HomeMy WebLinkAboutC-4188 - Cooperative Projects Program Contract No. 0502ORANGE COUNTY SANITATION DISTRICT d , 4il9y
April 13, 2009
108" are Avenue
Fwft* Valey. CA
8270&7016
City of Newport Beach
"Box ; 3300 Newport Boulevard
FouMan veuey. CA Newport Beach, CA 92663 -3884
az7za61z,
Attn: Stephen G. Badum, Director of Public Works Department
w .ac.a.cam
Phone SUBJECT: Cooperative Projects Contract No. 0502
(714)862 -241' Amendment No. 1
Fax
(714] 962-0356
Enclosed please find one fully- executed copy of Amendment No. 1 to
5W_9 Cooperative Projects Contract No. 0502 for your records.
Anahe,m
Brea If you have any questions or concerns, please call me at (714) 593 -7305.
8u Park
F ountain l/Mby oq�_
Fu4rtan
c &� Angie Anderson
Senior Engineering Associate
La Habra AA:sa
Ls Rahn EDMS: 003888274
Las Aiwr ws
&VAFWt Enclosure
aww
P4acenva cc: Michael Sinacori, City of Newport Beach
senti Are
Bad Basch
lob snban
Tustin
Vies Park
Ycrbe Lads
Cods 466
Smut"
WOW C9Y
swwy DMV=
ft x Ranch
Watar Ossxt
camY of aww
We protect pubLC health and the enwronment by prondmg eneCbw rvsefeov W cotlecb0n, "8&hlent, and r YChng
AMENDMENT NO 1 TO COOPERATIVE
PROJECTS PROGRAM CONTRACT NO. 0502
THIS AMENDMENT NO, 1 TO COOPERATIVE PROJECTS PROGRAM
CONTRACT NO 0502, is made and entered into, to be effective this day
Of C' ' , 2008, by and between.
AND
ORANGE COUNTY SANITATION DISTRICT
hereinafter referred to as "OCSD
CITY OF NEWPORT BEACH,
hereinafter referred to as "AGENCY"
RECITALS
WHEREAS, on July 25, 2006, OCSD entered into a Cooperative Projects
Program Contract ( "Original Contract') with AGENCY, in connection with OCSD's
Cooperative Projects Program, and
WHEREAS, the term of the Contract is from the date of contract execution
by both parties, through completion of the Project, or February 29, 2008.
whichever occurs first: and
WHEREAS. the Original Contract with AGENCY has expired prior to the
Project's completion: and
WHEREAS, OCSD and AGENCY desire to extend the term of the Original
Contract for a maximum period of eighteen (18) months and replace "Exhibit C
Project Schedule" of the Original Contract. to allow AGENCY to satisfy all terms
and conditions of the Original Contract, and other unanticipated delays to its
Project.
1
WHEREAS. OCSD and AGENCY desire to replace "Exhibit B. Project
Cost Breakdown ", of the Original Contract to redistribute funds between cost
categories to differentiate consultant costs versus AGENCY costs, to satisfy all
terms and conditions of the Original Contract.
NOW, THEREFORE, in consideration of the foregoing, it is agreed
between the Parties hereto as follows
Section 1: The term of the Original Contract shall be extended from
February 29. 2008 for an additional eighteen (18) months from the original
Project completion date, unless terminated earlier as provided for in Paragraph 6
of the Original Contract for all work performed on or before May 30, 2009.
Section 2: The Original Contract shall be modified as outlined in Exhibits
B and C. attached hereto and by reference made a part of the Original Contract
dated September 27, 2006. All terms, conditions and provisions thereof, unless
specifically modified herein, shall continue in full force and effect.
Section 3: All Project deliverables, invoices and requests for
reimbursement must be received by OCSD by July 30, 2009.
Section 4: Except as modified herein, all other terms and conditions of
the Original Contract shall remain in full force and effect.
FA
IN WITNESS WHEREOF. the Parties hereto have caused this Amendment No. 1
to Cooperative Projects Program Contract No. 0502 to be duly executed on their
behalf by their authorized representatives.
ORANGE COUNTY SANITATION DISTRICT
Date
By mlo— -
V"- Chair, Bo d of Directors
By --
Clerk of.fhe Board'
APPROVED AS TO FORM:
BRADLEY R. HOGIN
OCSD COUNSEL
By
APPROVED AS TO FORM:
By
AA:
EDMS 003881957
191
ATTEST:
Leilani Brown
City Clerk
By Da"� //� v�
` � K. �V ✓V��
U
REVISED EXHIBIT B
PROJECT COST BREAKDOWN
Cooperative Projects Grants Program
Please provide the following information regarding project funding:
What is your funding contribution? $ 322,710
When will your funding become available? It is available
B. Please provide the following Project Cost by Category Information:
PROJECT COST BY FUNDING CATEGORY
1. Agency funds available
2. Cooperative funds requested
3. Additional Project Co- Funding
AMOUNT
$ 322,710
$ 322,710
4. Total Project Cost $ 645,420
YES NO
Is the Cooperative Projects Grants Program Funds ❑
request less than or equal to 50% of the Total Proposed
Project Cost?
Is the Cooperative Projects Grants Program Funds
request less than or equal to 25% of the Total Proposed
Project Cost?
Does the applicant have sufficient funds available to
cover the total project cost, considering that the
Cooperative Projects Grants Program Funds are
available on a reimbursement -basis only?
Does the applicant have sufficient funds available to
cover ANY cost increases, considering that increases in
the Cooperative Projects Grants Program Fund will not
be available?
-1-
❑ ■
■ ❑
M ❑
Amendment No. 1 to CP -502
C
Please list all funding sources other than the Cooperative Projects Grants
Program- Please return pages 23 and 24 as part of your Project Application:
NON - COOPERATIVE PROGRAM FUNDING SOURCE AMOUNT
1. City of Newport Beach Sewer Fund $ 322,710
2. $
3. $
4. $
TOTAL OTHER PROJECT CO- FUNDING: $ 322,710
D. As applicable, please list all project costs by cost element. Please provide as
much detail as practicable when detailing project costs. For example, please
provide labor categories. hourly rates, number of hours, etc. when defining labor
costs.
1.
2.
3.
4.
CAPITAL EQUIPMENT COSTS (PIPE MANHOLE AMOUNT
FRAME AND COVER, ETC.)
TOTAL CAPITAL EQUIPMENT COSTS
OTHER COSTS
1. Manhole Plug Installation
2.
3.
4.
TOTAL OTHER COSTS:
-2-
AMOUNT
$ 6,870
$
$
$ 6,870
Amendment No. 1 to CP -502
DIRECT LABOR COSTS lincludina overhead and
benefits):
1. City Utilities /Asst City Eng. 80 (Labor hours) x $
$72.17 /hour =
2. Labor hours x $ /hour = $
3. Labor hours x $ /hour = $
4. Labor hours x $ /hour = $
AMOUNT
5,774
TOTAL DIRECT LABOR COSTS: $ 5,774
OTHER DIRECT LABOR COSTS. INCLUDING AMOUNT
CONSULTANTS AND CONTRACTORS:
1. 760 Labor hrs x $170.00 /hr $ 129,200
2. 1060 Labor hrs x $140.00/hr $ 148,400
3. 1056 Labor hrs x $90.00/hr $ 95,040
4. 700 Labor hrs x $75.00 /hr
$
52,500
5. 220 Labor hrs x $79.00 /hr.
$
17,380
6. 204 Labor hrs x $55.00/hr.
$
11,220
7. CCTV Inspection
$
50,000
8. Flow Monitoring
$
69,000
9. Surveying
$
45,036
TOTAL OTHER DIRECT LABOR COSTS: $ 617,776
ADMINISTRATIVE COSTS: (Specify methodology
for costs, i.e. % of project costs, actual cost
breakdown etc.) Expenses $ 15,000
TOTAL PROJECT COST:
$ 645,420
Please note that the Total Project Cost reflected in subsections B and D, above should
be consistent.
-3- Amendment No. 1 to CP -502
EXHIBIT 'C" (REVISED)
CITY OF NEWPORT BEACH
Cooperative Projects Program Project 0502
Master Plan Update
2007
I Complete Sewer CIS
2 Evaluation of Criteria
3 Capacity Assurance Plan
4 Sewer System Rehabilitation Plan
5 Inflow and Inhllral,on Reduction Plan
6 Financial Plan
7 Final Master Plan Report
C T&NFTWIH of ScMe 2 2108 AmwMAneN W I m CP.501
[A.[uuu
• ORANGE COUNTY SANITATIUiJ DISTRICT
September 13, 2006 RECEIVED
[7141962-2411 CFP 1 5 2006
fox;
(7141 962d356
..n..sed.estn City of Newport Beach
3300 Newport Boulevard Public Works Department rtt Beach
PPO So. �812s7 Newport Beach, CA 92663 -3884 City of Newport
Fountain Valley. CA
92728.6127 Attn: Stephen G. Badum
arrest address:
10844 Ellis Avenue SUBJECT: Cooperative Projects Program Contract No. 0502
Fountain Valley CA
92708 -7016
te.r Enclosed please find one fully- executed copy of Cooperative Projects
Contract No. 0502 for your records.
•
Cities Please call me at (714) 593 -7305 if you have any questions.
Anabe,m
Bres
Buena Park
Cypress LA__-� L'4�
Fountain Valley
Fullerton
Garden (dove Angie Anderson
fiYrMngton ,one
1 Senior Engineering Associate
Irvine
Le Habra
La Palma
Los Alamitos AA:sa
Newport Beach EDMS 003817086
Orange
Pire Enclosure
Santa td A Ana
Seal Beach
Stanton
Tustin
Villa Perk
fbrba Linda
Deetttg of Orange
senitery Districts
Caste Mesa
Midway City
ill~ Districts
Irene Ranch
I
To maintain world-class leadership m wastewater and water resource management.
Contract No. CP -0502
ORANGE COUNTY SANITATION DISTRICT
COOPERATIVE PROJECTS GRANTS PROGRAM CONTRACT
RECITALS
WHEREAS, this Contract is entered into on ti(Y )5 , 20a' by and
between the Orange County Sanitation District (hereinafter referred to as "District ")
whose address is P.O. Box 8127, Fountain Valley, California 92728. and the City of
Newport Beach (hereinafter referred to as "Agency "). District and Agency shall be
individually referred to as "Party" and collectively as "Parties and
WHEREAS, District is a duly organized County Sanitation District, existing
pursuant to the County Sanitation District Act, California Health and Safety Code section
4700, et seq., providing for the ownership, operation, and maintenance of wastewater
collection, treatment, and disposal facilities within Orange County, California; and
WHEREAS, District implemented a Cooperative Projects Grants Program
( "Program ") to co -fund projects sponsored by agencies located within District's service
area. District's Board of Directors has the authority to enter into Cooperative Projects
Grants Program contracts to implement the Program; and
WHEREAS, District's Board of Directors has authorized a contract with Agency
for the project described in Exhibit "A" (Project Description /Statement of Work,
hereinafter the "Project "), attached hereto and by reference made a part of this Contract,
and
WHEREAS, Agency has met the requirements for receipt of Cooperative Projects
Grants Program Funds as set forth in Agency's Cooperative Projects Grants Program
Application and Agency agrees to complete the Project defined herein.
NOW THEREFORE. the Parties agree as follows:
AGREEMENT
1. AUDIT - Agency shall at least once every year be subject to an audit by District,
or its authorized representative, to determine if the revenues received by Agency
were appropriately spent for the Project described in Exhibit 'A Agency shall
retain all documents and records associated with the Project for a period of three
(3) years from the date of completion of the Project. District shall coordinate such
audit through Agency s audit staff
2. WATER CONSERVATION BMP - Agency agrees to adopt the Best Management
Practices (BMP) for water conservation, more particularly described in Exhibit "D"
(Water Conservation - Best Management Practices) attached hereto and by
reference made a part of this Contract.
3. TERM - The term of this Contract is from the Contract execution date through
completion of the Project or February 29, 2008, whichever occurs first unless
terminated earlier as provided for in Paragraph 4 below. All Project deliverables
and requests for reimbursement must be received by District by April 30, 2008.
Failure to meet this deadline will result in forfeiture of Cooperative Projects
Grants Program funding, provided, however, that in the event that Agency is
unable to complete the Project within the term required herein due to unforeseen
or unavoidable circumstances, or by mutual agreement by both Agency and
District, District may extend the term of this Contract for an additional period.
Such extension shall be made only by written agreement signed by both Parties
hereto. Extensions must be approved by District's Board of Directors, prior to
contract amendment.
4. TERMINATION - In the event that any Party fails to comply with any term or
condition of this Contract, or fails to provide the services in the manner agreed
upon by the Parties, including, but not limited to, the requirements as set forth in
Exhibit "A ", and Exhibit "C" (Project Milestone Schedule), attached hereto and by
reference made a part of this Contract, the failure shall constitute a material
breach of this Contract. The non - breaching Party shall have the sole and
exclusive option either to notify the breaching Party that it must cure this breach
within 15 days or provide written notification of its intention to terminate this
Contract upon 30 days written notice. Notification shall be provided in the
manner set forth in Paragraph 22 below. Termination shall not be the exclusive
remedy of the non- breaching Party. The non - breaching Party shall have the right
to seek any and all remedies provided by law District may terminate this Contract
at any time, without cause. upon giving Agency thirty (30) days written notice.
Upon completion of the Project and in satisfaction of all reporting requirements
for Agency reimbursements set forth in this Contract, District shall reimburse
Agency for all incurred costs identified in Exhibit "B" up through the date of
termination of this Contract.
5. INSURANCE - Prior to the start of this Contract, Agency shall furnish evidence of
standard form of commercial or comprehensive general liability insurance with a
combined single limit per occurrence (general and automotive) of One Million
Dollars ($1,000,000.00). Agency shall maintain such coverage during the term of
this Contract and any extensions thereof. Subject to notice to and approval of
District, Agency may fulfill its insurance obligations through one of the following:
(i) self- insurance; (ii) by providing coverage through a joint powers insurance
authority (JPIA), which is duly formed under the laws of the State of California; or
(iii) utilizing a combination of self- insurance and JPIA coverage. Agency shall
require any Contractor performing services funded by this Contract to also
provide evidence of standard form commercial or comprehensive general liability
insurance for any Project requiring work to be performed in a public right -of -way.
The policy shall have a combined single limit of Two Million Dollars
($2,000,000.00) per occurrence for bodily injury, including death, personal injury,
property damage, and products liability, with Five Million Dollars ($5,000,000.00)
general policy aggregate; or, alternatively Two Million Dollars ($2,000,000.00)
aggregate separate for this Contract. Agency shall require its contractor to
maintain such coverage during the duration of the Project work. District shall be
named as an additional insured by endorsement to each liability policy referred to
herein. Each policy shall require that Agency notify District in writing, not less
than thirty (30) days in advance of any modification or termination of any such
insurance. Any modification of the insurance provided shall be subject to pre -
approval by District. If Agency, or its contractor, fails to maintain the required
insurance coverage, District reserves the right to immediately terminate this
Contract or purchase such additional insurance and bill Agency or deduct the
cost thereof from any payments owed to Agency. District shall have no
obligation, however, to purchase additional insurance.
6. INDEMNIFICATION - Agency agrees to hold harmless, defend, and indemnify
District, its officers, employees, agents, representatives, and successors -in-
interest against any and all loss. damage, cost, or expense which District, its
officers, employees, agents, representatives, and successors -in- interest may
incur or be required to pay by reason of any injury or property damage caused or
incurred by Agency, its employees, contractors, sub - agency's contractors, or
agents in the performance of this Contract, including but not limited to, any
contract between Agency and any third Party for the performance of work as part
of the Project. Sub - agency means an agency, other than the Agency, that either
performs or hires contractor(s) to perform work on the Project.
7. PAYMENT
A. District shall pay Agency up to Three Hundred Twenty -Two Thousand
Seven Hundred Ten Dollars ($322,710.00) upon completion of the Project
on a reimbursement basis. Reimbursements are processed each year on
a first -in first -out basis. Once District reimbursement funds meet the
annual cap identified by the District, all remaining unpaid reimbursement
requests will be deferred for payment until the following fiscal year. Any
funds not expended upon Contract termination or completion shall revert
back to the Cooperative Projects Grants Program. Payment of charges
shall be made by District to Agency within 60 days after approval by
District of an itemized invoice prepared and furnished by Agency.
B. An invoice submitted to District for payment must be prepared in
duplicate, on Agency letterhead, and list District's Contract number,
period covered by invoice, and Agency's Employer Identification Number.
Invoices shall be submitted to: Orange County Sanitation District, P.O.
Box 8127, Fountain Valley, CA 92728 -8127. Attn: Accounts Payable
Department. Proof of Project expenditures must be provided with the
Agency invoice. As proof of Project expenditures. Agency must provide
copies of checks or warrants with corresponding invoices or purchase
orders, receipts, and labor reports. For construction projects, Agency is
required to provide to the District a copy of the check to the contractor
showing payment of final retention.
C. District funds will be distributed on a reimbursement basis after Project
completion and after receipt of all Project deliverables including proof of
Project completion and expenditures. Projects that do not reach
completion are not eligible to receive funds District will reimburse
allowable administrative costs as stipulated in Attachment "A' and
itemized in Exhibit "B° (Project Cost Breakdown). Receipts and
documentary records are required to support reimbursement requests. for
administrative costs. Agency is responsible for submitting to District an
invoice with a summary of expenditures, complete with copies of paid
invoices and corresponding receipts and checks as proof of Project
expenditures.
D. District will not reimburse costs associated with the following: Agency
costs associated with applying for and/or securing the Program funds
from the District, any costs expended by Agency prior to the District's
approval of Agency Program application; any costs incurred by Agency
after termination of the Contract; Agency costs for work that is not directly
associated with the Project described in the Contract documents.
E. No funds shall be paid to Agency pursuant to this Contract, until the
Project, as set forth in Exhibit "A ", is completed and proof of completion
and proof of Project expenditures are provided to District. If the Project
as described in Exhibit "A" is not completed and satisfactory proof of
completion is not provided to District, no monies shall be due and payable
to Agency. Proof of completion shall include a Final Report detailing the
work completed. District shall not reimburse Agency for expenditures
incurred by Agency outside the scope of the Project.
F. For closed circuit television monitoring ( "CCTV') projects, proof of
completion shall also include a notarized letter from the City Engineer,
Public Works Director, or City Manager affirming that the monitored
sewers were constructed in or before 1960 or meet at least one of the
following criteria:
(1) Pipe material must be clay tile or glazed clay, asbestos cement,
uncoated concrete, or Orangeburg;
(2) Joint configuration with high risk (i.e., high inflow /infiltration
potential) must be hand mortared, packed joint with oakum -
asphaltic materials, jute. or other hand packed materials; and
(3) Other high -risk materials must be approved by the District before
the Agency commences work.
(4) Sewers are located in high groundwater or in areas which show
evidence of high inflow or infiltration as determined from the
District's long -term flow monitoring.
G. For closed circuit television monitoring ( "CCTV") projects. the
methodology of evaluation, data collection, and reporting criteria used for
the National Association of Sewer Service Companies ( NASSCO)
certification shall be practiced for all CCTV evaluations. A structural pipe
rating for each sewer segment shall be assigned using the NASSCO
PACP condition grading system.
H. Additional Cooperative Projects Grants Program Funds will not be
available to fund Project cost overruns. Any Project cost overruns must
be funded from sources other than the Program.
The reimbursed amount shall not exceed 50% of the total cost of the work
as set forth in Exhibit "A ", Exhibit "B" and Exhibit "C ", attached hereto and
incorporated into the Contract.
J. If, at the completion of the Project described in Exhibit "A ", the actual
amount of Cooperative Projects Grants Program Funds utilized in
performance of the Project is less than the projected Total Project Cost
identified in Exhibit "B ", the amount reimbursed by District shall not
exceed 50% of the actual Total Project Cost. If, at the completion of the
Project, the actual amount exceeds the projected Total Project Cost
identified in Exhibit "B ", District shall not be responsible for any additional
funds, unless a Contract Amendment has been executed by the Parties.
8. COMPLIANCE WITH APPLICABLE LAWS - Agency shall comply with all federal,
state, and local laws, ordinances, codes, and regulations and orders of public
authorities in the performance of this Contract. In any contract that Agency
issues to carry out the Project, Agency shall include a provision that requires the
contractor and any of its subcontractors to comply with all federal, state. and
local laws, ordinances, codes, and regulations and orders of public authorities in
the performance of this Contract.
9. EMPLOYEES OF AGENCY
A. With regard to Project work, Agency shall be responsible for the cost of
regular pay to its employees, as well as cost of vacation, vacation
replacement, sick leave, severance pay, and pay for legal holidays.
B. With regard to Project work, Agency shall pay all federal and state payroll
taxes for its employees and shall maintain worker's compensation and
liability insurance for each of its employees.
C. With regard to Project work, Agency, its officers, employees, agents, or
representatives shall in no manner be considered employees or agents of
District nor shall Agency, its officers, employees, agents, or
representatives be entitled to or eligible to participate in any benefits,
privileges, or plans, given or extended by District to its employees.
10 PREVAILING WAGE REQUIREMENTS - To the extent that Agency's Project is a
public works project, as defined in California Labor Code § 1720 et. seq., Agency
shall ensure that the Agency, its contractors, subcontractors. agents, or
representatives on the Project comply with all applicable federal and state laws
requiring the payment of prevailing wages.
11. OWNERSHIP - Title and full ownership rights to any products purchased or
developed under this Contract shall at all time remain with Agency.
12. NON - DISCRIMINATION - In the performance of this Contract, Agency shall not
discriminate in recruiting, hiring, promotion, demotion, or termination practices on
the basis of race, religious creed, color, national origin, ancestry, sex, age, or
physical handicap and shall comply with the provisions of the California Fair
Employment & Housing Act (Government Code Section 12900, et seq.), the
Federal Civil Rights Act of 1964 (P.L. 88 -352) and all amendments thereto,
Executive Order No. 11246 (30 Federal Register 12319), and all administrative
rules and regulations issued pursuant to said Acts and Order. Agency shall
likewise require each sub - agency to comply with this paragraph. In any contract
that Agency issues to carry out the Project, Agency shall include a provision that
requires the contractor and any of its subcontractors to comply with the above -
mentioned federal and state laws, regulations, and orders.
13. ASSIGNMENT - The rights granted hereby may not be assigned, sold, licensed,
or otherwise transferred by either Party without the written consent of the other,
and any attempt by either Party to do so shall be void upon inception.
14. NON - EFFECT OF WAIVER - Agency's or District's failure to insist upon the
performance of any or all of the terms, covenants, or conditions of this Contract,
or failure to exercise any rights or remedies hereunder, shall not be construed as
a waiver or relinquishment of the future performance of any such terms,
covenants, or conditions or of the future exercise of such rights or remedies.
15. ATTORNEYS FEES - In the event any legal proceeding or action (including
arbitration) is filed in connection with the enforcement or interpretation of this
Contract, each Party shall bear its own attorneys' fees and costs.
16. FORCE MAJEURE - Neither District nor Agency shall be liable or deemed to be
in default for any delay or failure in performance under this Contract or
interruption of services resulting, directly or indirectly, from acts of God, civil or
military authority, acts of public enemy, war, strikes, labor disputes, shortages of
suitable parts, materials, labor, or transportation, or any similar cause beyond the
reasonable control of District or Agency.
17. SEVERABILITY - In the event that any one or more of the provisions contained in
this Contract shall for any reason be held to be unenforceable in any respect by a
court of competent jurisdiction, such holding shall not affect any other provisions
of this Contract, and this Contract shall then be construed as if such
unenforceable provisions are not a part hereof.
18. HEADINGS - Headings on the paragraphs of this Contract are for convenience
and reference only, and the words contained therein shall in no way be held to
explain, modify, amplify, or aid in the interpretation, construction, or meaning of
the provisions of this Contract.
19. DUPLICATE EXECUTION - This Contract is executed in duplicate. Each signed
duplicate shall have the force and effect of an original.
20. GOVERNING LAW - This Contract shall be construed and interpreted and the
legal relations created thereby shall be determined in accordance with the laws
of the Slate of California. Venue or resolution of any dispute shall be Orange
County, California.
21, PRE - CONTRACT COSTS - Any costs incurred by Agency prior to District receipt
of a fully executed Contract shall be incurred solely at the risk of Agency. In the
event that a formal contract is not executed, District shall not be liable for any
amounts expended in anticipation of a formal contract.
22. NOTICES - Any notices from either Party to the other shall be given in writing to
the attention of the persons listed below, or to other such addresses or
addressees as may hereafter be designated in writing for notice by either Party to
the other. A notice shall be deemed received when delivered, or three days after
deposit in the U.S. Mail, postage prepaid, whichever is earlier.
IF TO District: Orange County Sanitation District
P.O. Box 8127
Fountain Valley, CA 92728 -8127
Attm Board Secretary
IF TO Agency: City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663 -3884
Attn: Stephen G. Badum
23. ENTIRE CONTRACT - This Contract represents the entire agreement between
the Parties hereto with respect to the Cooperative Projects Grants Program, and
there are no understandings, representations, or warranties of any kind except as
expressly set forth herein. No waiver, alteration, or modification of any of the
provisions herein shall be binding on any Party unless in writing and signed by
the Party against whom enforcement of such waiver, alteration, or modification is
sought.
24. NO THIRD PARTY BENEFICIARIES - This Agreement is entered into by and for
District and Agency, and nothing herein is intended to establish rights or interests
in individuals or entities not a party hereto.
25. RECITALS - The Recitals above are hereby incorporated in this paragraph as
though fully set forth herein and each Party to this Contract acknowledges and
agrees that such Party is bound, for purposes of the Contract, by the same as
though set forth in full in this section.
u
IN WITNESS WHEREOF, the Parties to this Contract have caused this Contract
to be duly executed on their behalf by their authorized representatives on the date
hereinabove.
a
COUNTY SAWTATION DISTRICT
Board of
rd of Directors
APPROVED AS TO FORM:
BRADLEY R. HOGIN
DIST T CO L
CITY OF
By EA
By ( jam /—
/
APPROVED AS TO FORM:
By Zj Gam.
yE55�5 f tiv� C.�y A ++.IeA -cy
C ;�y eF NewF0°0, 4�.Ch
AT:sa
EDMS 003810834
Exhibit A
Project Description /Statement of Work
EXHIBIT A
Project Description /Statement of Work
April 3, 2006
Project's Goals and Objectives
The goal of the project is to update the City of Newport Beach's Sewer Master Plan that
was completed in 1996, with a significant Inflow and Infiltration Reduction Plan
component.
The 181 Reduction Plan will build up on OCSD's previous work, which identified significant
I& in portions of the City of Newport Beach's sewer collection system, install manhole
plugs in the areas prone to flooding, and assess its success through a wet weather flow
monitoring effort. It will also involve CCTV inspection and evaluation. for condition
assessment, as well as identifying Infiltration problem areas. The information gathered
will be used in formulating future sewer system evaluation surveys, including smoke
testing in areas where manhole plugging does not show the desired reduction in inflow. It
will involve CCTV inspection by the City forces and outside contractors, evaluation of the
CCTV date, complete capacity evaluation, development of a capital improvement
program, and a financial evaluation/rate study to provide adequate funding for system
O &M, capital improvement program, and future studles to reduce Al.
2. Scope of Work
a. Project Management
b. Compete sewer GIS, prepare hydraulic model
C, Inflow /Infiltration Study
d Criteria development
e, Capacity Assurance Plan
f. Condition assessment and sewer system rehanifitation plan Phase 1
g. Financial plan
h. Final Master Plan Report
The CCTV inspections and evaluation be performed utilizing NASSCO standards.
The work mll also est'mate potential reduction in inflow and infiltration based upon
informatior contained in the written reports and recordings.
3. End Products and Deliverables
The end product will consist of the following:
1. Complete sewer GIS
2. Evaluation Criteria
3. Capacity Assurance Plan
4. Sewer System Rehabilitation Plan
5. Inflow and Infiltration Reduction Plan
6. Financial Plan
7. Final Master Plan Report
Copies of the deliverables will be submitted to Orange County Sanitation District as they
are completed.
4. Location of the Work Elements
Throughout the City's collection system
Attachment "A"
ADMINISTRATIVE COSTS
Long Distance Toll Charges
All long distance toll charges incurred will be reimbursed as direct costs. Toll
charges to area codes serving Los Angeles, Orange, Riverside, and San
Bernardino Counties will not be reimbursed.
Facsimile Transmission Charqes
Facsimile transmission charges will not be reimbursed, except the long distance
toll charges, as described above.
Reproduction Charges
In -house reproduction of records and documents will not be reimbursed by the
District. Use of an outside copy service for specialty items and volume
reproduction will be reimbursed at direct cost.
Overnight Mail Deliver and Messenger Service
Use of Federal Express, Express Mail, UPS, or such similarly- related service, as
well as a Messenger service, will be reimbursed at direct cost only when
necessary.
Postage
Incidental postage will not be reimbursed by District.
Printing
Use of a professional printing service will be reimbursed at actual cost.
Film Processing
Film processing will be reimbursed at actual cost.
Computer Usage
Computer use by Consultant and /or support staff will not be reimbursed.
Mileage
Per mile reimbursement will be at the current rate set by the Internal Revenue
service.
Temporary Staff
The use of outside temporary support staff will be reimbursed at direct cost with
prior approval of District.
Office Supplies
The purchase of office supplies by Agency or Agency's Consultant will not be
reimbursed.
EDWS 003809877
Exhibit B
Project Cost Breakdown
A.
5
EXHIBIT B: PROJECT COST BREAKDOWN
Please provide the following information regarding project funding:
• What is your funding contribution? $ 322,710
• When will your funding become available? It is available
Please provide the following Project Cost by Category Information:
PROJECT COST BY FUNDING CATEGORY AMOUNT
1. AGENCY funds available in FY2006 -07 $ 3221710
2. Cooperative funds requested $ 322,710
3. Additional Project Co-Funding $
4. Total Project Cost $ 645,420
YES NQ
Is the Cooperative Projects Grants Program Funds
❑
request less than or equal to 50% of the Total Proposed
Project Cost?
Is the Cooperative Projects Grants Program Funds
❑
request less than or equal to 25% of the Total Proposed
Project Cost?
Does the applicant have sufficient funds available to
❑
cover the total project cost, considering that the
Cooperative Projects Grants Program Funds are
available on a reimbursement -basis only?
Does the applicant have sufficient funds available to
❑
cover ANY costs increases, considering that increases in
the Cooperative Projects Grants Program Fund will not
be available?
C. Please list all funding sources other than the Cooperative Projects Grants
Program:
NON - COOPERATIVE PROGRAM FUNDING SOURCE AMOUNT
1. City of Newport Beach Sewer Fund $ 322,710
2. $
3. $
4. $
TOTAL OTHER PROJECT CO- FUNDING: $ 322,710
D. As applicable, please list all project costs by cost element. Please provide as
much detail as practicable when detailing project costs. For example, please
provide labor categories, hourly rates, number of hours, etc. when defining labor
costs. Please return this page as part of your Project Application:
CAPITAL EQUIPMENT COSTS (PIPE MANHOLE AMOUNT
FRAME AND COVER, ETC 1
1. $
2. $
3. $
4. $
TOTAL CAPITAL EQUIPMENT COSTS: $
DIRECT LABOR COSTS (including overhead and AMOUNT
benefits):
1 760 Labor hours x170
$ /hour =
$
129,200
2 1,060 Labor Hoursx140
$/hour =
$
148,400
3. 1,056 Labor hours x90
$/hour =
$
95,040
4. 700 Labor Hoursx75
$ /hour =
$
52500
5. 220 Labor hours x 79
$ /hour =
$
17,380
6. 204 Labor hours x 55
$ /hour =
$
11,220
TOTAL DIRECT LABOR COSTS: $ 453,740
OTHER DIRECT LABOR COSTS, INCLUDING SUB- AMOUNT
AGENCIES:
1. CCTV Inspection
$
50,000
2 Flow Monitoring
$
69,000
3. Surveying
$
45,036
4 Manhole Plug Installation (160 Hrs at $42.931hr)
$
6,870
5. Expenses
$
15,000
TOTAL OTHER DIRECT LABOR COSTS:
$
185,906
ADMINISTRATIVE COSTS: 80 hours of City of
Newport Beach Utilities Engineer time at $
$72.201hr
S
5.774
645,420
TOTAL PROJECT COST:
Please note that the Total Project Cost reflected in subsections B and D, above should
be consistent.
Exhibit C
Project Milestone Schedule
EXHIBIT '•C"
CITY OF NEWPORT BEACH
FY 06/07 Cooperative Projects Program Application
Master Plan Update
Mav 17 7nn6
C iDOCOments and Settin9svnslnecori.0001tocel Sett/ngs1Tempor&y Internet FilesOLK351Pr0/ Sched S 17-06.xls
..
■
■
■
■
■
■
■
■
■
■
■
■
■
■■
■■i■■
... ......
■■
C
.............
■
■■
■■
■
son
■■■■■■■■■■■
C iDOCOments and Settin9svnslnecori.0001tocel Sett/ngs1Tempor&y Internet FilesOLK351Pr0/ Sched S 17-06.xls
EXHIBIT D
WATER CONSERVATION BEST MANAGEMENT PRACTICES
Approved by the City of Newport Beach City Council, July 26, 2005