Loading...
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