Loading...
HomeMy WebLinkAbout15-Development Services CITY OF SAN BERNARDINO REQUEST FOR COUNCIL AcQ~l G1NAl From: James Funk, Director Subject: Resolution approving Agreement for Professional Services with the Keith Companies, Inc. to Provide Sewer Line Capacity Evaluations, including Field Flow Tests and Recommendations for Upgrades and Improvements to Sewer Lines at Various Locations in the City - CIP Nos. SW04-21, SW04-36, SW05-01, SW05-02, SW05-05, SW05-06 and SW05-07. Dept: Development Services Date: November I, 2005 File No. 3.7420,2.7464 3.7465,3.7466 3.7469,3.7470 3.7471 MCC Date: November 21,2005 Synopsis of Previous Council Action: Aug. 15,2005 The Mayor and Common Council approved FY 2005-2010 Five Year Capital Improvement Program (CIP) Recommended Motion: Adopt Resolution. ~~!::~~ Contact Person: Byron Montalvo, P.E., Sr. Civil Engineer Phone: 5263 Staff Report, Maps, Resolution, Supporting data attached: Attachment A ( Agreement) and Attachment B ( RFP ) Attachment C (Consulant's Proposal) Ward: I, 2 and 6 FUNDING REQUIREMENTS: Amount: $ 43,844.00 Source: (Acct. No) 245-365-5504-7420; 245-365-5504-7464; 245-365-5504-7465-245-365-5504-7466; 245-365-5504-7469; 245-365-5504-7470; 245-365-5504-7471 Acct. Description: Sewer Line Improvements - 2005-2010 CIP Finance: Council Notes: RV50. 2C05J3~4 ~ Agenda Item No. ~ CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION Staff Report Subiect: Resolution approving Agreement for Professional Services with the Keith Companies, Inc. to Provide Sewer Line Capacity Evaluations, including Field Flow Tests and Recommendations for Upgrades and Improvements to Sewer Lines Situated at Various Locations in the City - CIP Nos. SW04-21, SW04-36, SW05-01, SW05-02, SW05-05, SW05-06 and SW05-07. Back!!:round: On August 15, 2005, the Mayor and Common Council adopted the FY 2005/2010 Capital Improvement Program (CIP). The CIP contains a total of 23 sewer lines to be replaced or paralleled in FY 2005/06. Of those 23 projects, staff has identified 7 projects in need of additional study to determine if these 7 sewer line improvements should be constructed and/or alternative recommendations for upgrading should be implemented. The sewer improvements are listed in the City of San Bernardino Wastewater Collection System Master Plan (WSMP) prepared by Psomas. Due to the complexity of these seven sewer projects it is necessary to employ a consultant to review the available information, perform independent flow tests, and perform pipe capacity evaluations using hydraulic analysis and modeling techniques. The Keith Companies, Inc. (TKC) will create a hydraulic model for the sewer pipes to be studied based on the as-built plan information and flow monitoring data. The H20 MAP sewer modeling software will be utilized. The model will be run for the peak flow conditions. Results will be compared against the City design and analysis criteria for depth of flow and velocity. Deficiencies will be identified and reviewed with City Staff. Based on the hydraulic analysis and modeling results, TKC will assist the City in determining the recommended improvements. Recommendations may include confirming the WSMP master plan recommendations or providing alternate or new recommended improvements. The City-funded projects to be studied by the engineering consultant are as follows: 1. SW04-21 - Virginia Street - Replace approximately 719 feet of existing 8-inch sewer main with 12- inch sewer main in Virginia Street between "1" Street and "H" Street. 2. SW04-36 - "1" Street - Design replacement of existing sewer main in "I" Street between 1 ih Street and 2151 Street with new sewer. 3. SW05-01 - ih Street - Replace or parallel approximately 2,830 linear feet of 12-inch sewer main with 15-inch sewer main and 30 linear feet of 18-inch sewer main with 24-inch sewer main from Mt. Vernon A venue to Harris Street. 4. SW05-02 - Harris Street - Replace or parallel approximately 423 feet of 18-inch sewer main with 24- inch sewer main in Harris Street from ih Street to 400 feet south. 5. SW05-05 - Industrial Parkway - Replace or parallel approximately 334 feet of 12-inch sewer main with 15-inch sewer main in Industrial Parkway near Cajon Boulevard to Lexington Way. 2 CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION Staff Report (Continued) 6. SW05-06 - Tippecanoe Avenue - Replace or parallel approximately 442 linear feet of 24-inch sewer main with 30-inch sewer main in Tippecanoe Avenue from Base Line Street to 9th Street. 7. SW05-07 - Colorado Street - Replace or parallel approximately 2,785 linear feet of 8-inch sewer main with lO-inch to 12-inch sewer main in California Street from Base Line Street to Colorado Street; in Colorado Street from California Street to Magnolia A venue south of Hansford Street from Colorado Street to Grand Street, and Grand Street from cul-de-sac to Evans Street. Requests for Proposals (RFP) for Professional Services were sent to 11 civil engineering firms. Four (4) firms responded to the RFP. Proposals were received from the following consultant entities: Company Location Transtech Engineering, Inc. San Bernardino Willdan San Bernardino Tetra Tech Inc. San Bernardino The Keith Companies Irvine Interviews were scheduled with the three (3) responding firms with the highest Phase I review scores. A selection committee interviewing the three (3) consultant firms consisted of: Development Services Deputy Director/City Engineer Mark Lancaster; Engineering Manager/Field Engineer Michael Grubbs; Senior Civil Engineer Byron G. Montalvo and Engineering Associate Robert Sepulveda. The reviewers/evaluators selected the team of The Keith Companies, Inc. (TKC) based on their qualifications, completeness of the proposal, understanding of the project, and other criteria established in the City Council's approved evaluation criteria and rating system. The Keith Companies, Inc. is a multi disciplinary company offering specialized services in such disciplines as Civil Engineering, Land Planning, Water Resources, Environmental Services, Construction Management, etc. TKC has evaluated many existing wastewater collection systems for various agencies in southern California. Their studies have included flow monitoring, model analysis and development of future flows in order to make recommendations as to improvements required. The Keith Companies, Inc. has recommended that the flow measurement be conducted for a full 14 days, 24 hours per day, instead of 9 days, 24 hours per day as specified in the RFP. The Keith Companies, Inc. has agreed to complete the additional flow measurements at no extra cost to the City. 3 CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION Staff Report (Continued) The team's response to the RFP and the evaluation interview conducted by City Staff demonstrated experience with similar projects and specific knowledge of the required work. Proposed fees for services were as follows: Company Proposed Fee Transtech Engineering, Inc. $ 47,640.00 Tetra Tech $ 88,436.00 The Keith Companies $ 43,844.00 Financial Impact: Sufficient Funding for this project IS available III the following accounts III the 2005/2006 Capital Improvement Program Budget. SEWER LINE CAPACITY EVALUATIONS AND RECOMMENDED UPGRADES AND IMPROVEMENTS PROJECT CIP LINE DESCRIPTION TOTAL ACCOUNT ESTIMATED NUMBER COST NO. DESIGN FEE "Virginia St." - Replace approximately $85,000.00 SW04-21 719 feet of existing 8" sewer main with (Design and 245-365-5504-7420 $ 4,100.00 12" sewer main in Virginia St. between Construction) "I" St. and "H" St. " I St." - Design replacement of $800,000.00 SW04-36 existing sewer main in "I" St. between (Design and 245-365-5504-7464 $ 9,000.00 1 ih St. and 21 5t St. with new sewer. Constructi on) 4 CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION Staff Report (Continued) SEWER LINE CAPACITY EVALUATIONS AND RECOMMENDED UPGRADES AND IMPROVEMENTS PROJECT CIP LINE DESCRIPTION TOTAL ACCOUNT ESTIMATED NUMBER COST NO. DESIGN FEE , "7T11 St." - Replace or parallel approximately 2,830 linear feet of 12- $1,042,300.00 SW05-01 inch sewer main with 15-inch sewer 245-365-5504-7465 $11,000.00 main and 30 linear feet of 18-inch (Design and sewer main with 24-inch sewer main Construction) from Mt. Vemon Ave. to Harris St. "Harris St." - Replace or parallel $225,000.00 SW05-02 approximately 423 feet of 18-inch (Design and 245-365-5504-7466 $ 3,500.00 sewer main with 24-inch sewer main in Constructi on) Harris St. from ih St. to 400 feet south. "Industrial Parkway" - Replace or parallel approximately 334 feet of 12- $121,700.00 SW05-05 inch sewer main with 15-inch sewer (Design and 245-365-5504-7469 $ 3,100.00 main in Industrial Parkway near Cajon Construction) Boulevard to Lexington Way. Tippecanoe Ave. Replace or parallel $285,700.00 approximately 442 linear feet of 24- SW05-06 inch sewer main with 30-inch sewer (Design and 245-365-5504-7470 $ 3,600.00 , main in Tippecanoe Ave from Base Construction) Line St. to 9th St. 5 CITY OF SAN BERNARDINO REQUEST FOR COUNCIL ACTION Staff Report (Continued) SEWER LINE CAPACITY EVALUATIONS AND RECOMMENDED UPGRADES AND IMPROVEMENTS PROJECT CIP LINE NUMBER SW05-07 DESCRIPTION "Colorado St". Replace or parallel approximately 2,785 linear feet of 8- inch sewer main with lO-inch to 12- inch sewer main in California St. from Base Line St. to Colorado St; III Colorado St. from California St. to Magnolia Ave south of Hansford St. from Colorado St. to Grand St., and Grand St. from cul-de-sac to Evans St. CIP BUDGET AMOUNT $769,500.00 (Design and Construction) ACCOUNT NO. 245-365-5504-747\ ESTIMA TED DESIGN FEE $9,544.00 TOTAL NOT-TO EXCEED FEE $ 43,844.00 ~ , Recommendation: Adopt Resolution. 6 r--------------------------------------------------------------.--------------------------------------------------l I I I I I I , I , City of San Bernardino, California Department of Public Works, Division of Engineering Sewer Improvements For VIRGINIA STREET At "f' Street & "H' Street PROJECT LOCATION j:';Til ~-~ i- t r:. > :i ,:~. _. If ~ -~Ii: J:JTIH ST T .~ J,),',E ~. ';1 ". r--: @2002 T~ornas Br~)s Maps ~ VICINITY MAP N. T. s. r----------------------------------------------------------------------------------------------------------------1 I I I I I I I I I I I I I I I I I I I I I I City of San Bernardino, California Department of Public Works, Division of Engineering Sewer Improvements For TIPPECANOE A VENUE At Baseline Street & 9th Street PROJECT LOCATION \~:20b2Thcmas Brcs ~aps. ~ VICINITY MAP N. T. S. r----------------------------------------------------------------------------------------------------------------, I I I I City of San Bernardino, California Department of Public Works, Division of Engineering Sewer Improvements For "J" STREET At 5th Street to Spruce Street PROJECT LOCATION '" to ~1'1 '" g z ~ ~ > ~ ~~ w 2 SPRUCE BUS ~ ~rRUC~ " Iii 5TH '5'i ~TN(;"AlI ';.1 ~2001 Th,omas Bros. Map ~ I I I I I I I I I I I I I I I I I I I I ---------------------------------------------------------------------------------~ VICINITY MAP N. T. S. r----------------------------------------------------------------------------------------------------------------l I I I I I I I I i City of San Bernardino, California ! I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Department of Public Works, Division of Engineering Sewer Improvements For SPRUCE STREET At fIr' Street to "t' Street \1 PROJECT LOCATION to ~1'1 ST 1% I::r:\/ ~~, I~ z ~~. "lNE ST ~ W 5it BIJS 5rllUGt ~IN6"NI 51 @2001 Th~mas Bras Maps ~ VICINITY MAP N. T. S. r----------------------------------------------------------------------------------------------------------------1 I I I I I I I I I I I I I I I I City of San Bernardino) California Department of Public Works, Division of Engineering Sewer Improvements For INDUSTRIAL PARKWAY At Lexington Way PROJECT LOCATION ~ VICINITY MAP N. T. S. r----------------------------------------------------------------------------------------------------------------l I I I I I I I I i City of San Bernardino, California ! I I I I : Department of Public Works, Division of Engineering : I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Sewer Improvements For HARRIS STREET At 6th Street to 7th Street PROJECT LOCATION z i~ 6111 5T \1 SPRUe!: 5T III 5T'H ~ z ~ VICINITY MAP N. T. S. r----------------------------------------------------------------------------------------------------------------l I I I I I I I I City of San Bernardino) California ! Department of Public Works, Division of Engineering For Sewer Improvements COLORADO STREET At California Street & Magnolia Ave PROJECT LOCATION ~ = "'ll..1'.:~ -.. II' , t:.:.HE VICINITY MAP N.T.S. r----------------------------------------------------------------------------------------------------------------l I I I I I I I I ! City of San Bernardino) California ! I I I I : Department of Public Works, Division of Engineering : I I I I I I I I I I I I I I I I I I I ! Sewer Improvements For 7 TH STREET At Mt Vernon Ave to Harris Street PROJECT LOCATION ~ 8TH 7TH \1 8[6 ';rRUCt " \;I 5TH ~ ~ l..G~l\Il :'1 @2001 Th~mas Bros_ Maps VICINITY MAP N. T.S. RESOLUTION NO. t 0) [f2> Y 1 2 3 4 5 6 7 BE IT RESOLVED BY THE MAYOR AND COMMON COU:\'CIL OF THE CITY 8 OF SAN BERNARDINO AS FOLLOWS: RESOLUTION OF THE CITY OF SAN BERNARDINO APPROVING A SERVICES AGREEMENT FOR PROFESSIONAL SERVICES WITH THE KEITH COMPANIES, INC. TO PROVIDE SEWER LINE CAPACITY EVALUATIONS, INCLUDING FIELD FLOW TESTS AND TO MAKE RECOMMENDATIONS FOR UPGRADES AND IMPROVEMENTS OF SEWER LINES AT VARIOUS LOCATIONS IN THE CITY OF SAN BERNARDINO, SW04-21, SW04-36, SWOS-Ol, SWOS-02, SWOS- 05, SWOS-06 AND SWOS-07, (CITY FUNDED PROJECTS). 9 10 11 12 including field flow tests and to make recommendations for upgrades and improvements of 13 SECTION 1. THE KEITH COMPANIES, INC., 19 Technology Drive, Irvine, CA 92618, is competent, experienced and able to perform the sewer line capacity evaluations, sewer lines at various locations in the City of San Bernardino, SW04-21, SW04-36, SW05-01. 14 15 SW05-02, SW05-05, SW05-06 and SW05-07, (City Funded Projects) per Agreement for Professional Services, attached hereto and incorporated herein as Attachment A, for the not-to- 16 17 18 exceed amount of $ 43,844.00. Pursuant to this determination, the Purchasing Manager is hereby authorized and directed to issue Purchase Orders for said services to said firm. The Mayor is 19 hereby authorized and directed to execute said Agreement on bchalf of the City 20 21 SECTION 2. The authorization to execute the above referenced Agreement is rescinded 22 23 24 25 III 26 if it is not executed within sixty (60) days of the passage of this resolution. 27 28 YlD. I ~ II/.U~5' 1 2 RESOLUTION OF THE CITY OF SAN BERl'iARDINO APPROVING A SERVICES AGREEMENT WITH THE KEITH COMPANIES, INC. TO PROVIDE SEWER LINE CAPACITY EVALUATIONS, INCLUDING FIELD FLOW TESTS AND 3 TO MAKE RECOMMENDATIONS FOR UPGRADES AND IMPROVEMENTS OF SEWER LINES AT VARIOUS LOCATIONS IN THE CITY OF SAN BERi'\'ARDINO, 4 SW04-21, SW04-36, SWOS-OI, SWOS-02, SWOS-OS, SWOS-06, SWOS-07, (CITY FUNDED PROJECTS. 5 6 7 I HEREBY CERTIFY that the foregoing resolution was duly adopted by the Mayor and 8 Common Council of the City of San Bemardino at a meeting thereof, held 9 onlhe day of 10 Council Members: 11 ESTRADA 12 13 LONGVILLE 14 MC GINNIS 15 DERRY , 2005 , by the following yote, to wit: NAYS ABST AIN ABSENT AYES 16 KELLEY 17 18 19 20 21 JOHNSON MC CAMMACK Rachel Clark, City Clerk day of -;-2005. The foregoing resolution is hereby approved this 22 23 Judith Valles, Mayor City of San Bemardino 24 Approved as to 25 form and legal content: 26 JAMES F. PENMAN, 27 ~~Y~~p~ 28 ATTACIBIEYf "A" AGREEMENT FOR PROFESSIONAL SERVICES Agreement for Professional Services to provide sewer line capacity evaluations, including field flow tests and to make recommendations for upgrades and improvements of sewer lines at various locations in the City of San Bernardino, SW04-21, SW04-36, SW05-01, SW05-02, SW05-05, SW05-06 and SW05-07, (city funded projects). This AGREEMENT is made and entered into this day of , 2005, by and between the City of San Bernardino, California, a municipal corporation, hereinafter referred to as the "City" and the keith companies, inc. hereinafter referred to as "Consultant." WITNESSETH: A. WHEREAS, City has need for Civil Engineering Services; and, B. WHEREAS, Consultant is competent, experienced and able to perform said services; and, C. WHEREAS, Consultant has provided the most advantageous and best proposal for the provision of such services; NOW THEREFORE, the parties hereto agree as follows: I. SCOPE OF SERVICES Consultant shall perform those services specified in the Request for Proposal (RFP), dated August 8, 2005, to provide Civil Engineering Services for sewer line capacity evaluations, including field flow tests and to make recommendations for upgrades and improvements of sewer lines at various locations in the City of San Bernardino, SW04-21, SW04-36, SW05-0 I, SW05-02, SW05-05, SW05- 06 and SW05-07, (City-Funded Projects) and Consultant's proposal dated August 29, 2005, all of which are attached hereto and incorporated herein as Attachments Band C. The flow tests have been increased from 9-day periods on a 24-hour basis to two (2) full weeks or 14-day periods on a 24-hour basis. 2. TERM OF AGREEMENT The services of Consultant are to commence after the City has authorized work to start by issuance of a Notice to Proceed. This Agreement shall expire one year from the date of this Agreement, unless extended by written agreement of the parties. 3. STANDARD OF PERFORMANCE Consultant shall complete all work product and design in conformance with City of San Bernardino Standard Specifications and Standard Drawings. 4. CHANGES/EXTRA SERVICES A. Performance of the work specified in the Proposal is made an obligation of Consultant under this Agreement, subject to any changes made subsequently upon mutual written agreement of the parties. Any change, which has not been so incorporated, shall not be binding on either party. 5. COMPENSATION A. The City shall reimburse the Consultant for actual costs (including labor costs, employee benefits, overhead, profit, other direct and indirect costs) incurred by the Consultant in performance of the work, in an amount not to exceed $43,844.00, except that reimbursement shall not include courier services, mileage or reimbursement for travel to the City to attend meetings or conduct the activities. Actual costs shall not exceed the estimated wage rates and other costs as set forth in the Proposal. See Attachment D for Consultant's cost breakdown attached and incorporated herein. B. Said compensation shall not be altered unless there is significant alteration in the scope, complexity or character of the work to be performed. Any adjustment of the total cost of services will only be permitted when the Consultant establishes and City has agreed, in writing, that there has been, or is to be, a significant change. C. The Consultant is required to comply with all Federal, State and local laws and ordinances applicable to the work. 6. PA YMENT BY CITY A. The billings for all services rendered pursuant to this Agreement shall be submitted monthly by Consultant to City and shall be paid by City within thirty (30) days after receipt of same, excepting any amounts disputed by City. City retains the right to challenge all or any part of an invoice. All tasks as specified in Proposal shall be completed prior to final payment. 7. SUPERVISION AND ACCEPTANCE OF SERVICES A. The Director of Development Services of City or his designee, shall have the right of general supervision over all work performed by Consultant and shall be City's agent with respect to obtaining Consultant's compliance hereunder. No payment for any services rendered under this Agreement shall be made without prior approval of the Director of Development Services or his designee. 2 8. COMPLIANCE WITH CIVIL RIGHTS LAWS AND AMERICANS WITH DISABILITIES ACT Consultant hereby certifies that it will not discriminate against any employee cr applicant for employment because of race, color, religion, sex, marital status, national on gin or disability. Consultant's hiring practices and employee policies shall comply with applicable Federal, State and local laws. Such action shall include, but not be limited to, the following: Recruitment and recruitment advertising, employment, upgrading and promotion. 9. TERI\'IINATION OF AGREEMENT A. This Agreement may be terminated by either party upon thirty (30) days written notice in the event of substantial failure of the other party to perform in accordance with the tenllS of this Agreement. Each party shall have twenty (20) days following date of such notice within which to correct the substantial failure giving rise to such notice. Consultant hereby covenants and agrees that upon termination of this Agreement for any reason, Consultant will preserve and make immediately available to City, or its designated representatives, maps, notes, correspondence, or records related to work paid for by the City and required for its timely completion, and to fully cooperate with City so that the work to be accomplished may continue. Any subsequent use of such incomplete documents shall be at the sole risk of the City and City agrees to hold harmless and indemnify Consultant from any claim, losses, costs, including attorney's fees, and liability arising out of such use. B. This Agreement may be terminated for the convenience of the City upon thirty (30) days written notice to Consultant. Upon such notice, Consultant shall provide work product to City and City shall compensate Consultant in the manner set forth above. C. Following the effective date of termination of the Agreement pursuant to this Section, the Agreement shall continue until all obligations arising from such termination are satisfied. 10. CONTINGENCIES In the event that, due to causes beyond the control of and without the fault or negligence of Consultant, Consultant fails to meet any of its obligations under this Agreement, and such failure shall not constitute a default in perforn1ance, the City may grant to Consultant such extensions of time and make other arrangements or additions, excepting any increase in payment, as may be reasonable under the circumstances. Increases in payment shall be made only under the "changes" provision of the Agreement. II. INDEPENDENT CONTRACTOR Consultant shall act as an independent contractor in the performance of the services provided for under this Agreement. Consultant shall furnish such services in its own manner and in no respect shall it be considered an agent or employee of the City. 3 12. ASSIGNMENT OR SUBCONTRACTING Neither this Agreement, nor any portion thereof, may be assigned by Consultant without the written consent of City. Any attempt by Consultant to assign or subcontract any performance of this Agreement without the written consent of the City shall be null and void and shall constitute a breach of this Agreement. 13 NOTICES All official notices relative to this Agreement shall be in writing and addressed to the following representatives of Consultant and City: CONSULTANT Mr. Robert S. Reid, P.E., President The Keith Companies 19 Technology Drive Irvine. CA 92618-2334 CITY Mr. James Funk, Director Development Services Department City of San Bernardino 300 North "D" Street San Bernardino, CA 92418 14. RESPONSIBILITIES OF PARTIES Upon termination, or completion of all work under this Agreement, Consultant will transfer ownership and title to City of all programs, reports, documents, plans and specifications. 15. INDEMNITY Consultant shall indemnify, defend and hold CITY, its officers, employees and agents harmless from and against any and all claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses (including attorney's fees) and liabilities, of, by, or with respect to third parties, which arise from Consultant's negligent performance of services under this Agreement. Consultant shall not be responsible for, and City shall indemnify, defend and hold harmless Consultant from and against, any and all claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses (including attorneys' fees) and liabilities of, by or with respect to third parties, which arise from the City's negligence. With respect to any and all claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses (including attorneys' fees) and liabilities of, by or with respect to third parties, which arise from the joint or concurrent negligence of Consultant and City, each party shall assume responsibility in proportion to the degree of its respective fault. 16. LIABILITY/INSURANCE Consultant shall maintain insurance policies meeting the minimum requirements set forth herein. All insurance maintained by the Consultant shall be provided by insurers satisfactory to the City. Certificates evidencing all insurance coverage required herein shall be delivered to the City prior to the Consultant performing any of the services under the Agreement. All insurance certificates required herein shall name the City as an additional insured and provide for thirty (30) days written notice from the insurer to the City prior to cancellation or modification of any insurance policy of the Consultant. 4 A. ERRORS & OMISSIONS - The Consultant shall maintain errors and omissions insurance with a combined single limit of not less than One Million Dollars ($1,000,000.00) per occurrence. B. COMPREHENSIVE GENERAL LIABILITY AND AUTOMOBILE INSURANCE - The Consultant shall maintain comprehensive general liability and automobile liability insurance with a combined single limit of not less than One Million Dollars ($1,000,000.00) per occurrence. C. WORKER'S COMPENSATION INSURANCE - The Consultant shall maintain worker's compensation insurance in accordance with the laws of the State of California for all workers employees by the Consultant. 17 . VALIDITY Should any provision herein be found or deemed to be invalid, this Agreement shall be construed as not containing such provision, and all other provisions which are otherwise lawful shall remain in full force and effect, and to this end the provisions of this Agreement are declared to be severable. 18. ENTIRE AGREEMENT This Agreement represents the entire and integrated understanding between the parties hereto and supersedes all prior and contemporaneous negotiations, representations, understandings and Agreements, whether written or oral, with respect to the subject matter thereof. This Agreement may be amended only by written instrument signed by both parties. 5 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date shown ,'elow, THE KEITH COMPANIES INC. Date: by: Signature Print Name/Title CITY OF SAN BERNARDINO by: Judith Valles Mayor City of San Bernardino Date: ATTEST: Rachel Clark, City Clerk Approved as to form and legal content: James F. Penman City Attorney By v~jI~ / / / 6 ATTACHMENT B San Bel'nar ino ;;.-.. City of San Bernardino Development Services Department PUBLIC WORKS DIVISION REQUEST FOR PROPOSAL TO PROVIDE CIVIL ENGINEERING SERVICES FOR .~,- SEWER LINE PIPE CAPACITY EVALUATIONS AND RECOMMENDED UPGRADES AND IMPROVEMENTS TO SEVERAL SEWER LINES SITUATED AT VARIOUS LOCATIONS WITHIN THE CITY OF SAN BERNARDINO ISSUED ON: AUGUST 8. 2005 DUE ON: AUGUST 29. 2005 I. INTRODUCTION The City of San Bernardino (City) intends to engage the services of a consulting engineering firm (Consultant) to provide sewer pipe capacity evaluations, including field flow tests and to make recommendations for upgrades and improvements of sewer lines situated at various locations within the City of San Bernardino. These sewer lines are part of the City of San Bernardino Capital Improvement Program (CIP). SEWER LINE LOCATIONS Se ment 10 SW04-21 SW04-36 SWOS-01 SWOS-02 SWOS-OS SWOS-06 SWOS-07 * Sewer lines recommended for improvements in the Psomas (WSMP) Report. PROJECT DESCRIPTION Location Project Description Virginia S1. Replace approximately 719 feet of existing 8" sewer main with 12" sewer main in Virginia S1. between "I" S1. and "H" S1. "I" S1. Design replacement of existing sewer main in "I" S1. between 17th S1. and 21 sl 5t:-with new sewer 7tn S1. Replace or parallel-approximately 2,830 linear feet of 12-inch sewer main with 1S-inch sewer main and 30 linear feet of 18- inch sewer main with 24-inch sewer main from M1. Vernon Ave. to Harris S1. Harris S1. Replace or parallel approximately 423 feet of 18-inch sewer main with 24-inch sewer main in Harris S1. from ih S1. to 400 feet south - Industrial Pkwy Replace or parallel approximately 334 feet of 12-inch sewer main with 15-inch sewer main in Industrial Parkway near Cajon Boulevard to Lexinqton Way Tippecanoe Ave Replace or parallel approximately 442 linear feet of 24-inch sewer main with 30-inch sewer main in Tippecanoe Ave from Base Line S1. to 9th S1. I Colorado S1. Replace or parallel approximately 2,785 linear feet of 8-inch sewer main with lO-inch to 12-inch sewer main in California St. from Base Line S1. to Colorado St; in Colorado S1. from California S1. to Magnolia Ave south of Hansford S1. from Colorado S1. to Grand St., and Grand St. from cul-de-sac to Evans St. 2 of 7 II. BACKGROUND Psomas prepared a Wastewater Collection System Master Plan (WSMP), in 2002. In the report, Psomas provides recommendations for sewer line improvements throughout the city, based on land use information, population projections, and data obtained from a temporary flow monitoring study. The hydraulic modeling software used for the study was the H20MAP SEWER 2.5. The report lists deficiencies found as a result of peaked situations in the sewer system, and provides recommendations and related costs for either replacing or paralleling existing sewer mains. Costs estimates were based on costs as of January 2002 for the Inland Empire. The City is seeking a qualified consultant to review the available information, perform independent flow tests and pipe capacity evaluations and make recommendations regarding the cost effectiveness of the listed sewer line improvements. III. SCOPE OF SERVICES Services to be performed related to the above listed sewer lines include, but are not limited to the following: . Review the information available in the City's Master Plan for the listed sewer lines. . Review/study the existing and calculated flow capacity for the listed sewer lines. . Review/study the proposed improvements and cost estimates presented by the Psomas Report for the listed sewer lines. . Perform a field evaluation of the'1isted sewer lines and identify any potential construction constraints. . Review available plans, maintenance records and proposed improvement cost estimates for the listed sewer lines. . Conduct flow tests at selected manhole locations for the listed lines. The flow tests should be conducted for a minimum 9-day period on a 24-hour basis. . Consultant may conduct the flow monitoring study using the same manhole locations of the Psomas study, but may expand the number of locations at the City's approval. . Establish high, average'and low flow periods from the recorded data.-Flow tests must be conducted by a qualified sub-contractor. . Based upon the review of available information and the flow monitorIng study, assist the City in determining whether or not the improvements recommended in the Psomas report should be implemented and/or provide alternative recommendation for upgrading the listed sewer lines. . Meet with the City's Engineering and appropriate Water Department personnel to discuss the preliminary improvement recommendation. . Prepare final report providing improvement/upgrade recommendations and updated cost estimates for each sewer line. IV PROPOSAL REQUIREMENTS 3 of 7 A. Six (6) copies of the proposal shall be submitted to the following: City of San Bernardino Department of Development Services Division of Public Works ATTN: Mr. Byron G. Montalvo, P.E., Senior Civil Engineer 300 North "D" Street, 3rd Floor San Bernardino, CA 92418 Proposals shall be received in hand by this Division up to the hour of 5:30 P.M. on Mondav. AUQust 29. 2005. B. Responsive proposals will include, but not be limited to, the following: 1. Responsive proposals will present a Scope of Services that includes at a minimum the above described services and any other tasks necessary for the evaluation of the sewer lines. The sewer line evaluations and improvement recommendations will be used to prepare plans, specifications and cost estimates for the listed sewer lines. 2. . Identify the professional, technical and support staff that will be performing the work associated with the proposed scope of services. Short resumes may be included, but extensive resumes should be limited to key personnel only. 3. Include a timeline indicating project milestones for the delivery of the final report. .... 4. Include a list of similar projects recently completed by the Consultant, identifying the location, date, agency and contact person name, and address and phone number. 5. Previous obligations with other projects (related to time and availability of staff) . 6. Name of sub-consultants or sub-contractors to be used for specific aspects of the project, including a summary of previous working arrangements on similar types of work. 7. Statement of local preference eligibility, including identification of any office located in the City of San Bernardino and the number of employees stationed at the office, the number of employees doing business inside the City limits, and a copy of your firm's City of San Bernardino Business License. , 8. Items, actions or information the Consultant expects to be provided by the City. 4 of 7 9. Any comments or suggestion that the Consultant believes necessary to improve the finished project or to comply with the requirements of this RFP. 10. Separate sealed envelope. Fixed fee or not-to-exceed fee for the work required by this RFP, together with an hourly rate sheet applicable to this project for classifications above, including all materials and expenses, shall be submitted in a separate sealed envelope. Please note that the City will not payor compensate for travel time, courier services, mileage or reimbursement for travel to the City of San Bernardino to attend meetings or conduct the activities necessary to complete tasks required to be performed as part of consultant services. The fee proposal shall include the total fee and a separate fee breakdown for the individual segment 1.0. This is necessary for cost tracking within the City's Capital Improvement Program. V. SELECTION PROCESS The selection process will be based on a point system and will consist of three phases as follows: 1. First phase selection shall consist of an evaluation by staff (including the Development Services Director, City Engineer, and Senior Engineer/Project Manager) of proposals based on the above items identified in Section IV B (except No. 10). An additional five (5) points will be given to City of San Bernardino based consultants. In order to be deemed as "City of San Bernardino Based Consultant, the company shall have an office with a minimum of two (2) owners or employees doing business inside the City limits and shall possess a City Business License. The three (3) consultants with the highest points will continue to the interviews. A maximum of 100 points can be achieved in this phase of the selection process. The three consultants with the highest numerical scores will be invited to continue with the second phase of the selection process. 2. Second phase of the selection process will consist of staff evaluation of a presentation by the three consultants with the highest numerical score from the first phase selection. The interview will be detailed questionSc'on this specific project, including, but not limited to, personnel, schedule, project staging, and knowledge of the project. Five (5) points of local preference will also be awarded in this phase of the selection process for Consultants that meet the requirements identified in paragraph 1 above. A maximum of 100 points can be achieved in this phase of the selection process. 3. The third and final phase of the selection process will consist of staff submitting a final package to the Mayor and Council for consideration approval. Final scores of the top three consultants will be submitted to the Mayor and Common Council with a recommendation to award an Agreement for Professional Services to the consultant with the highest numerical score. However, the Mayor and Common Council have the prerogative to award an Agreement for Professional Services to any of the top three consultants or reject all proposals. 5 of 7 4. If the Mayor and Common Council award an Agreement for Professional Services, the selected consultant will be requested to execute an Agreement for Professional Services (draft copy attached). Failure of the consultant to execute the Agreement within 60 days of approval by the Mayor and Common Council will void the approval. VI GENERAL This "Request for Proposal" does not commit the City to award a contract, pay any costs incurred in the preparation of a proposal in response to this request, procure or contract for any services. All proposals submitted in response to this request will become the property of the City and may be used by the City in any way deemed appropriate. The City reserves the right to accept or to reject, in part or in its entirety, the response to the request for proposal if such action is deemed to be in the best interest of the City. Any contract entered into as a result of this proposal shall be considered to include the items of work detailed in this proposal unless specifically deleted in the proposal at the request of the City. VII PAYMENT The Consultant that is recommended by Staff and approved by Mayor and Common Council shall attend a preliminary meeting to establish the start date and resolve other issues. Once the Notice to Proceed has been given, the Consultant can submit for payments. The City will release funds at percentages with receipt of preliminary and final reports. No payment shall be given above the percentage of completed work accepted by the City. The City shall hold 15%~of the total cost for 360 calendar days after acceptance of the final report by the City. _or 45 calendar days after the City issues a Notice of Completion for the project, whichever occurs first. Any request for additional information or clarification should be submitted to Mr. Byron G. Montalvo, P.E. Public Works, at (909) 384-5263. A IT ACHMENTS: Liability/Insurance Requirements Draft Copy of Agreement for Professional Services LIABILITY I INSURANCE REQUIREMENTS Engineer shall maintain insurance policies meeting the minimum requirements set forth herein. All insurance maintained by the Engineer shall be provided by insurers satisfactory to the City. Certificates evidencing all insurance coverage required herein shall be delivered to the City prior to the Engineer performing any of the services under the Agreement. All insurance certificates required herein shall name the City as an additional insured and provide for thirty (30) days written notice from the insurer to the City prior to cancellation of any insurance policy of the Engineer. 6 of 7 A. ERRORS & OMISSIONS The Engineer shall maintain errors and omissions insurance with a combined single limit of not less than One Million Dollars ($1,000,000.00) per occurrence. B. COMPREHENSIVE GENERAL LIABILITY AND AUTOMOBILE INSURANCE The Engineer shall maintain comprehensive general liability and automobile liability insurance with a combined single limit of not less than One Million Dollars ($1,000,000.00) per occurrence. C. WORKER'S COMPENSATION INSURANCE The Engineer shall maintain worker's compensation insurance in accordance with the laws of the State of California for all workers employees by the Engineer. If additional information is needed, please contact Mr. Byron Montalvo at (909) 384-5263. Sincerely, BYRON G. MONTALVO, P.E. Senior Civil Engineer BGM:pm 7 of 7 hA , .. ... ;~~~ 6- ........., _.~., ":tI......I.. . ,..:' - . ~"-\.. ~-., :.'" ... .. ;:i~. ..r ::. 't' \ L;.' ......' .... ,~ 'tl'~ ",'..... .- ~. ~..~ , ~_' ,," c" I ~ 01: .~~- ~~ ~ .~ q. - , !: ~: ~~-' ~~. ~ r~ ~ ~r~~ ~/'<. 459 The Keith C8"'1]oanl8S TKC 19 Technology Drive Irvine, CA 92618 (I Prcpt'lsal In PH'\ ide c:1\il Engineering Services \ arioll' St'Wt" [ in" F'il't C1l'acil\ E\ aJuations. Upgrades and [I11Plt1\ "Int'J1l' The KP.'th CompanieS ~ Table of Contents Table of Contents......... ... .......... .., ........ ... ............... .......... ........... ... ...... ....... .... ... ... ........ i PROJECT UNDERSTANDING ................................................................................. 1 PROJECT APPROACH ..................... ..... ............. ........ ........................................ ....... 2 KEY DESIGN ISSUES .................................................................................. 3 SCOPE OF WORK .....................................................................................................5 1. Data Collection and Review.................................................................... 5 2. Flow Testing............................................................................................5 3. Hydraulic Analysis ..................................................................................5 4. Prepare Report .........................................................................................6 5. Meetings .................................................................................................. 6 PROJECT TEAM ........................................................................................................7 ORGANIZATION CHART............................................................................ 7 RES UMES ................. ................ ....... ..................... ..... ....... ...... .......... ........ ..... 8 SUBCONSUL T ANT PROFILE................................................................................ 15 Key Personnel......................................_,......................................................... 16 COMPANY PROFILE .............................................................................................. 17 REFERENCES .......................................................................................................... 19 BUDGET .. ..... ..... ...... ....... .... ... ....... ......... ........................ ..... ........ ....... ......... .... ... ....... 22 SCHEDULE.. ........ ........... ............................. ........ ............................. ......... .............. 23 INSURANCE .... ....... ........... ..... ........ ..... .... ........ ..... ...... .... ... ...... .... .... ....... '" ... .... .... ... 24 t-'l~"t~t':....ill(l r'r('....idl. '".-:i\ i; 1'.!1:::1;l'l'li:l.~ "':...'i \ i,- ::') The Ke'tn COrT1penoes n<'C \, dJil-'lb ~-~('\\('1 LIlli.: !';rl" ,_'.,ir,;,.'i:\ F\Jiu,J:ii_':h \ ..:J.'" .! :,1';;'1, '\, !1il 1,1.:-.. PROJECT UNDERSTANDING . In 2002, Psomas prepared a Wastewater Collection System Master Plan (WSMP). The report provides recommendations for sewer line improvements throughout the City. The recommendations were based on hydraulic modeling analyses based on land use information, population projections, and data obtained from a temporary flow monitoring study. The improvements recommended in the report were due to deficiencies found in the existing sewer collection system as a result of peak flow conditions. The report provided recommendations and related costs for either replacing or paralleling the existing sewer lines. Cost estimates were based on costs as of January 2002 for the Inland Empire. The purpose of this study is to review the available information, perform independent flow tests, and perform pipe capacity evaluations for the listed improvements from the WSMP. New recommendations are to be made as to the costs effectiveness of the listed sewer line 'improvements. The improvements to be evaluated are listed below. It should be noted that all but one of the improvements were recommended in the WSMP by Psomas. ~his would be the 7th Street sewer line replacement or parallel pipe. SC\\ Ct' Linc Improwmcnt I,ocations Segment Location - Project Description ID SW04-2 ] Virginia Street Replace approximately 719 ft of existing 8-inch sewer main with 12- inch sewer in Virginia St. between ''I'' St. and "H" St. SW04-36 "I" Street Replace of existing sewer main "I" St between 17'h St and 21" St with new sewer Replace or Parallel approximately 2,830 feet of 12-inch sewer main SWOS-OI 7lh Street with IS-inchs sewer, and 30 feet of existing IS-inch sewer main with 24-inch sewer from Mt. Vernon Avenue to Harris SI. - SWOS-02 Harris Street Replace or Parallel approximately 423 feet of 18-inch sewer main with 24-inch sewer in Harris St from 7th St to 400 feet south. Industrial Replace or Parallel approximately 334 feet of 12-inch sewer main SWOS-OS Parkway with IS-inch sewer in Industrial Parkway near Cajon Boulevard to Lexington Way SWOS-06 Tippecanoe Replace or Parallel approximately 442 feet of 24-inch sewer main Avenue with 30-inch sewer in Tippecanoe A venue from Base Line St to 9lh St Replace or Parallel approximately 2,78S feet of 8-inch sewer main with IO-inch to 12-inch sewer main in California St from Base Line St SWOS-07 Colorado Street to Colorado St: in Colorado St from California St to Magnolia A venue . south of Hansford St from Colorado St to Grand St, and Grand St from cul-de-sac to Evans St. P 1459 1 8/29/05 Proro~al tu PnJ\'idl' C'ivil Fngin~>crinp. SL'n-ices \'ari()u~ S~'\\ t_'1 L.int' Pipe: (~,-'pa(it: F\-.1hIJtiiJn-s. l :pgrJJe" 211Li [mpI()\ t"ll1f!ll~ Tne KeIth Cornpente!i -n<"C PROJECT APPROACH The Keith Company's approach will focus on adhering to a clearly defined scope, establishing and achieving specific project goals, and assembling the most qualified team members. We have completed many wastewater capacity studies and capital sewer pipeline replacement designs. Our past experience has shown that it is important to obtain accurate information regarding existing underground facilities and investigate thoroughly alignment alternatives to choose the most cost effective and efficient alignment and construction methodology. TKC has identified several goals for this project. These goals will provide direction in planning, coordinating, and preliminarily designing the proposed facilities to effectively accomplish the scope of services defined in this proposal. Specific project goals include: . Thorough and accurate collection and interpretation of plans of existing facilities. Full utilization of current resources, data and experience to produce a quality document in a timely manner. . . Comprehensive evaluation of alternatives. Provide the most cost effective and efficient recommendations. Provide accurate and comprehensible repeJrt and exhibits. Meet or precede the project schedule. Maintain frequent and quality communication with the City of San Bernardino. Maintain frequent and quality coordination with other agencies involved. . . . . . While the scope of services and project goals provide general direction, the overall success of the project lies in our Project Team's ability to complete the required tas~s and achieve the goals established. TKC's team will be directed by a project principal with extensive experience in these types of projects. The project principal will ensure that there is frequent and effective communication with the project team members and the City of San Bernardino. 1'1459 2 8/29/05 ~ l!!!!!j Pr()rl"allt~ Pr('\'lJt~ Ci\'il Engll1t'ering ~l'J"\i(t'~ \';Hic\u~ Se\\er Line Pire (,JpJlit\- [Ll111Jli\'n~, l p,s.rJJt'''' ,llld ]mrll'\t'I1l,'rH~ The Keoth CompenelS ~ KEY DESIGN ISSUES As part of our approach to the project, TKC understands the importance of understanding the key issues that are related to the project. The success of this type of project is associated with the project team's ability to foresee issues or identify procedures that will have a direct impact on the quality of the deliverable, as well as the schedule and budget. Tetlemer has identified a few of these key issues in preparation of this proposal. They are briefly described below. Understanding of Flows and Flow Monitoring Locations TKC understands that to appropriately perform any sewer flow assessment analysis such as the one proposed herein, a firm understanding of the existing flow conditions is absolutely essential. As-built plans and interviews with operations staff will be vital sources of information to determine the flows into and out of the specific sewer reach to be studied. Identification of all branch sewer laterals and service laterals is needed so that proper manhole flow monitoring locations can be selected. In order for the flow monitoring data to provide meaningful data, careful consideration must be given to the locations and duration of modeling. The durations identified in the RFP will be reviewed for each site to determine if other duration recommendations are required. Consideration must also be given to manhole accessibility and traffic control. Existing Condition Assessment Other factors will need to be considered other than just the hydraulic limitations to make the best recommendations for improvements. Factors such as maintenance and repair issues will need to be addressed. Maintenance records will be reviewed and operational staff will be interviewed to gain a firm understanding of the existing conditions of each of the sewer improvement reaches. Accurate Flow Monitoring In addition to selecting the appropriate locations for monitoring, the monitoring data will need to be accurate and interpreted correctly. The monitoring efjuipment will need to be calibrated correctly and checked after installed to be sure that the equipment is not clogged and reading the measurements properly. Hydraulic Analysis Utilizing the flow monitoring data correctly and performing a reliable hydraulic analysis is critical to making proper recommendations. TKC's hydraulic analyses will be performed using MWHSoft's H20MAP Sewer modeling software. Model input data for the physical sewer parameters will based from the as-built sewer plans. The input data and results will be reviewed with City staff. PI459 3 8/29/05 iii Propn<;;al It) Pr()\'idt' Ci\'il Fnt.illl'l'rin~ SL'n-icl'~ \-;.nious Se\~ er 1.int" Pipe C:,q-"<ll."it}, F\';.duatil)n~, L rgraJe~ and lmpro\ elllcnl~ The KeIth Comp8n.e~ T1<'C QAlQC As with any project, TKC understands the need for QNQC to meet the high standards of quality and develop accurate and meaningful recommendations. Management will be heavily involved in the project to check the progress frequently to ensure the integrity and reliability of the study. PI.t59 4 W29.'05 II Pn)r()~al tn PI0\idt~ Civil Englllt'eriTlt, Sc>nilt'''o: \'ariou~ St!\'"er lint' rlipt> (:apacit: r\aluJti011s. L:rgr.hll'" JnJ !mrr('\'I'J1l(-'nt~ The Keltr'l Compen.ee ~ SCOPE OF WORK 1. Data Collection and Review A. Obtain and review the information available in the City's Master Plan for the listed sewer lines. B. Obtain, review, and study the existing and calculated flow capacity for the listed sewer lines. e. Review proposed improvements and cost estimates presented by the Psomas Report for the listed sewer lines. D. Perform a field evaluation of the listed sewer lines and identify any potential construction constraints. E. Review available plans, as-built plans, maintenance records, and proposed improvement cost estimates for the listed sewer lines. F. Interviews with City operation staff to determine existing conditions and supplement information in the maintenance records. 2. Flow Testing A. Prepare a flow monitoring plan to be reviewed with City staff. As stated in the RFP, the same locations used in the WSMP m~y be used for this study, but the City may request the number of locations to be expanded. Monitoring locationswlll be shown on 11 x 17 drawings, or atlas maps, for the City's review prior to installing monitoring equipment. B. Conduct flow tests for selected location from the approved monitoring plan. The flow tests are assumed to be for 9-day periods on a 24-hour basis. This duration will be reviewed and other parameters may be recommended on a site by site basis. Flow testing will be performed by Downstream Services, Inc. e. Flow test data will include average flows, high flows, and low flow periods. 3. Hydraulic Analysis A. Based on the as-built plan information and flow monitoring data, TKC will create a hydraulic model for the sewer pipes to be studied. The H20MAP Sewer modeling software will be utilized. The model will be run for the peak flow conditions. The results will be compared against the City design and analysis criteria for depth of flow and velocity. Defi~iencies will be identified and reviewed with City staff. Modeling results tables and model node diagrams will be provided to the City. PI459 5 8/29/05 Iii Pn'posal [() Pro\ idt' Ci\il Fnf,illt.'crinf: S~jr\i~'l>' \'arious Se\\'t'f Line FiFt.' C~lpJ(jty l:\'JIlldlillI1S. L'pgr.iJl'~ dIlLi Inlph'\ ('illt'Il!:-, The Ke'th Campen,... I TK"C B. Based on the modeling results, TKC will assist the City in determining recommended improvements. Recommendations may include confirming the previous report's recommendations or provided alternate or new recommended improvements. 4. Prepare Report A. A report will be prepared that will describe the data, assumptions, results, and recommendations for each of the sites to be studied. The report will include tables and figures to best illustrate the conclusions. The figures will be 11 x 17 and provided in color that will clearly show the existing sewer and sewer improvement locations and limits. B. A cost estimate will be prepared for each recommended improvement. The costs will tabulated with unit prices shown. C. Draft copies of the report will be submitted to the City for review and comment. It is assumed that two (2) draft report submittals will be needed prior to the final report completed. City review times are assumed to be two (2) weeks. 5. Meetings A. Meetings will be necessary to appropriately complete the project. For budgetary purposes a total of three (3) meetings is assumed, each for a duration of two (2) hours. The thr~e meetings will include a project kickoff meeting, progress review and improvement recommendations meeting, and report review meeting. The kickoff meeting will be used to establish project goals, schedule, lines of communication, and points of contact. The second meeting will include appropriate staff to discuss preliminary improvement recommendations. The third meeting will be held to discuss City's review comments and modifications to the report. P 1459 (, 8/29/05 i~~ll)(l"'.ll t1" J'rl'\ lltr' (:l',Jll-x~,~i!h'I'..;nF ~('n ;,-t'~ \ ,!i-i,'u'- ~t'\\-l:'] l..llh' [lip._- (~~.!p~i,_it\ r\~ilu~dli.1l1".l 1";:;,:,;\"" .:;~~~ :i~ir'~ .t "j ,,~.. The Ke.th Cornpe<"l,es TK'C PROJECT TEAM ORGANIZA TION CHART . CITY OF SAN BERNARDINO Jeffrey Dunn, PE Robert S. Reid, PE Upon notice to proceed on this project, the project team will be fully available to_ spend the necessary time on this project for a successful completion and meet the schedule as illustration on the proposed project schedule provided. PI459 7 8/29/05 Pr"':'1'~1",i! I \ 11rl~\'1,jt (-,i\ ij [11,~in~'(,1 inF ~L'l \ ll\~'" \, dr],\U' ~\'\\L': l,i;h j-'lPt' (.Jp,i....-it\ r\~tlll~Hj;.\.n5, lp,?::,fdLll'" all~i !t1Jr'ri..\\C]~lCJH~ The Ke.m Compl!!lnl6S n<c. RESUMES Robert S. Reid, P.E. - Principal-In-Charge MBA/1986/Business/University of Michigan BS/1984/Mechanical Engineering/University of Michigan 1 992/Professional Civil Engineer/CA #C049624 1 989/Certified Public Accountant/CA #5217 I E Qualifications: Mr. Reid has 20 years of diversified experience in water resources engineering and consulting for the public sector. He is responsible for managing all phases of water resource projects including conceptual planning, feasibility studies, facility design, and construction management. Mr. Reid has also been responsible for evaluating numerous water distribution and wastewater collection systems, and has developed facility plans to meet projected future needs. These plans have involved major infrastructure projects related to water transmission, treatment, and storage facilities, and wastewater collection facilities. Education: Registration: Mr. Reid has extensive experience with preparing preliminary and final designs as well as providing construction management services for water distribution and wastewater collection facilities. He has managed design teams and construction inspectors for a wide array of projects which include water reservoirs, water booster pump stations, pressure-reducing stations, wateLand wastewater flow monitoring stations, wastewater lift stations, force mains, and pipelines. He has been directly responsible for the design and construction support for over 100 miles of capital water and sewer pipelines with over 50 miles of these pipelines located along existing roadways. Improvement District No.6, Sewer Collection Study; Aliso Viejo, California (Moulton Niguel Water District): Project Engineer for a wastewater collection system facility master plan for the 6,000-acre improvement district known as Aliso Viejo. This project included the collection of sewage generation data for different types of land use, the review of the existil1g and proposeqcollection systems, the identification of potential deficiencies, and the evaluation of system modifications to correct over-loaded sewer mains. Irvine Center Drive Water and Sewer Relocations; Irvine, California (Irvine Ranch Water District): Project Manager responsible for the preliminary design report, final design, and construction support services for the relocation of 1,800 linear feet of IS-inch diameter sewer trunk line and 1,400 linear feet of 18-inch diameter water transmission pipeline. The project was coordinated with the preparation of the street widening plans. The roadway remained open to traffic during all phases of construction. P1459 !l 8/29/05 ll\'il~)...,dl\ !'r;)IH.ll'\ I',:; !'i~.~:lH'..';ir:;':<\.'1\1...:e" The Ke.tn Companoee -n<c \,!;il''J''~~C\'-.': ~]1> l'ql( .Q",l i~\ F\cl!~:;ll]('n~ L'rglJdl"~i.lh~ Irnl'r,-l\L'11lt:'!I!" IRWD Capital Improvements, Trabuco and Jeffrey Roads and Bryan A venue; Irvine, California (Irvine Ranch Water District): Principal-in-Charge of design, and preparation of plans and specifications, as well as coordination with the agency and other consultant groups. The project included the design and preparation of detailed plans for 12,800 feet of 12-inch domestic water pipeline along with a pressure-reducing station; 2,900 feet of 30-inch pipeline, 9,200 feet of 12-inch pipeline, and 800 feet of 8-inch pipeline of reclaimed water; and 1,300 feet of 18- inch and 6,700 feet of IS-inch sanitary sewer line. Jeffrey Road Reclaimed Water Pipeline and Trunk Sewer; Irvine, California (Irvine Ranch Water District): Principal-In-Charge of providing engineering services for the project that extended from Irvine Center Drive to Trabuco Road. The trunk sewer and reclaimed water pipeline project encompassed approximately 9,000 feet of each pipeline, including crossing the Metro Link railroad tracks and the Interstate S rights-of-way. The initial portion of the project required close coordination with the city of Irvine's Jeffrey Road Grade Separation Project. Additionally, various water and sewer facilities associated with the grade separation construction project were relocated. The scope of services included the preparation of a preliminary design report; evaluating environmental concerns and identifying necessary measures to mitigate impacts of the construction; performing necessary geotechnical investigations; obtaining permits; and the preparation of construction plans and technical specifications. This project included close coordination with Caltrans, the city of Irvine, and The Irvine Com.f~ny. Joint Regional Treatment Plant Effluent Pipeline; Laguna Niguel, California (Moulton Niguel Water District): Project Manager responsible for the design, construction inspection, and staking for a 24-inch ductile iron secondary effluent disposal pipeline at the A WMA Joint Regional Treatment Plant. The pipeline was routed through a regional park and in close proximity to a dam. Various alignment studies were performed to minimize the impact to the park guests, the dam, the trees, and landscaping. Aerial photography was used to generate base maps. The project required coordination with the State of California Department of Harbors, Beaches- and Parks. Katella Smart Street, Domestic Water Main Relocation, Phase 2; Anaheim, California (City of Anaheim, Public Utilities Department): Project Manager responsible for preparing the preliminary design report and final design plans for replacing approximately 2, 100 linear feet of an existing 6-inch diameter asbestos cement pipe CACP) and 2,100 linear feet of a 12-inch diameter cast iron pipe with a single 12-inch diameter ductile iron pipe. These domestic water improvements were a part of the overall infrastructure improvements to transform Katella A venue, which is a central arterial access, into a "Smart Street." All existing laterals and services were reconnected to the new 12-inch water main. This project included extensive utility research and was bundled with additional street and storm drain improvements. PJ459 9 8129/05 Fn1r'('l>...11 t,~ j \t i\ JIlt' ~'i \ i! En::,! !h''.. nng ~t~l\il. e~ \'~! r iYlj" "\"\\-~'!- 1 inc ! "]rl' \_ :lp.il- i~.\ "'Jlu.ltinl)S_ L.rgrdJl'~ ~Hld I mr"-"'- ll11,'J1t~ The Keith Cornpenle6 ~ Jeffrey T. Dunn, P.E. - Project Manager Education: BS/1995/Civil Engineering/California Polytechnic University, Pomona 1998/Civil Engineer/California #58455 American W ater Works Association Orange County Water Association Qualifications: Mr. Dunn has a wide variety of experience in water resource planning and engineering involving domestic water, reclaimed water, and sewer facilities. His planning experience includes more than 24 facility master-planning projects, as well as computer network modeling and analysis, and preparation of urban water management plans. His planning projects have included developments as large as 35,000 acres and over 12,000 residential dwelling units. Ranging in size, he has designed over 2,700 pipe networks and modeling projects for domestic, reclaimed, and sewer systems. Other experience includes planning and design of water, reclaimed water, and sewer pipelines; pump station analysis and design; pressure-reducing stations; reservoir storage analysis; and construction support services. Registration: Affiliations: Baseline, Archibald, and Hellman Sewer Analysis; Rancho Cucamonga, California (Cucamonga Valley Water District): Project Manager currently responsible for a hydraulic sewer analysis for three sewer improvement locations based on the current sewer master plan. The proJect consists of flow monitoring, model analysis, development of future flows, and making recommendations as to improvements required. Kraemer Boulevard Sewer Repairs; Placentia, California (City of Placentia): Project Engineer responsible for preparing the plans for repair of ten- and twelve- inch sewer mains in five locations. Mr. Dunn's tasks included research of utilities. base map preparation, plan and profile of repair locations. repair details, and construction notes. Garden Grove Festival Sewer Capacity Analsysis; Garden Grove, California (Gary Coursey & Associates): Project Engineer for performing a sewer capacity study on the existing sewer system within the City of Garden Grove. City standards and requirements were utilized, with reviews with the City staff. Flow monitoring was performed which included a flow monitoring plan to be approved by the City. A network model analysis was performed using the flow monitoring data to determine capacity of existing sewer to accommodate a new commercial development. Utility Plan for Former Marine Corps Air Station, EI Toro; Orange County, California (Irvine Ranch Water District): Project Manager responsible for the preparation of a utility plan for the domestic water, reclaimed water, and sewer collection facilities required to serve the proposed Orange County Great Park. The Great Park Plan includes approximately 3,400 new homes, 2.9-miJlion-square-feet of PI459 10 8/29/05 FH'r'\),,-.il t,l J'r'l\ j\.-;l' ~ ;\;\ f l-',:...,'n:~:'ll:'.~ l...~(:'r\ i~-t:,.... \'~ltl-."l> Se'\\l, 1 Ill! ! T';- \_:,:~1,1~1t\ ~..\ ,dU:lt](~ll~ L l"'.SJ.l'-!t''- __,.." I, ';'\ I~,' j~'~ The Keoth Cornplln..,e T1<'C commercial and industrial space, central park, sports parks, golf courses, educational facilities, transit-oriented district, and habitat preserve. Regional water and reclaimed water hydraulic network analyses were performed, including extended-period simulations to determine facility sizing, as well as storage and pumping requirements. Project costs were provided and a funding plan was developed for the formation of water and sewer improvement districts. Vista Del Verde Village III, Master Water/Sewer Plan; Yorba Linda, California (Yorba Linda Water District): Project Engineer responsible for the preparation of the Water and Sewer Facilities Master Plan document. Tasks included coordination with the Yorba Linda Water District to determine design and development requirements. Other tasks included writing of the report document, preparing exhibits, and hydraulic model analyses of the Water and Sewer Systems Master Plans. Vista Del Verde Village IV, Master Water/Sewer Plan; Yorba Linda, California (Yorba Linda Water District): Project Manager responsible for the preparation of the Water and Sewer Facilities Master Plan document. Responsibilities included coordination with the District as well as the Metropolitan Water District. Other tasks included writing the report document, preparing exhibits, and hydraulic model analyses of the Water and Sewer Systems Master Plans. Sub-Area Master Plan, Planning Areas 1 & 2; Irvine, California (Irvine Ranch Water District): Project Manager responsible for the preparation of a Sub~Area Master Plan for domestic water, wastewater, n6ncpotable water, and telemetry systems to serve approximately 4,600 dwelling units in Planning Areas I and 2 within the city of Irvine's sphere of influence. A regional sewer study was performed for two of the District's large-trunk sewer systems. Domestic and reclaimed water network analyses were performed, as well as a Zone 3 and 5 Storage Zone analyses. The hydraulic analyses included extended-period simulations where pumping capacities and water-age characteristics were investigated. . Sub Area Master Plan, Planning Area 6; Irvine, California (Irvine Ranch Water District): Project Manager responsible for the preparation of a Sub-Area Master Plan for domestic water, sewer, and non-potable water to serve approximately 4,500 dwelling units within Planning Area 6 of the city of Irvine's sphere of influence. The SAMP included a storage analysis for the domestic and reclaimed water systems to determine proposed reservoir sizes and locations. Additional tasks for the SAMP included preparing probable opinion of estimated construction costs for the proposed water and sewer systems separated by IRWD and developer- funded facilities. Sub-Area Master Plan, Planning Areas 58, 8A, 9A, and Spectrum 8; Irvine, California (Irvine Ranch W,ater District): Project Engineer for the preparation of a Sub-Area Master Plan for domestic water, wastewater, non-potable water, and telemetry systems to serve approximately 12,350 units in Planning Areas 5B, 8A, 9, 9A, and Spectrum 8 of the city of Irvine's sphere of influence. A regional sewer P 1459 II 8/29/05 FrC'p\~",d h~ f'r\n'idl' ~, 1\11 Engineering Scn 1(t...." \'Jril'lb S:"\\l'J i i:l..- !-'il"c CJp~l(lly l-\..l]llJtic~n<., l:rgrdl..k', .:llJ llllrr,.;\t'm:'nt~ The Kel~h Cornpenel5 ~ study was performed of the existing trunk sewer systems to determine capacity for the new sewer flows. The regional sewer study included nearly 70% of the entire district. GIS data v"as utilized to develop land uses information and sewer tributary areas. Springbrook Estates Off-Site Sewer Study; Riverside, California (Springbrook Investments, LP): Project Manager for off-site sewer engineering services. Springbrook Estates included the development of 184 acres in the Highgrove Community of Riverside, as well as off-site sewer from the project along Spring Street to Iowa A venue, then south to Palmyrita A venue where it joins the City of Riverside's existing sewer system. Tonner Hills Water and Sewer Facilities Plan; Brea, California (Nuevo Energy Company): Project Engineer responsible for the Water and Sewer Master Facility Plan for the Tonner Hills development, a master-planned community of approximately 823 acres owned by Nuevo Energy Company. Water and sewer service was provided by the City of Brea. The project consisted of the addition of two reservoir tanks and pump stations to the City's water distribution system. Close coordination was required with the City's Distribution Master Plan document. The sewer collection included one lift station and force main along with the gravity sewers that connect to the existing collection system. Vista Del Verde Village III, Bastanchury Sewer Pipeline; Yorba Linda, California (Yorba Linda Water District): Project Engineer responsible for the preparation of the preliminary design report and 'construction documents for approximately 800 feet of ten-inch gravity PYC sewer. The sewer profile design required the ability to go under an existing 60-inch diameter storm drain facility and 36-inch water transmission main. Coordination was necessary with other consultants to determine tie-in points to a new 60-inch diameter manhole located in the middle of an intersection. Irvine BoulevardlLambert Road Sewer Capital Facilities; Irvine, California (Irvine Ranch Water District): Project Manager responsible for preparing the preliminary design report and final design of the sewer pipelines in Irvine Boulevard and Lambert Road within the city of Irvine. The project included the de-sign of 2,751 linear feet of 12-inch PYC sewer pipe and 3,646 linear feet of IS-inch PYC sewer pipe. Due to the nature of traffic on Irvine Boulevard. the alignments were carefully studied to not only avoid other utilities, but to consider traffic control during construction and maintain the most number of travel lanes open as possible. The project involved coordination with several other consultants to ensure all design requirements and pipe clearances were met. PI459 12 829/05 "l '_'., Ii' \-;r-'-.. \_,~;',,;,,::.. r\J!l;~l:i,~:;s_ l.pgrdl.it" dlhi 11l1rr\-~\-l'I11l'n:" The KeIth Cornpen..,e TKC l-'I'I'j~\~"d 1, i'l \ :\:l ~ i\:' ~_",:-]ll"t i-l;~~~ '<'I\:.'"l"" \, ~: li._; ~ " Adelina Pirijanyan, EfT - Assistant Engineer Education: BS/2003/Civil Engineering Registration: 2002/EITI16736 Qualifications: Ms. Pirijanyan, prior to graduating and receiving her Bachelor of Science degree in Civil Engineering, had interned in the water resources industry for a few years and gained valuable experience. Since earning her degree, she has worked as an assistant engineer on projects such as wastewater treatment plants, a portable aeration plan, GIS sewer line update for City of Santa Monica, Trunk Sewer Mapping for Orange County Sanitation District, master planning, computer network modeling, domestic water pipeline design, gravity sewer, force main design, and reclaimed water pipeline design. Her pipeline design projects have included plan and profiles for pipe diameters up to 24-inches. Her software experience includes H20NET, H20 MAP SEWER, GIS ARC INFO, and AutoCAD. Trunk Sewer Mapping; Orange County,California (Orange County Sanitation District): Associate Engineer assisting the project engineer and team members with the preparation of an electronic map of Orange County Sanitation District's (OCSD) sewer system, Trunk Sewer Mapping: Project included mapping of OCSD owned and maintained sewers, data collection of sewer information, compiling data into a database and connecting the database to the map of the sewers. The final product was a GIS map of the OCSD sewer system. Hard copies of these maps were also created, similar to the Thomas guide. Moorpark Wastewater Treatment Plant 5.0 MGD Expansion; Ventura County, CA (City of Moorpark): Aide Project Engineer with design of Moorpark Expansion of Wastewater Treatment Plant OCSD WDR CMOM 02-04 Compliance Portable Aeration Plan; Orange County, CA (Orange County Sanitation District): Prepare a GIS map of the bodies of water in Orange County. The map contained bodies of water data (area, depth, location, size, etc. . .) to be used in creating an Aeration Plan for the Orange - County Sanitation District, to meet water quality standards set by Regional Water Quality Contrel Board. OCSD WDR CMOM 02-04 Compliance, Tustin Area Spill Control (Orange County Sanitation District): Research Sanitary Sewer Overflow/Capacity, Management, Operation and Maintenance (SSO/CMOM) regulations. GIS Sewer Data Update; Santa Monica, CA (City of Santa Monica): City of Santa Monica's Sewer system was previously created in GIS; however their data set had errors and new line work needed to be added. Updated their GIS data and mapped the additional sewer lines. The project included running multiple queries to identify missing links and errors using Arc Info and Microsoft Database. Water and Sewer System Master Plan; Banning, California (City of Banning): Associate Engineer responsible for the hydraulic and sewer analyses, model P 1459 13 8/29/05 PrnpnsJI to Provide (l\il Fngilwering S~],\l(e, \'ariou~ Sl..'\\cr LiTle Pipe I..JaJ,.kity E\-JluJripns. L'pgradl''' ~llld Jmrru\Clnt'l1b The KeIth Compen.es Tl-<"C calibration, planning and report preparation for the Water and Sewer System Master Plan. Headlands Domestic Water and Sewer Hydraulic Analysis; Dana Point, California (City of Dana Point): Associate Engineer responsible for the hydraulic and sewer analyses, model calibration, planning and report preparation for the water system master plan. Sewer Area Study for Golden Valle)' Ranch; Santa Clarita, California (City of Santa Clarita): Associate Engineer responsible for the sewer analyses, model calibration, planning and report preparation for the Sewer System Master Plan. URP 12 and 13 Hydraulic Analysis; Irvine, California (City of Irvine ): Associate Engineer responsible for the hydraulic analyses, model calibration, planning and report preparation for the Water System Master Plan. PI459 14 8/29:05 E2 I. Pn'posallt1 Pru\"idt' Ci, il EnginL'c1inS Sl'nil-L') Y3riLJu~ Sewer Line Pipe (:apdcil: E\a!uJti{'n~. l;pgraJt'~ and Imrr()\t'1l1t'l1t.., The Ke~h CompanteS n<c SUBCONSUL TANT PROFILE Downstream Services Inc. is full service company providing efficient and consistent inspection, installation, maintenance, and repair of all wet utilities since ] 996. Downstream Services is an industry leader in handling, storage, and delivery of digital information. Downstream Services utilizes the latest technology available to the wastewater industry. Advanced technologies enable Downstream to gather and deliver high quality digital inspection data for our clients, and to required specifications. Downstream provides the following services: . F]ow Monitoring . CCTV Sewer Inspection and Cleaning . Storm Drain Maintenance . Storm Drain Repair and Slip Lining . Storm Water Filter Sales and Service . Municipa] Repairs and Emergency Response . Underground Utility Installation Downstream maintains full time facilities for maintaining, servicing, repairing equipment, and fabricating required components. Most repairs are conducted in house resulting in minima] equipment down time. · Downstream Services understands that every sewer is unique. We take into account flow hydraulics, silt level, accessibility, and surcharge. Downstr~am uses the best meter for each individual application. Our inventory of meters include Sigma, ISCO, and F]owDar technology. · Downstream also has a full fleet of CCTV and Cleaning trucks that may be used to facilitate flow monitoring projects by cleaning lines prior to install if needed. We place a sediment retention too] in the upstream manhole to prevent sedimentation of submerged sensors to ensure continuous uninterrupted data. . A complete manhole inspection is conducted for every site. Deliverab]es of this inspection will include digital video clips, still photo's and brief condition assessment of the manhole. PI459 15 8/29/05 F'] ('plJ'..al tn Pnn-idc Ci\-i1 Lngint'cring SCf\-lCl" \~lrlL'LI~ Sewer l.ine Pipe ('~tpJcity F\-~1111~ltilln<;. l rgI'Jdl'~ 2nJ Imrrl_~\l.'Pll.'nt;.. Th~ Ke.th Cornpenee TI<"C Key Personnel Wilma Roberts offers 25 years of experience in construction and general engineering. In a variety of management positions and as principal and co founder of Downstream Services inc. Mrs. Roberts is responsible for day to day operation and executive administrative duties. Victor Roberts is the founding principal and Vice President of Downstream Services Inc. Victor is responsible for overseeing day to day operations including financial and asset management. He posses extensive knowledge of the laws and regulations governing general engineering, contracting, and the treatment and disposal of hazardous materials. Jake Jacobson as Principal in Charge offers] I years of experience in the environmental industry. Mr. Jacobson holds the responsibilities of Business/Project development, ensuring adequate assets are available, including trucks, equipment, and personnel. Jake will also monitor, project cost, and overall progress. Richard Delgadillo as Project Manager brings 2] years of experience in the wastewater industry. Richard has managed WW collection systems, and WWTP Maintenance operations as a municipal employee. Richard has also worked as a project manager in the private sector managing flow monitoring and condition assessment projects in Southern California, Las Vegas, Reno, Phoenix, and Hawaii. His responsibilities include business development, project management, and technical training. Dave Johnson is the Field Superintendent and project coordinator. His responsibilities include CCTV inspection crew management, field data recording, chain of custody sampling, reporting of spills, protection of property;' and general employee training. He also maintains certification in HAZWOPER, confined space entry, 1st aid, and CPR. Downstream Services has never had an injury due to confined space entry with Dave as Safety Coordinator. Maggie l\1innamon as Manager of Information Systems will oversee data administration and quality control. Ms. Minnamon possesses extensive experience in electronics, and computer systems. Ms. Minnamon will facilitate the processing and refinement of by field personnel as quality control manager. Her responsibilities include data processing, delivery preparation, development and maintenance of database, and data warehousing. PI459 16 8/29'05 Pror(),,~d h' Pro\ iJe \.. 'i\'il Englnl'ering Sel \il-L'~ \T,nious Se\\l'r Li11I.' [_llJ1t' CJrJ(ity E\,dudtio!ls_ L"pgrades JIll..1 Imprl)\emt'l1t<., The KeIth Con-,pen.es TK'C COMPANY PROFILE Established in 1983, The Keith Companies (TKC) provides integrated planning, engineering, and design services for private and public sector projects. TKC is proud to provide comprehensive consulting services to an array of clients and strives to respond to client expectations by providing them with paramount service today and into the future. With approximately 850 professionals, TKC operates from 17 divisions throughout Arizona, California, Michigan, Nevada, Oregon, Texas, and Utah. The company offers specialized services in the following disciplines: · Civil Engineering · Land Planning · Surveying & Mapping · Site Acquisition · Water Resources · Environmental Services · Cultural Resources · Construction Management · Electrical Engineering · Mechanical Engineering · Fire Protection . Chemical/Process Engineering Instrumentation/Control Systems Integration Power Plant Commissioning and Startup Services Power Plant Operations, Training, and Plant Documentation Services Power Plant Manpower-Services . . . . TKC's clients benefit from the synergy created from the multi-disciplinary team approach that combines particular talents and experience to achieve client goals. The firms technical excellence, creativity, and unparalleled client responsiveness spans across all disciplines. Behind the successes of every TKC project stands dedicated relationships between our staff and client and agency representatives. Exceptional service is TKC's trademark. The firm is committed to the philosophy that to provide the best planning, engineering, and design services requires an intimate understanding of the processes and continual and personal communication. From electronic data collection and GPS technology to automated design through scheduling and project close-out, TKC uses modern technology and resources to deliver a product with minimal costs in a timely manner. 1'1459 17 8/29/05 Pl'opn~dl (() pr(nidt' Ci\"il Engineering Seryict.?s \aTlous Se\\L'f luw Pipe Capdcil\ ha!uatIom. ['phead", and! I11prc1\,'11)'-l1l' Tr11! KeIth Compan~e TK"C TKC believes in setting and continually meeting the highest possible standards when it comes to the stability which clients require, these include individual relationships and technical proficiency. The firm is known for its meticulous selection of personnel, and dedicates itself to finding qualified people and creating an environment in which they can thrive. By developing professionals who combine specialized skills with broad-based knowledge as well as management skills, the TKC staff is able to manage projects through teamwork to achieve the most beneficial results for its clients. TKC professionals are your most valuable resource for providing creative, cost-sensitive solutions in an ever-changing environment. PI459 18 8129/05 ~ 1a!!J PIOPl1',;ll ro Pro\'H.it> Ci\"il Engint.:'cring St'n ices \'Jri\"'\u~ Sewer l.lnt' Pipe> Capdcit~, F\aluJ.Tl(\T1S, t'pgrJde~ Jnd lmpn'\"l-'lTIt'T1r.... The Keith Comper'\Ies T1<'C REFERENCES Irvine Ranch Water District Wide Reservoir Storage Analysis Irvine Ranch Water District Michael Hoolihan, P.E. 15600 Sand Can)'on Ave. Irvine, CA 92618 (949) 453-5553 A water storage analysis was performed for IRWD's potable and non-potable water systems to update their current Water Resources Master Plan. The project consisted of incorporating and utilizing IRWD's GIS data, which included demands and water facility information. Pressure zone service areas were identified and used to develop storage service areas. USGS data was utilized to develop the pressure zone service areas. For each water system, the demands were calculated and totaled by storage areas out to Year 2025, in five year increments. Surpluses and shortfalls were analyzed to determine recommendations for new storage or operational adjustments. Updated tables and exhibits were created for use in preparing a revised Chapter 5 of the Water Resources Master Plan Update. Jeffrey Road Reclaimed Water Pipeline and Trunk Sewer Irvine Ranch Water District Steve Mallo)', P.E. 15600 Sand Can)'on Ave. Irvine, CA 92618 (949) 453-5570 Engineering services were provided for a 30-inch diameter trunk sewer and a 30-inch diameter reclaimed water transmission main project that extends from Irvine Center Drive to Trabuco Road. The project encompasses approximately 9,000 feet of each pipeline, including crossing the Metro Link railroad tracks and the Interstate 5 rights- of-way. The District divided this project into two construction packages. The first package will be constructed with the City of Irvine's Jeffrey Road Grade Separation Project. In addition to the two pipelines, responsible for the design of the relocations of various water and sewer facilities associated with the grade separation construction project. The second construction package included the remainder of the pipelines and required routing the two pipelines through Caltrans' rights-of-way with a portion being open cut and the remainder utilizing a bore-and-jack under Interstate 5. The scope of services included the preparation of a preliminary design report; evaluating environmental concerns and identifying necessary measures to mitigate impacts of the construction; obtaining permits; and the preparation of construction plans and technical specifications. Close coordination was required with Caltrans and the City of Irvine. Irvine Center Drive Water and Sewer Relocations Irvine Ranch Water District PI459 19 8/29/05 Propl~sall{l Pro\"ldf' Civil Engilll'(lring Scnil..-es \'lHi\.HJ' Se\\'cr I.int' Pipe l~,\pJcity 1'\Jluariun>, l'pgrddt...., ..ind Il11plt\\l~nlt'llt~ The Kelt;h CompanIes T1<C Al Dyson, PE 15600 Sand Canyon Ave. Irvine, CA 92618 (949) 453-5595 Prepared preliminary design report and final design, and provided construction support services for the relocation of I,SOO linear feet of a IS-inch diameter sewer trunk line and 1,400 linear feet of an IS-inch diameter water transmission pipeline in the City of Irvine. Existing pipelines remained in service while new pipelines were constructed. Projects were coordinated to coincide with street widening plans. Roadway remained open to traffic during all phases of construction. Northern Sphere Area Construction Management Program Irvine Ranch Water District Billy A. Stewart 15600 Sand Canyon Are. lrrine, CA 92618 (949) 453-5610 TKC's Tettemer division is currently serving as the Construction Program Manager for five District designed construction projects and six ICDC development projects situated within The Irvine Company's Northern Sphere Area. Duties include review of shop drawings; coordination between the District, ICDC and affected agencies; attending weekly and monthly progress meetings; respond to "Requests for Information" (RFIs); review daily reports, change orders and progress payment estimates; coordinate survey and testing subconsultants; preparation of final as-built plans; and other tasks as directed by the District. East Orange Utilities Study; Orange County, California Local Agency Formation Commission (LAFCO) Kim Koeppen 12 Civic Center Plaza, Rm. 235 Santa Ana, CA 92701 (714) 834-2556 ICDC owns a large area of property that is located within the City of Orange's sphere of influence. The portion of this property east of State Route 241, the Foothill Transportation Corridor, has been divided into two planning areas, called East Orange Area I and East Orange Lake Village. The majority of East Orange Area I is currently within the boundaries of Irvine Ranch Water District (IRWD). A small portion of East Orange Area I and all of the proposed East Orange Lake Village are currently within the boundaries of Santiago County Water District (SCWD). IRWD and SCWD have both expressed a willingness and desire to provide municipal water and wastewater services to at least portions of the same development areas. It is LAFCO's responsibility to determine the best service provider to these new development areas. To assist the Orange County LAFCO in determining the most PI459 20 8/29/05 Prt1Pl,.,al rU Pro\'idL' Ci\ jl Lllgllld.Tin; SCr\ ices \'ariou~ S~)\"'-E'r l.inl' Pipl' \.-:.lpdlil~ 1:\aluJrJ('l~~ t pgrJ~h:.... ~jllj ll~~rrC\t'J11t'llh The KeJt;,h Compen.es TK'C appropriate provider, Tettemer was retained to objectively review the probable engineering and financial implications of the various service provider options. Buck Gully, Linda Isle, and Carnation Pump Station Rehabilitation City of Newport Beach Michael J. Sinacori, PE 3300 Newport Blvd. Ne~~port Beach, CA 92658 (949) 644-3342 TKC's Tettemer division was responsible for the design of a buried 400 gpm duplex pump sewer lift station to replace an existing 50 year old Buck Gully station in the city of Newport Beach. The project includes the demolition of the existing station, installation of a new below grade dry well and partial wet well structure, roof slab over existing wet well, and retaining wall, upgrades to electrical controls and SCADA system, site drainage and grading, and other associated improvements. For the Linda Isle and Carnation pump stations, the improvements included new electrical and instrumentation facilities housed in above grade architecturally aesthetic enclosures, new access hatches, force main bypass facilities, and associated hardscape improvements. 1'1459 21 8/29/05 a."~"': ..~C_ ~n ilo Proposal to rn.~\idt' Ci\il E!1~I!h'L'lll1g ~t';-\ itl'~ V,Hiou~ St:.'wer Lint' Pire CclP,kity rLdu~i!i'~llS. LpgraJes and Imrn.I'd.'l1H'l1t" Th~ KeIth Compenee n<c BUDGET City of San Bernardino Various Sewer Line Locations Pipe Capacity Evaluations and Proposed Man-Hours Budget TKC !\Ian-Hours Assist Principle-in- Project Engmeer! Total TA Task Descriotion Charge Manager CADD Starf Man-Hours I Data CollectIon and Review 8 12 20 2 Flow Testing I 8 8 17 ~- 3 Hydraulic Analysis 2 16 60 78 _._._._-~_.- -~--- 4 Prepare Report 4 24 32 60 ~- 5 Meetings --. 6 6 12 . Total 13 62 112 187 PI459 22 8/29/05 "0 C l1l I/) Cll "0 l1l "- OJ C. :J "0 o Cll C-g .- Cll 'EE ~ E ... 0 Cll u al Cll cO:: l1l"O en C - l1l o C ZOo (3:; :J IV > w .r::; ~ "e .u i.i: l1l C. l':l U Cll c. ii: Cll c :J ... Cll ~ Cll en 1;;", ,,- ~N .0 "'", u..~ N ~ '" ~ <Xl ~;::: '" " C~ "'- ....,~ - -ui" N N I/) .... C Cll E Cll > o ... c. .5 <Xl ~ N l I J . ~ WN .0 ~, Ev ",- u~ "', , 0.... "N ;::; I I : II i ~~ !I i j I ' , , r9i r I .11 i .... I 'C~.. ~! Q i t'-_.J ,-O'M V l ~,:;~~ ~~---' UO. O~ ---<-u:,- N: m: o ~ ~ M ~, 05:-: .0 <0' E,;::: "'~ >'0' 0:("')1 z_, ;:?: M N 01 <0: ~' (3 '~ ~ ~ ~ ~ ~ ~ ~ e e ~ ai o 0 a ~ N c o :2 ~ ~ .f: .f: t '" (jj 'L() l() LO l() o 0 0 e fry ;::::: (3 r-... 25 25 ,~ : a ;t :2 c o :2 '" ~ v ~ 25 25 T"" ~ ~ ~ c o :2 c o :2 '" E '" z "" '" '" f- :;: '" ;; '" cr '0 '-g ~ ~ en : ~ .~ g ~ ~ e~-u-cncQ) c.. C;; E!!: ~ :2 B~o~'~~ Q) :t::: U ~ ~ Cl> .2 ~ ~ ;: u O'lo~ 'Ou16o>. z ~ 0 u:: I Q: '" "" '" '" f- ro E '" x w '" c o Vi E! ~ ro c Q; x w '" !: '0 '" '" o . I I I ,L I ~ '" E E " 00 ti '" "e- c.. '" c o Vi E! ~ ~ '" E E " (fJ to '" to 000 M <3 M N M N rj I i I I <0 lO <D <D o 000 M a ;::::: M ~ ~ N ~ .t ~ ~ ;t ~ ;.t .f: '" o ~ N l() IJ') <D <0 (0 W <.0 ~ ~ ~ ~ ~ ~ a := ;; ~ s u N ~ N ~ c ~ .f: J: c o :2 c c o 0 :2 :2 c o :2 c o :2 '" III '" 0, o a: J';o C5 2 J';o C5 2 '" :; '0 '" .r::; U (fJ J';o '1) '" a. '" U ~'" "'0 :;:- ",a> (fJ!C'! alex> 005 ri:2 '" .. ,-'" 0- ~ '" c..o "" rti a. f- (fJ "rii t o 8. '0 "" '" 5 '" cr ~ 0 ~ C/) -g u: E ~ OlE 8 'E .g u: c .g ~ .g 00 :;: ~ 00 :;: 00 'todQ1(1)ot!Q)od 8. Q) .~ ~ ~ .~ Q) ~ ~ Q: .Q)>_ ~ oc ~ Q) Q) ~ Q) Q) ~ Q) 1;; a: C5 cr a: C5 a: a. '" a: "" '" o ~ ~ LL 0 Proposallo Pro\'ldc Ci\'il Englncering St') \ He, Various Se\'d:?r Llne Pipe Cdpacit \ F\ JluJt i('lb. lpgL1J['" Jnd ! I1IFry.. <,'111'. i <.. The Kerth Cornpenlee ~ INSURANCE Clienlll: 5791 KEITHCOMP A CORD_ 0'" Tf jMMJOON"Y1 12128/0<4 THIS CERTIFICATE 1$ ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTifiCATE HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW CERTIFICATE OF LIABILITY INSURANCE PflODUCEfl: Dealey, Renton & Associates p, O. Box 10550 SentI AnI, CA 92711-0550 714427-6810 INSURERS AFFORDING COVERAGE INSUREO INSURER'" Hartford fir. Ins. CO. INSURER e American Automobile Ins. Co. INSURER c XL Specialty Insurance CO. INSURER 0 The Keith Companies. Inc. dba Keith Enginuring, Inc.llrvine 19 Technology Driye Irvine, CA 92618-2334 INSUREfiE COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAV'E BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REOUCED BY PAID CLAIMS N'R TYPE OF IfrrlSUItANCE POlICT NUMBER ~~1tl~~~~ ~~ 1f;.x,:Jo~IN LIMITS TR A GENERAL LlAB1LIT\' 57CESOA 1665 12/31/04 12131/05 EACH OCCURRE"lCE '1,000,000 )L_E..,:!oll.AERCLAL GENE~~ ~lA.BtUTY ._~~R~_[)~_~~_~~"~. ~..!.~__ __~t.l.9.!M9.9_._~__ ._-_.~ CLAII,4SM....OE .~ OCCUR INDP, CONTRACTORS _ ME~!~P_l!:'~~_~~_~~~~! --- '1~000 _.__._ --- X CONTRACTUAL INCLUDED PERSCN....l&A2JVIJl;JL:RV '1,000,000 X BFPD,XCU GENERAL AGGREGATE s21000,O~O .~E.~l AGGRE~~ liMIT A"':'~~~S PER . ~~~E>U_~T_~_.._~_?~~'-9~_...~~ .~~)>>-QQIQQQ_____ -- POLICY X ~~g X coe A ....UTOMOBILE LIABILITY 57UENTL0698 12131/04 12131/05 COMBlfrrlED SlfIIGlE l''-'IT X AN'!'AUTO 'E....CCIl1er>1i '1,000,000 All mVNED AoJTCS BOOIL'!' INJURY :PI"pe~~1 , SCHfDL;lEO....L,TOS X HIRED AUTOS BOOllYll'\oJURY X (1'1"KC1Cle"11 5 NO"l_Q\lYNEO AUTOS PF/OPERT'< OA'.vGE . rpl!I.U;";::l'nI, GARAGE lIABILITY ."UTOONLY fA ACC.DENT , ._" Af\lYAUTO OTt-IER Tt-IAN ~_!"C_C__~ --.--------_.. "UTOONlY AGe; , EXCESS UABILITY EA(:HQCCURRENCE . OCCUR ClAI"'5MA~E AGGREGATE . , DEDUCTIBLE , RETENTION . , B WORKERS COfrIIPEIoIS... TlON ....HD WZPB0927777 12/31/04 12131/05 X we STATU. OTH. TORY LIMITS ,. EMPLOVERS' LI...BILlTY E lEACH ACCIOE...T $1,000,000 E L DISEASf ,EAEMPlO"'EE $1,000,000 E l DISf.,I,Sf. POllCYlltrll'T ,1000000 - C OTHER Professional DPR9406588 12131/04 12131/05 $1,000,000 per claim Liability 52,000,000 annl "99r, DESCRIPTION Of OPERATION$llOCATIONSNEHlClES/EXCLUSIONS "'OOEO BY ENOORSEMENTISPECLAl PROVISIONS General Liability policy excludes claims arising out of the performance of professional services. Evidence of coverages in force CERTIFICATE HOLDER CANCELLATION ADOI1lONAlIHSURfO :IHSURER LEn"ER FOR PROPOSAL USE ONLY SHOULD AHYOf' THE ABOVE OESCRIlIfO ,"OUCESBE CNilCfUEO BEFORE THE EllPIl\A'OCIH DATE THEREOf. THE ISSUING INSURER W1Ll........XJPM...lL3D OATSWRITT(N NOTlCETOtl1E CERTIFICATE HOt.OERNAMED TO THE lEFT, e..............u-.xx __.~nmr.IIXJII..Jl:IUII.XftJlnJl:~DD: ACORD 25-5 (7/9111 nf 1 <il ACORD CORPORATION 1988 IfM117397 II PI459 24 8/29/05