, CA 9261 9 -705 7 • 949.472.3505 • FAX 949.472.8373 OFFICES LOCATED THROUGHOUT CALIFORNIA, ARIZONA AND NEVADA • WEB SITE: www.rbf.com • • March 13, 2000 TABLE 1 ESTIMATED HOURS AND FEE 30 -INCH BCR TO CORONA DEL MAR WATER TRANSMISSION MAIN CITY OF NEWPORT BEACH Task Description Approximate Person -Hours Total Estimated Fee Principal In Charge Project Manager Project Engineer Designer/ Drafter TASK 1: PRELIMINARY ENGINEERING 1.1 Review Existing D ta/Ulifity Research D 4 8 4 $1,572 1.2 Alternative Pipeline Alignment Analysis 2 16 32 8 $6,000 1.3 Jurisdictional Agency/Permit Review and Coordination 1 2 4 1 $794 1.4 Construction Cost Estimates 1 4 8 1 $1,428 1.5 Project Schedule 0 2 6 $830 1.6 Preliminary Design Report 8 24 24 32 $8,968 1.7 Final PDR 1 4 8 4 $1,732 SUBTOTAL PRELIMINARY DESIGN: 13 56 90 48 $21,324 TASK 2: FINAL DESIGN 2.1 Horizontal and Vertical Control, Aerial Mapping/Base Map Prep. LUMP SUM $22,000 2.2 Geotechnical Investi aiton LUMP SUM $10,000 2.3 Utility Research 0 12 24 40 $6,844 2.4 Corrosion Analysis 0 12 16 $3,020 2.5 Field Surveys 2 days in field) $2,100 2.6 Final Permit Processing/Agency Coordination 0 4 20 8 $3,052 2.7 Pipeline Design and Construction Drawings General 1 Title Sheet with Vicinity and Location Map 1 2 4 12 $1,706 2 General Notes, Index Map, List of Drawings, Legend 1 2 4 12 $1,706 Benchmark, and Basis of Bearings 3 Overall Project Plan and Profile 1 6 10 26 $3,842 4) Plan and Profile Drawing No. is Pipeline l" = 40' 1 6 10 26 $3,842 5 Plan and Profile Drawing No. 2: Pipeline 1" = 40') 1 6 10 26 $3,842 6 Plan and Profile Drawing No. 3: Pipeline 1" = 40' 1 6 10 26 $3,842 7 Plan and Profile Drawing No. 4: Pipeline (1" = 40' ) 1 6 10 26 $3,842 8 Plan and Profile Drawing No. 5: Pipeline 1" = 40' 1 6 10 26 $3,842 9 Plan and Profile Drawing No. 6: Pipeline 1" = 40' 1 6 10 26 $3,842 10) Plan and Profile Drawing No. 7: Pipeline l" =40') 1 6 10 26 $3,642 11) Plan and Profile Drawing No. 8: Pipeline 1" =40' 1 6 10 26 $3,842 12 Plan and Profile Drawing No. 9: Pipeline 1" =40') 1 6 10 26 $3,842 13 Plan and Profile Drawing No. 10: Pipeline 1" =40' 1 6 10 26 $3,842 14) Plan and Profile Drawing No. 11: Pipeline 1" =40' 1 6 10 26 $3,842 15 Plan and Profile Drawing No. 12: Pipeline (1" =40) 1 6 10 26 $3,842 16 Pipeline Details 1 8 12 30 $4,584 17 Pipeline Details 1 8 12 30 $4,584 18) Traffic Control Plan General Notes 1 2 6 8 $1,598 19 Traffic Control Plan No. 1 1 2 16 20 $3,490 20) Traffic Control Plan No. 2 1 2 16 20 $3,490 21 Detour Plan 1 2 6 20 $2,510 Subtotal Construction Plans: 21 106 206 490 73,614 H:\ GRP13\ pdata \10100702\Proposal \FEE.WB2 page I 0 • March 13, 2000 TABLE 1 ESTIMATED HOURS AND FEE 30 -INCH BCR TO CORONA DEL MAR WATER TRANSMISSION MAIN CITY OF NEWPORT BEACH Task Description Approximate Person -Hours Total Estimated Fee Principal In Charge Project Manager Project Engineer Designer/ Drafter 2.8 Contract Documents and Specifications 4 24 32 $6,680 2.9 Construction Cost Estimates 0 4 10 4 $1,768 2.10 Construction Schedule 0 2 4 $634 2.11 Bidding Assistance 0 8 16 1 $2,536 2.12 Desi n Prowess Reviews (75 %, 95 %, Final Submittals) 0 6 12 $1,902 2.13 Meeting Attendance 0 32 32 $7,008 SUBTOTAL FINAL DESIGN: 25 210 372 542 $141,158 OTHER COSTS: Direct Costs/Reprographics $2,500 TOTAL ESTIMATED HOURS AND BUDGET: 38 266 462 590 $164,982 H: \GRP 13 \pdata\ 10100702 \Proposa1\FEE. WB2 Page 2 • March 13, 2000 TABLE 2 ESTIMATED HOURS AND FEE 30 -INCH BCR TO CORONA DEL MAR WATER TRANSMISSION MAIN CITY OF NEWPORT BEACH Task Description Approximate Person -Hours Total Estimated Fee Principal In Char a Project Manager Project En ineer Designer/ Drafter TASK 3: CONSTRUCTION SERVICES: 3.1 Attend Pre - Construction Conference 0 2 4 0 $634 3.2 Respond to Requests for Information RF1s 2 8 24 8 $4,248 3.3 Review Schedule of Values, Prof. Schedules, Caics, Shop Dw s 2 12 40 12 $6,604 3.4 Attend Field and Project Meetings 0 12 24 4 $4,108 3.5 As -Built Drawings 1 4 12 60 $6,380 SUBTOTAL CONSTRUCTION SERVICES: 5T__38 104 84 $21,974 } \ H: \CRP 13 \pdata\ 10100702 \Proposa1\FEE, W B2 Page 1 i March 28, 2000 CITY COUNCIL AGENDA ITEM NO. 7 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: PROFESSIONAL DESIGN SERVICES AGREEMENT FOR DESIGN OF THE CORONA DEL MAR WATER TRANSMISSION MAIN - CONTRACT NO. 3332 RECOMMENDATION: Authorize the Mayor and City Clerk to execute a Professional Services Agreement with Robert Bein, William Frost & Associates, to complete a preliminary design study and prepare plans and specifications for the construction of a 9,000 -foot long water transmission main to improve water service in Corona del Mar. DISCUSSION: The City's Water Master Plan recommends the installation of a new water transmission main from the Big Canyon Reservoir to the heart of Old Corona del Mar. The project will provide increased reliability and pressure for the backbone water transmission system that serves the east parts of Corona del Mar as well as provide improved supply to the Peninsula Point. Exhibit "A" shows the proposed alignment alternatives to be studied. In addition, the project will improve fire flow and peak hour pressures in Corona del Mar. The cost to construct this water main is estimated to be from $1.5 to $2.2 million. Funding is proposed in next year's budget. The project calls for the installation of 9,000 feet of new water transmission main extending from the Big Canyon Reservoir running down Marguerite Avenue to the vicinity of 4"' Avenue, with side connection to the existing 30 -inch East Coast Highway main at Fernleaf Avenue. SCOPE OF SERVICES: The consultant will prepare a pre- design report, which will include the investigation of known utilities within potential alignments and preparation of an alignment study as well as an evaluation of the needed transmission main pipe size. Special consideration will be necessary in the old Corona del Mar area between Dahlia and Marguerite Avenues to minimize impacts to the residents. Final design services will include preparation of construction drawings detailing all connections, pipeline appurtenances, preparation of detailed written special provisions, bid documents, quantity estimates, and an overall cost estimate. Also included as part of the scope of services will be the soils investigation, preparation of traffic control plans within East Coast Highway for Caltrans approval, as well as corrosion analysis and recommendations. • SUBJECT: PROFESSIONAL SERVICES AGREEMENT FOR DESIGN OF CORONA DEL MAR WATER TRANSMISION MAIN March 28. 2000 Page 2 Attached for Council consideration is the draft professional services agreement, which includes a detailed scope of work for the project. SELECTION PROCESS: Staff implemented a "qualifications -based selection" process for the necessary professional design services. Based on the statements of qualifications on file from the consulting firms, staff requested proposals from five firms with reputations for providing the services required to complete such a design effort. This was done by a written "Request For Proposals." A selection committee comprised of the Utilities Manager, Utilities Engineer, and the City Engineer reviewed the written proposals. The top two firms were invited to an oral interview. The criteria used to evaluate the qualifications of the five engineering firms were: 1. Related Project Experience 2. Project Staff Assigned 3. Grasp of the Project Requirements 4. Approach to Project Management 5. Proposed Project Schedule 6. Interview The selection committee chose Robert Bein, William Frost & Associates as the most qualified firm to perform the required professional services based on the above listed criteria and their demonstrated abilities on similar projects in the past. Robert Bein, William Frost & Associates have a team of technical professionals with extensive experience in designing pipeline projects in Southern California. The selection committee believes the consultant's team will provide a high - quality, cost- effective, and timely project design. A fee of $186,956 has been negotiated with Robert Bein, William Frost & Associates to perform the required services. RECOMMENDATION AND FUNDING The current budget provides $225,000 for the Corona del Mar Water Transmission Main project and is available in the Water Enterprise Fund under Capital Project Account No. 7501 - 05500386. Staff recommends approval of the professional services agreement to prepare the preliminary design study, plans, and specifications for the project. Respectfully sub it d, PUBLIC WORKS DEPARTMENT Don Webb, Director By: Mi ael J. Sinacori, P.E. U ilities Engineer Attachment: Exhibit "A" Project Location Map Draft Professional Service Agreement f \users \pbw \shared \council \fy99- OOMarch 28 \CDM Water Transmission C- 3332.doc 0 MAR ? 8 APPROVED TO: Mayor and Members of the City Council FROM: Public Works Department March 28, 2000 CITY COUNCIL AGENDA ITEM NO. 7 SUBJECT: PROFESSIONAL DESIGN SERVICES AGREEMENT FOR DESIGN OF THE CORONA DEL MAR WATER TRANSMISSION MAIN - CONTRACT NO. 3332 RECOMMENDATION: Authorize the Mayor and City Clerk to execute a Professional Services Agreement with Robert Bein, William Frost & Associates, to complete a preliminary design study and prepare plans and specifications for the construction of a 9,000 -foot long water transmission main to improve water service in Corona del Mar. DISCUSSION: The City's Water Master Plan recommends the installation of a new water transmission main from the Big Canyon Reservoir to the heart of Old Corona del Mar. The project will provide increased reliability and pressure for the backbone water transmission system that serves the east parts of Corona del Mar as well as provide improved supply to the Peninsula Point. Exhibit "A" shows the proposed alignment alternatives to be studied. In addition, the project will improve fire flow and peak hour pressures in Corona del Mar. The cost to construct this water main is estimated to be from $1.5 to $2.2 million. Funding is proposed in next year's budget. The project calls for the installation of 9,000 feet of new water transmission main extending from the Big Canyon Reservoir running down Marguerite Avenue to the vicinity of 4`h Avenue, with side connection to the existing 30 -inch East Coast Highway main at Fernleaf Avenue. SCOPE OF SERVICES: The consultant will prepare a pre- design report, which will include the investigation of known utilities within potential alignments and preparation of an alignment study as well as an evaluation of the needed transmission main pipe size. Special consideration will be necessary in the old Corona del Mar area between Dahlia and Marguerite Avenues to minimize impacts to the residents. Final design services will include preparation of construction drawings detailing all connections, pipeline appurtenances, preparation of detailed written special provisions, bid documents, quantity estimates, and an overall cost estimate. Also included as part of the scope of services will be the soils investigation, preparation of traffic control plans within East Coast Highway for Caltrans approval, as well as corrosion analysis and recommendations. SUBJECT: PROFESSIONAL SERVICES AGREEMENT FOR DESIGN OF CORONA DEL MAR WATER TRANSMISION MAIN March 28, 2000 Page 2 Attached for Council consideration is the draft professional services agreement, which includes a detailed scope of work for the project. SELECTION PROCESS: Staff implemented a "qualifications -based selection" process for the necessary professional design services. Based on the statements of qualifications on file from the consulting firms, staff requested proposals from five firms with reputations for providing the services required to complete such a design effort. This was done by a written "Request For Proposals." A selection committee comprised of the Utilities Manager, Utilities Engineer, and the City Engineer reviewed the written proposals. The top two firms were invited to an oral interview. The criteria used to evaluate the qualifications of the five engineering firms were: 1. Related Project Experience 2. Project Staff Assigned 3. Grasp of the Project Requirements 4. Approach to Project Management 5. Proposed Project Schedule 6. Interview The selection committee chose Robert Bein, William Frost & Associates as the most qualified firm to perform the required professional services based on the above listed criteria and their demonstrated abilities on similar projects in the past. Robert Bein, William Frost & Associates have a team of technical professionals with extensive experience in designing pipeline projects in Southern California. The selection committee believes the consultant's team will provide a high - quality, cost - effective, and timely project design. A fee of $186,956 has been negotiated with Robert Bein, William Frost & Associates to perform the required services. RECOMMENDATION AND FUNDING The current budget provides $225,000 for the Corona del Mar Water Transmission Main project and is available in the Water Enterprise Fund under Capital Project Account No. 7501 - 05500386. Staff recommends approval of the professional services agreement to prepare the preliminary design study, plans, and specifications for the project. Respectfully sub i t d, w PUBLIC WORKS DEPARTMENT Don Webb, Director By: Mi ael J. Sinacori, P.E. U ilities Engineer Attachment: Exhibit "A" Project Location Map Draft Professional Service Agreement f:\ users \pbw \shared \council \fy99- OOMarch 28\CDM Water Transmission C- 3332.doc 0 PROFESSIONAL SERVICES AGREEMENT FOR DESIGN OF BIG CANYON RESERVOIR CORONA DEL MAR WATER TRANSMISSION MAIN THIS AGREEMENT, entered into this day of , 2000, by and between CITY OF NEWPORT BEACH, a Municipal Corporation (hereinafter referred to as "City "), and Robert Bein, William Frost & Associates, whose address is 14725 Alton Parkway, Irvine California, 92618 -2069 a California Corporation (hereinafter referred to as "Consultant "), is made with reference to the following: RECITALS A. City is a Municipal Corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is planning to install a Water Transmission Main from the Big Canyon Reservoir (BCR) to a connection point at East Coast Highway and MacArthur Boulevard, referred to as the Big Canyon Reservoir Corona del Mar Water Transmission Main ( "Project'). C. City desires to engage Consultant to provide professional electrical engineering services for the Project upon the terms and conditions contained in this Agreement. D. The principal members of Consultant for purpose of Project are Michael P. Rudinica, P.E., Executive Vice President and Lawrence E. Gallery, P.E., Project Manager. E. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant and desires to contract with Consultant under the terms of conditions provided in this Agreement. -1- 0 0 NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the day of 2000, and shall terminate on the day of 2000, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the duties set forth in the scope of services, attached hereto as Exhibit "A" and incorporated herein by reference. 3. COMPENSATION TO CONSULTANT City shall pay Consultant for the services in accordance with the provisions of this Section and the scheduled billing rates set forth in Exhibit "B" attached hereto and incorporated herein by reference. No rate changes shall be made during the term of this Agreement without prior written approval of City. Consultant's compensation for all work performed in accordance with this Agreement shall not exceed the total contract price of one hundred and eight -six thousand nine hundred and fifty -six dollars ($186,956). 3.1 Consultant shall maintain accounting records of its billings which includes the name of the employee, type of work performed, times and dates of all work which is billed on an hourly basis and all approved incidental expenses including reproductions, computer printing, postage and mileage. 3.2 Consultant shall submit monthly invoices to City, payable by City within thirty (30) days of receipt of invoice, subject to the approval of City. -2- 0 0 3.3 Consultant shall not receive any compensation for extra work without prior written authorization of City. Any authorized compensation shall be paid in accordance with the schedule of the billing rates as set forth in Exhibit "B ". 3.4 City shall reimburse Consultant only for those costs or expenses which have been specifically approved in this Agreement, or specifically approved in advance by City. Such cost shall be limited and shall include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services which Consultant agrees to render pursuant to this Agreement which have been approved in advance by City and awarded in accordance with the terms and conditions of this Agreement. B. Approved computer data processing and reproduction charges. C. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 4. STANDARD OF CARE 4.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement and that it will perform all services in a manner commensurate with the community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City nor have any contractual relationship with City. Consultant -3- 0 E represents and warrants to City that it has or shall obtain all licenses, permits, qualifications and approvals required of its profession. Consultant further represents and warrants that it shall keep in effect all such licenses, permits and other approvals during the term of this Agreement. 4.2 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies, or any other delays beyond Consultant's control or without Consultant's fault. 4.3 The term Construction Management or Construction Manager does not imply that Consultant is engaged in any aspect of the physical work of construction contracting. Consultant shall not have control over or charge of, and shall not be responsible for Project's design, Project's contractor (hereinafter referred to as "Contractor ", construction means, methods, techniques, sequences or procedures or for any health or safety precautions and programs in connection the work. These duties are and shall remain the sole responsibility of the Contractor. Consultant shall not be responsible for the Contractor's schedules or failure to carry out the work in accordance with the contract documents. Consultant shall not have control over or charge of acts or omissions of City, Design Engineer, Contractor, Subcontractors, or their Agents or employees, or of any other persons performing portions of the work. ME 0 0 5. INDEPENDENT PARTIES City retains Consultant on an independent contractor basis and Consultant is not an employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute Consultant or any of Consultant's employees or agents to be the agents or employees of City. Consultant shall have the responsibility for and control over the details in means of performing the work provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement which may appear to give City the right to direct Consultant as to the details of the performance of the services or to exercise a measure of control over Consultant shall mean that Consultant shall follow the desires of City only in the results of the services. 6. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator, and any other agencies, which may have jurisdiction or interest in the work to be performed. City agrees to cooperate with Consultant on Project. 7. PROJECT MANAGER Consultant shall assign Project to a Project Manager, who shall coordinate all phases of Project. This Project Manager shall be available to City at all reasonable times during term of Project. Consultant has designated Lawrence E. Gallery to be its Project Manager. Consultant shall not bill any personnel to Project other than those personnel identified in Exhibit "B ", whether or not considered to be key personnel, without City's prior -5- written approval by name and specific hourly billing rate. Consultant shall not remove or reassign any personnel designated in this Section or assign any new or replacement person to Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from Project any of its personnel assigned to the performance of services upon written request of City. Consultant warrants it will continuously furnish the necessary personnel to complete Project on a timely basis as contemplated by this Agreement. B. TIME OF PERFORMANCE Time is of the essence in the performance of the services under this Agreement and the services shall be performed by Consultant in accordance with the schedule specified in Exhibit "A ". The failure by Consultant to strictly adhere to the schedule may result in termination of this Agreement by City. Notwithstanding the foregoing, Consultant shall not be responsible for delays which are due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 8.1 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition, which purportedly causes a delay, and not later than the date upon which performance is due. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays, which are beyond 1i 0 Consultant's control. 0 8.2 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances, by either telephone, fax, hand delivery or mail. 9. CITY POLICY Consultant will discuss and review all matters relating to policy and project direction with the Project Administrator in advance of all critical decision points in order to ensure that the Project proceeds in a manner consistent with City goals and policies. 10. CONFORMANCE TO APPLICABLE REQUIREMENT All work prepared by Consultant shall conform to applicable city, county, state and federal law, regulations and permit requirements and be subject to approval of the Project Administrator and City Council. 11. PROGRESS Consultant is responsible to keep the Project Administrator and /or his /her duly authorized designee informed on a regular basis regarding the status and progress of the work, activities performed and planned, and any meetings that have been scheduled or are desired. 12. HOLD HARMLESS Consultant shall indemnify, defend, save and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, -7- 0 property damages, or any other claims arising from any and all negligent acts or omissions of Consultant, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Agreement, excepting only the active negligence or willful misconduct of City, its officers or employees, and shall include attorneys' fees and all other costs incurred in defending any such claim. Nothing in this indemnity shall be construed as authorizing, any award of attorneys' fees in any action on or to enforce the -terms of this Agreement. 13. INSURANCE Without limiting consultant's indemnification of City, and prior to commencement of work, Consultant shall obtain and provide and maintain at its own expense during the term of this Agreement policy or policies of liability insurance of the type and amounts described below and satisfactory to City. Certification of all required policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with City prior to exercising any right or performing any work pursuant to this Agreement. Except workers compensation and errors and omissions, all insurance policies shall add City, its elected officials, officers, agents, representatives and employees as additional insured for all liability arising from Consultant's services as described herein. All insurance policies shall be issued by an insurance company certified to do business in the State of California, with original endorsements, with Best's A VII or better carriers, unless otherwise approved by City Risk Manager. in I 0 0 A. Worker's compensation insurance covering all employees and principals of Consultant, per the laws of the State of California. B. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of $1 million combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial general liability insurance or other form with a general aggregate is used, either the general aggregate shall apply separately to this Project, or the general aggregate limit shall be twice the occurrence limit. C. Commercial auto liability and property insurance covering any owned and rented vehicles of Consultant in a minimum amount of $1 million combined single limit per accident for bodily injury and property damage. D. Professional errors and omissions insurance which covers the services to be performed in connection with this Agreement in the minimum amount of one million dollars ($1,000,000). Said policy or policies shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days' prior notice has been given in writing to City. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of Consultant's operation hereunder. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. Eel ,. 0 Consultant agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Consultant or City with respect to the services of Consultant herein, 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. 14. PROHIBITION AGAINST TRANSFERS Consultant shall not assign, sublease, hypothecate or transfer this Agreement or any of the services to be performed under this Agreement, directly or indirectly, by operation of law or otherwise without prior written consent of City. Any attempt to do so without consent of City shall be null and void. The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or co- tenant if Consultant is a partnership or joint- venture or syndicate or co- tenancy, which shall result in changing the control of Consultant, shall be construed as an assignment of this Agreement. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint venture. -10- 0 0 15. OWNERSHIP OF DOCUMENTS Each and every report, draft, work product, map, record and other document reproduced, prepared or caused to be prepared by Consultant pursuant to or in connection with this Agreement shall be the exclusive property of City. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed documents for other projects and any use of incomplete documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived as against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. Consultant shall, at such time and in such forms as City may require, furnish reports concerning the status of services required under this Agreement. 16. CONFIDENTIALITY The information, which results from the services in this Agreement, is to be kept confidential unless the release of information is authorized by City. 17. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of his responsibilities under this Agreement, City agrees to provide the following: -11- 0 0 A. City will provide access to and upon request of Consultant, provide one copy of all existing record information on file at City. Consultant shall be entitled to rely upon the accuracy of data information provided by City or others without independent review or evaluation. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. Provide blueprinting, CADD plotting, copying and other services through City's reproduction company for each of the required submittals. Consultant will be required to coordinate the required submittals with City's reproduction company. All other reproduction will be the responsibility of Consultant and as defined above. 18. ADMINISTRATION This Agreement will be administered by the Public Works Department. Eldon Davidson shall be considered the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 19. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business -12- P 0 hours to examine, audit and make transcripts or copies of such records. Consultant shall allow inspection of all work, data, documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 20. WITHHOLDINGS City may withhold payment of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work for a period of thirty (30) days from the date of withholding as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of seven percent (7 %) per annum from the date of withholding of any amounts found to have been improperly withheld. 21. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or a restoration expense shall be borne by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. -13- • 0 22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other consultants in connection with Project. 23. CONFLICTS OF INTEREST A. Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. B. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. 24. SUBCONSULTANT AND ASSIGNMENT Except as specifically authorized under this Agreement, the services included in this Agreement shall not be assigned, transferred, contracted or subcontracted without prior written approval of City. 25. NOTICES All notices, demands, requests or approvals to be given under this Agreement shall be given in writing and conclusively shall be deemed served when delivered personally or on the third business day after the deposit thereof in the United States mail, -14- ,a 0 0 postage prepaid, first class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: City of Newport Beach, Attention Public Works Director 3300 Newport Boulevard P. O. Box 1768 Newport Beach, CA, 92658 -8915 (949) 644 -3311 Fax (949) 644 -3318 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attention: Michel P. Rudinica Robert Bein, William Frost & Associates P.O. Box 57057 Irvine California 92619 (949) 472 -3505 Fax(949)472 -8373 26. TERMINATION In the event either part hereto fails or refuses to perform any of the provisions hereof at the time and in the manner required hereunder, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) days, or if more than two (2) days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) days after receipt by defaulting party from the other party of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the nondefaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. -15- 0 • 26.1 City shall have the option, at its sole discretion and without cause, of terminating this Agreement by giving seven (7) days' prior written notice to Consultant as provided herein. Upon termination of this Agreement, City shall pay to Consultant that portion of compensation specified in this Agreement that is earned and unpaid prior to the effective date of termination. 27. COMPLIANCES Consultant shall comply with all laws, state or federal and all ordinances, rules and regulations enacted or issued by City. 28. WAIVER A waiver by either party 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 a different character. 29. 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 hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Consultant. -16- 30. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his /her judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. 31. COMPUTER DELIVERABLES CADD data delivered to City shall include the professional stamp of the engineer or architect in responsible charge of the work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All drawings shall be transmitted to the City in Auto Cad version 14 in ".dwg" file format. All written documents shall be transmitted to the City in Microsoft Word 97 and Microsoft Excel 97 and be consistent with Microsoft Office 97. -17- 0 0 32. PATENT INDEMNITY Consultant shall indemnify City, its agents, officers, representatives and employees against liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: By: Robin Clauson Assistant City Attorney ATTEST: By: LaVonne Harkless City Clerk CITY OF NEWPORT BEACH A Municipal Corporation Mayor City of Newport Beach CONSULTANT By: Michael P. Rudinica Executive Vice President Robert Bein & William Frost F9UwrstPBWZharedt.4greementstFY 99-00tRBF CDM Water Transmission MainAm so Cite o New wrt Bench EXHIBIT A RBF has developed a methodology for successfully completing engineering projects of this type on time or ahead of schedule, and within budget. This methodology is based on 56 years of local Orange County engineering experience. We have found that the best formula for success is to team qualified and experienced individuals who have worked successfully together on other projects, and support them with our firm's multi - disciplinary staff and selected specialty subconsultants. RBF's cocosire RBF team members have visited the project site, met with City staff, and espmence ti £th dolllem( reviewed existing documents in order to more clearly understand the proposed uzue,- pipeline �. im'd project. A description of our project understanding and approach is provided presarnre, and nndti- below. We have also included a proposed Scope of Work. Critical issues are di.s, ipline <apahilities identified and work plan items have been developed It aIllm us to huruq; hh anah _ -e this projerr to urhiere rile 1.1 PROJECT UNDERSTANDING hest pu.v.�'ihlc solulinns. The City of Newport Beach has determined that one of their most important water projects is to install an additional water supply system to Big Canyon Reservoir in order to provide important redundancy. Should the transmission main from the LT° Street Booster to the Sand Canyon Reservoir be out of service for any reason, the 24 -inch BCR to Corona del Water Transmission Main will be required. The proposed project consists of approximately 8,000 to 9,000 lineal feet of 24 -inch cement mortar lined and coated steel pipe and approximately 1,500 lineal feet of 12 -inch C -900 PVC pipe. The proposed project locations are shown on the attached Exhibit No. 1. 1.2 PROJECT APPROACH AND KEY WORK PLAN ITEMS From our review of the proposed project, available data, and past experience, we have developed a specific project approach and work plan which will be discussed in detail in this section of the proposal. A listing of the key aspects of this work plan are presented below, with a detailed discussion of each element of work immediately following: UW Alternative alilenmenU alone Filth Avenue and/or Fourth Avenue C�F Connection and a]iemmerit at Dahlia Avenue. Fifth AN Cline and Coast Highway areas UW Utility Research and Location of proposed Transmission Nlains within Streets QY Pipe and trench section value engineering FW Minimize public disruption Page l 0 0 an O az Sw • 2i w 71- I F" FWAY 'f e . o ".4 D. co 'X4. . ........ A 1: dVylyMM W%W Zit i F Ai f Z Al 3WW by LLE - - J, 6t IRV an O az Sw • 2i w Ciry of Newporf Beach A. Alternative Alignments along Fifth Avenue and /or Fourth Avenue As shown on Exhibit No. 1, we will analyze alternative alignments along Fifth Avenue and Fourth Avenue between Marguerite and Heliotrope. As part of our approach in this area, we will compare construction costs of the alternative alignments, considering the following items and other items: Location of existing utilities within existing streets including sewer, water, storm drain and others. Both of these streets are quite narrow as shown in the following pictures - therefore, accurate utility location is important and will affect where the proposed 24 -inch transmission main will be located and construction costs.. From review of the water and sewer grid maps, the Fifth Street alignment includes both water (12 -inch ACP) and sewerfacilities (12- and 18 -inch) along the entire stretch. The Fourth Avenue alignment, in contrast, has only a minimum portion of sewer. As a result, construction costs along some areas will be less expensive in Fourth Avenue. • Construction within Grant Howard Park (location of park is shown in Exhibit No. 1) Construction within Grant Howard Park at Fifth Avenue could decrease construction costs due to many factors including: — Reduced pavement replacement costs — Increased transmission main daily production — Less traffic control — Less utilities within park Construction impacts to the park though will need to be considered. John Andrew, our Landscape Architect, will address these issues, including: — Cost of irrigation and landscape replacement — Replacement of trails — Limit hours of construction work to reduce impact to park users (could impact construction production) B. Connection and Alignment at Dahlia Avenue Fifth Avenue and Coast Highway areas (See Exhibit No. 2 for a blow up of this area) Connection and alignment at Dahlia, Fifth and East Coast Highway. One of the most challenging aspects of the proposed 24 -inch transmission main alignment is the installation of the pipeline in this location. The challenges that will be considered include: • Numerous water and sewer facilities at this location • Traffic control, especially along East Coast Highway • Maintaining water service to customers during construction • Abandoning existing 18" RCSCP Page 2 City of Newport Beach From our review of existing and proposed facilities, a sequence of construction will be identified that will allow keeping the customers in service. As shown on Exhibit No. 2, additional pipelines can be installed on a temporary basis which will allow continuous service while the 24 -inch is installed and existing pipes are taken out of service. C. Utility Research and Location of Proposed Transmission Mains within Streets Once the utilities have been identified, location within the One key to selecting the pipeline alignment and keeping existing streets will be considered change order costs to aminimum involves conducting proper ftt rconstructabiliry , limiting utility utility research. relocations and Health Department separation requirements. RBF has developed a technical methodology for obtaining the locations of existing pipelines, services, appurtenances, and utilities. This methodology utilizes several available techniques to compile the maximum amount of information in a cost - effective manner. We have successfully utilized this technology and approach on similar projects including sewer and force mains in Pacific Coast Highway in Corona del Mar, numerous existing streets in the City of Beverly Hills, and hundreds of miles of pipeline for several other clients. The methodology includes • Review of Record Information • Field Reconnaissance Survey • Audio Frequency Line Tracer • Potholing The available record information for the existing utilities will be reviewed to begin the compilation of existing data. A field reconnaissance survey will be conducted to locate existing pipelines and appurtenances. The field reconnaissance will identify valve can risers, air and vacuum valves, fire hydrants, water service meters. manholes, clean outs. and utility vaults. These appurtenances indicate the subsurface location of utilities. Audio frequency line tracer technology is an excellent method of locating conductive (metallic) pipelines in highly congested urban areas. The tracer inductively locates the pipeline and features a left - right guidance system, directing the operator over the pipeline. A field strength display aids in pinpointing the pipeline location and MAM14 with the push of a button, the depth of the pipeline is provided. � y. When potholing is required, we utilize the "soft -dig' technology. This process utilizes air to "drill' a small- diameter hole (12- inches ±) to the location of the utility. A scope is used to view the utility and confirm the location. Soft -dig reduces the impact to existing streets and pavement replacement costs. Each utility company with utilities within the project vicinity will be contacted to confirm the utilities shown along the project alignments or to verify that the utility company does not have utilities within the project alignments. Page 3 City of New ort Beach ....---- . ---.. .. D. Pipe and Trench Section Value Engineering _.._._. . As part of our preliminary design, we will analyze pipe material, coatings and trench section materials. We will not, though, re- invent the wheel, since the City's preference is steel pipe. This analysis, though, will determine cost effective recommended coatings and backfills. We have assumed that cement mortar interior lining for the steel pipe will be utilized. Based upon a detailed analysis of all the cost factors listed below along with corrosion and geotechnical considerations. a recommendation or recommendations of allowed alternatives to be included in the specification will be reviewed with City staff for ultimate inclusion into the Contract Docu ✓rents_ RBF will prepare a matrix analysis to determine the most cost effective coating and trench material. It should be noted that a corrosion analysis will be utilized to determine impacts on pipeline coatings. Also, geotechnical review will be utilized for trench. Table I summarizes the pipeline material alternatives and cost per 100 /ft will be estimated. Table 1 Pipeline Material Alternatives and Cost Per 100 Feet Pipeline Coating $ /100 Pt Cement Mortar Coating TBD 80 mil Tape Wrap TBD 80 mil Tape Wrap with 3/1" Rock Shield (Cement Mortar) TBD Table 2 summarizes the backfill material to be analyzed and costs per cubic yard will be estimated. Table 2 Pipeline Backfill Materials and Cost Per Cubic Yard Backfill Material $ICY Decomposed Granite TBD Coarse Gravel TBD Slurry TBD Coarse Granular Material (Rounded Pea Gravel) TBD Sand (SE 30) TBD Table 3 summarizes the alternative compaction methods and costs evaluated within the matrix. Table 3 Backfill Compaction Method Compaction Method $ /CY Mechanical TBD Jetting TBD Self Compaction TBD Page 0 _o n w a U N NEN 1 24' TM EXA T I a LOCAT104 TO BE ETE MINE) < FIFTH AVE B" ACP 16' ACP r 18" RCSCP U Q C = Q Z U Q D MI 0 CONSTRUCT F PELINE TO KEEP CUSTON --I CONS CT 6 ACP Q PIPELINE KEEP 3p�S� CUSTOMERS IN Fq I w SERVICE `r% C z 0,95,. tier 3p, s d R a a CITY OF NEWPORT BEACH EXHIBIT 24" BCR TO CORONA DEL MAR WATER Robert Bein,Wiliiam Frost & Associates PROFESSIONAL ENUNEERS. PLANNERS & SURVEYORS P.0. = IM7 11]]L ILm PIWt , -- GNNMP. PMI m? TRANSMISSION MAIN FACILITIES AT 2 EASTERN PORTION OF PROJECT E. Minimize Public Disruption As with any construction project, disruption to the public will occur. A successful project, though, will minimize disruption as much as possible. As shown on Exhibit No. 31 there are numerous public uses along and in the vicinity of the project including: • Single Family Residence • Apartments • Senior Center • Parks • Churches • Preschool /Day Care • Elementary School • Cemetery • Busy Streets Traffic near schools i Heave traffic at Marguerite and San Joaquin Hills Road from existing schools, churches, and residential areas During the preliminary and final design of this project. RBF will analyze and incorporate construction features to limit disruptions. Some of these features include: • Maintain Residential and Commercial Access Phase construction and provide notification and provisions for homeowner and business access; limiting disruption to businesses during pipeline construction; providing access to commercial and residential areas during pipeline construction; providing access and a safe environment near schools, church facilities. day care, and cemetery. Limit Time of Construction in Some Areas Consideration of work hours in certain areas, especially areas near schools will be considered to be included into the Contract Document. a& HAN900. na inwi Jacking and Boring Jacking and boring of San Joaquin Hills Road will be analyzed to review with the City Staff to compare additional project costs with benefits of limiting traffic disruptions. • Minimize Traffic Flow Congestion Phase construction to limit areas of traffic flow congestions throughout the Project so that traffic can proceed. Traffic control plans will also include detour plans. • Nighttime Construction Disruption to the traffic and the community can be limited by using nighttime construction of the tie - in at East Coast Highway. Page 5 Beach • Continuity of Service Phase construction to ensure that new portions of the water transmission system placed into operation meet domestic and fireflow demands continuously. • Minimize Water Service Disruption Phase construction and transferring of service to keep service outages to a minimum. • Sewer Laterals Phase construction and assist the City in required notification and immediate reconnection of sewer laterals disturbed during construction. • System Testing /Disinfection Phase Construction to ensure proper testing and disinfection of the new system is completed prior to connection of services. if required. Page 6 z z 0 0 y U U �y cC b 0 C � � U z� L•� c wN3v AM s° o� �a U W a co W Q z 3 �" w Z w` }. CO 0 C) a T w W U Qo x a QN-) Beach 1.3 SCOPE OF WORK Introduction The Scope of Work for this project includes preparation of engineering design drawings, technical specifications, and bid documents for construction of the 24 -inch BCR to Corona del Mar Water Transmission Main. The work associated with this project includes evaluation of alignment alternatives, preliminary and final engineering design, and other tasks related to the water system improvements which consists of approximately 8,000 to 9,000 lineal feet of 24 -inch cement mortar lined and coated steel pipe and approximately 1,500 lineal feet of 12 -inch PVC pipe. The Scope of Work for this project consists of the following tasks: Preliminary En2ineerine Phase Task L 1 Review Existing Data and Utility Research Task 1.2 Alternative Pipeline Alignment Analysis Task L3 Jurisdictional Agency /Permit Review and Coordination Task 1.4 Construction Cost Estimates Task 1.5 Project Schedule Task L6 Preliminary Design Report (PDR) Task 1.7 Final PDR Final Design Phase Task 2.1 Horizontal and Vertical Control, Aerial Mapping /Base Map Preparation Task 2.2 Geotechnical Investigation Task 2.3 Utility Research Task 2.4 Corrosion Analysis Task 2.5 Field Surveys Task 2.6 Final Permit Processing /Agency Coordination Task 2.7 Pipeline Design and Construction Drawings Task 2.8 Contract Documents and Specifications Task 2.9 Construction Cost Estimates Task 2.10 Construction Schedule Task 2.11 Bidding Assistance Task 2.12 Design Progress Reviews Task 2.13 Meeting Attendance Construction Support Phase Task 3.1 Attend Pre - Construction Conference Task 3.2 Respond to Requests for Information Task 3.3 Review Schedule of Values, Project Schedules, Calculations, Shop Drawings Task 3.4 Attend Field and Project Meetings Task 3.5 Prepare As -Built Drawings Page 7 Beach PRELIMINARY DESIGN PHASE: Task 1.1: Review Existing Data RBF will review reports, record drawings, and other information affecting the project. Task 12 Alternative Pipeline Ali ng ment RBF will perform an alternative pipeline alignment analysis, which will include analyzing alternative pipeline alignments within the street right -of -ways. We will also analyze alternative alignments along Fourth Avenue and Fifth Avenue as addressed on page 2. Task 1.3: Jurisdictional Agency /Permit Review and Coordination RBF will identify all required permits for the project and will coordinate with jurisdictional agencies under this task item. This task will include identification of required permits and other coordination requirements. For the connection point on East Coast Highway. it is anticipated that existing City construction Caltrans permit will be utilized. RBF will support all requirements of Caltrans and other permits. Task 14: Construction Cost Estimate Preliminary Construction Cost Estimates for each of the alternatives identified will be prepared and included as part of the Preliminary Design Report. This task will also include the pipe and trench value engineering cost estimate comparisons. Task 1.5: Project Schedule A project schedule will be prepared indicating project time schedules and critical path items for both final design and facility construction. The bar chart and critical path method schedules can be updated on a monthly or regular basis to track progress of various critical design items. Task 1.6: Preliminary Design Report Upon completion of the tasks listed above. a Preliminary Design Report will be prepared which will present a summary of the project alternatives, design parameters, proposed materials, cost estimates, and recommendations. Task 1.7: Final Preliminary Design Report After review and approval of the Draft Preliminary Design Report, any comments will be incorporated into the final report will be submitted to the City within two weeks of receipt of the City's comments. FINAL DESIGN PHASE The Final Design Phase of this project will include preparation of plans, specifications, and contract documents for the proposed pipeline and appurtenances, and final agency coordination /permitting. A detailed Scope of Services for final design is identified below: Task 2.1: Horizontal/Vertical Control, Aerial Mapping. Base Map Prep. RBF will provide topographic mapping from aerial photogrammetry for a 300 foot wide corridor along the proposed pipeline route, including alternative alignments. Mapping will meet the requirements in -ASPRS Accuracy Standards for Large Scale Maps ", dated March 31, 1993. Topographic data will be provided in AutoCAD formatat a plotting scale of I "= 40' with 1 foot inter val contours. Black and white digital imagery will be rectified to fit the project control system and files provided in a .TIF format. Three days of field surveying is budgeted to provide detailed topography for areas not visible in the aerial photography and to locate critical features, joins and/or utility invert elevations. Record maps will be researched and assembled to compute the geometric alignment for the existing public rights -of -way. Page 8 Task 2 2 Geotechnical Investigation A geotechnical investigation will be performed that includes 10 borings along the alignment. The borings will be drilled at a spacing of about 800 feet. The borings will extend approximately 10 to 20 feet deep. A geotechnical report will be provided to the City of Newport Beach. A portion of this work may be performed during preliminary design to assist in the alignment and trench section analysis. Task 2.3: Utility Research Utility research will be performed to identify existing facilities along the pipeline alignment including water, sewer, electric, gas, cable, storm drain, service connections, laterals, catch basins, and other facilities. Task 2.4: Corrosion Analysis RBF will perform an evaluation of the corrosion potential of the on -site soils. The analysis will include recommendations on pipe coatings, pipe bonding, location of test stations and ultimate protection system required, if any. A portion of the corrosion analysis will be performed during the preliminary design phase. Task 2.5: Field Surveys RBF will conduct a field reconnaissance survey to locate above - ground features having a critical relationship to the project. The field reconnaissance will identify such items as valve can risers, air and vacuum valves, fire hydrants. water service meters, manholes, cleanouts, and utility vaults. Task 2.6: Final Permit Processing/Agency Coordination Identification of the required permits and agency requirements will becompleted as part of the Preliminary Design Phase. Final processing and coordination of the required permits will be initiated during the preliminary design but will be finalized during the final design of the project. Many agencies require plans which are close to completion prior to their final review. Therefore, we will initiate permit processing as soon as possible in an effort to finalize agency requirements, which will then be included in the plans and specifications. Task 2.7 Construction Plans Construction plans will be prepared on the final design parameters identified in the Preliminary Design Report. The following plans are anticipated to be required: (l) Title Sheet, with Vicinity Map and Location Map (2) General Notes, Index Map, List of Drawings, Legend, Benchmark, and Basis of Bearings. (3) Overall Project Plan and Profile (4) Plan and Profile Drawing No. 1 (5) Plan and Profile Drawing No.2 (6) Plan and Profile Drawing No. 3 (7) Plan and Profile Drawing No. 4 (8) Plan and Profile Drawing No. 5 (9) Plan and Profile Drawing No. 6 (10) Plan and Profile Drawing No. 7 (1 l) Plan and Profile Drawing No. 8 (12) Plan and Profile Drawing No. 9 (13) Plan and Profile Drawing No. 10 (14) Plan and Profile Drawing No. 11 (15) Plan and Profile Drawing No. 12 (16) Pipeline Details (17) Pipeline Details (18) Traffic Control General Notes (19) Traffic Control Plan No. 1 (20) Traffic Control Plan No. 2 (21) Detour Plan Pine 9 Task 2.8: Contract Documents and Specifications Contract Documents and Technical Specifications will also be prepared for the pipeline and appurtenances utilizing City of Newport Beach - Design Criteria, Special Provisions and Standard Drawings for Public Works Construction (latest edition). In addition, technical provisions will be prepared, utilizing the City's standard format. Original documents will be delivered to the City for final printing. Task 2.9: Construction Cost Estimates A preliminary construction cost estimate will be prepared and reviewed with the City at the 100- percent design completion stage and will be prepared for use in evaluating the bids to be received on the project. Task 2.10: Construction Schedule During the final design, all major project suppliers will be contacted to determine delivery time requirements. This information will be compared to construction time requirements and a final project schedule will be prepared. Task 2.11: Bidding Assistance Upon advertisement ofthe project forbidding purposes, will contact contractors qualifiedto complete this project. Emphasis will be placed on contractors who have successfully completed similar projects for the City of Newport Beach. If required during the bidding period, addenda will be prepared. Also, we have allocated time in the budget for answering questions which may arise during the bidding period. Task 2.12: Design Reviews Review meetings will be held at the 75- percent, 95- percent, and final completion stages of the project. Task 2.13: Meetings with City of Newport Beach and other Agencies. We will conduct and/or attend project meetings, review meetings, and other necessary meetings with the City of Newport Beach and other public agencies during this phase of the project. For the purposes of this proposal, we have budgeted one meetings per month with the City of Newport Beach. CONSTRUCTION SUPPORT PHASE: The following services will be provided by RBF during the Construction Phase of this project as may be requested by the City of Newport: Task 3.1 Attend Pre - Construction Conference Attend the Pre - Construction conference conducted by the City of Newport Beach. Task 3.2 Respond to RFIs Respond to Requests for Information (RFIs) from either the construction project manager or the contractor, including any new detailed drawings required. Task 3.3: Review of Shop Drawings and Other Project - Related Information Review the schedule of values, project schedules, shoring diagrams and calculations, and shop drawings will be performed. Task 3.4: Site Visits and Consultation Periodic site visits will be made during construction of the project at key construction intervals or as requested by the City. RBF will also be available for consultation during construction for clarification of design- related issues. Task 3.5: As -Built Drawings Preparation of final record drawings will be provided. Page 10 PROJECT SCHEDULE: The attached Project Schedule includes an anticipated Award of Engineering Services and Notice -to- Proceed of March 28. 2000. We anticipate completion on or before the required due date of November 1. 2000. Page I/ Adak dillk N O Z O O ............. ......... ......... .. yO U O O N � n E o 0 N O N N Q � Y y � a T 5V N >m 'o o •/M N V1 N •11 m a ......... ..... .... ......... E N E o O O VJ O O •� 0 o 0 0 0 0 0 0 0 0 0 0 0 0 U 8 8 8 8 8O 5 8_p 8 8 8 8 8 0 8 8 8 8 8 8 8 x 0 N N M O O OI N m 63 z o S C� C� � t� o m ¢ `o_ 'q Fil p n a N N m ci M � N N o - O W - Z W ¢ U $ ¢ Q ¢ LL u Q LL LL U LL U U U U O Q25 W mNO F2 d lL ¢ m m N 02 _z 0 EXHIBIT B • ROBERT BEIN, WILLIAM FROST & ASSOCIATES PROFESSIONAL E N G I N E E R S , PLANNERS & SURVEYORS HOURLY RATE SCHEDULE Effective January, 2000 Principal........................................ ............................... $160.00 Project Director ................................... ............................... 140.00 Structural Engineer ................................ ............................... 127.00 Project Manager ................................... ............................... 121.00 Senior Engineer/Planner ............................ ............................... 110.00 Corrosion Engineer ................................. ............................... 98.00 Project Engineer .................................... ............................... 98.00 Senior Designer .................................... ............................... 94.00 Design Engineer / Designer / Mapper (CADD) ........ .... ............................... 86.00 Environmental Manager ............................. ............................... 84.00 Senior Drafter/Technician ............................ ............................... 76.00 Designer /Planner /Assistant Engineer ................... ............................... 72.00 Drafter /Graphic Artist ............................... ............................... 65.00 Environmental Analyst/Staff Planner ................... ............................... 63.00 Engineering /Planning Aide ........................... ............................... 45.00 FIELD PERSONNEL 2- Person Survey Crew ............................ ............................... $170.00 l- Person Survey Crew ............................. ............................... 120.00 Field Supervisor .................................. ............................... 108.00 CONSTRUCTION MANAGEMENT PERSONNEL Construction Manager ............................. ............................... $130.00 Field Superintendent ............................... ............................... 104.00 Resident Engineer/Project Manager ................... ............................... 103.00 Assistant Field Superintendent ........................ ............................... 8100 Senior Construction Inspect or ......................... ............................... 83.00 Construction Inspector ............................... ............................... 79.00 Field Office Engineer ............................... ............................... 76.00 Construction Technician ............................. ............................... 60.00 COMPUTER & OTHER SERVICE FEES P.C. Work Station ................................. ............................... $15.00 Clerical/Word Processing ............................ ............................... 42.00 Consultation Relative to Legal Actions ................. ............................... 250.00 Vehicle Mileage ...... ............................... ...........................0.35 /Mile Note: Bluepriming, reproduction, messenger service and other direct expenses will be charged as an additional cost plus 15%. A Subconsultant Management Fee of fifteen- percent (15%) will be added to the direct cost of all subconsultanl services to provide for the cost of administration. subconsulmnt consultation and insurance. sea Professional Service Since 1944 14725 ALTON PARKWAY, IRVINE. CA 92618 -2069 • P.O. BOX 57057. IRVINE, CA 92619 -7057 • 949.472.3505 • PAY. 949.472.8373 OFFICES LOCATED THROUGHOUT CALIFORNIA, ARIZONA AND NEVADA • WEB SITE. w .rbl.com 0 • March 20, 2000 TABLE 1 ESTIMATED HOURS AND FEE 24 -INCH BCR TO CORONA DEL MAR WATER TRANSMISSION MAIN CITY OF NEWPORT BEACH Task Description Approximate Person -Hours Total Estimated Fee Principal In Charge, Project Manager Project Engineer Designer/ Drafter TASK 1: PRELIMINARY ENGINEERING 1.1 Review Existin Data/Utility Research 0 4 8 4 $1,572 1.2 Alternative Pipeline Alignment Analysis 2 16 32 8 $6,000 1.3 Jurisdictional Agency/Permit Review and Coordination 1 2 4 $794 1.4 Construction Cost Estimates 1 4 8 $1,428 1.5 Project Schedule 0 2 6 $830 1.6 Preliminary Design Report 8 24 24 32 $8,968 1.7 Final PDR 1 4 8 4 $1,732 SUBTOTAL PRELIMINARY DESIGN: 13 56 90 48 $21,324 TASK 2: FINAL DESIGN 2.1 Horizontal and Vertical Control, Aerial Mapping/Base Map Prep. LUMP SUM $22,000 2.2 Geotechnical Investi aiton LUMP SUM $10,000 2.3 L!ilL Research 0 12 24 40 $6,844 2.4 Corrosion Analysis 0 12 16 $3,020 2.5 Field Surveys 2 days in field $2,100 2.6 Final Permit Processing/Agency Coordination 0 4 20 8 $3,052 2.7 Pipeline Design and Construction Drawings General 1 Title Sheet with Vicinity and Location Map 1 2 4 12 $1,706 2 General Notes, Index Map, List of Drawings, Legend 1 2 4 12 $1,706 Benchmark, and Basis of Bearings 3) Overall Project Plan and Profile 1 6 10 26 $3,842 4 Plan and Profile Drawing No. 1: Pipeline (1" = 40') 1 6 10 26 $3,842 5 Plan and Profile Drawing No. 2: Pipeline 1" = 40') 1 61 10 26 $3,842 6 Plan and Profile Drawing No. 3: Pipeline (1" = 40') 1 6 10 26 $3,842 7) Plan and Profile Drawing No. 4: Pipeline (1" = 40') 1 6 10 26 $3,842 8 Plan and Profile Drawing No. 5: Pipeline V = 40' 1 6 10 26 $3,842 9 Plan and Profile Drawing No. 6: Pipeline 1" = 40') 1 6 10 26 $3,842 10 Plan and Prof le Drawing No. 7: Pipeline 1" =40' 1 6 10 26 $3,842 11 Plan and Profile Drawing No. 8: Pipeline i" =40' 1 6 10 26 $3,842 12 Plan and Profile Drawing No. 9: Pipeline 1" =40' 1 6 10 26 $3,842 13 Plan and Profile Drawing No. 10: Pipeline (1" =40') 1 6 10 26 $3,842 14 Plan and Profile Drawing No. 11: Pipeline V =40' 1 6 10 26 $3,842 15 Plan and Profile Drawing No. 12: Pipeline (1" =40') 1 6 10 26 $3,842 16 Pipeline Details 1 8 12 30 $4,584 17 Pipeline Details 1 8 12 30 $4,584 18) Traffic Control Plan General Notes 1 2 6 8 $1,598 19) Traffic Control Plan No. 1 1 2 16 20 $3,490 20 Traffic Control Plan No. 2 1 2 16 20 $3,490 21) Detour Plan 1 2 6 20 $2,510 Subtotal Construction Plans: 21 106 1 206 490 73,614 H: \GRP 13 \pdata \10100702 \Proposal \FEE. W82 Page 1 0 • March 20, 2000 TABLE 1 ESTIMATED HOURS AND FEE 24 -INCH BCR TO CORONA DEL MAR WATER TRANSMISSION MAIN CITY OF NEWPORT BEACH Task Description A proximate Person -Hours Total Estimated Fee Principal In Charge Project Manager Project En ineer Designer/ Drafter 2.8 Contract Documents and Specifications 4 24 32 $6,680 2.9 Construction Cost Estimates 0 4 10 4 $1,768 2.10 Construction Schedule 0 2 4 $634 2.11 Bidding Assistance 0 8 16 $2,536 2.12 Design Progress Reviews 75 %, 95 %, Final Submittals) 0 61 12 $1,902 2.13 Meeting Attendance 0 32 32 $7,008 SUBTOTAL FINAL DESIGN: 25 210 372 542 $141,158 OTHER COSTS: Direct Costs/Reprographics $2,500 TOTAL ESTIMATED HOURS AND BUDGET: 38 266 462 590 $164,982 H: \GRP 13 \pdata \10100702 \Proposal \FEE.WB2 Page 2 9 • March 20, 2000 TABLE 2 ESTIMATED HOURS AND FEE 24 -INCH BCR TO CORONA DEL MAR WATER TRANSMISSION MAIN CITY OF NEWPORT BEACH Task Description A pproximate Person -Hours Total Estimated Fee Principal In Charge Project Manager Project Engineer Designer/ Drafter TASK 3: CONSTRUCTION SERVICES: 3.1 Attend Pre - Construction Conference 0 2 4 0 $634 3.2 Respond to Requests for Information RF1s 2 8 24 8 $4,248 3.3 Review Schedule of Values, Pro'. Schedules, Calcs, Shop Dw s 2 12 40 12 $6,604 3.4 Attend Field and Project Meetings 0 12 24 4 $4,108 3.5 As -Built Drawings 1 4 12 60 $6,380 SUBTOTAL CONSTRUCTION SERVICES: 5 38 104 84 $21,974 H: \GRP 13 \pdata\ 10100702 \Proposa1\FEE. W B2 Page 1