Loading...
HomeMy WebLinkAbout07/20/1999, C8 - ENGINEERING AND DESIGN SERVICES FOR LAGUNA LIFT STATION AND FORCE MAIN. council "July 20 1999 j ac Enaa RepoRt 'C8 CITY OF SAN LUIS OBISPO FROM: John Moss, Utilities DirectoronManagf/Prepared By: David Hix, Wastewater D' SUBJECT: ENGINEERING AND DESIGN SERVICES FOR LAGUNA LIFT STATION AND FORCE MAIN. CAO RECOMMENDATION By motion,.approve agreement with Brown and Caldwell Engineering in an amount not to exceed $207,000 for engineering design services for Laguna lift station and force main upgrade and replacement project, and authorize the Mayor to execute the contract. DISCUSSION On March 16, 1999, the City Council approved the Requests for Proposals (RFP) for the Laguna lift station and force main upgrade and design. The proposals were advertised March 19, 1999, and received and opened on April 28, 1999. Five proposals were received. On May 10, 1999, an evaluation team comprised of 5 members from the Utilities and Public Works, Engineering Departments, met to discuss and rank the five proposals. The proposals were evaluated using the criteria listed in the RFP and each member ranked the proposals from 1 to 5 with 1 being the proposal that best addressed the RFP and offered the City the most comprehensive design with the best options. Every member of the team ranked Brown and Caldwell Engineering (B&C) number 1. The team members felt that B&C prepared the most extensive and complete proposal that offered the best design approach, scope of work and design options for the City. B&C also proposed to use a consultative approach with staff from all levels and a cost evaluation process that will allow a complete project with very accurate project cost estimates and control. B&C's proposal for engineering and design services is $186,901, approximately $17,000 over staffs estimate of$170,000. B&C's proposal was the second lowest among the five consultants. There are post design special engineering services not included in B&C's scope of work that staff feels may be needed for successful and expedient completion of this project. These items include B&C's preparation of technical addenda during bidding, attendance at the pre-construction meeting, Request for Information (RFI) services during construction, preparation of final record drawings and other similar special engineering services related project completion. B&C has given the City a $20,000 estimate for these additional services to be used only when necessary and specifically authorized by the Utilities Director. C8-1 Council Agenda Report sign Services for Laguna Lift Station and F Main July 20, 1999 Page 2 Brown and Caldwell was competitively chosen as the City's wastewater engineers for the 30 million dollar upgrade of the City's Water Reclamation Facility (WRF) and sewer interceptor in 1989, they are also currently working updating the City's wastewater master plan and water reuse project. Brown and Caldwell is familiar with City wastewater facilities, specifications, standards and bidding procedures and possess the expertise, experience and knowledge required to complete this project successfully and cost effectively. CONCURRENCES Public Works Department, Engineering Division, concurs with this report. FISCAL IMPACT The proposed design services under this agreement are estimated at a cost not to exceed $207,000. Funding for this design has been previously approved at $170,000 during the 1998-99 Mid-year budget review. The 1999-01 Financial Plan and approved 1999-00 budget idea ified $1,512,000 to complete the project construction, providing a total budget of$1,682,000 to complete the project. The additional $37,000 for design services is recommended to come from the funding approved for project construction. Project Funding 1998-99 1999-00 Total Design $170,000 $1707000 Construction $1,500,00 $115001000 Construction Management $12,000 $12,000 Total $170,000 $1 512 000 $1,682,000 A total of$1,682,000 is available to complete this project. This.project design contract is estimated not to exceed $207,000, leaving $1,475,000 to complete construction. Recommended Project Funding Current Recommended Design $170,000 $2071000 Construction $1,500,000 $17.4632000 Construction Management $12 000 $12)000 Total $176821000 $1,682,000 ATTACHMENTS Agreement Council Office for Review- Brown& Caldwell Proposal ti•aAV=aHxffi&CmgMadeSg%CW C8-2 'AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on this day of by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and Brown and Caldwell Environmental Engineering and Consulting hereinafter referred to as Contractor. WITNESSETH: WHEREAS, on March 16, 1999, City invited bids requested proposals for consultant design services for the Laguna Lift Station and Force Main Upgrade an Replacement Project per Specification No. 90006. WHEREAS, pursuant to said invitation request, Contractor submitted a proposal which was accepted by City for preparation of plans an specifications for said project NOW THEREFORE, in consideration of their mutual promises, obligations, and covenants hereinafter contained,the parties hereto agree as follows: 1. TERM. The term of this Agreement shall be from the date of this Agreement is made and entered,as first written above,until acceptance or completion of said plans and specifications for the Laguna Lift Station Upgrade and Replacement Project 2. INCORPORATION BY REFERENCE. City Specification No. 90006 and Contractor's proposal dated April 28, 1999,as modified by discussion to also include tasks 6.0 through 7.5 as found in the agreement to be authorized as special engineering services on a case by case basis by the Utilities Director,are hereby incorporated in and made a part of this Agreement 3. CITY'S OBLIGATIONS. For providing design services as specified_ in this Agreement,City will pay and Contractor shall receive therefor compensation in a total sum not to exceed $207,000.00. 4. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City to provide services as described in City's Specification No. 90006 attached hereto and incorporated in this agreement C8-3 5. AMENDMENTS. Any amendment, modification, or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the Utilities Director of the City. 6. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding, or representation be binding upon the parties hereto. 7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City Public Works Department City of San Luis Obispo 955 Morro Street San Luis Obispo,CA 93401 Contractor Brown and Caldwell Engineers 16735 Von Karmen, Suite 200 Irvine, CA. 92606-4953 8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF,the parties hereto have caused this instrument to be executed the day and year first above written ATTEST: CITY OF SAN LUIS OBISPO, A Municipal Corporation By: City Clerk Mayor APPROVED AS TO FORM: CONTRACTOR By: rim; n C8-4 INSURANCE REQUIREMENTS: Consultant Services The Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, its agents, representatives, employees, or subcontractors. Minimum Scope of Insurance. Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). 3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. 4. Errors and Omissions Liability insurance as appropriate to the consultant's profession. Minimum Limits of Insurance. Contractor shall maintain limits no less than: 1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this pmject/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3. Employer's Liability: $1,000,000 per accident for bodily injury or disease. 4. Errors and Omissions Liability: $1,000,000 per occurrence. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles .or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations,claim administration and defense expenses. Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be endorsed to contain,the following provisions: 1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, occupied or used by the Contractor; or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City,its officers,official, employees, agents or volunteers. 2. For any claims related to this project,the Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, C8-5 agents or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. 3. Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to the City, its officers, officials, employees, agents or volunteers. 4. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 5. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than ANN. Verification of Coverage. Contractor shall furnish the City with a certificate of insurance showing maintenance of the required insurance coverage. Original endorsements effecting general liability and automobile liability coverage required by this clause must also be provided. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. C8-6