CONTRACT 7360 Professional Services AgreementAgreement No. 7360
05/2025
PROFESSIONAL SERVICES AGREEMENT
FOR DESIGN SERVICES
BETWEEN
THE CITY OF EL SEGUNDO AND
OMNIS CONSULTING, INC.
ENG 25-10: SEWER MAIN REHABILITATION DESIGN
SERVICES
This AGREEMENT is entered into this 17th day of June 2025, by and between
the CITY OF EL SEGUNDO, a municipal corporation and general law city ("CITY") and
OMNIS CONSULTING, INC., a California corporation ("CONSULTANT"). The parties
agree as follows:
1. CONSIDERATION,
A. As partial consideration, CONSULTANT agrees to perform the work listed
in the SCOPE OF SERVICES, below;
B. As additional consideration, CONSULTANT and CITY agree to abide by
the terms and conditions contained in this Agreement;
C. As additional consideration, CITY agrees to pay CONSULTANT a sum not
to exceed $49,320 for CONSULTANT's services. CITY may modify this
amount as set forth below. Unless otherwise specified by written
amendment to this Agreement, CITY will pay this sum as specified in the
attached Exhibit 'A" which is incorporated by reference.
2. SCOPE OF SERVICES.
A. CONSULTANT will perform services listed in the attached Exhibit "A,"
which is incorporated by reference.
B. CONSULTANT will, in a professional manner, furnish all of the labor,
technical, administrative, professional and other personnel, all supplies
and materials, equipment, printing, vehicles, transportation, office space
and facilities, and all tests, testing and analyses, calculation, and all other
means whatsoever, except as herein otherwise expressly specified to be
furnished by CITY, necessary or proper to perform and complete the work
and provide the professional services required of CONSULTANT by this
Agreement.
3. PERFORMANCE STANDARDS. While performing this Agreement, CONSULTANT
will- use the appropriate generally accepted professional standards of practice existing at
the time of performance utilized by persons engaged in providing similar services. CITY
City of El Segundo PSA for Design Services
Page 1
Agreement No. 7360
05/2025
will continuously monitor CONSULTANT's services. CITY will notify CONSULTANT of
any deficiencies and CONSULTANT will have fifteen (15) days after such notification to
cure any shortcomings to CITY's satisfaction. Costs associated with curing the
deficiencies will be borne by CONSULTANT.
4. PAYMENTS. For CITY to pay CONSULTANT as specified by this Agreement,
CONSULTANT must submit a detailed invoice to CITY which lists the hours worked and
hourly rates for each personnel category and reimbursable costs (all as set forth in
Exhibit "A") the tasks performed, the percentage of the task completed during the billing
period, the cumulative percentage completed for each task, the total cost of that work
during the preceding billing month and a cumulative cash flow curve showing projected
and actual expenditures versus time to date.
5. NON -APPROPRIATION OF FUNDS. Payments due and payable to CONSULTANT
for current services are within the current budget and within an available, unexhausted
and unencumbered appropriation of the CITY. In the event the CITY has not
appropriated sufficient funds for payment of CONSULTANT services beyond the current
fiscal year, this Agreement will cover only those costs incurred up to the conclusion of
the current fiscal year.
6. ADDITIONAL WORK. N/A.
7. FAMILIARITY WITH WORK. By executing this Agreement, CONSULTANT agrees
that it has:
A. Carefully investigated and considered the scope of services to be
performed;
B. Carefully considered how the services should be performed; and
C. Understands the facilities, difficulties, and restrictions attending
performance of the services under this Agreement.
If services involve work upon any site, CONSULTANT agrees that CONSULTANT has
or will investigate the site and is or will be fully acquainted with the conditions there
existing, before commencing the services hereunder. Should CONSULTANT discover
any latent or unknown conditions that may materially affect the performance of the
services, CONSULTANT will immediately inform CITY of such fact and will not proceed
except at CONSULTANT's own risk until written instructions are received from CITY.
8. TERM. The term of this Agreement will be from July 1, 2025 to June 30, 2026
unless otherwise terminated pursuant to Section 15.
9. TIME FOR PERFORMANCE.
A. CONSULTANT will not perform any work under this Agreement until:
City of El Segundo PSA for Design Services
Page 2
Agreement No. 7360
05/2025
CONSULTANT furnishes proof of insurance as required under
Section 22 of this Agreement; and
ii. CITY gives CONSULTANT a written notice to proceed.
B. Should CONSULTANT begin work on any phase in advance of receiving
written authorization to proceed, any such professional services are at
CONSULTANT's own risk.
10. CONSISTENCY. In interpreting this Agreement and resolving any ambiguities, the
main body of this Agreement takes precedence over the attached Exhibits; this
Agreement supersedes any conflicting provisions. Any inconsistency between the
Exhibits will be resolved in the order in which the Exhibits appear below:
A. Exhibit A: Scope of Work and Fee Proposal
11. CHANGES. CITY may order changes in the services within the general scope of
this Agreement, consisting of additions, deletions, or other revisions, and the contract
sum and the contract time will be adjusted accordingly. All such changes must be
authorized in writing, executed by CONSULTANT and CITY. The cost or credit to CITY
resulting from changes in the services will be determined in accordance with written
agreement between the parties.
12.TAXPAYER IDENTIFICATION NUMBER. CONSULTANT will provide CITY with a
Taxpayer Identification Number.
13. PERMITS AND LICENSES. CONSULTANT, at its sole expense, will obtain and
maintain during the term of this Agreement, all necessary permits, licenses, and
certificates that may be required in connection with the performance of services under
this Agreement.
14.WAIVER. CITY's review or acceptance of, or payment for, work product prepared
by CONSULTANT under this Agreement will not be construed to operate as a waiver of
any rights CITY may have under this Agreement or of any cause of action arising from
CONSULTANT's performance. A waiver by CITY of any breach of any term, covenant,
or condition contained in this Agreement will not be deemed to be a waiver of any
subsequent breach of the same or any other term, covenant, or condition contained in
this Agreement, whether of the same or different character.
15.TERMINATION.
A. Except as otherwise provided, CITY may terminate this Agreement at any
time with or without cause.
B. CONSULTANT may terminate this Agreement at any time upon thirty (30)
City of El Segundo PSA for Design Services
Page 3
Agreement No. 7360
05/2025
days written notice.
C, Upon receiving a termination notice, CONSULTANT will immediately
cease performance under this Agreement unless otherwise provided in the
termination notice. Except as otherwise provided in the termination notice,
any additional work performed by CONSULTANT after receiving a
termination notice will be performed at CONSULTANT's own cost; CITY
will not be obligated to compensate CONSULTANT for such work.
D. Should termination occur, all finished or unfinished documents, data,
studies, surveys, drawings, maps, reports and other materials prepared by
CONSULTANT will, at CITY's option, become CITY's property, and
CONSULTANT will receive just and equitable compensation for any work
satisfactorily completed up to the effective date of notice of termination,
not to exceed the total costs under Section 1(C).
E. Should the Agreement be terminated pursuant to this Section, CITY may
procure on its own terms services similar to those terminated.
F. By executing this document, CONSULTANT waives any and all claims for
damages that might otherwise arise from CITY's termination under this
Section.
16.OWNERSHIP OF DOCUMENTS. All documents, data, studies, drawings, maps,
models, photographs and reports prepared by CONSULTANT under this Agreement are
CITY's property. CONSULTANT may retain copies of said documents and materials as
desired but will deliver all original materials to CITY upon CITY's written notice. CITY
agrees that use of CONSULTANT's completed work product, for purposes other than
identified in this Agreement, or use of incomplete work product, is at CITY's own risk.
17. PUBLICATION OF DOCUMENTS. Except as necessary for performance of service
under this Agreement, no copies, sketches, or graphs of materials, including graphic art
work, prepared pursuant to this Agreement, will be released by CONSULTANT to any
other person or public CITY without CITY's prior written approval. All press releases,
including graphic display information to be published in newspapers or magazines, will
be approved and distributed solely by CITY, unless otherwise provided by written
agreement between the parties.
18.INDEMNIFICATION. This Agreement contemplates that CONSULTANT will act
both as a design professional (as defined by Civil Code § 2782.8) and for other
management services. Accordingly, CONSULTANT agrees to provide indemnification
as follows:
A. CONSULTANT must save
all its officers, employee
and all suits, actions, or
City of El Segundo PSA for Design Services
Page 4
s
harmless, indemnify and defend CITY and
and representatives from and against any
claims, of any character whatever, brought
Agreement No. 7360
05/2025
for, or on account of, any injuries or damages sustained by any
person or property arising from, pertaining to, or relating to the
negligence, recklessness, or willful misconduct of CONSULTANT or
any of CONSULTANT's officers, agents, employees, or
representatives. CONSULTANT's duty to defend consists of
reimbursement of defense costs incurred by CITY in direct proportion to
the CONSULTANT's proportionate percentage of fault. CONSULTANT's
percentage of fault will be determined, as applicable, by a court of law,
jury or arbitrator. In the event any loss, liability or damage is incurred by
way of settlement or resolution without a court, jury or arbitrator having
made a determination of the CONSULTANT's percentage of fault, the
parties agree to mediation to determine the CONSULTANT's
proportionate percentage of fault for purposes of determining the amount
of indemnity and defense cost reimbursement owed to the CITY;
CONSULTANT and CITY must each pay half the mediator's fees.
Notwithstanding the above, in the event one or more defendants to a
Claim is unable to pay its share of defense costs due to bankruptcy or
dissolution of the business, the CONSULTANT must meet and confer with
the CITY regarding unpaid defense costs.
B. Defense For All Non -Design Professional Liabilities. Notwithstanding the
foregoing and without diminishing any rights of the CITY under subsection
A, for any liability, claim, demand, allegation against CITY arising out of,
related to, or pertaining to any act or omission of CONSULTANT, but
which is not a design professional service, CONSULTANT must defend,
indemnify, and hold harmless Indemnitees from and against any and all
damages, costs, expenses (including reasonable attorneys' fees and
expert witness fees), judgments, settlements, and/or arbitration awards,
whether for personal or bodily injury, property damage, or economic injury,
to the extent that they arise out of, pertain to, or relate to the negligence,
recklessness, or willful misconduct of the CONSULTANT.
C, For purposes of this section "CITY" includes CITY's officers, officials,
employees, agents, representatives, and certified volunteers.
D. It is expressly understood and agreed that the foregoing provisions are
intended to be as broad and inclusive as is permitted by the law of the
State of California and will survive termination of this Agreement.
The insurance coverage to be maintained by CONSULTANT as required by Section 22,
will not limit the liability of CONSULTANT hereunder. The provisions of this section will
survive the expiration or earlier termination of this Agreement.
19.ASSIGNABILITY. This Agreement is for CONSULTANT's professional services.
CONSULTANT's attempts to assign the benefits or burdens of this Agreement without
CITY's written approval are prohibited and will be null and void.
City of El Segundo PSA for Design Services
Page 5
Agreement No. 7360
05/2025
20.INDEPENDENT CONTRACTOR. CITY and CONSULTANT agree that
CONSULTANT will act as an independent contractor and will have control of all work
and the manner in which it is performed. CONSULTANT will be free to contract for
similar service to be performed for other employers while under contract with CITY.
CONSULTANT is not an agent or employee of CITY and is not entitled to participate in
any pension plan, insurance, bonus or similar benefits CITY provides for its employees.
Any provision in this Agreement that may appear to give CITY the right to direct
CONSULTANT as to the details of doing the work or to exercise a measure of control
over the work means that CONSULTANT will follow the direction of the CITY as to end
results of the work only.
21.AUDIT OF RECORDS. CONSULTANT will maintain full and accurate records with
respect to all services and matters covered under this Agreement. CITY will have free
access at all reasonable times to such records, and the right to examine and audit the
same and to make transcript therefrom, and to inspect all program data, documents,
proceedings and activities. CONSULTANT will retain such financial and program
service records for at least three (3) years after termination or final payment under this
Agreement.
22.INSURANCE.
A. Before commencing performance under this Agreement, and at all other
times this Agreement is effective, CONSULTANT will procure and
maintain the following types of insurance with coverage limits complying,
at a minimum, with the limits set forth below:
Type of Insurance Limits
Commercial general liability: $2,000,000
Professional Liability $1,000,000
Business automobile liability $1,000,000
Workers compensation Statutory requirement
B. Commercial general liability ("CGL") insurance must meet or exceed the
requirements of ISO-CGL Form No. CG 00 01 04 13, or equivalent,
covering CGL on an "occurrence" basis, including property damage, bodily
injury and personal & advertising injury with limits no less than $2,000,000
per occurrence. If a general aggregate limit applies, either the general
aggregate limit shall apply separately to this project/location (ISO CG 25
03 or 25 04) or the general aggregate limit shall be twice the required
occurrence limit.
City of El Segundo PSA for Design Services
Page 6
Agreement No. 7360
05/2025
C. Professional liability coverage will be on an "occurrence basis" if such
coverage is available, or on a "claims made" basis if not available. When
coverage is provided on a "claims made basis," CONSULTANT will
continue to renew the insurance for a period of three (3) years after this
Agreement expires or is terminated. Such insurance will have the same
coverage and limits as the policy that was in effect during the term of this
Agreement and will cover CONSULTANT for all claims made by CITY
arising out of any errors or omissions of CONSULTANT, or its officers,
employees or agents during the time this Agreement was in effect.
D. For automobiles, the insurance must meet or exceed the requirements of
Insurance Services Office Form Number CA 0001 covering Code 1 (any
auto), or, if CONSULTANT provides proof of a personal automobile policy,
such personal policy must include and indicate business venture coverage
with limits no less than $1,000,000 per accident for bodily injury and
property damage. If CONSULTANT has no owned autos, Code 8 (hired)
and 9 (non -owned), with limits no less than $1,000,000 per accident for
bodily injury and property damage must be included in coverage. If
CONSULTANT does not use an auto for any component of this
Agreement's performance, then CONSULTANT must sign and submit the
form attached as Exhibit "B" to CITY before carrying out work under this
Agreement.
E. The amount of insurance set forth above will be a combined single limit
per occurrence for bodily injury, personal injury, and property damage for
the policy coverage. Liability policies will be endorsed to name CITY, its
officials, and employees as "additional insureds" under said insurance
coverage and to state that such insurance will be deemed "primary" such
that any other insurance that may be carried by CITY will be excess
thereto. CITY's additional insured status will apply with respect to liability
and defense of suits arising out of CONSULTANT's acts or omissions.
Such insurance will be on an "occurrence," not a "claims made," basis and
will not be cancelable or subject to reduction except upon thirty (30) days
prior written notice to CITY, and the notice must include any necessary
endorsement to facilitate such notice to CITY.
F. CONSULTANT will furnish to CITY valid Certificates of Insurance
evidencing maintenance of the insurance required under this Agreement,
a copy of an Additional Insured endorsement confirming CITY has been
given Additional Insured status under the CONSULTANT's General
Liability policy, and such other evidence of insurance or copies of policies
as may be reasonably required by CITY from time to time. Insurance
must be placed with insurers with a current A.M. Best Company Rating
equivalent to at least a Rating of "A:VII."
G. Required insurance endorsement language is as follows:
City of El Segundo PSA for Design Services
Page 7
Agreement No. 7360
05/2025
i. Additional Insured Endorsement with this language: "The City of El
Segundo, its elected and appointed officials, employees, and
volunteers as additional insureds."
ii. Cancellation Endorsement with this language: "The City of El
Segundo will receive thirty (30) days written notice in the event of
cancellation, nonrenewed or reduction."
iii. Primary and Non -Contributory Endorsement with this language:
"Coverage is primary and non-contributory such that any other
insurance that may be carried by the City will be excess thereto."
H. Should CONSULTANT, for any reason, fail to obtain and maintain the
insurance required by this Agreement, CITY may obtain such coverage at
CONSULTANT's expense and deduct the cost of such insurance from
payments due to CONSULTANT under this Agreement or terminate
pursuant to Section 15.
23. USE OF SUBCONTRACTORS. CONSULTANT must obtain CITY's prior written
approval to use any consultants while performing any portion of this Agreement. Such
approval must approve of the proposed consultant and the terms of compensation.
24.INCIDENTAL TASKS. CONSULTANT will meet with CITY monthly to provide the
status on the project, which will include a schedule update and a short narrative
description of progress during the past month for each major task, a description of the
work remaining and a description of the work to be done before the next schedule
update.
25. NOTICES. All communications to either party by the other party will be deemed
made when received by such party at its respective name and address as follows:
If to CONSULTANT:
Attention: Noel Zemla
Omnis Consulting, Inc.
P.O. Box 955
Chino Hills, CA 91709
Phone: 909-631-1537
Email: nzemla@omnis-consulting.com
If to CITY:
Attention: James Rice
City of El Segundo
350 Main Street
El Segundo, CA 90245
Phone: 310-524-2321
Email: jrice@elsegundo.org
Any such written communications by mail will be conclusively deemed to have been
received by the addressee upon deposit thereof in the United States Mail, postage
prepaid and properly addressed as noted above. In all other instances, notices will be
deemed given at the time of actual delivery. Changes may be made in the names or
City of El Segundo PSA for Design Services
Page 8
Agreement No. 7360
05/2025
addresses of persons to whom notices are to be given by giving notice in the manner
prescribed in this paragraph.
26. PROHIBITED USE OF ARTIFICIAL INTELLIGENCE.
A. Restriction on Artificial Intelligence Usage. CONSULTANT must not
utilize, employ, or incorporate any form artificial intelligence, machine
learning, or other similar technologies (collectively, "Al") in the provision of
professional services in this Agreement without CITY's express written
consent.
B. Exclusions. The Al prohibition set forth directly above will not apply to
general business tools and software that may have Al components but are
not directly involved in the execution or delivery of professional services
that this Agreement covers, provided that such tools and software do not
significantly impact the quality or nature of such services.
C. Notification. CONSULTANT must promptly notify CITY, in writing, of any
proposal to employ Al in connection its provision of services to the CITY
under this Agreement. CITY will have the sole discretion to grant or deny
such proposal.
27.CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest
laws and regulations including, without limitation, CITY's conflict of interest regulations.
28. BACKGROUND CHECK; FINGERPRINTING; ASSOCIATED TRAINING. If
CONSULTANT's work involves contact with minors, before conducting any performance
of this Agreement, all Seller's employees, subcontractors, volunteers, or other agents
that will perform CONSULTANT's work under this Agreement must submit to and pass
a background/fingerprint investigation conducted or approved by City. CONSULTANT
affirms and attests that its employees, subcontractors, volunteers, or other agents that
will perform CONSULTANT's work under this Agreement have completed training in
child abuse and neglect identification and training in child abuse and neglect reporting,
which may be met by completing the online mandated reporter training provided by the
Office of Child Abuse Prevention in the State Department of Social Services.
CONSULTANT affirms and agrees that the background and reporting training will be
completed before beginning performance under this Agreement. Upon City request,
CONSULTANT will promptly furnish proof of completion of such mandated reporter
training to City, but in no event no later than two business days following City's request.
29. SOLICITATION. CONSULTANT maintains and warrants that it has not employed
nor retained any company or person, other than CONSULTANT's bona fide employee,
to solicit or secure this Agreement. Further, CONSULTANT warrants that it has not
paid nor has it agreed to pay any company or person, other than CONSULTANT's bona
fide employee, any fee, commission, percentage, brokerage fee, gift or other
consideration contingent upon or resulting from the award or making of this Agreement.
City of El Segundo PSA for Design Services
Page 9
Agreement No. 7360
05/2025
Should CONSULTANT breach or violate this warranty, CITY may rescind this
Agreement without liability.
30.THIRD PARTY BENEFICIARIES. This Agreement and every provision herein is
generally for the exclusive benefit of CONSULTANT and CITY and not for the benefit of
any other party. There will be no incidental or other beneficiaries of any of
CONSULTANT's or CITY's obligations under this Agreement.
31.INTERPRETATION. This Agreement was drafted in and will be construed in
accordance with the laws of the State of California, and exclusive venue for any action
involving this agreement will be in Los Angeles County.
32. COMPLIANCE WITH LAW. CONSULTANT agrees to comply with all federal, state,
and local laws applicable to this Agreement.
33. ENTIRE AGREEMENT. This Agreement, and its Exhibits, sets forth the entire
understanding of the parties. There are no other understandings, terms or other
agreements expressed or implied, oral or written. There is one Exhibit to this
Agreement. This Agreement will bind and inure to the benefit of the parties to this
Agreement and any subsequent successors and assigns.
34. RULES OF CONSTRUCTION. Each Party had the opportunity to independently
review this Agreement with legal counsel. Accordingly, this Agreement will be
construed simply, as a whole, and in accordance with its fair meaning; it will not be
interpreted strictly for or against either Party.
35.SEVERABILITY. If any portion of this Agreement is declared by a court of
competent jurisdiction to be invalid or unenforceable, then such portion will be deemed
modified to the extent necessary in the opinion of the court to render such portion
enforceable and, as so modified, such portion and the balance of this Agreement will
continue in full force and effect.
36.AUTHORITY/MODIFICATION. The Parties represent and warrant that all necessary
action has been taken by the Parties to authorize the undersigned to execute this
Agreement and to engage in the actions described herein. This Agreement may be
modified by written amendment. CITY's executive manager, or designee, may execute
any such amendment on behalf of CITY.
37. ELECTRONIC SIGNATURES; SIGNATURE AUTHORITY. This Agreement may be
executed by the Parties on any number of separate counterparts, and all such
counterparts so executed constitute one Agreement binding on all the Parties
notwithstanding that all the Parties are not signatories to the same counterpart. In
accordance with Government Code § 16.5, the Parties agree that this Agreement,
Agreements ancillary to this Agreement, and related documents to be entered into in
connection with this Agreement will be considered signed when the signature of a party
is delivered by electronic transmission. Such electronic signature will be treated in all
City of El Segundo PSA for Design Services
Page 10
Agreement No. 7360
05/2025
respects as having the same effect as an original signature. CONSULTANT warrants
that its signatory (or signatories, as applicable) to this Agreement has the legal authority
to enter this Agreement and bind CONSULTANT accordingly.
38. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience
of reference only and will not affect the interpretation of this Agreement.
39.TIME IS OF ESSENCE. Time is of the essence for each and every provision of this
Agreement.
40. FORCE MAJEURE. Should performance of this Agreement be prevented due to fire,
flood, explosion, acts of terrorism, war, embargo, government action, civil or military
authority, the natural elements, or other similar causes beyond the Parties' reasonable
control, then the Agreement will immediately terminate without obligation of either party
to the other.
41.STATEMENT OF EXPERIENCE. By executing this Agreement, CONSULTANT
represents that it has demonstrated trustworthiness and possesses the quality, fitness
and capacity to perform the Agreement in a manner satisfactory to CITY.
CONSULTANT represents that its financial resources, surety and insurance experience,
service experience, completion ability, personnel, current workload, experience in
dealing with private consultants, and experience in dealing with public agencies all
suggest that CONSULTANT is capable of performing the proposed contract and has a
demonstrated capacity to deal fairly and effectively with and to satisfy a public CITY.
[Signatures on next page]
City of El Segundo PSA for Design Services
Page 11
Agreement No. 7360
05/2025
IN WITNESS WHEREOF the parties hereto have executed this Agreement the
day and year first hereinabove written.
CITY OF EL SEGUNDO
Darrell George,
City Manager
ATTEST:
IfTrM
Susan Truax,
City Clerk
APPROVED AS TO FORM:
MARK D. HENSLEY, City Attorney
OMNIS CONSULTING, INC.
Name: Noel Zemla
Title: President
Taxpayer ID No. 45-5227962
By 11�j
David King» Assista tGity Attorney
Insurance Reviewed by: w
rS
City of El Segundo PSA for Design Services
Page 12
Agreement No. 7360
EXHIBIT A Omnis Consulting Inc.
Civil Engineering Design
Infrastructure Management
Construction Inspection
June 10, 2025
Cheryl Ebert, PE, City Engineer
Department of Public Works -Engineering Division
City of El Segundo
350 Main Street
El Segundo, CA 90245
Subject: Proposal to Provide Engineering and Design Services
for Sanitary Sewer Main Rehabilitation
Dear Ms. Ebert:
Omnis Consulting Inc. (Omnis) is pleased to present this proposal for engineering and design
services for the subject sanitary sewer improvements. We have the resources in place to meet the
City's needs and we are ready to begin work with your authorization.
We look forward to again working with you and the City. I can be reached at directly 909-631-
1537 should you have any questions or require additional information regarding this proposal.
Sincerely,
Omnis Consulting Inc.
Noel Zemla, PE
Project Manager
P.O. Box 955, Chino Hills, California *,0.
Agreement No. 7360
�Civil Engineering �
ManagementInfrastructure
Construction Inspection
PROJ CT UNDE RSTAN DING AND APPROACH
in 2020, a Capital Improvement Program (CIP) plan was prepared and identified the sewer main
segments throughout the City that needed to be rehabilitated or replaced. Many of the sewer
main segments identified in the 2020 CEP plan have been lined or replaced with a recent City
project, Wastewater Infrastructure Improvements Project PW 23-08. There are twenty-two (22)
sewer main segments remaining from the 2020 CIP plan that are identified for rehabilitation
totaling over 5,600 lineal feet (see table below)
Upstream
Downstream
Approx.
Sewer Main Segment
MH
MH
Length
1
�...._.. .......
Pine Ave from Center St to cul-de-sac w/o Nevada St
...... _.
5-8
. _�
5-9
..._.�
140'
2.
Acacia Ave from California St to 265' w/o California St
5-78
5-77
265'
3.
Center St from Walnut Ave to 216' n/o Walnut Ave
5-82
5-83
216'
4.
Sierra St from Holly Ave to 351' n/o Holly Ave
7-93
7-98
351'
5.
Lomita St from Holly Ave to Pine Ave
7-83
7-84
501'
6.
Center St from 160' n/o 200' n/o Pine Ave
5-10
5-21
40'
7.
Maryland St from Holly Ave to Pine Ave
5-16
5-17
500'
8.
Center St from Pine Ave to 149' n/o Pine Ave
5-19
5-20
149'
9.
Center St from Mariposa Ave to 171' s/o Mariposa Ave
5-21
5-42
171'
10.
California St from Walnut Ave to Acacia Ave
5-77
5-79
300'
11.
Center St from Mariposa Ave to 266' n/o Mariposa Ave
5-42
5-43
266'
12.
Center St from 266' n/o Mariposa Ave to 316' n/o Mariposa Ave 5-45
5-43
50'
13.
Oak Ave from 350' e/o to 657' e/o Center St
5-48
5-49
307'
14.
Sycamore Ave from California St to 301' e/o California St
5-65
5-67
301'
15.
California St from 40' n/o to 191' n/o Oak Ave
5-51
5-52
115'
16.
Oak Ave from 175' w/o to 326' w/o Washington St
6-4
6-5
15 P
17.
Center St from Acacia Ave to Imperial Ave
5-90
5-91
322'
18.
California St from Maple Ave to 250' s/o Maple Ave
T-2
T-3
250'
19.
Center St from Sycamore Ave to Walnut Ave
5-103
5-107
375'
20.
Center St from Maple Ave to Sycamore Ave
5-107
5-111
375'
21.
Palm Ave from California Ave to 21 P e/o California Ave
6-9
6-15
21 l'
22.
Concord St from Franklin Ave to Alley s/o Franklin Ave
SH-001
SH-002
308'
Approximate Total Length =
5,664'
Maps showing the locations of the above sewer main segments can be found on the following
pages.
Page •
P.O. B 95ChinoHills,ali v, a; 91709,l: 90 M - e 7
Agreement No. 7360
I.
73
Civil Engineering besign
Infrastructure Management
Construction Inspection
Z
----------- ................ ----
The above map depicts the locations of sewer main segments I through 21 in the easterly part of
the City to be rehabilitated or replaced with this project.
Page 2 of 6
---------- _7
P.O. Box 955, Chino Hills, California 91709, Tel: 909-631-1537
Agreement No. 7360
ManagementCivil Engineering Design
Infrastructure
Construction Inspection
The above map depicts the location of the sewer main segment 22 in the westerly part of the City
to be rehabilitated or replaced with this project.
The 2020 CIP plan was based on CCTV inspections of the sewer mains from 2011. Using the
2011 CCTV inspections, the 2020 CIP plan recommended PVC liners for the rehabilitation
strategy for the above 22 sewer main segments. The City performed CCTV re -inspections of the
sewer mains in 2022.
Omnis will review the 2022 CCTV inspection videos for all 22 sewer main segments and will
modify the rehabilitation strategies as required based on the defects observed on the 2022 CCTV
inspection videos. The rehabilitation strategies may include point repairs, PVC lining, and/or
Cured -in -Place Pipe (CIPP) lining. If the defects observed in the 2022 CCTV videos are
excessive, these sewer mains will be shown to be removed and replaced on the design plans.
Page 3 of 6
Agreement No. 7360
Civil Engineering besign
p
Constructioninfrastructure Management
SCOPE OF SERVICES
Task 1.0 Project Tana einent
Project Coordination
Our project manager will communicate with City staff via email or telephone and
attend meetings as necessary with City staff to present our design of the proposed
improvements in an effort to expedite the review process and efficiently complete the
design and specifications for bidding by the City.
Utility Coordination
Omnis will send out initial utility notifications to all utility companies that have
facilities within the project limits making them aware of the upcoming construction
activities and requesting copies of their maps, plans, and/or sketches of their existing
and/or proposed facilities within the project limits. We will send out copies of
progress submittals to affected utility companies and notify them of the approximate
project construction schedule.
Omnis staff will follow-up with utility companies that do not reply to initial requests
by telephone and in person if necessary. Copies of the design plans will be sent to the
utility companies for their review and comment and to obtain any special
requirements to protect their facilities.
Task 2.0 Preliminary Investigation
Omnis will review the project sites in detail in the field to ensure that all surface
culture pertinent to the design of the proposed improvements is inventoried and
design constraints will be identified and noted. This task will also include to review
of sewer video inspections provided by the City to identify deficiencies and to locate
service laterals.
Base plans and profiles will be prepared by Omnis staff from record plans and our
site investigations. Existing utilities will be plotted from record plans provided by
utility agencies. The base plans will be prepared on City -standard titleblock at a scale
of 1"=40'.
Page 4 of •
P.O. Box 955, Chino Hills,fr r 91709, 909-631-1537
Agreement No. 7360
Civil Engineering Design
Infrastructure Management
i
Construction
Task 3.0 Preliminary Des! n
Preliminary Plans
Omnis will prepare preliminary sewer improvement plans at a horizontal scale of
1 "=40' on standard City titleblock. The sewer improvement plans will include
profiles from the as -built plans and existing utilities and the proposed alignment of
the new gravity sewer mains and appurtenances and the proposed CIPP liner limits.
For the proposed PVC liner installation, liner limits and the depths of the sewer
manholes and the approximate location of the existing sewer service laterals will be
shown on the improvement plans. Profiles will not be shown on the PVC liner plans.
The preliminary plans will include all work (i.e., removal and replacement, CIPP
liner, and PVC liner) in a single plan set. Upon review of the preliminary plans, the
City can determine the most appropriate phasing of construction which may break the
plan sets up into a number of separate bid packages.
Preliminary Estimates
Omnis will prepare a preliminary construction cost estimate for the proposed sewer
improvements. The preliminary construction cost estimates will be broken out by
location and work type (i.e., removal and replacement, CIPP liner, and PVC liner).
Task 4.0 Final Plans Bid Schedule and Estimate
Incorporating review comments received by City staff, Omnis will prepare final plans
including all notes and details required to properly describe the proposed
improvements. A standard City title sheet will also be prepared for the each project
phase (if necessary) including vicinity and location maps, sheet index, and
appropriate general notes. The design may be broken up into several phases at the
City's discretion.
Omnis will prepare the Bid Schedule for each construction phase from a boilerplate
provided by the City. We will include the appropriate bid item descriptions,
quantities, payment methods, and construction costs estimates.
Omnis will prepare the final plans for bidding by the City incorporating all comments
from the City from the previous submittal. The plans will be stamped and wet -signed
by a licensed Civil Engineer. The Plans and Bid Schedules will be provided in
electronic format. A final construction cost estimate will also be prepared for each
construction phase (if necessary).
Page 5 of 6
P.O. Box 955, Chino Hills, California 91709, Tel: 909-631-1537
Agreement No. 7360
�
Civil Engineering Design
Managementinfrastructure
InspectionConstruction
FEE PROPOSAL
Omnis will perform the aforementioned Scope of Services for the following fees. Our hourly
rates include all direct and indirect costs including mileage, equipment, reproduction, etc.
Project
Manager/ Engineering
Engineer Designer
Task/Description _ _ ($155/hour) ($105/hour) Subtotals
1. Project Management 24 40 $7,920
2. Preliminary Investigation 24 168 $21,360
3. Preliminary Design 24 80 $12,120
4. Final Plans, Bid Schedule, and Estimate 24 40 $7,920
Totals = 96 328 1 $49,320
Page 6 of 6
P.O. Box 955, Chino Hills, California 91709, Tel: 909-631-1537