Loading...
HomeMy WebLinkAbout07 - Amendment to PSA for Cathodic Protection Program, Contract No. 9483-1 (24W11)Q �EwPpRT CITY OF s NEWPORT BEACH `q44:09 City Council Staff Report January 28, 2025 Agenda Item No. 7 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: David A. Webb, Public Works Director - 949-644-3311, dawebb@newportbeachca.gov PREPARED BY: Michael J. Sinacori, Assistant City Engineer - 949-644-3342, msinacori@newportbeachca.gov TITLE: Approval of Amendment No. Two to Professional Services Agreement with Corrpro Companies, Inc. for Cathodic Protection Program, Contract No. 9483-1 (24W11) ABSTRACT: Many of the City's water transmission main pipelines are mortar lined and cement coated steel pipes that must be protected from corrosion. Amendment No. Two to the Professional Services Agreement with Corrpro Companies, Inc. provides funding for detailed cathodic protection system design plans, specifications, and bid and construction phase inspection services for the waterline Cathodic Protection Program. RECOMMENDATIONS: a) Find this project exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302(c), Class 2 (reconstruction of existing facility involving negligible or no expansion of capacity)] of the CEQA Guidelines, because this project has no potential to have a significant effect on the environment; and b) Approve Amendment No. Two to Professional Services Agreement with Corrpro Companies, Inc. (Contract No. 9483-1) for additional design services with an increased not -to -exceed amount of $138,755 for a total not -to -exceed amount of $247,610, and authorize the Mayor and City Clerk to execute the amendment. DISCUSSION: Corrpro Companies, Inc. is the consultant working on the waterline cathodic protection program. The cathodic protection program involves the installation of new sacrificial anodes near new and existing test stations along each water transmission main pipeline. Anodes are connected to the metal pipelines to prevent corrosion and extend the useful life of the pipelines. The City of Newport Beach Department requested proposals from three firms to implement a cathodic protection program. The proposals were evaluated and Corrpro Companies, Inc. (Corrpro) was determined to be the most qualified consultant. Corrpro was retained to perform a 2024 survey of the existing cathodic protection test stations along nine water transmission main pipelines and to create a report identifying its findings. 7-1 Approval of Amendment No. Two to Professional Services Agreement for Cathodic Protection Program, Contract No. 9483-1 (24W11) January 28, 2025 Page 2 After the initial report, it was determined that the next step was additional testing at each cathodic protection test station and creation of a pre -design survey report. The additional work was performed under Amendment No. One for $49,000, for a total contract value of $108,855.Corrpro's Cathodic Protection System Pre -Design Survey Report, produced in the fall of 2024, recommended upgrading the existing cathodic protection and corrosion monitoring systems with galvanic anode cathodic protection to mitigate corrosion, preserve the integrity, and extend the service life of the pipelines. Staff recommends City Council approval of Amendment No. Two with Corrpro to provide detailed plans, specifications, bid and construction phase services so that the cathodic protection program can be constructed and implemented. FISCAL IMPACT: The adopted Capital Improvement Program budget includes sufficient funding for these additional services. Work will be expensed to the Water Capital Master Plan account in the Public Works Department, 70201931-980000-24W11. The consultant's proposed not -to -exceed fee for this additional service is $138,755. Account Description Water Capital Master Plan All Proposed fund uses are as follows: Vendor Corrpro Companies, Inc. Account Number Amount 70201931-980000-24W 11 $ 138,755 Total: $ 138,755 Purpose Amount Cathodic Protection design $ 138,755 Total: $ 138,755 The Water Capital Fund generates revenue primarily through water rates collected by service users. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this project exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302(c), Class 2 (reconstruction of an existing facility involving negligible or no expansion of capacity) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because this project has no potential to have a significant effect on the environment. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). ATTACHMENT: Attachment A — Amendment No. 2 7-2 ATTACHMENT A AMENDMENT NO. TWO TO PROFESSIONAL SERVICES AGREEMENT WITH CORRPRO COMPANIES, INC. FOR CATHODIC PROTECTION PROGRAM THIS AMENDMENT NO. TWO TO PROFESSIONAL SERVICES AGREEMENT ("Amendment No. Two") is made and entered into as of this 28th day of January, 2025 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and CORRPRO COMPANIES, INC., a Ohio corporation ("Consultant"), whose address is 1055 West Smith Road, Medina, OH 44256, and is made with reference to the following: RECITALS A. On February 1, 2024, City and Consultant entered into a Professional Services Agreement ("Agreement") to provide services for the Cathodic Protection Program involving two parts. The first part involves testing the existing in-service cathodic protection system that monitors corrosion of the larger steel water transmission lines in the City and identifying the improvements needed. The second part involves bidding a project that will address the needed repairs to the cathodic protection system. ("Project"). B. On July 30, 2024, City and Consultant entered into Amendment No. One to the Agreement ("Amendment No. One") to reflect additional services not included in the Agreement, to extend the term of the Agreement, and to increase the total compensation. C. The parties desire to enter into this Amendment No. Two to reflect additional Services not included in the Agreement, as amended, to extend the term of the Agreement to December 31, 2026 and to increase the total compensation. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM Section 1 of the Agreement is amended in its entirety and replaced with the following: "The term of this Agreement shall commence on the Effective Date, and shall terminate on December 31, 2026, unless terminated earlier as set forth herein." 2. SERVICES TO BE PERFORMED Exhibit A to the Agreement shall be supplemented to include the Scope of Services, attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work"). Exhibit A to the Agreement, Exhibit A to this Amendment No. One and Exhibit A to Amendment No. Two shall collectively be known as "Exhibit A." The City may elect to delete certain Services within the Scope of Services at its sole discretion. 7-3 3. COMPENSATION TO CONSULTANT Exhibit B to the Agreement shall be supplemented to include the Schedule of Billing Rates, attached hereto as Exhibit B and incorporated herein by reference. Exhibit B to the Agreement, Exhibit B to Amendment No. One and Exhibit B to Amendment No. Two shall collectively be known as "Exhibit B." Section 4.1 of the Agreement is amended in its entirety and replaced with the following: "City shall pay Consultant for the Services on a time and expense not -to - exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Consultant's compensation for all Work performed in accordance with this Agreement, including all reimbursable items and subconsultant fees, shall not exceed Two Hundred Forty Seven Thousand Six Hundred Ten Dollars and 00/100 ($247,610.00), without prior written authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City." The total amended compensation reflects Consultant's additional compensation for additional Services to be performed in accordance with this Amendment No. Two, including all reimbursable items and subconsultant fees, in an amount not to exceed One Hundred Thirty Eight Thousand Seven Hundred Fifty Five Dollars and 001100 ($138,755.00). 4. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES ON NEXT PAGE] Corrpro Companies, Inc. Page 2 7-4 IN WITNESS WHEREOF, the parties have caused this Amendment No. Two to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: / /1 '-(120A5 CITY OF NEWPORT BEACH, a California municipal corporation Date: By: SBy: Aaron C. Harp Joe Stapleton City Attorney ��y/ Mayor S ATTEST: Date: Leilani I. Brown City Clerk CONSULTANT: Corrpro Companies, Inc., a Ohio corporation Date: By: Ali Sheikh Chief Financial Officer Date: By: Daniel P Schoenekase Secretary [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Corrpro Companies, Inc. Page 3 7-5 EXHIBIT A SCOPE OF SERVICES Con -pro Companies, Inc. Page A-1 7-6 23309 La Palma Avenue, Yorba Linda, CA 92887 562,944,1636 1 www.Corrpro.com Exhibit A - Scope of Work City of Newport Beach - Public Works Department Office: 949-644-3317 Cell: 408-761-5191 100 Civic Center Drive Newport Beach, CA 92660 Attn: Benjamin Davis Senior Civil Engineer Subject: Proposal for Corrosion Engineering and Design Services, Rev 01 Exhibits A, B, C, D, E, F, G, H, I and Reach 1 Pipelines CP System Upgrade Project Contract No. C9483-1 (61:1orrpro' An amr{o Water Satan ns Comaary January 08, 2025 Corrpro is pleased to submit this proposal to provide corrosion engineering and design services for the existing underground water pipelines designated as Exhibits A, B, C, D, E, F, G, H, I and Reach 1 pipelines. A recent comprehensive current requirement survey was completed to assess the protective current requirements along with gathering additional data to be used for the design. As indicated in the technical report and discussed in a report review meeting with the City, existing CP and corrosion monitoring systems shall be upgraded with galvanic anode cathodic protection (GACP) in order to mitigate corrosion, preserve the integrity and extend service life of these pipelines. Based on the assessment results, the following key recommendations were made: Pipeline Identifier Recommended Improvements A Replace shorted IFK. Upgrade GACP System. Install (Reach # 3, 3A, and 3B Water Main) additional anodes. Exhibit B (Reach # Z 36 inch Water Main) Upgrade GACP system. Install additional anodes. Exhibit C (Reach # 4 36-inch Water Main) Install GACP system. Exhibit D Install isolation at ends of pipeline. Upgrade existing (Newport Blvd Water Main) GACP system. Exhibit E Upgrade GACP system. Install additional anodes. (Irvine Ave Water Main) Exhibit F (Irvine Ave and Dover Dr 24-inch Water Main) Upgrade GACP system. Install additional anodes. Exhibit G (Jamboree Rd Water Main) Install GACP system. Exhibit H (Corona Del Mar Transmission Pipeline) Upgrade GACP system. Install additional CPTS along pipeline to identify and Exhibit i address discontinuities. Once continuous, perform (East Coast Highway Water Main) current requirement test to assess CP requirement for the pipeline. In addition, Reach-1 pipeline is also being included under the scope of work to design new test stations and galvanic anodes. This line is neither equipped with corrosion monitoring system nor with the galvanic CP system. This proposal is being submitted to implement the recommendation for preparing a design document for all other Exhibit lines including Reach-1 pipeline. The detailed scope of work covered under this proposal shall be as follows: 7-7 23309 La Palma Avenue, Yorba Linda, CA 92887 562.944.1636 1 www.Corrpro.com Detailed Scope of Services for Deliverable Cq-, orrp ro: An axuria water solutions Cumpuoy Design Services Under the Cathodic Protection Design Drawings and Specifications Task: Corrpro will provide the following services throughout the design process, ensuring the project meets all required specifications and standards. Corrpro's detailed CP system design will include the following elements: • Data Compilation -- We will gather and organize all relevant data necessary for the CP system design. • Detailed Design Calculations — We will perform calculations to determine the size of CP system. Milestone Submittals: 30 Percent Base Map: Corrpro will submit a strip plot (plan view only) showing existing topography, utilities and other features as a minimum. 50 Percent Design: Corrpro will submit a preliminary title sheet, typical sections, plan and cross sections, and preliminary quantities and cost estimates. We will identify potential constructability issues and propose solutions. All 30 percent of design review comments will be addressed at this stage. 90 Percent Design: o Corrpro will submit draft final plans, completed specifications, and final quantities and cost estimates. o All 50 percent of design review comments will be addressed at this stage. 100 Percent Final Design: o Corrpro will submit final plans, completed specifications, and final quantities and cost estimates. All 90 percent design review comments will be addressed at this stage. Corrpro will address all formal plan review comments at each of the submittals (30 percent, 50 percent, and 90 percent) and will provide coordination throughout the plan preparation process. A review meeting will be held for each milestone, with additional meetings scheduled as necessary. • Bill of Materials — We will provide a comprehensive list of materials required for the CP system installation. • Layout Drawings — Corrpro will prepare detailed drawings showing the locations of CP equipment and configurations. • Installation Details — We will provide clear installation guidelines for the CP system. • Final Testing and Commissioning Procedures — We will develop procedures for the testing and commissioning of the CP system. • Cathodic Protection Specifications —We will provide complete CP system specifications in line with industry standards. • Greenbook Specifications — Corrpro will prepare special provisions for all construction -related tasks associated with the CP system installation, using Greenbook specifications. Contract No. C9483-1 Corrpro, an AZURIA company Page 2 of 4 7-8 23309 La Palma Avenue, Yorba Linda, CA 92887 562.944.1636 1 www.Corrpro.com CQ1 Orrpror An avAin water Solutions Company • Analysis of Impacts on Existing CP System — We will assess how the new CP system will impact existing CP and related infrastructure. All design work will be performed by a AMPP International Cathodic Protection Specialist under the supervision of a Registered Professional Engineer in accordance with project specifications, AMPP, AWWA and other applicable industry standards. Bid Phase and Construction Phase Services Scope of Work: Corrpro will provide the following technical support services during the bid and construction phases of the project: • Review and respond to bidders RFIs during bidding phase of the project. • Assist City in providing feedback on the qualified firms. • Attend meetings. • Provide inspection services during the construction phase of the project. • Review and provide response to contractor's RFIs. • Review contractor's materials submittals. • Review Contractor's testing and commissioning reports. • Prepare as -built drawings. All design work will be performed by a AMPP International Cathodic Protection Specialist under the supervision of a Registered Professional Engineer in accordance with project specifications, AMPP, AWWA and other applicable industry standards. Scope of Services by Others: Pertinent project information including key plan, pipeline installation details, specifications, coating information, site access, work permits etc. Preparation and approval of traffic control plans. Thank you for giving us an opportunity to submit this proposal. Kindly feel free to contact undersigned if you have any questions on this proposal. Respectfully submitted, corrprn.. Sarvjit Singh Engineering Manager AMPP CP Specialist #6125 Contract No. C9483-1 Corrpro, an AZURIA company Page 3 of 4 7-9 EXHIBIT B SCHEDULE OF BILLING RATES Corrpro Companies, Inc. Page B-1 7-10 23309 La Palma Avenue, Yorba Linda, CA 92887 562.944.1636 I www.Corrpro.com (Deliverables I, II & III): Exhibit B - Billing Rates Applicable Fees and Rate Schedule Cqorrpro An aawia Water solutions Compary Corrpro will provide these services as described in this proposal for the following Not to Exceed amount: Corrosion Control System Design Services: $77,800.00 Bid Phase Services: $8,485.00 Construction Phase Services: $52,470.00 Billing for each of the above tasks will be done using the following billing rates: • Project Director and Principal -in -Charge : $165.00/Hr. • Senior Project Manager: $155.00/Hr. • QA/QC Manager: $135.00/Hr. • Senior Corrosion Engineer: $145.00/Hr. • Field Corrosion Engineer: $125.00/Hr. • AutoCAD Technician: $85.00/Hr. • Vehicle, mileage and equipment: $160/day Contract No. C9483-1 Corrpro, an AZURIA company Page 4 of 4 7-11