HomeMy WebLinkAbout1990-04-24 - AGENDA REPORTS - SCRIVER WATER FEATURES STUDY (2)CONSENT CALENDAR
DATE: APRIL 24, 1990
AGENDA REPORT
City Manager Approval
Item to be presented by:
Jeff Kolin
SUBJECT: AUTHORIZATION FOR THE CITY TO ENTER INTO A CONTRACT AGREEMENT FOR
PREPARATION OF A WATER FEATURES STUDY ON THE SANTA CLARA RIVER
AND ITS TRIBUTARIES
DEPARTMENT: PARKS AND RECREATION
BACKGROUND
The City Council received a presentation on the Santa Clara River Water and
Recreation Study at the April 17, 1990 meeting. Staff has finalized the terms
of the contract with B.S.I. Consultants, Inc., and has had the agreement
reviewed by the City Attorney. The first meeting of the project task force is
tentatively scheduled for June 7, 1990. The project will require approximately
eight months to complete.
The City Council and Parks and Recreation Commission will be provided with
regular project updates during the study. Plans are also underway to include
representation from the U.S. Army Corps of Engineers, Los Angeles County Public
Works, U.S. Fish and Wildlife, California Fish and Game, County Environmental
Technical Advisory Committee and numerous local residents on the task force
committee.
The Santa Clara River study is an exciting project, which will provide a picture
for the future development of a natural resource which will provide tremendous
opportunities for the preservation of sensitive ecological areas and the
development of future recreational resources.The contract for the Santa Clara
River Study is attached for the Council's review. The exhibits have been
summarized, and the originals are on file in the City Clerk's Office, should
more detail be desired. The proposed cost of the study is $70,600, plus a
five -percent contingency of $3,530, for a total of $74,130. The five -percent
contingency would provide for reimbursement of printing and travel expenses not
included in the cost estimates for the B.S.I. Consultants, Inc., proposal.
RECOMMENDATION
It is recommended that the City Council approve the attached contract agreement
for the Santa Clara River Water and Recreational Features Development
Opportunities Study, and award the contract to B.S.I., Consultants, Inc., in the
amount of $74,130.
ATTACHMENTS
Contract Agreement (Scope of work and exhibits on file at City Clerk's Office)
Resolution No. 90-60 .
Request for Proposal
Summary of Proposals Received Adopted:
Agenda Item:
0 0
RESOLUTION NO. 90-60
A RESOLUTION OF THE CITY COUNCIL
OF THE CITY OF SANTA CLARITA, CALIFORNIA,
AUTHORIZING THE CITY TO ENTER INTO A CONTRACT AGREEMENT
FOR THE PREPARATION OF THE SANTA CLARA RIVER
WATER AND RECREATIONAL FEATURES DEVELOPMENT
OPPORTUNITIES STUDY.
WHEREAS, the City of Santa Clarita has identified that the Santa Clara
River is an essential resource for the preservation of sensitive ecological
areas and the development of recreational amenities; and
WHEREAS, the City of Santa Clarita desires to conduct a planning process
to determine the opportunities and constraints present in the Santa Clara River
for development; and
WHEREAS, the City has determined that outside expertise in hydrology,
geology, biology, and river development is essential to the successful
completion of the study; and
WHEREAS, a request for proposal was sent to twelve qualified planning
consultants, four proposals were received and reviewed by a committee of City
staff and Parks and Recreation Commission representatives, who have selected a
consultant; and
WHEREAS, the City has budgeted funds for the completion of this study;
NOW, THEREFORE, be it resolved that the City Council of the City of Santa
Clarita does hereby consent to enter into a contractual agreement with B.S.I.
Consultants, Inc., for the preparation of the Santa Clara River Water and
Recreational Features Development Opportunities Study.
PASSED, APPROVED, AND ADOPTED this day of , 1990.
ATTEST:
CITY CLERK
MAYOR
I HEREBY CERTIFY that the foregoing resolution was duly adopted by the
City Council of the City of Santa Clarita at a regular meeting thereof, held on
the day of , 1990, by the following of the Council:
AYES: Councilmembers:
NOES: Councilmembers:
ABSENT: Councilmembers:
BSI CONSULTANTS, INC.
Professional Services Agreement
THIS AGREEMENT is made and entered into this day of_
April, 1990, by and between; THE CITY OF SANTA CLARITA
hereinafter referred to, as "AGENCY", and BSI CONSULTANTS, INC.,
hereafter referred to as "BSI".
IN CONSIDERATION of the covenants hereinafter set forth, the
parties hereto mutually agree as follows:
ARTICLE 1
SCOPE OF SERVICES
1.1 Proiect Description
The Project is described as follows:
1.2 Description of Services
BSI shall perform Services described in Exhibit "A",
Scope of Work, attached hereto and incorporated herein by this
reference.
1.3 Responsibilities of Agency
The Responsibilities of the AGENCY are described in
Exhibit "B" attached hereto and incorporated herein by this
reference.
1.4 Schedule of Work
Upon receipt of written Notice to Proceed from the
AGENCY, BSI shall perform Services in the Scope of Work in
accordance with the schedule described in Exhibit "C", attached
hereto and incorporated herein by this reference.
BSI shall not be responsible for delay, nor shall BSI be
responsible for damages or be in default or deemed to be in default
by reason of strikes, lockouts, accidents, or acts of God, or the
failure of AGENCY to furnish timely information or to approve or
disapprove BSI'S work promptly, or delay or faulty performance by
AGENCY, other contractors, or governmental agencies, or any other
delays beyond BSI'S control. .
A-1
ARTICLE 2
COMPENSATION
2.1 Fee
0
AGENCY agrees to compensate BSI for time and materials
in accordance with the hourly rates in effect at the time the
services are performed. BSI's current hourly rates are attached as
Exhibit D, incorporated herein by this reference. The hourly rates
are subject to annual revision if services continue beyond March
31, 1991. Total project cost shall not exceed $70,600.00, unless
additional work is authorized in writing by the Agency.
2.2 Payment Address
All payments due BSI shall be paid to:
BSI CONSULTANTS, INC.
16880 West Bernardo Drive
San Diego, California 92127
2.3 Terms of Compensation
BSI will submit invoices monthly for work completed and
accepted by the Agency in the previous month. Agency agrees to pay
all undisputed invoice amounts within thirty (30) days of the
invoice date. AGENCY agrees to notify BSI of any disputed invoice
amounts within ten (10) days of the invoice date.
Additionally, in the event AGENCY fails to pay any
undisputed amounts due BSI within forty-five (45) days after
invoices are rendered, then AGENCY agrees that BSI shall have the
right to consider said default a total breach of this Agreement
and the duties of BSI under this Agreement may be terminated by
BSI without liability to BSI upon ten (10) working days advance
written Notice.
2.4 Additional Services
AGENCY may request BSI to perform additional services
not covered by the specific Scope of Services set forth in this
Agreement, and BSI shall perform such services and will be paid
for such additional services when they are mutually agreed to and
made part of this Agreement by written amendment.
A-2
ARTICLE 3
INDEMNIFICATION AND INSURANCE
3.1 Indemnification
BSI -agrees to indemnify and hold harmless AGENCY, its
officers and employees from and against liability, damages, costs,
losses, claims and expenses, including reasonable attorneys' fees,
arising out of the negligent acts, errors, or omissions of BSI in
the performance of this Agreement.
3.2 Workmen's Compensation
BSI maintains Workers' Compensation and Employer's
Liability Insurance of a form and in an amount as required by state
law.
3.3 General Liability
BSI maintains Comprehensive General Bodily Injury and
Property Damage Liability, including Automobile (owned, non -owned,
or hired), in the amount of One Million Dollars ($1,000,000.00),
combined single limits per occurrence and annual aggregate.
3.4 Notice of Cancellation
BSI agrees to provide thirty (30) days written Notice to
AGENCY prior to modification or cancellation of any policy.
3.5 Agency Provided Information
AGENCY agrees to indemnify and hold harmless BSI, its
officers and employees from and against any and all liability,
damages, costs, losses, claims and expenses due to incorrect data
or information provided by the AGENCY including-, but not limited
to, utility locatin data, as -built drawings, topographic survey,
geotechnical reports, etc.
A-3
0 0
ARTICLE 4
TERMINATION
4.1 Termination of Contract
This Agreement may be terminated by either party at any
time with or without cause upon thirty (30) days prior written
Notice. In the event of termination by AGENCY, BSI shall be
entitled to compensation within thirty (30) days of submittal of
invoice for all costs incurred and fee earned for services
performed to the date of termination and/or cancellation and
through demobilization including any cancellation charges by
subconsultants and/or contractors.
ARTICLE 5
OWNERSHIP OF DOCUMENTS
5.1 Ownership of Documents
All plans, guide specifications, reports and other
documents prepared by BSI pursuant to this Agreement shall be
deemed the property of the AGENCY.
BSI CONSULTANTS, INC., shall not be held liable for
the reuse or use of these documents for projects other than the
Santa Clara River Project.
ARTICLE 6
GENERAL PROVISIONS
6.1 Representation
An AGENCY representative shall be designated by the
_AGENCY and a BSI representative shall be designated by BSI as the
primary contact person for each party regarding performance of this
Agreement.
AGENCY Representative BSI Representative
Jeff Kolin, Director Ernest R. Hamilton
Parks and Recreation BSI CONSULTANTS, INC.
23920 Valencia Blvd. 7120 Hayvenhurst Avenue, #300
Santa Clarita, CA. 91355 Van Nuys, CA. 91406
A-4
6.2 Non -Discrimination
In the performance of the terms of this Agreement, BSI
shall not engage in discrimination in the employment of persons
because of race, creed, color, religion, national origin, age,
physical handicap, marital status or sex.
6.3 Legal Action
Should either party to this Agreement bring legal action
against the other, the case shall be handled in San Diego County,
California, and the party prevailing in such action shall be
entitled to a reasonable attorney's fee which shall be fixed by the
judge hearing the case and such fee shall be included in the
judgement.
6.4 Assignment
This Agreement shall not be assignable by either party
without the prior written consent of the other party.
Notwithstanding the above, BSI may use the services of
persons and entities not in their employ, when it is appropriate
and customary to do so. Such persons and entities include, but are
not necessarily limited to, surveyors, specialized consultants, and
testing laboratories. BSI's use of others for additional services
shall not be unreasonably restricted by the AGENCY provided BSI
notifies the AGENCY in advance.
6.5 Titles
The titles used in this Agreement are for general
reference only and are not part of the Agreement.
6.6 Extent of Agreement
This Agreement represents the entire and integrated
Agreement between AGENCY and BSI and supersedes all prior
negotiations, representations or agreements, either written or
oral. This Agreement may be modified or amended only by a
subsequent written agreement signed by both parties.
A-5
0
6.7 Conflicts of Interest
Neither BSI, nor any officer of the corporation, has any
interests, nor shall acquire any interest directly or indirectly
which will conflict in any manner or degree with the performance
of the BSI services hereunder. BSI warrants that no person having
such an interest shall be employed by BSI. BSI further warrants
that BSI is not contracted with nor performing any services
directly or indirectly with a developer or property owner or firm
or partnership owning property in the project area and further
agrees that BSI or any subcontractor shall provide no service or
enter into any contract with any developer, individual, firm or
partnership owning property in the project area prior to completion
of this project.
WITNESS WHEREOF, the parties hereto have executed this Agreement
as of the date and year first above written.
BSI CONSULTANTS, INC.
BY: 106t.,J
Richard A. Fisher, A.S.L.A.
Date: '� I'q Q TITLE: Senior Vice President
..Date:
Date:
ATTEST:
MW
TITLE: Mayor
BY:
TITLE:
City Clerk
A-6
SUP94ARY OF CONTRACT EXHIBITS
EXHIBIT "A" — WORK PLAN AND SCOPE OF SERVICES
The work plan and scope of services is divided into six (6) major
divisions of work. The six (6) divisions of tasks are summarized
below.
I. Landscape Architecture and Master Planning
II. Recreation and Feature Planning
III. Hydrological and Water Reclamation
IV. Geological and Environmental
V. Transportation/Traffic Impacts
VI. Task Force Management and Project Management
EXHIBIT "B" — CITY OF SANTA CLARITA AGENCY RESPONSIBILITIES
This exhibit specifies the responsibilities and materials the
City is responsible to provide to the study, i.e., existing maps,
reports, scheduling of meetings, prompt responses to requests to
review work, etc.
EXHIBIT "C" — PROJECT SCHEDULE
Describes timetable for completion of major elements of the
study. Target starting date is June 7, 1990. Target completion
date is December or January 1990/91.
EXHIBIT "D" — PROFESSIONAL FEES
This exhibit breaks out the various parts of the study, and
distributes the budget for the project to them. It will be used
to review and justify requests for progress payments.
CITY OF SANTA CLARITA
PROPOSAL SPECIFICATIONS
FOR A DRY RIVER WATER AND RECREATIONAL FEATURES
DEVELOPMENT AND OPPORTUNITIES STUDY
SUBJECT:
This is a Request for Proposal to prepare an analysis of opportunities,
constraints, and cost factors for the development of water, greenbelt and
recreational features (lakes, fountains, spray fountains, wildlife habitat,
duck ponds, aquaculture ponds, streams and parks) in the City of Santa
Clarita. The City of Santa Clarita is inviting proposals from qualified
consultant firms and individuals experienced with development of water
features for the preparation of and analysis of environmental, hydrological,
and geological constraints and costs for development of water and recreational
features.
Before 1900 local residents reported that they regularly fished in the Santa
Clara River. Now, water flows in the City's stream only after heavy
rainfall. The City is interested in restoring the presence of surface water
and integrating of existing drainages with ecosystems and man-made features.
The purpose of this project is to provide the City with information which to
proceed with the development of water and recreational features in the City.
GENERAL CONDITIONS:
Limitation: This Request for Proposal (RFP) does not commit the City of Santa
Clarita (referred to as the "City") to award a contract, to pay any cost
incurred in the preparation of a proposal in response to this request, or to
procure or contract for services or supplies. The City reserves the right to
accept or reject any or all proposals received as a result of this request, to
negotiate with all qualified sources, or to cancel all or part of this RFP.
Award: The City may request RFP respondents (also referred to as offeror) to
present an oral briefing of their proposal. All finalists may be required to
participate in negotiations and to submit such revisions of their proposals as
may result from negotiations. The City reserves the right to award a contract
without discussion, based upon the initial proposals. Accordingly, each
initial proposal should be submitted on the most favorable terms from a price
and a technical viewpoint.
Criteria which will be used in evaluating proposals include:
A. The quality of the proposal, including comprehensiveness and
responsiveness to the requirements of this RFP.
B. Experience of the principal(s) working on previous water and recreation
feature studies and recreational master plans for rivers.
C. The qualifications of the principal(s).
D. Willingness and demonstrated ability to meet deadlines.
Page 1.
E. Estimated cost.
F. Proposed plan of action.
Signature: The offeror's proposal shall provide the following information:
name, title, address, and telephone number of individuals with authority to
bind the offeror and also who may be contacted during the period of proposal
evaluation. The offeror's proposal shall be signed by an official authorized
to bind the offeror, and shall contain a statement to the effect that the
proposal is a firm offer.
SCOPE OF WORK•
The work of the consultant shall result in distinct products as follows:
1. A report summarizing any physical constraints that may affect the
development of water features within the project area, including a
qualitative assessment of topography, soils, hydrological, and other
factors that might preclude development of water features shall be
submitted.
2. The consultant team shall also develop and submit a report evaluating
the biological resources that are present in the Santa Clara River and
any associated drainages that might be affected by the development of
water features within the project area, including possible increased
water releases from Bouquet Dam and Drinkwater Reservoir.
3. A consensus of the Parks and Recreation Commission, Planning Commission
and City Council as to the size, type, and location of future water
features in the City. The public involvement process should be stressed.
4. Consultant team will work with City staff to define the study area and
geographic limits. Field surveys shall be conducted by the consultant
team to familiarize themselves with the area and obtain information for
other phases of the project. The study area may include all or portions
of the Santa Clara River, Newhall Creek, Bouquet Creek and San
Francisquito Creek.
Subsequent phases shall include more detailed geotechnical,
hydrological, and engineering analyses.
5. The consultant team will identify those agencies that will need to be
consulted before and during development of the water and recreational
features envisioned for the project area, including water agencies,
State Fish and Game, Corps of Engineers, etc. The team will identify
any permits and clearances that will be required to proceed, and meet
with appropriate federal, state, and county agencies to determine any
constraints affecting the approval of such permits and clearances.
Page 2.
6. An analysis of sand and gravel excavation in river bottom as a potential
means of lake and pond development.
7. A survey of the market area to determine interest in user fee based
support.
8. The consultant team shall analyze the feasibility of the use of
reclaimed or effluent water from nearby treatment plants for creation of
water features.
The findings of the project team will be compiled in a report documenting the
findings of the background survey completed in Task 2, and the constraints
analysis in Tasks 1 and 2 and 5 through 8. Consultant team shall meet with
the City staff, City Council, Planning Commission and Parks and Recreation
Commission to describe the findings.
PROPOSAL:
The prospective consultant shall provide the City with a detailed scope of
work concerning the consultant's proposed approach to the project and the
types of investigations the consultant proposes to undertake during the course
of the study. The project description should be supported with information on
the specific methodology the consultant will employ, the breadth of the study
(including whether primary or secondary research will be undertaken), and the
study's output.
CONSULTANT EXPERIENCE:
The offeror shall provide the City with the following information.
1. A description of the offeror's firm, organizational structure, location
of principal offices, number of professional personnel, and other
pertinent information including the names and experience of all staff
members who will work on the project.
2. Related project experience and client references.
3. The name of the principal or project manager in the firm who will have
direct and continued responsibility for the project. This person will
be the City staff contact on all matters dealing with the project, and
will handle the day-to-day activities through to completion. An
experience and project resume of this individual shall be included.
4. The names of any outside consultants or subcontractors to be utilized,
along with the experience and project resume.
FEES:
The offeror's proposal shall provide a listing of positions to be employed on
the project and their corresponding hourly rates.
The City has budgeted $70,000 to complete the study by January 30, 1991.
Page 3.
In preparing the cost proposal, offeror shall consider the estimated level of
effort in the performance schedule set forth elsewhere in the RFP. Offeror
must set forth an all-inclusive, not -to -be -exceeded cost for services.
Offeror will not exceed the stated fee unless additional work is approved
prior to the work actually being performed. The City is under no obligation
to approve such additional work.
TIME SCHEDULES•
The offeror shall indicate the total time frame proposed to complete the
study. The time required to complete each task identified in the scope of
work shall also be presented. This section should be presented in graphic
form. The City desires to complete the study no later than January 30, 1991.
The proposals must be submitted prior to 5:00 p.m. on February 15, 1990
(postmarks are not accepted).
The bid shall be delivered in a sealed envelope marked "Water Feature Study
for City of Santa Clarita." The documents should be submitted to Jeff Kolin,
City of Santa Clarita, 23920 Valencia Boulevard, Suite 300, City of Santa
Clarita, California 91355. Any questions regarding the City or the proposal
may be addressed to Director of Parks and Recreation, Jeff Kolin, at (805)
255-4978.
GENERAL INFORMATION:
1. The proposal shall be signed by an authorized official of the consulting
firm.
2. The proposal shall state that it is a firm offer and valid for a minimum
of ninety (90) days.
3. Please provide any exceptions, additions or suggestions which will aid
the City in its selection process.
4. The terms and scope of the contract will be arrived at on the basis of
negotiations between the City and the prospective consultant. If the
City and prospective consultant fail to reach a contractual agreement,
the City may renegotiate with any other top selected offeror.
PROPOSAL FORMAT AND CONTENT:
All proposals must be complete. Proposal content is important. Although no
page limitation is imposed, clarity and concise expressions are essential in
assessing the offeror's capabilities. The offeror shall submit ten (10)
copies of the proposal with all information requested in this RFP.
THE PROPOSAL -GENERAL:
To facilitate the offeror's preparation of the proposal and the subsequent
proposal evaluation, each proposal shall contain the following major sections:
Page 4.
A. Introduction to the firm/individual.
1. Summary of capabilities/qualifications.
2. Special expertise.
3. Experience with similar entities.
B. Recapitulation of services.
C. Resumes of personnel proposed for service to City.*
D. List of references.*
E. A completed disclosure statement (Attachment A).
F. A completed affirmative action statement (Attachment B).
G. A completed hold harmless statement (Attachment C).
* The City reserves the right to contact these and other entities to
determine the qualification of the proposal. The proposer consents to
this action through submittal of,a proposal.
INSURANCE•
A. Offeror must maintain professional errors and omissions coverage with
comprehensive general liability and property damage insurance covering
all operations hereunder of offeror, its agents, and employees,
including but not limited to premises and automobile with minimum
coverage of $1 million combined single limits. Evidence of such
coverage, in the form of a certificate of insurance and policy
endorsement which names the City of Santa Clarita, its officers,
employees and agents as additional insured shall be submitted with the
proposal.
Said policy or policies shall provide for thirty (30) days written
notice to the City Clerk of the City of Santa Clarita of cancellation or
material change.
B. The offeror shall carry workers' compensation insurance in the statutory
amount and employer's liability coverage. Evidence of such insurance is
to be furnished to the City in the manner provided in paragraph A above.
Page 5.
ATTACHMENT A
CITY OF SANTA CLARITA DISCLOSURE STATEMENT
The following information must be disclosed:
1. List the names of all persons having a financial interest in the
application.
2. If any person identified pursuant to No. 1, above, is a corporation or
partnership, list the names of all individuals owning more than 10% of
the shares in the corporation or owning any partnership interest in the
partnership.
3. If any person identified pursuant to No. 1, above, is a non-profit
organization or a trust, list the names of any persons serving as a
director of the non-profit organization or as a trustee or beneficiary
or trustor of the trust.
4. Have you had more than $250.00 worth of business transacted with any
member of City staff, boards, commissions, committees and council within
the past twelve months? If yes, please indicate the person(s) with whom
you have conducted business.
Note: Attach additional pages as necessary.
Signature of Applicant/Date
Print or Type Name of Applicant
Page 6.
ATTACHMENT B
EQUAL OPPORTUNITY/AFFIRMATIVE ACTION STATEMENT
The offeror hereafter described will not discriminate against any employee or
applicant for employment because of race/color, national origin, sex, sexual
preference, religion, age, or handicapped status in employment or the
provision of services.
By
Signature
Typed Name and Title
Page 7.
ATTACHMENT C
HOLD HARMLESS AGREEMENT
Consultant agrees to indemnify and hold harmless the City of Santa Clarita
against and from any and all damages to property or injuries to or death of
any person or persons, including employees or agents of the City, and shall
defend, indemnify and hold harmless the City, its officers, agents and
employees, from any and all claims, demands, suits, actions or proceedings of
any kind or nature, of or by anyone whomsoever, in any way resulting from or
arising out of the negligent or intentional acts, errors or omissions of the
consultant or any of its officers, agents, or employees.
By
Signature
Typed Name and Title
Page 8.
1.
2.
3.
4.
SUMMARY OF SANTA CLARA RIVER PROPOSAL
Firm
BSI Consultants, Inc.
Peridian Group, Irvine
Phillip Williams & Associates
The SWA Group
Cost
$70,600
(plus printing & travel)
$70,000
(plus printing)
$73,855
$72,235