HomeMy WebLinkAboutC-3004(A) - Geotechnical Investigation & Field Monitoring Services - Groundwater Project•
L�
•
0
THE CITY
AUG 1 2
c..( -,. C
TO: MAYOR & MEMBERS OF THE CITY COUNCIL
FROM: PUBLIC WORKS DEPARTMENT
August 12, 1996
CITY COUNCIL AGENDA
ITEM NO., R/
SUBJECT: GROUNDWATER DEVELOPMENT PROJECT STATUS REPORT
RECOMMENDATION:
Receive and file status report.
DISCUSSION:
f
During the 1996/97 budget review, the City Council requested an update on the costs for the
Groundwater Development Project. The actual versus estimated costs were last presented at
the September 8, 1995, Public Works Committee meeting. The actual project cost was then
estimated to be $21.5 million. The attached summary with detailed project cost breakdowns
and estimates to complete the project, now estimates the total cost at $23.7 million. A list of
project revisions with approximate costs and impacts of the changes is also attached.
In almost every instance, the estimates prepared for the bond financing have been
substantially less than actual costs. Reasons for the cost increases varied greatly and
included cost increases for pipe size changes, alignment changes, added work required by
permitting agencies, and change orders due to unforeseen or unknown field conditions.
Negotiations with Fountain Valley took an added ten months. A redesign of the reservoir, due
to the fault, added nine months, and unexpected underground interferences on each of the
pipeline reaches have impacted their construction schedules. These time increases and
changes have increased both design and construction management costs.
A chart at the end of the detailed project cost update shows the relationship between
consultant costs, construction costs and support services. Design and construction
management costs for complex projects like the groundwater project will usually run between
15% and 20 %. These costs for this project are 17% of the construction costs. Even though
the overall project costs have substantially exceeded the original cost estimates prepared, the
project will provide long term savings to the water users in Newport Beach in addition to
providing a second source of water.
At the December 8, 1995 Public Works Committee meeting, a review of the 15 Year Water
Enterprise Fund Projection was presented. The cost/benefits of the Groundwater Project
were reviewed. The following table summarizes the results of the analysis that was presented
with updated figures presented during the budget review and rate setting process that took
place in June. Note that the water rate stabilizes by the year 2000.
0
Page 2
Groundwater Development Project Status Report
August 12, 1996
•
Expected Water Rate without
Groundwater Development Project 2.07 2.50 3.00 3.25
Projected Water Rate with
Groundwater Development Project 2.00 2.12 2.12 2.12
Each new contract for the Groundwater Development project is being reviewed to look for cost .
saving measures. Through these efforts, costs associated with several components relating to
the design of the final pipeline reaches, yard expansion, and well facilities have been reduced.
Even with these efforts, the overall project cost has still increased and is now estimated at 23.7
million dollars. Staff will continue to look for ways to reduce the project's cost while ensuring
that the quality of the facilities constructed will adequately serve the City for at least the next 50
years, if not longer.
At the request of the City Manager, this information was reviewed by the Public Works
Committee at their meeting on July 8, 1996. The Committee recommended that the
information be presented to the entire City Council. The committee also asked the staff to
review the financial analysis prepared before bonds were issued and determine if this project
still makes financial sense with the increased costs. The Admininstrative Service Department
has prepared the attached "Revised Financial Analysis" for the Groundwater project. This
analysis shows that in the year after bonds are repaid (2010 -11) that the present cash value
cash flow shows a net cash flow savings of $10,420,316. This savings assumes a stabilized
flat rate of $2.12 beginning 1999 - 2000. The net cash flow is discounted to 1992 -93 at 5% to
7% annually.
At the Council meeting, Staff will make a presentation which reviews the project objectives,
history, components, costs and status. This should give the general public a feel for the major
undertaking by the City to develop an alternative water supply.
•
Year Water
Fund Financial
Analysis
1996-1997
(in millions of dollars)
3'2aa�9-2U1(
Operating Expenses
4.0
5.7
6.6
7.6
Purchase of Water
7.9
4.1
5.3
6.9
Capital Projects
9.8
4.1
4.3
5.1
Accumulated Annual Savings from
Groundwater Development Project
0
7.1
26.2
58.7
Expected Water Rate without
Groundwater Development Project 2.07 2.50 3.00 3.25
Projected Water Rate with
Groundwater Development Project 2.00 2.12 2.12 2.12
Each new contract for the Groundwater Development project is being reviewed to look for cost .
saving measures. Through these efforts, costs associated with several components relating to
the design of the final pipeline reaches, yard expansion, and well facilities have been reduced.
Even with these efforts, the overall project cost has still increased and is now estimated at 23.7
million dollars. Staff will continue to look for ways to reduce the project's cost while ensuring
that the quality of the facilities constructed will adequately serve the City for at least the next 50
years, if not longer.
At the request of the City Manager, this information was reviewed by the Public Works
Committee at their meeting on July 8, 1996. The Committee recommended that the
information be presented to the entire City Council. The committee also asked the staff to
review the financial analysis prepared before bonds were issued and determine if this project
still makes financial sense with the increased costs. The Admininstrative Service Department
has prepared the attached "Revised Financial Analysis" for the Groundwater project. This
analysis shows that in the year after bonds are repaid (2010 -11) that the present cash value
cash flow shows a net cash flow savings of $10,420,316. This savings assumes a stabilized
flat rate of $2.12 beginning 1999 - 2000. The net cash flow is discounted to 1992 -93 at 5% to
7% annually.
At the Council meeting, Staff will make a presentation which reviews the project objectives,
history, components, costs and status. This should give the general public a feel for the major
undertaking by the City to develop an alternative water supply.
•
Ll
1� 11
u
Respectfully submitted,
(i �
PUBLIC WORKS DEPARTMENT
Don Webb, Director
By:
ichael J. Slnacori, P.E.
0
Page 3
Groundwater Development Project Status Report
August 12, 1996
Utilities Engineer
MJS:sdi
Attachment: Groundwater Development Project - Estimated Project Cost vs. Actual Expenditures
Revised Financial Analysis
CJ
•
t •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
}
I-
U
FO Fib/
n
s
•
GROUNDWATER DEVELOPMENT PROJECT •
ESTIMATED PROJECT COST
VS
ACTUAL EXPENDITURES
July 1996
Prepared for: •
Public Works Committee Meeting
July 8, 1996
P
m
Q
�
_ V
E q
n
N
vi
k
to
t
# t
aq
toQ t
kCp�
t8
t# t
t Y
#
P
^
N
a
pp 8
N
a¢
� �
i
3
QO
m o
m
r
m n o
o
0 9
0 0 0
•
N
y
¢ �
a
Y u.
U U
U
N
N
N h
6
M
M
M W
N O
c
3
8
c
W
p LL
�%
LL LL
Y LL
'L' V V
LL U
V V
U LL
V N
G LL
W J
o f
O g
g
25 �p
W rn m
wF'
.v
Q
a
o
c
o
a
$
N
a
F
N
Z
N
N
v
C v
a 'o
S
ly
c
E
G
H
U u
p.
>
u
U
a y
V
K
,JO
p>
tG[yy
C>
G
� bW
7
uFi
u
O
+b
K y
C W
W
<
N C LL
W.
Z
Z dl Q
Z J^ C
n r 6
W m Q
W U
O
U
C
U
¢
T S
S
J J
V
z
VIL W. Z
OV
❑ Z
OV
0
T 3 Z
OV
�... Z
OV
41 fil
C F
Z O
t
c °n
it M
C m° A
0 C
.�. :°
o
in uti
ui F
m
Q
Q
W
N
U
a
¢a�w
N
W F
�O
Q UF
Q V
�a
4
O
r
< u
E
U F
U W
0 0
5�
a
P
It
O
R ii p
H
P
m
m
�
m
w w
w
5�
a
$ g
o
It
O
R ii p
g
w
qq
U y A
r ♦ ♦
r
00 V
C C
O
R ii p
g
U y A
w w w
w
C �
6
C O
a
Q
Q
p
5Q�
P
`Ow w
G
� o
� w w Pw
Pw
mw w
w
w w w
w
U
< U
¢
LL < 6 6
\ ¢
\
N W W w
SS88 S,
c
N
v
v
Q Q 6 �%
IL
w
4¢1 W fail
c
W
d
W
N `
o
a
=
o
J
d
J
o
a
S
F
o
F
F
W
E
E
O
F
W
n
-
J
N
3
Ooa. Z
d
d
Q
Z
W
a
J
F
l��
o W
C
c ww
w
Z
8 J LL
y2
U
T a y 2
OC
T
J
�
F
N a Z Z
W
3 a
a
U
E
W_ rL `s H
F_ 0 a 0U U �}
LL, U Ya-
~ Z Sl
N ua. d U
O Q W Z S�
F
Z
J
F J
ZW
J Z
Pa�p5 °v
p Z
gym°
W .J.l Z
3u33W W muu
T
P
w
M
0
w
x
g
ry
w
R
P
P
m
m
m
r
w
z
W
G
.J J
¢ W
w
Oq
q�0
Up
Z
C
U
O
c
y
N
C
0
V
E
W
•.
•.
1
•
0 0
GROUNDWATER DEVELOPMENT PROJECT
DETAILED PROJECT COST UPDATE
July B, 1996
Reach No. 1
Bond
Budget
Contract
Amount
Change
Order
Total
Contract
Difference
Bond to Actual
Cumulative
Total Actual
Consultants
ARM Consulting Eng. (Design)
539,000
$101,517
585,295
5186.812
$147.812
ALBA (CM)
$30140
$86562
510,808
$97,370
$67,130
Leighton & Assoc. (Soils)
S15,000
521,612
$0
521.842
$6,842
DMC Eng. (Survey)
551000
57,900
52.870
$10.170
$5.770
John Minch & Assoc. (Archeo/Patheo)
$5,000
515,442
50
515,442
$10,442
Robert Dorame (Native American Monitoring)
$510D0
$975
50
$975
(.54,025)
Glen Lukos& Assoc.(Bio. Design)
$10,000
$19,610
5754
$20.364
$10,364
Subtotal
5109.240
$253,848
$99,727
5353.575
5244,335
Contractors/Construction
$0
$12450
51,400
513,850
$13,850
Virtu Artukovich& Sons
S1,040,130
$1,971145
$112,796
S2,084.D41
$1,043,911
SCE Relocation
50
536,000
S2,000
$38,000
538,000
Landscape Contractor
$0
540,000
a 50
540.000
540,000
51,508,895
Subtotal
51,040,130
52,047,245
5114,796
$2,162,041
$1,121,911
Support Services/Permits
Dave Bartlett & Assoc. (Permitting)
5(1
57,350
S0
$7,350
$7,350
Glen Lukos(Bio. Const)
50
$10,940
52,032
$12.972
512,972
Glen Lukos(Bio. Cont.)
50
50
$5,000
$5,000
$5.000
SaSR- Dig(Potholing of Utilities)
50
54,838
50
$1,838
54,838
Department of Fish & Game
$0
50
51,300
51,300
$1,300
Regional Water Quality Control Board
50
50
$250
5250
$250
Subtotal
50
523,128
58.582
$31,710
531.710
Total
$1.149370
$2,324121
58582
$2,547326
$1,397,956
$2.547,326
Reach No. 2
Bond
Budget
Contract
Amount
Change
Order
Total
Contract
Difference
Bond to Actual
Cumulative
Total Actual
Consultants
.4SL Consulting Engineers (Design)
537,600
$97,000
522,812
$119,812
$82,212
Converse Consultants (Soils)
510.000
515,400
$28,100
S43,500
533,500
ALBA(CM)
M,240
596,382
5106155
$202,637
$172,397
Subtotal
$71,840
$208,782
$157,167
5365,949
5288,109
Contractors /Construction
CK Construction
$1,058,138
S1S18,762
$53,008
$1571,770
$513,632
Subtotal
$1,058,138
$1518,762
S53,008
51,571,770
$513,632
Support ServicesfPermits
Saf -R -Dig (Potholing of Utilities)
$0
$12450
51,400
513,850
$13,850
City of Huntington Beach License Agreement
50
$10,000
50
510,000
S10,000
Subtotal
50
$22.450
51,400
523,850
$23,850
Total
$1,135,978
$1,749,994
5211575
$1,961569
5825,591
51,508,895
GROUNDWATER DEVELOPMENT PROJECT
DETAILED PROJECT CAST UPDATE
July 8. 1996
Reach No. 3
Bond
Budget
Contract
Amount
Change
Order
Total
Contract
Difference Cumulative
Bond to Actual Total Actual
Consultants
ASL Consulting Engineers (Design)
$75,200
587,900
SIV00
$106,600
$31,400
Converse Consultants (Soils)
515,000
$18,700
so
$18,700
53.700
ALBA (CM)
Sf0,320
$59,695
588.356
5148.051
5107,731
Subtotal
5130520
$166,295
$107,056
5273,351
$142,831
Contractors /Construction
CK Construction
51,408.300
S1,772755
$184.889
S1.957,144
$548,844
CK Construction (Anticipated C.O.)
50
50
525,000
' $25.000
525.00
Pipe Material
50
5996.487
50
$996,487
5996.487
OCEMA Easement (Talbert Channel)
5265,000
5338,932
50
S338.932
$73,932
Subtotal
51.673.300
53,107,674
5209,889
53,317563
$1.644.263
Support Semices/Permits
0
$47,483
50
547,483
$47,483
Southern California Edison Easement
50
52,.500
50
$2.500
$2500
OCEMA Perrot (Talbert Channel)
50
$7,672
50
S7,b72
$7,672
DMc Engineering (R /W Documentation)
$0
$15,000
50
$15,000
515,000
Subtotal
so
$25,172
$0
$25,172
$25,172
Reach Nos. 3a & 3b
Bond
Budget
Contract
Amount
Change
Order
Total
Contract
Difference CumWative
Bond to Actual Total Actual
Consultants
ASL Consulting Engineers (Design)
50
$97,300
50
$97,300
$97,300
Converse Consultants (Soils)
so
$10,60
' S0
$10,600
510,600
ALBA (CM)
5o
580,000
' S0
580,00
580,00
Subtotal
$0
$187,90
$0
5187,90
5187,900
Contractors/construction
Reach Nos. 3a & 3b Contractor
5615,609
$930,00
' S0
$930,00
5314,391
Subtotal
5615,609
5930,00
so
$930,00
$314,391
Support Services/Permits
First Baptist Church Waterline Easement
So
543,461
so
513,461
543,461
Saf -R -Dig
50
54,022
so
51.022
54.022
Subtotal
0
$47,483
50
547,483
$47,483
• Estunated Consultant /C0mb%1cfi0n C05t
40
•
0
0
GROUNDWATER DEVELOPMENT PROJECT
DETAILED PROJECT COST UPDATE
July B. 1996
Reservoir & Pump Station
Bond
Budget
Contract
Amount
Change
Order
Total
Contract
Difference Cumulative
Bond to Actual Total Actual
Consultants
Consultants
Daniel Boyle Engineers (Design Reservoir)
$59,800
$118,800
$71,120
5189,920
$130,120
John Carollo Engineers (Design Pump Station)
559,800
$143,333
S263,206
$406539
$346,739
John Carollo Engineers (Construction Services)
so
50
550.000
" S50.000
$50.000
Daniel Boyle Engineers (Construction Management)
$80,640
$253,090
S125,500
" 5378,590
5297,950
DMc Engineering (Survey)
$27,000
$54,120
50
$54,120
527,120
Converse Consultants (Soils)
530,000
$136,400
511.700
" $178,100
5148,100
Subtotal
$257,240
5705,743
5551,526
51.257,269
51,000,029
Con [actors/Construction
Site Improvements
5669,900
5500,000
`
BE1 Contractors
54.402,520
56,344,500
W
S6,344,SW
S1,941,980
BFI Contractors (Anticipated C.O.)
50
50
5557,100
" $557,100
$557,100
Subtotal
51,402520
56,344,500
5557,100
56,901,600
S2,499,080
Support Services/Permits
50
50
so
1815,7517)
Dave Bartlett & Assoc. (Permits)
50
575,900
so
$15,900
515,900
Cash & Assoc. (Peer Review)
so
56.700
so
$6,700
56.700
EQE International (RMPP)
50
$34,390
So
S34390
534390
Subtotal
so
$56,990
50
556.990
$56•990
Utilities Yard Improvements
Phase II
Bond
Budget
Contract
Amount
Change
Order
Toul
Contract
Difference Cumulative
- Bond to Actual Tout Actual
Consultants
DMc Engineering (Design)
So
549,405
`
50
$49,405
549,405
Paul Buffing (Design)
S75,000
530,500
`
So
$30500
($44,500)
Construction Management
50
$75,000
`
So
575,000
$75,000
DMc Engineering (Construction Staking)
50
530,000
`
So
$30.000
530.000
Subtotal
$75,000
$184,905
50
5184,905
5109,905
Contractors/Construction
Site Improvements
5669,900
5500,000
`
so
S500A00
($169.90)
Building No.7
51,580,040
$150,000
"
so
$150,000
($1.430,040)
Building No.6
$211,468
5500,000
`
So
55001000
S288,532
Site Grading
S15,750
50
50
so
1815,7517)
Street Work
$78,750
$0
so
so
(578,7511)
So. Cal Sandbag (IMG)
50
$185,497
578,285
$263,782
$263,782
So. Cal Sandbag (fE &RG)
50
$41,383
50
$41,383
$41183
Electrical Transformer
515,750
so
50
$0
($15,7,53)
Subtotal
52,571,658
$1,376,880
578,285
$1,455.165
($1.116,49:)
0
GROUNDWATER DEVELOPMENT PROJECT
DETAILED PROJECT COST UPDATE
Jury B. 1996
Is
Utilities Yard Improvements
Phase lD
Bond
Budget
Contract
Amount
Change
Order
Total
Contract
Difference Cumulative
Bond to Actual Total Actual
Consultants
Consultants
Paul Ruffing
S7,SW
$11,550
57,500
$19.050
5111550
Construction Management
SO
50
SO
SO
i0
Subtotal
57500
511,550
$7.500
519.050
SII,550
Contractors/Cons(ruction
SO
51,000
50
531,700
Subtotal
Building No.1
$327,600
570,974
55.450
576,424
(S2:1.176)
Subtotal
5327,600
570,974
55,450
S76A24
($251.176)
Total
5335,100
582,524
512,950
595,474
f.5219,626) 519,241.767
Utilities Yard Improvements
Land Acquisition
Original
Budget
Original
Contract
Change
Order
Total
Contract
Difference
Cumulative
Total Actual
Consultants
Richard C. Slade (Hydrogeologist)
575,000
DMc Engineering(R /W Documentation)
SS,000
351000
510.000
$15,000
510000
$192,000
Thomas Pike (Appraiser)
52,000
52.000
SD
52,000
SO
SO
Chicago Title
51,000
$1,000
SO
51,000
50
531,700
Subtotal
$8,000
58,000
510.000
518,000
5101000
5178.720
Land Acquisition
ARA Engineering (Site Imp.)
Land
593000
5870,000
00
5VOMO
ISf40yM
$1534,650
Subtotal
5930000
5870,000
SO
5870,000
(YALQRn)
51,900000
Total
5938.000
587800
530,000
5888,000
(550.000)
520.129,767
--
Well Facilities
Bond
Budget
Contract
Amount
mange
Order
+ou+
Contract
Bond to Attu
Consultants
Richard C. Slade (Hydrogeologist)
575,000
5125.000
SO
5125,OOD
550,000
Daniel Boyle Engineering (Design- Well Facilities)
5126,0
$192,000
SD
5192.000
566,000
Darnel Boyle Engineering (CM)
560,480
5151500
SO
Si511500
591,020
Converse Consultants (Soils)
5601000
431,700
50
531,700
(528,300)
Subtotal
5321,480
5500200
50
$500.200
5178.720
Contractors/Construction
ARA Engineering (Site Imp.)
SO
$155.050
527,500
5182.550
$182550
Bakersfield (Well Drilling)
$1534,650
58001000
SO
5800,000
(5'3,,650)
Contractor -Well Building
1786.498
51,900000
SD
$1,900000
SLII3512
Subtotal
52,321,138
52.855,050
527,500
52.882550
$561,412
Land Acquisition
Fountain Valley School District
SI)3,W0
520,000
SO
5201000
(593100))
City of Fountain Valley
$113,000
549,491
SO
549,491
(5631509)
Third Site (Alt,)
$113.000
50
50
So
Subtotal
5339000
569,491
50
569,491
($269_091
Support Services/ Permits
Dave Bartlett (Permits)
5o
59,940
50
59,940
$9.940
ALBA(CM - Site imp)
So
536,000
50
536.000
536,000
DMc Engineering (Design Site Imp)
SO
554,000
SO
554,000
$54,000
Subtotal
00
599,940
50
$99,940
599.940
•
40
E
•
11
• 0
GROUNDWATER DEVELOPMENT PROJECT
DETAILED PROJECT COST UPDATE
July 8, 1996
Groundwater Development Pro'ect
Bond
Budget
Contract
Amount
Change
Order
Tout
Contract
Difference Cumulative
Bond to Actual Total Actual
Reach No.1
51.149,370
52.324.221
$8.582
$2517.326
$1.397,956
S2S17,326
Reach No.2
$1,135,978
$1,749,994
$211,575
51,961,569
5825591
54,508,895
Reach No.3
$1,803,820
$3.299,141
5316.945
33,616,086
51,812266
58,124,981
Reach Nos. 3a & 31,
$615,609
51.165383
50
51,165.383
5549.774
59,290364
Reservoir and Pump Station
54.659,760
$7,107.233
51.108,626
58,215,859
$3,556.099
$17,506,223
Utilities Yard Improvements - Phase II
$2,646,658
51,561,785
578.285
51,640,070
t51,An, 41
$19,146,293
Utilities Yard Improvements - Phase 111
5335,100
582,524
572.950
595,474
527v.n251
$79,241,767
Utilities Yard Improvements- Land Acquisition
5938,000
5878,000
$10,000
5888.000
C550.co))
520.129,767
Well Facilities
S2,9B7,618
53,524,681
$27,500
53352.181
5570563
$23.681,948
Approximate Total of items not shown in pond tshmate
at,ulwon
Total Amount Paid or Encumbered to Date
518.398,943
Estimated Amount to Complete Project
55,283,005
Amount Budgeted in %/97 Year
$6,200,000
Tout Cost for Project
523,681,948
Groundwater Development Project
Consultants
Construction
Support
Services
Reach No.I
5353,575
52,162,041
531,710
Reach No.2
$365,949
$1,571,770
$23,850
Reach No.3
$273,351
53,317563
525,172
Reach Nos. 3a & 31,
5187.900
$930,000
547,483
Reservoir and Pump Station
51,257,269
56,901,600
556,990
Utilities Yard Improvements - Phase 11
$184,905
51,455,165
so
Utilities Yard Improvements - Phase 111
$19,050
576,424
so
Utilities Yard Improvements - Land Acquisition
518,000
$870,000
50
Well Facilities (Land Acquisition)
so
569,491
so
Well Facilities
$500,200
$2,882,550
$99,940
Total
$3,160,199
520.236,604
$285,145
Grand Tout- Groundwater Uevetopment rrolect
aao,00t,� +o
Percentage of the Grand Tout of Expenditures used for Consultants
1562%
Percentage of the Grand Total of Expenditures used for Support Service.
1,41%
0
GROUNDWATER DEVELOPMENT PROJECT 0
DISCUSSION ON ACTUAL EXPENDITURES VS. PROJECT ESTIMATES
August 12, 1996
The following is a list of project modifications that have occurred during the
course of planning, design and construction including the approximate cost
increase decreases in parenthesis. The letters after each bullet indicate one of
the following categories:
A Design and field changes (Pipe size, design related, RMPP study for
disinfection system, fault discovery)
B Liquidated Damages
C Construction related (unexpected underground interference's, pressure test
failures, Confined conditions causing higher costs
D Consultant and Construction management cost increases due to extended time of
project.
E Permit Requirements (coastal, F &G, Cities)
GENERAL Delays (FV related to lease and Well drilling permit, Huntington Beach
permit, Material supply problems)
Reach No. 1: •
Consultant Expenses
• A - Pipeline alignment studies within the West Newport Oil's Property
near existing native riparian habitat and a large retaining wall area at the
end of 18th Street - $30,000.
• A - Additional topographic survey within the West Newport Oil's
Property due to alignment studies for the large retaining wall at the end of
18th Street adjacent to West Newport Oil's Property - $4,000.
• A - Change alignment of the pipeline through the West Newport Oil's
Property to along 19th Street and Whittier Avenue. This change occurred
because of environmental constraints (i.e. Coastal Sage and Native
Riparian Habitat and construction constraints due to large retaining wall
at the end of 18th Street adjacent to West Newport Oil's Property - $49,000.
• A - Additional 16 -inch pipeline within 16th Street for a future water
connection to the Banning Tract - $4,000.
• A - Larger valve vault at the end of 16th Street to accommodate inlet line
for the reservoir - $6,000.
• C - Jacking and Boring operation at the intersection of 18th Street and
Whittier Avenue due to interfering utilities - $3,000.
• C - Relocation of an existing SCE Facilities due to conflicts with water
main near 19th Street - $5,000.
• C - Relocation of an existing 12 -inch Mesa Consolidated Water District •
Line due to Utility Conflicts within 19th Street - $7,000.
LJ
9
0
Reach No. 1 (Continued):
Consultant Expenses (Continued)
• D - Additional Construction Management Services required due to
realignment of the waterline and the project extending beyond the
completion date - $67,000.
• E - Additional area required for open deed restriction and planting as
required by the Coastal Commission Permit - $3,000.
• E - Additional coordination with West Newport Oil, Mesa Consolidated
Water District, City of Costa Mesa and Costa Mesa Sanitary District - $7,000.
A -
$ 93,000
C_
$15,000
D-
$ 67,000
E -
$10,000
Total
$185,000
Reach No. 1 (Continued):
Construction Expenses
• A & E Change alignment of the pipeline from through the West Newport
Oil's Property to along 19th Street and Whittier Avenue. This change
occurred because of environmental constraints (i.e. Coastal Sage and
Native Riparian Habitat and construction constraints due to large
retaining wall at the end of 18th Street adjacent to West Newport Oil's
Property - $60,000.
• A - Change size of pipe from 30 -inch to 36 -inch to increase capacity and
lower velocity within the pipe - $338,000.
• A - Additional lineal footage of pipe from 6450 LF to 7500 LF due to
realignment - $153,000.
• A - Additional 16 -inch pipeline within 16th Street for a future water
connection to the Banning Tract - $75,000.
• A - Larger valve vault at the end of 16th Street to accommodate inlet line
for the reservoir - $185,000.
• A - Deletion of tie -in to the existing 30 -inch water main under the Santa
Ana River - ($14,000).
• C Jack and Boring at the intersection of 18th Street and Whittier Avenue
due to interfering utilities - $102,000.
• C - Relocation of an existing 12 -inch Mesa Consolidated Water District
Line due to Utility Conflicts within 19th Street - $39,000.
• C - Relocation of an existing SCE Facilities due to conflicts with water
main near 19th Street - $67,000.
• E - Additional construction required within open deed restriction
and planting as required by the Coastal Commission Permit - $43,000.
• A - $ 797,000
C- $ 208,000
E - $ 43,000
Total $1,048,000
2
F
0
Reach No. 2:
Consultant Expenses •
• A - Pipeline alignment studies and changing the size of pipe from 30 -inch
to 36 -inch to increase capacity and lower velocity within the pipe - $10,000.
• A - Relocation of existing waterline easement within County of Orange
Sanitation Districts, Treatment Plant No. 2 - $5,000.
• A - Additional service requested by City for design and inspection of the
cathodic protection system - $12,000.
• D - Additional Construction Management Services required due to
unknown utility conflicts, pipe material and the contractor extending the
project beyond the completion date - $172,000.
• E - Additional Traffic Control as required by City of Huntington Beach
$27,000.
• E - Additional consultant fee due to coordination with Coastal
Commission, City of Huntington Beach and County of Orange Sanitation
Districts - $8,000.
• E - Additional Soils investigation and inspection required due to
contractor's changing method of compaction operation and additional
services requested by City of Huntington Beach - $38,300.
A - $ 27,000
D- $ 172,000
E - 73,300 .
Total $ 272,300
Reach No. 2 (Continued):
Construction Expenses
• A - Change size of pipe from 30 -inch to 36 -inch to increase capacity and
lower velocity within the pipe - $325,000.
• A - Additional Cathodic Protection for the pipeline - $35,000.
• A - Increased size of 30 -inch valve vault - $43,000.
• A - Deletion of connection to the existing 30 -inch water main under the
Santa Ana River - ($15,000)
• B - Liquidated Damages due to failure of contractor to complete the project
within the construction schedule - ($120,000).
• C - Change in vertical alignment due to unknown utility interference in
the CSDOC Property - $75,000.
• C - Removal of unknown existing 6 -inch oil line within Banning Avenue
$25,000.
• E - Additional pavement and striping of Banning Avenue, Bushard Street
and Hamilton Avenue per the request of the City of Huntington Beach
$67,000.
A - $ 388,000
B - $ (120,000) •
C - $ 100,000
E - $ 67,000
Total $ 435,000
3
. Reach No. 3:
Consultant Expenses
• A - Additional valve vaults (2) within Slater Avenue for ties -in into the
water lines from the well sites - $13,000.
• C - Jack and Boring at the intersections of Garfield, Ellis and Talbert due to
interfering utilities - $6,000.
• D - Additional consultant fee for pre - ordering pipe and fittings due to time
constraint for construction within the Talbert Channel - $7,000.
• D - Additional Construction Management Services required due to the
contractor extending the project beyond the completion date. Liquidated
Damages were not assessed due to City's request to delay the work within
Slater Avenue during negotiations with the City of Fountain Valley
$108,000.
• E - Additional Traffic Control as required by the City of Fountain Valley
$6,000.
A - $ 13,000
C - $ 6,000
D- $ 115,000
E - $ 6,000
Total $ 140,000
• Reach No. 3 (Continued):
Construction Expenses
• A - Change size of pipe from 30 -inch to 36 -inch to increase capacity and
lower velocity within the pipe - $450,000.
• A - Additional valve vaults (2) within Slater Avenue for ties -in into the
water lines from the well sites - $140,000.
• A - Additional Cathodic Protection for the pipeline - $29,000.
• A - Addition for retrofitting of the "Seawater Line" within the Talbert
Channel as required by the State Health Department - $126,000.
• A - Pressure testing and tie -ins for the existing 30 -inch water main under
the Santa Ana River - $18,000.
• C - Jack and Boring at the intersections of Garfield, Ellis and Talbert due to
interfering utilities - $400,000.
• C - Change in vertical alignment due to unknown utility interference near
Fountain Valley's Walnut Street Pump Station - $38,000.
• E - Additional cost for easement within the Talbert Channel - $74,000.
A - $ 763,000
C_ $ 438,000
E - $ 74.000
• Total $1,275,000
F1
0
0
Reach Nos. 3a & 3b:
Consultant Expenses •
• E - Original budget included with the design of Reach No. 3 and was split
into two projects due to the negotiations with the City of Fountain Valley
$188,000.
E - $ 188,000
Reach Nos. 3a & 3b (Continued)
Construction Expenses
E - Original budget included with the construction of Reach No. 3 and was
split into two projects due to the negotiations with the City of Fountain
Valley - $310,000.
E - $ 310,000
16th Street Reservoir and Pump Station:
Consultant Expenses
• A - Design of a temporary embankment and rough grading plan to
surcharge (pre -load) the existing gully area with soil to minimize
differential settlement under the reservoir and pump station- $27,000.
• A - Relocation of the reservoir due to discovery of a possible active
earthquake fault. This included studies by the geotechnical consultant, .
redesign by the reservoir, pump station and grading consultants - $213,000.
• A - Implementation of a Risk Management and Prevention Program for
the disinfection facility within the pump station building which included
additional safety equipment for the pump station - $36,000.
• A - Change in the disinfection process from a gaseous chlorine and
anhydrous ammonia to sodium hypochloride and aqueous ammonia
including deletion of the existing system and installation of tanks,
installation of chemical booster pumps, redesign of the chlorine and
ammonia rooms, redesign of the telemetry system and the redesign of the
electrical system - $117,000.
• D - Additional Soil Inspection Services required due to the project
extending beyond the completion date - $42,000.
• D - Additional Construction Management Services required due to the
contractor extending the project beyond the completion date. Liquidated
Damages were not assessed due to City's requested delay for revision to
disinfection system - $125,000.
• E - Additional Chlorine Scrubber due to changes in EPA regulations
$42,000.
A - $ 393,000
D- $ 167,000 •
E - $ 42,000
Total $ 602,000
5
0
0
16th Street Reservoir and Pump Station (Continued):
•
Construction Expenses
•
A - Construction of a temporary embankment and rough grading plan to
surcharge (pre -load) the existing gully area with soil to minimize
differential settlement under the reservoir and pump station - $50,000.
•
A - Relocation of the reservoir due to discovery of a possible active
earthquake fault. This included re- grading of the site to relocate the
reservoir $300,000.
•
A - Additional fire sprinkler system - $95,000.
•
A - Additional telemetry equipment within the pump station to aid in
future connection to facility at Big Canyon Reservoir - $50,000
•
A - Additional inlet valve vault near southwest corner of pump station
$75,000.
•
A - Addition of traveling bridge crane in pump room $40,000.
•
A - Change in the disinfection process from a gaseous chlorine and
anhydrous ammonia to sodium hypochloride and aqueous ammonia
including deletion of the existing system and installation of tanks,
installation of chemical booster pumps, redesign of the chlorine and
ammonia rooms, redesign of the telemetry system and the redesign of the
electrical system $264,000.
•
A - Additional chlorine and ammonia injection points - $75,000.
•
A - Additional cathodic protection system - $25,000.
•
A - Additional importing of soil material, this is a reduction in the cost of
the Utilities Yard - Phase II construction site grading - $150,000.
A - $ 1,124,000
Dolphin Avenue and Tamura School Well Sites, Drilling and Equipping:
Consultant Expenses
• C - Design of site improvements for each well site including relocation of
existing 12 -inch water main. temporary shoring, new storm drain system
and grading of pads required prior to well drilling commencing - $37,000.
• E - Additional Consultant Services from Hydrogeologist and design
engineer due to additional testing and negotiations with the City of
Fountain Valley - $80,000.
• E - Construction Management Services because of extension of time from
original budget - $90,000.
C - $ 37,000
E - $ 170,000
Total $ 207,000
•
0
Dolphin Avenue and Tamura School Well Sites, Drilling and Equipping:
Construction Expenses
• A - Construction of site improvements for each well site including
relocation of existing 12 -inch water main. temporary shoring, new storm
drain system and grading of pads required prior to well drilling
commencing - $150,000.
• A - Additional anticipated construction cost for the well equipment and
building that will be determined during final design - $450,000.
A - $ 600,000
PROJECT MODIFICATION COST SUMMARY
A -
$
4,198,000
B -
$
(- 120,000)
C -
$
804,000
D -
$
521,000
E -
$ 983,300
Subtotal
$
6,386,300
$
1,029,700
TOTAL $ 7,416,000
7
DESIGN & FIELD CHANGES
LIQUIDATED DAMAGES
CONSTRUCTION
INTERFERENCES AND
ADDED SERVICES
PERMITTING CONDITIONS
GENERAL - Low initial estimates
Increase in time to
complete project
•
•
0
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
GROUNDWATER DEVELOPMENT PROJECT
REVISED FINANCIAL ANALYSIS
August 1996
Prepared for:
City Council Meeting
August 12,1996
Fti
c 3
3J 3
m
i
WIN
171
of o1e C
�11 wT
"HIZ
ail
-1k
75
f.
pp" P-Id
9
E, J
•
V
d
.O
L
a
c�
G
Q
O —
N
0 R
` J
d Q
l4 '�
C 0
7 h
O
LU
0
O O O O O O O O O O N O O O O N O
D o w w o y. v w O o» e 0 0 a o o
n O N m O m m O O N m
C'l N N R M O O N
m (n m o m m m w v? rn
m N va � w vi m n
0
0
0
N
0
0
0
0
O
m
0
0
N
O
O
r
N
Fq
N
(q
m
m
f9
O
m
to
o
n
{q
0
i9
O
m
V O
N
N
O
m
r
O
o
<
V
f9
m
r
O
m
O
m
m
0
rn w
n
m
0
o
o
N
0
o
o
C
m
N
m
m
o
N
O
m
m
o
N
N
m
m
N
y
W
m
<
m
N
f9
O)
N
m
O
m
w
w
^
^
e3
N
N a
(n
w
(n
a
m
N
N
N
u?
Oi
O
O
O
O
N
O
O
O
O
m
N
0
O
O
O
r
N
w
a
vi
o
m
m
w»
O
o
o
m
u3
w
vi
o
o
n
N
m
N
m
r
m
o
n
r
f9
m
r
o
m
a
N
m
0
rn w
n
m
0
o
m
m
0
yi
o
n
m
o
O
o
6
0
o
W
fA
O
m
m
N
N
19
O
Q
^
^
N
N a
N
N
O
N
u?
Oi
nl
r
r
m
W
w
O
O
`o
c n
E �
a E
6
N y
C
O O
U �
m m
c y
U d
m E
C U
d a
as
m c
y o
i0 ac
m m
C c
o
C
iu
-O a
'^ a
N C
O y
U K
C N
O O
U
z O
.. J
C a
Va
O
NO
2
N C
N O
= O
J
N
C LL O
c y
o m
m m
_ � m
N y y
m � a
t ¢ ¢
U '
0 0 0
O n O o 0
o
m
m o
O W O m
N
0
f9 0 t9
lA fA f9 f9
0
0
N
0
0
N
O
N
N
m
m
O
N
m
W
m
N m
N
0
O
W O
r
m
N
f9
m
f9
m
r
m =
vi
.n
0
(n
0
rn w
m
m
0
0
yi
nl
r
r
m
W
w
O
O
`o
c n
E �
a E
6
N y
C
O O
U �
m m
c y
U d
m E
C U
d a
as
m c
y o
i0 ac
m m
C c
o
C
iu
-O a
'^ a
N C
O y
U K
C N
O O
U
z O
.. J
C a
Va
O
NO
2
N C
N O
= O
J
N
C LL O
c y
o m
m m
_ � m
N y y
m � a
t ¢ ¢
U '
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0 0
m C
0
Q
0
0
0
0
0
N
m
m 0
o
O
o
6
0
o
W
C
O
N
O
N
^
^
N
N a
N
N
O
N
u?
Oi
� Z
f9
f9
f9
y
C
m
O
C
y
N
N
O
6
(�
n
a
m
O
^o
m
m
Z
m
m
c
o
E
d
m
>
>
¢
r
u (
y
y
t
Q
m
m
U
m c
�
rn
W
O
E
'
o �
p
O
a i
a
0
typ
N
m
0
N
LL
O
L
U
4
W
3 l
U_
¢
O
y
m
0
W
C
E
y
a
G
o
3
w
O
C
o
a
m
E
m
m
c
m
a
r
[
3
m
m
m
2
V
c
a
E
E
n
¢
g
n"
�•
O
m
a
0
a
p
0
E
O
O
m
c
W
m
m
m
.6
a
m
y F-
U
C
c
N`
O
A
d a
d
u
y
m
m
d
15 J
C
w
'a
d
w
v
c
Z
v
-
C
o
w
°'
.2
o
m
y
E
3
m
E
w
w
m
E
d
a U
w
y
E
W
c
o
c
a
Q
c
a
d
°c a
ti
E
g
o
o
m Z
`
n
mm
N
m
.%
.,d.
W
t
O
td
(J
Y
U
N
ccc
O
O
U
U
A
U
ry
y t5
y
ai
j
y
o i
a
a'
u
(
i
a
¢
m°
w
i
W
V
O
t
0
U
nl
r
r
m
W
w
O
O
`o
c n
E �
a E
6
N y
C
O O
U �
m m
c y
U d
m E
C U
d a
as
m c
y o
i0 ac
m m
C c
o
C
iu
-O a
'^ a
N C
O y
U K
C N
O O
U
z O
.. J
C a
Va
O
NO
2
N C
N O
= O
J
N
C LL O
c y
o m
m m
_ � m
N y y
m � a
t ¢ ¢
U '
w
V
d
�O
L
a
r.+
wC
W
Q
0
J
Q
L J
d Q
(� Z
'd 4
� W
FOR W
V it
•
11
0
0
b
O
O
O
O
d
0
0
0
0
m
0 0
O O
o.
O
r
Z.
p
o
w
r
w
w
w
r
N
o w
N
O
O
m
b
O
O
r
-
m m
10
Q
N
O
O
O
O
O
N
r
0
b
r
m
O
O
0
r
r
m
O
N
N
19
f9
r
t7
N
p
t9
»
N
w
r
^
N
j Z m
m C
C m
b
N
p
O
m
fA
F9
y m
m m
m -
`
f9
fA
1A
N
m
fA
° 1
�
¢
m w
m
b
O
O
b
O
O
O
O
b
O
O
O
O
m
0 0
O
W
N
%
{
O
l
m
{q
{9
{q
M
r
O fq
o
b
o
d
r
m
o
O
O
r
m
m
Ch
O
p
r
d
^
9
b
m
0
p
W
N
m
b
p
�
F9
M
iA
f9
N
ly
m
y 1
m
1
y 1
C
0 0 1
n
6 C
E o
� U
a D 7
y 1
C 1
m
m n �
V
o w �
� y OI 1
c v
Q '= i
a a c
W
O
I
m
u
m
C .
U
O
O
m
O
O
O
O
N
0
0
0
0
m
O O
0
O
f
O
p
I
O{
f9
-
M
f9
f9
Q
O
O fq
O
O
m
b
m
O
m P
-
m m
10
m
N
N
O
O
O
O
N
0
a
r
b
d
0
r
O
N
f9
b
[7
m
m
»
o
w
r
^
N
j Z m
m C
C m
m D
r
17
O
m
u
F9
y m
m m
m -
`
-O
iA
bi
FA
m
w °
° 1
�
¢
m w
m
b
Ei
m
y 1
m
1
y 1
C
0 0 1
n
6 C
E o
� U
a D 7
y 1
C 1
m
m n �
V
o w �
� y OI 1
c v
Q '= i
a a c
W
O
I
m
u
m
C .
U
O
O
r
0
0
0
0
0
0
0
0
0
0
0 0
0
O
F
m
Fq
H
O
f9
O
i9
bi
F9
O
O
O I
m
O
m
b
m
O
m P
m
m m
10
m
O
m
O
N
O
O
N
0
a
r
b
d
0
m
N
iA
m
m
m
Iq
o
N
r
tq
N
j Z m
m C
C m
m D
r
N
N
m
u
f9
y m
m m
m -
`
-O
H
F9
f9
w °
° 1
¢
m w
m
b
Ei
m
y 1
m
1
y 1
C
0 0 1
n
6 C
E o
� U
a D 7
y 1
C 1
m
m n �
V
o w �
� y OI 1
c v
Q '= i
a a c
W
O
I
m
u
m
C .
U
0
0
0
0
0
0
0
0
0
0
0
0
0
0
m L
y [
[C
m
O
m
m P
O
m m
10
m
E n
O
Q
O
O
0
a
i
n c
c o
o
r
tq
N
j Z m
m C
C m
m D
D L
m
u
y m
m m
m -
`
-O
9 w
w c
co m
w °
° 1
¢
m w
m
b
Ei
d
m
y 1
m
1
y 1
C
0 0 1
n
6 C
E o
� U
a D 7
y 1
C 1
m
m n �
V
o w �
� y OI 1
c v
Q '= i
a a c
W
O
I
m
u
m
C .
U
if
6
CO m D P
0 5 6 4 L
D
y
m
m
m Of N
N b �
m b Q
m m N
N N N
m d b
O b t7
b �
M N b
d m b
f0 N b
N O
O b I.j
� H
Yi
N m m
N r O
m m
Q r m
d r N
n m m
m m v
» w
l7 d N
N N
m N pl
m N N
t7 b
m N
O 1
O
n
O
m
6 y
6 m
a z
z
m m
m E U u
p c W o
o = 'p a`
m m a S
y a o t
O
O C y m m
m m A m p
t n w
U U y k m
`o Dc m a a
O V
m D 0 0 m
W
v m m
a c L m
m c a
I-
a
2 0 01 m c a U
0
U Q C fO W W F (L
O
C O
LL
_ L
� b
S V
Z
•
o
Z
m
m L
y [
[C
m P
m m
m
E n
P-
n
a i
0
a
i
n c
c o
o
j Z m
m C
C m
m D
D L
y m
m m
m -
`
-O
9 w
w c
co m
w °
° 1
¢
m w
o 0
m ¢
Ei
y
m
m
m Of N
N b �
m b Q
m m N
N N N
m d b
O b t7
b �
M N b
d m b
f0 N b
N O
O b I.j
� H
Yi
N m m
N r O
m m
Q r m
d r N
n m m
m m v
» w
l7 d N
N N
m N pl
m N N
t7 b
m N
O 1
O
n
O
m
6 y
6 m
a z
z
m m
m E U u
p c W o
o = 'p a`
m m a S
y a o t
O
O C y m m
m m A m p
t n w
U U y k m
`o Dc m a a
O V
m D 0 0 m
W
v m m
a c L m
m c a
I-
a
2 0 01 m c a U
0
U Q C fO W W F (L
O
C O
LL
_ L
� b
S V
Z
•
O
C O
LL
_ L
� b
S V
Z
•
•
•
V
O.
L �
a
C
d
J
Q u
O�
d �
0 �
� e
4/
td '
3
C �
O
'L
v Q
C�
O
O
O
V
O
O
O
O
N
O
O
O
n
O
O
O
N
N d
O
O
n
m
u>
O
f9
^
19
f9
O
I9
r
Fq
Fq
Fq
m
N
O
fq
m
O
n
I7
^
O
o
m
N
0
O
V
N
m
o
O
O
N
m
m
l
m
o
m
a
N
m
0
o
t9
lA
t9
N
m
o
c
n
p
n
S
N
N
N
a
c
N
c
m
Ip
o f
O
m
N
`c
m
m
N
(q
N
d
^
f9
o
N
m
N
A
m
m
O
lA
CO
bi
19
(A
O
�
O
f9
f9
f9
N�
Nf9
N
m
N
f9
�
W
O
O
O
m
0
0
0
0
0
G
O
O
N
O
O
O
m
O
O
n
Ig
u>
m
w
w
Ci
In
m
(9
m
m
m
N
N
O
N
m
N
N
n
<
(q
N
o
C
d
Lx
�
^
O
o
m
N
0
O
V
N
m
o
O
O
N
m
m
l
m
o
m
a
N
m
0
o
t9
lA
t9
N
m
o
c
n
p
n
S
N
N
N
a
c
N
c
m
Ip
o f
O
m
N
`c
m
m
N
(q
N
d
^
f9
o
N
m
N
A
m
m
O
lA
bi
19
(A
O
�
O
N
m
N
�
�
O
O
O
O
O
O
O
O
m
0
0
0
0
N
O
O N
m
N
O
O
n
Ig
N
N
N
Ip
(g
C
O
W
m
f9
O
(9
m
m
m
N
N
O
N
m
N
N
n
<
(q
N
N
d
Lx
m
^
O
m
m
0
O
V
N
m
O
O
O
N
n
N
�
m
m
fA
N
m
0
4
t9
lA
t9
N
�
m
�
O
0
0
O
O
O
O
O
O
O
O
O
m
N
O
o
0
m
O
m 0
f
O
tq
n
W
N
O
(9
m
{p
Fp
Yi
m
m
O
W
N
N
d
Lx
m
O
m
m
0
O
�
V
d
y
N
n
N
O
m
m
m
N
m
0
4
p
o
In
N
C
o
a
C
n
'a
c
S
c
N
N
a
c
N
c
m
Ip
o f
c
o
`c
Q ,
O
'
d
o
A
o
0
O
J
5
O
O
O
N
O
O
O
O
N
O
O
O
m
O
O
O Y
O
t
O
l
f
O
I9
N
tq
tq
IA
m
m
O
f9
m
O
m
O
d
Lx
�-
v
Q
O
m
0
Y
�
O
d
y
N
�
v
m
c
'
N
N
m
0
4
p
o
In
N
C
o
a
C
n
'a
c
S
c
N
N
a
c
N
c
m
Ip
o f
c
o
`c
Q ,
O
'
d
d z
N `
N I
I
N �
c � [
� o I
j
N 2
n N
a O i
a I
o � u
F - I
v 'a
F N n
F O '= 0
U
o w �
G = I
� H C
W
- � u
O
v
d `
u
G '
W
O �
U
c
n �
i O
a
i c
F F
m
t m E
1 C T
m a
C_
N a N
i N
I V G a
Q C m I
r O N
m O m
m * r
m r
� � N
m
r N m
� � H
V
D N
W O
O o
a o
O t
w �+
J
m dd
n
7
I
' F N
I.. d
m a
f,
i c Q U
� Q
E J T D
O V
j O
O
U LL
C t
' N
� U
n Z
0
N
N
m
¢ �
E
d
Lx
y
n
v
Q
a
0
an
c
d
y
m
V[
I
v
m
c
'
N
N
6
D
C
m
N_
K
W
N
N
C
o
n
'a
c
S
c
z
m
c
m
o f
c
o
`c
Q ,
O
'
o
A
o
0
O
J
5
O
c
n �
i O
a
i c
F F
m
t m E
1 C T
m a
C_
N a N
i N
I V G a
Q C m I
r O N
m O m
m * r
m r
� � N
m
r N m
� � H
V
D N
W O
O o
a o
O t
w �+
J
m dd
n
7
I
' F N
I.. d
m a
f,
i c Q U
� Q
E J T D
O V
j O
O
U LL
C t
' N
� U
n Z
V
d
�O
a
M
C
O.
W
d
0
L
d
RS
a
C
7
9 •
•
•
n
N
Nl
b
N
b
O
d
N
d
N
n
n
Vl
N
�
N
b
N
H
fA
m
N
THEc
5 (q
r..
N
n
0
0
0
O
O
O
O
m
0
0
0
O
O
O
m
m
m
b
m
O
tq
l7
(g
(g
O
fA
m
fq
m•
1p
m
ip
O
f
n
N
M
N
n
O
n
O
d
n
O
m
d
d
d
a
O-
^
m
o
d
t7
d
m
o
n
O
N
d
N
O
m
m
N
O
M
m
i9
N
N
m
N
Q
�p
H
O
N
06
r
m
N
f9
f9
�
d
c
o'
O
O
N
O
O
O
O
m
G
O
O
N
O
O
O
N
m
n
N
v0i
O
W
N
Fry
Iq
O
W
O
Fq
fq
M
N
Cl
O
(A
d
N
t7
m
:Q
O
O
N
O
O
0
O
N
n
m
`y
O
m
O
w
m
0
m
N
m
b
O
n
d
N
-
d
m
N
N
l7
N
p
Z
m
(q
n
f9
N
f9
N
m
p
p
�
t9
f9
f9
N
^
c
C
m
O
O
m
O
O
O
O
m
O
O
O
m
O
O
O
n
m
b
C
o
C6
n
m
f'J
m
N
d
Cl
m
N
p
f9
m
lA
N
N
m
N
O
N
O
O
m
N
m
O
n
u)
N
to
l9
N
s9
(A
m
m
N
O
O
m
O
O
O
O
N
O
O
O
n
O
O
O
m
N
n
Omi
O
f
N
m
m
O
w
O
f
f
f
m
N
O
f9
N
N
d
N
O
OR
O
O
m
0
0
m
n
d
O
m
O
O
W
N
R
O
n
m
d
n
n
d
N
r
N
d
N
m
m
m
m
y
n
1A
m
f9
N
N
N
m
N
d
of
O
f9
f9
f9
f9
N
m
j
N
t9
f9
^
to
y
�
u0i
O
c
m
O
C
m
n
a
E
z
m
3
o
E
°
w
a
o
m
16
a
7
O
c
N
o
W
a
O
f
L
_
¢«
v
N
H
m
U
U
cc
W
3
LL
V
m
m
m
¢
p
m
m
J
d
m
m
c
o
c
0
cc
1
in
2
v
L
E°
n
L
°•
w
D
m
m
m
a
�
¢
J
a
o0
y
w
3
��
m
m
m
o
c
a¢
2
m
O
12
LL
cm
a
c
°
w
E
n
a
)
m
m
m
a
`
0
°
x
b
.-
Z
¢
c
Q
V w
i
U
°
m
c
c
0
¢O
a
c
a
y
o
m
_
O
m
m
C
C
m
N
C
m
Z
a .
o
c
.E=
J
a
0
W
'
o
i
a
cc
Z
U
9
c
w
m
o
y
m
m
c
3 °0
w
'« O
p
w
o
w
mo
m
2
2
o
Ot =
m
�
Q
m
v
d
w
.
a
m o-
c
c
a
u c
J
q p
w
y
°¢
v
v
°¢
6
w
w
'o
'o
=
•'- a
m°
a
OF
V
¢a
a
W
V
O
is L
•
•
a owt
noppq
June 1996
APublication of the Orange County Water District
RECLAIMED WATER FOR DRINKING?
Reclaimed. Reused. Recycled. Even Southern California, the region needs to
"Repurified." No matter what you call develop approximately 1.1 million acre -feet
it, it is still treated wastewater. With the of new water supplies by the year 2000 to
growing need to increase water supplies, sustain our growing population during
and the advancements in treatment prolonged drought conditions.
technology, how do water providers
promote this new source of drinking
water to the public?
In this arid region of Southern Cali-
fornia, our water supply is becoming
increasingly unreliable. According to
the Metropolitan Water District of
In response to projec-
tions of future
droughts and water
shortages, local water
agencies, including the
Orange County Water
District (OCWD) have
been evaluating
reclaimed water for
increasing local water
supplies. OCWD is a
pioneer in the use of
Investments to make water more reliable
must be seriously investigated, and re-
claimed water is one of the best "new'
sources on the horizon. Wastewater recla-
mation has proven to be economically and
technically feasible, and has gained wide-
spread support among industry experts.
CURRENT AND PROPOSED PROJECTS
RO membranes used at Water Factor�y21 filter
out Total Dissolved Solids.
treated wastewater for
augmenting local supplies. The District has
• been successfully operating reclaimed water
projects since 1975, beginning with Water
Factory 21, and more recently with the Green
Acres Project, initially completed in 1991.
Water Factory 21 is an important part of
OCWD's approach to reducing dependency
on imported water by providing approxi-
mately four billion gallons of water a year.
The Water Factory treats secondary effluent
using a series of advanced wastewater
treatement processes including lime
recalcination, multime-
dia filtration, carbon
adsorption, disinfection,
and reverse osmosis.
The product water is
blended with deep well
water and injected into
the groundwater basin
to maintain a hydraulic
barrier against seawater
intrusion. The injected
water has consistently
met or exceeded water
quality requirements set by the Depart-
ment of Health Services.
The Green Acres Project currently delivers
more than one billion gallons a year of
reclaimed water to 28 end -user sites. The
water is treated to meet Title 22 require-
ments for agricultural and landscape
irrigation, and industrial uses. OCWD
plans to extend the service reach of the
project and increase production to more
than 1 1/2 billion gallons a year.
� k
i
i
13
CURRENT AND PROPOSED
PROJECTS (CON'T)
In an attempt to develop a new, cost -
effective, reliable local water supply,
OCWD and the County Sanitation Districts
of Orange County (CSDOC) are jointly
evaluating a large -scale reclamation project
that will produce reclaimed water primarily
for groundwater recharge. Consistent with
its commitment of improving and promot-
ing new treatment technologies for purify-
ing treated wastewater, OCWD will incor-
porate various emerging advanced tech-
nologies, such as microfiltration (MF),
reverse osmosis (RO) and ultrafiltration
(UF), to remove virus and bacteria, total
dissolved solids and total organic carbon.
The proposed Orange County Regional
Water Reclamation Project would convey
the highly treated water to OCWD's exist-
ing recharge facilities in Anaheim for
percolation into the groundwater basin.
In a related project in Los Angeles, the city
Department of Water and Power, has
received approval from the state Regional
Water Quality Control Board to use treated
wastewater to replenish the San Fernando
Valley groundwater basin. The project
would pump secondary treated wastewater
to spreading grounds near Sun Valley to be
mixed with mountain runoff and percolated
into the ground to resupply the aquifer.
The water would be further purified as it
sinks into the basin, taking nearly five years
to make it to drinking water wells.
HEALTH, SAFETYAND PUBLIC
PERCEPTION
Officials agree that highly treated reclaimed
water is safe. "I'm not aware of any docu-
mented health problems from the use of
reclaimed water," says Bob Holquist,
supervising sanitary engineer for the state
Department of Health Services. "There's no
question reclaimed water is going to play a
role in supplementing our drinking water
supplies."
MF units remove suspended solids and bacteria.
Reclaimed water's reliability and feasibil-
ity are not the question, however. The
question is whether the public is willing
to accept it. "There's always the image
that reclaimed water is wastewater in
origin," says OCWD General Manager,
William R. Mills Jr.
The San Diego County Water Authority
and the City of San Diego resolved their
situation by calling their reclaimed project
water "Repurified Reclaimed Water." The
perception that they are taking already
reclaimed wastewater and further "puri-
fying" it to drinking water standards has
curtailed negative public acceptance
problems. San Diego also supported their
project with a comprehensive community
outreach and education program.
Like San Diego, many water agencies are
developing extensive community out-
reach programs to educate the public
about the uses of reclaimed water. The
Dublin San Ramon Services District in
Northern California plans to recycle
wastewater into drinking water. Con-
cerned that people would find the idea
hard to accept, District officials mounted
a $40,000 public relations campaign to
foster community support.
"If you tell somebody that they're going
to have to drink recycled toilet water, the
gut reaction is, 'No, I'm not, "' said Jim
Kohnen, president of the District's Board.
"We're in an educational process to show
that reverse osmosis is a duplication of
nature's way of cleaning water, except
we're doing it faster."
The Orange County Water District is also
participating in a public education program.
Representatives from its speakers bureau
regularly attended civic and community group
meetings to discuss the uses and advantages of
recycled water.
hr addition, OCWD is currently coordinating
with the regulatory and scientific communities
on a three -year effort to conduct the Santa Ana
River Water Quality and Health Effects Study.
The water OCWD receives from the Santa Ana
River during the drier summer months is
mostly wastewater in origin. The District
captures nearly all of this water for percolation
and recharge into the groundwater basin,
converting it to drinking water. The Study will
document changes in the quality of the water as
it passes through the River system, with em-
phasis on the benefits derived from natural soil
filtration. Such data will generate the informa-
tion needed for regulatory approval of OCWD's
proposed Orange County Regional Water
Reclamation Project.
TAKING ACTION
Clearly, Southern California must come up with
a solution for increasing its protection against
prolonged drought and water shortages, and
reclaimed water is one of the most reliable and
cost effective solutions. If water leaders are to
get community support for current and future
reclaimed water projects, the public must be
educated on the differences in the levels of
treatment, and the safety, of reclaimed water.
In addition, water districts, cities and commu-
nity leaders must actively promote the use and
support of reclaimed water, and continually
inform the public of the importance of re-
claimed water as an alternative to meeting
future water supply needs. Through the coor-
dinated effort of all agencies committed to
promoting and using this resource, along with
the advancements in treatment technologies,
the use of reclaimed water for drinking pur-
poses will be one step closer to reality.
0
GREEN ACRES PROJECT
EXPANDS
One of the first carpet dyers in the nation to
use recycled eater for its dyeing process came
on -line in Santa Ana with water produced by
the Orange County Water District's Green
Acres Project.
L �
The recycled water mill be supplied through a separate
pipingsystem directly into the large stainless steel -vats
in which the dyeing process is completed.
Chroma Systems, a carpet dyeing facility
which produces more than 8 million square
yards of carpet a year, will be the city's largest
recycled water customer using up to 400,000
gallons per day of recycled water. In addi-
tion, they will use the recycled water to
irrigate their front landscape area.
The company will use the water 24 hours a
day, five days a week, saving enough drink-
ing water to supply more than 2,000 Orange
County residents for a full year. "The use of
recycled water is vitally important for Orange
County, because it reduces the reliance on
drinking water supplies, "said OCWD Board
President, George Osborne.
OCWD has been working with the City of
Santa Ana for five years on the Green Acres
Project. Green Acres, which has been produc-
ing water since 1991, provides 28 sites with
recycled water. The OCWD treatment plant
receives secondary- treated wastewater from
the County Sanitation Districts of Orange
County, further filters and disinfects it to
meet water quality standards, and distributes
it for irrigation and industrial purposes.
WA• R FESTIVAL SUCCAS!
May was Water Awareness Month in California and, for the third year, the Municipal Water District
of Orange County and the Orange County Water District, together with their member agencies and
cities, sponsored the "Go With the Flow Water Festival" at Anaheim Lake on Sunday, May 19.
Attendees and race participants were entertained throughout
the day with the 5K run, family fun run, environmental expo
with live critters and hands on activities, and live entertain-
ment, including the Alpo Frisbee Dogs and the Dusty Rang-
ers. Football great and former Rams quarterback, Vince
Ferragamo, also made a special appearance at the event to
start the 5K and hand out awards!
r
a
Imo'
•
•
lee
porx-t
Orange County Water District
P. O. Box 8300
Fountain Valley, CA 92728 -8300
William R. Mills Jr.,
General Manager
The Groundwater Report is a
publication of the
Orange County Water District.
For additional copies, please contact
Groundwater Report Editor
Marisa Bellisimo at (714) 378 -3200.
Printed on recycled paper
Children are entertained by OC Harbors,
Beaches and Parks' "Dusty Rangers ".
•
r
r
r
C)
cr
0.
Z
o
CD
--%
o
OWN
CD
CD
0
CD
,-4-
•
r
r
r
N
rn
0
C7
m
m
0
0
0
3
0'
2)
n
W
3
0
CD
CD
0
C
C N'
�. CD
DCD
00
0
�Q
CD 0
� n
0 0
C
CD
0
0.
CD
v
O
0
0
C7
CD
CD
CL
0
CD
Q. -0%
CD Cf)
D �
CD
-� CD
CD Cr
C
0
CD
0
(D
fJ
07
CD
CD
U)
C
CD
Q.
M
3
cn
O
0i
N�
CD
n
W
C7
CD
CD
C
O.
CD
CD
N
9
CD
CD
i
w
cn
I�
ib
R
6�lqik�
v .
N
o
0
_
�•
o
(D
D
O
3
CD
o'
cn
I�
ib
R
6�lqik�
v .
N
m
G7
t.
® e
w
w
c
=r
W
--�
--a
= CD
cD
3
o
W
-
-o
O
3
�.
C:
m
G7
t.
® e
cn c
r4, o
cD =r
3
0
0
--j
CD
C�
O
O
CA
CA)
..
WEWE
CD
CD
w
CL
CD
a
CD
(C) CD
O
O
`J
CD
r
w
CD
G
CD
O
f-.4-
U)
X
CD
LD
CD
0
CD
D
c
O
CD
a
00
CD
4.
CD
CD
cQ
OD
O
0
0
3
cn
0
CD
CD
90
O
CD
CD
Cn
CD
(Q•
CD
Cn
cn
C7
ch
3
3
60.
�.
Q
3
O
0
0
C
3
-0
�-
c
0
3
m�-
O
CD
CD
90
cn
CA
D
0
UT
C:
(n
_0
�
O
�
N
cf)•
O
CD
"
Cb
<
O
n•
C9
O
CD
O
C�
O
O
CA
CA)
..
WEWE
CD
CD
w
CL
CD
a
CD
(C) CD
O
O
`J
CD
r
w
CD
G
CD
O
f-.4-
U)
X
CD
LD
CD
0
CD
D
c
O
CD
a
00
CD
4.
CD
CD
cQ
OD
O
0
0
3
cn
0
CD
CD
90
O
CD
CD
Cn
CD
(Q•
CD
Cn
cn
C7
m
CD
w
0
=T'
z
0
EO
MCD
l%
(D
0
r�
0
PL)
m
z
0
U)
■
wig
. . . . . . . . . . Yb
CD
F
CD
Cr
f-+
CD
CD 90
CD
CD
90
r-+ 00
m
CD
w
0
=T'
z
0
EO
MCD
l%
(D
0
r�
0
PL)
m
z
0
U)
■
wig
0
O
I
w
r-+
CD %
CD
0
0
--L
0
cn
3
CD
CL
0
0
(n
0
C)
0
w
CA)
0
o
O
O
m
(n
3
CD
0
3
-T
0
:3
0
co
co
A
0
0
=3
r-+
0
r-+
I
O
0
r-+
0
cy,
CD
,:-I
0
CD
U).
LO
0
Z
(a
3
7*
C:
0
cn
CD%
CD
CA)
cn
co
co
C)
CD
Fn
0
:3
0
0
0
:3
:3
CD
0
=3
0
m
w CD
0
z
0
cn
CA)
PO 03
CA)
C) r\)
0 416
0
n
CD
3
CD
CD
CD
(n
0 f-t
-0
CD
CD 4.,
w -
o 00
C)
:F
0
z --+%
0 (D
C.0 CD
0
D
(a
x
■
(D
CA)
RO
w
-0
CD
Tea
CD
co
n
-n
to
o
O
00
Q
Q
0
�C
QL
CD
C
CD
n
n'
O
-
0
O
go
Q
77
CD
�
p
(Q
Cl)
CCD
z
O
�L
N
�• CD
C
n
J
O
l
3
O
CD
90
PAM
•
K, '1
�
>J'
}
a
A a
t
r,
It
�L
N
�• CD
C
n
J
O
l
3
O
CD
90
PAM
•
K, '1
�
O
U
m
o
C� CD
Q
�• 0
U
0
CO 0
co
�P CD
O
0
cy
CD
CA
CA)
O 0
=5 CA, n CD
0. 0 CD =y-
O o N
o CD
O
n m
n,..,. D CD
-t CD CD
O CD �.
'{ -60
CD C.0
C W P
-P
CD CO
CO
•• N
a�
v
CD
c
N
CD
al-
0
CD
cn
CD
CD
O
CD
3.
CD
a.
0
CD
0
CD
i
Q
Q.
0
CD
CD
cn
O
--h
X
CD
CD
r
CD
O
QL
O
CD
n
CD
CD
D
CD
C3)
CD
f-«
CD
-v
CD
O
O
COLD
(Q
CD
Z
0
CA)
�.d
c
i1
t f; qm
t ?1,
-p
2 '
-
i
Z6
•
1;
-o
' 1
mm
\ V
0
�
W
`✓
r♦
zT
?D
Z
CL
°�
o
-h
0
m
IV
�
O
•
1;
z o 0 x 0
_. O O 0 CD
� CD N C
CD
cn y
r* CD
CD
3
CD
FA-
Ric
6w,
U)
r+
O�
0
U)
Cn
:-s
CJ�
O
T1
VJ
-0 cQ 0
O
cr c :3
3 Q
C. 0
CD O
cn CD
CD
CD
Q CD
CD O
CD :'
CD
CD CD
COD
90 -h
-0 O
3
CD C_
:3
CD Cl
-,, CD
r+
n
O
U)
r+
0-
O
n
3
CD
r-.
Q
C7
O
r+
C=
n
r-F O
0
CD
cn
n
O
cn
Z
3
r+
90
cn
0
O
N
0
CD
Cn
to
W
00
O
O
cn
CD
r+
O
CCDD
CD
W
�U
CD
r+
CD
CD
C3�
O
O
COD
rt
O
co
z
sjs
i l
l �
Y F V ; J' ' Y
it
cn m -- 0
m m =T o
:3
<. _
(n
cn
o
�-
CD
3
�-
D
CD
o�
CD
V
": rr
..
U) < <
2) w
C: C-
®. cu
C-
cn
t'.
0
0
c
0
:3
(n
c
0
O
0
(1)
400
9w
Q-
77"
0
0
zT
90
Cl)
0
I
W
U)
(C)
0
0
:3
cn
(C
3
90
U)
0
CD
0
CD
(n
w
co
cn
N)
co
Cl
a
0
cn
0
r-q.
0
3
CD
f-+
CD
CD %
CD CD
> M
< o
CD c
go r-4-
(D
C/)
C:
CD (D
CL
Z
CD
0
0
CD
CL
r-4.
0
Cl)
CD %
(A)
0
3
CD
r-4.
CD
CD
O
CD
CD
r-4.
67
I
mi"I'l
CD
CD
M
0
3
CD.
CD
CD
CD
(0
CD
CL
<
__7
11
lam :
N
1
I' 4 J3a
' r
r °L
7. 1
r '
C
}
b
I
o.
A.j
°
L -
'S» 1
1
lam :
N
1
I' 4 J3a
' r
r °L
7. 1
r '
C
O
p
p
3
°
L -
1
lam :
N
1
I' 4 J3a
' r
r °L
7. 1
r '
i
C
O
p
p
3
°
3
0T
CD
i
n 0
0 CD
cn cn
Q a p� O
C) n
3
-0 r-+ pp
CD C -
0 0 �
0 go
�
cn
�--� -i
C. N 0 'O
0 O
�G C:
O CD
C
Q0 O C
O N.
Cn
F&"^
.-AEA
U7
O
C0
v
N Ul
W
TI
0
cQ
90
CD
CD
►•A
cn
cn
n'
CD
O
CD
O
N
n'
CD
CD
CD
.-,.
CD
Q
CD
C
CD
CD
cQ
CD
O
C
O
CD
r
OL
CD
O
S
Q
0
cD
CD
0
CD
n
CQ
CD
Cn
li
i
ox
M
f
n
CD
m
CD
3
Cn
-O
cn
�.
3
n
0
O
CD
N
-P
r
A
i
mo
--ft
0
3
_0
cn
0
0
:3
CD
90
--i
CD
F
3
CD
V
C:
3
_0
90
;z
0
r-*.
0
cn
4E L w
CD
-4%
0
n n
O O
i i
O O
\ /
( /w,
V/)
V
0
O
O �
O r-i-
O
N
C)
0
CD
(i) •
O
1
3
90
cn
0
O
cn
CD
�
CD
cn
V
O
N
w
Cr
V
3 c cD
0-
3 CD
0 cn
O
�• CD
�T
0 0
CD 0
V
CD CD
r+
\Q° 3 CD
0 �\
CD 0
3
0
cn
CD
0
c
cn
rf
C.
s
m
CD
cn
CD
a
w
cn
CD
a
V
•'
C
0
CD
0
3
T3
•V
O
D
co
w
F-i
]CD
I
3
O
V
O
CD
90
CD
1
Y
<
V
CD
�j
�l
C
V
CD
V
N
cn
3.
cn
O
O�
O
0
CD
3
O
T
V
CD
ems"
QL
CD
CD
CL
`D
`
•
••O
C/)
�.
D
CD
CL
(i)
�'
I''
N
L
L•
J
•
,1`
"; ' 2
_7L
i1
1
�
i!4
4
k 1.
if
4 %1
��T A
iylf�i
iiP R i �. S
ij
i
k
'$
k
J I
t j
4
Id
il.�f436"
k11 �I'� il'
r L. 1r
r 1'.
S
C!)
O C7
a0
O
0
o
O
CD
0
=
<
t!)
, CD
CD
CD
CD
CD
<
CD
Q
O
D
CD
CD
CD <<
N
L
L•
J
•
,1`
Q -�
CD
cQ �
m cn
0 m
�• cn
5.
c0 r
R�
G
0
CD CD
9
0
c�
CD
QL
D
2)
0 m
n
o
o
m o
9L <
Cl) CD
m
cn
CD
cv
1%
CD
r-+
CD
wi
0
CD
CL
0
cn
D
w
c�
Q
cn
0
CD
D
-G Cn
M
-o
D CD <
w o
O
m
CD
CD
cQ
QO
0
cn
X
o'
0
Q
cQ
® ■
C�o m DO m D 0 D
C: CD (D CD
3 _CD CD
(D 'a CD � = CQ :3 N
w . Q°
Q O p tV
N X0
0 �• �.
�° O �• (-N a
CD 3 0 CD
0 -0 CD CD
o 3 m 0 CD CD
sv
3 CD
CD
CD 3 -.0 n Q?
CAD �CCDD CD
Q 3
_ r
c� m
CD w
Q. m
a
N
co Cf) � o o G)
cQ' CID
fin, -,�a3r
-�, �-
3 -0 3 z3 5'
0 _ CID
CD m � D (Q O (D DO
U) C CIO CQ =} O (D
C-0 CD
0
CD CD cn O
CD N W O �.
_0 Cn c 3 Qo
CID sv cC Q. CD CD _ C:
,—i- �•
> O m (n A�
CQ CD w =3 3 < o
CID W n
- m
�
(10 co CID Z3
CD r
CD
0
CITY O
`F
t
k--Spt'
CD CD
(C)
CD
Yi
A
3
CD
G)
0
w
O
CD m 0 0 0 0
CD : :37 =T
�(o.zzzz
Q g°
W
N) > 90 s °�
w -o go
% - C 0
o w
o 3
o° C CD
n CD
CD 0
O N N W W N z
W cn o O W GJ %.1 0) '-►
C) N O �4 N n
C) O Cal O O Cn --4 O
O Cal CD O O m� W O
0 0 0 0 0 0 0 0 D
+ i'4
n CD
O
co W
1 -Gs -co -Gq rd!) U)
o N W C
W N
-Pb. • D M M 0
Ul O -1 -P Cal w co Ln m c
¢' 0 0 0 0 0 0 0 0
N I
>
(D
n
(C)
Q0
(
(.0
m
(A
.p
CA)
9
c
O
c
O
i
O
5
n
C)
n
CD
CD
CD
CD
cn
--
CD
m
r.
C/�
CD
cn
\V
CD
O
O
O
,..,_
rw
3
,. t.
w
3
/�.�"�F
�`/
3
M
CD
N)
000
O
�cfll.
O
co
O
g
_N
O
O
O
O
O
O
O
O
C-11 o
Jtl
W
�
o
CD
-� cn
CD
U) Q
-0
0
CD
3
l -L
.l Os -Ga
0) N W
m 00
_m 1
O O O
r.7.,
CD CD
CD 0
o. z
-� o
c D co
_0 90
c
w
0
-&^7
Cn
CD
O
O
O
O
N
6s
6s
f�9
W
W
N
00
j
O
Un
O
N
-1
00
CJl
N
-•-�
O
N
W
m
m
_N
W
(D
N
--J
O
(O
Cif
m
co
0
0
0
00
M
CD CD CD
0 0 0
0 0 0
W N
90
Cl)
CD
r
CD
co Ul co
-P C.0 W
CA) 00
c o o
�j
1 CD
• W
1
bl
1
D
c
W
--�
N
-�
Cn
W
(D
N
--J
N
(D
O
O
O
d7
1
bl
1
, w
oil
L
0
momo
c
0
0
0
3
=
(n
(n
3
W
0
0
CD
(D
0-
0.
:E
CO
CD
CD
cn
W
w
w
CD
< .
-,%
G)
z
m
M
�0.
cn
Q
G)
CD
3
co
3
CD
0
Z
D
co
0
CD
-Ga
cn
C7
cn
cn
T
v
-69
=7
-69
-n
�4
z
cco o
0
q)
co
ol
-4
C.0
CD
(D
4!h,
CD
C)
,4
0
0
0
cn
C)
IV
C:)
C)
C)
UI
Co
C)
ro
C)
0
-4
0
0
0
co
(p
CD
-.L "
CA) 0
C)
CTI
, w
oil
L
Projected Cost
(thousands of dollars)
H N N
Ur C s O n
O O O O C
O O O O O
N O C O O C
199L93
1993.94
1994 -95
1995.96
1996-97
1997-98
1998.99
1999.00
20M.01
K
m
200243
2003 -a4
2004 -05
2005 -06
200607
2007.08
2008.09
2009.10
2010.11
L
1
`.
n
K
w
i
O
tK
O
h'9
rX 1
!" r
a�
el-
a
Ed
CD
O
'7
eyr-
W
eD
n
�
a
C
c A
O
w
p
a
n
m n
M d
a
m
,
k
m
T
3
a
—
aay o0
og^
c o
0.�
O
b
O
j
L
1
`.
n
K
w
i
O
tK
O
h'9
rX 1
!" r
a�
el-
a
Ed
CD
O
'7
eyr-
W
eD
n
R
C:
CD
CA
Cl)
0
ft
U)
. I
Al
rimli
too*,,.
3 Ill'
rimli
too*,,.
0
•
TO
W0i349
AUG 2 6
Mayor & Members of the City Council
Public Works Department
.Lugust 26, 1996
CITY COUNCIL AGENDA
ITEM NO. in
C
C I
SUBJECT: AMENDMENTS TO PROFESSIONAL SERVICES AGREEMENTS FOR
GEOTECHNICAL, ENGINEERING AND CONSTRUCTION
MANAGEMENT SERVICES FOR THE 16TH STREET RESERVOIR
AND PUMP STATION AS PART OF THE GROUNDWATER
DEVELOPMENT PROJECT
RECOMMENDATIONS:
If desired, authorize the Mayor and the City Clerk to execute
amendments to the original Professional Services Agreements, on
behalf of the City, with the following firms:
1. Converse Consultants Orange County (C- 3004 -A)
2. Carollo Engineers (C- 3004 -P)
3. Daniel Boyle Engineers, Inc. (C- 2961 -C)
BACKGROUND:
The City of Newport Beach previously approved several professional services
agreements with the geotechnical, consulting engineering and construction
management firms listed above, to design facilities and monitor construction
activities for the various components of the Groundwater Development Project
at the 16th Street Reservoir and Pump Station site.
During the course of construction of the 16th Street Reservoir & Pump Station,
changes in the scope of the project have slowed the completion of the facility.
These changes include redesign of the disinfection facility at the 16th Street
Pump Station, contractor materials delay, extra earthwork and unforeseen field
conditions. The added contract time has extended the Reservoir completion
date from May 1996 to January 1997. Geotechnical work and construction
management have continued to be required during the time extension. The
scope of work for the original consultant contracts did not anticipate the time
extension. The agreement amendments provide for the services necessary to
complete the project. The added costs for these amendments were included in
the revised Groundwater Development Project cost estimate that was presented
at the August 12, 1996, City Council meeting and do not increase the overall
cost of $23.7 million.
a 0
August 26, 1996 - Page 2
Amendments to Professional Services Agr`e`ements
Groundwater Developmenj Project
DISCUSSION:
Converse Consultants Orange County..hzs -been -the geotechnical engineering
firm for the 16th Street Reservoir and Pump Station. In addition, they have
provided field monitoring services for Reach Nos. 2, 3, Utilities Yard
Improvements and the well sites. The amendment to Converse Consultants
agreement will allow for the geotechnical services to complete the 16th Street
facilities and Reach 3. In addition, because of Converse's current experience
with the Utilities Yard and Reach 3, additional services were requested for the
completion of the final Utilities Yard Improvements and Reach Nos. 3a and 3B.
The hourly rates for services approved in the original agreement by City
Council on April 28, 1994, will remain in effect for this amended work effort.
Carollo Engineers is the design consultant for the 16th Street Pump Station
and has performed a series of additional design and structural services related
to the redesign of the pump station's disinfection facility and its piping. The
effort originally envisioned for the design /build approach to the redesign was
considerably less than what was required. The original envisioned redesign
effort was to take no more than three months to complete. Because of several
required design modificaations to the electrical, telemetry, structural,
mechanical and architectural components of the pump stations that were
included in this redesign, the consultant's effort took almost nine months. The
consultant was asked to include additional design/ construction services for the
installation of the revised disinfection facility. The hourly rates for services
approved in the original agreement by City Council on September 25, 1995, will
remain in effect for the amended work effort.
Daniel Boyle Engineering, Inc., is the construction management firm for the
installation of the 16th Street Reservoir and Pump Station. The redesign of the
disinfection facility associated with the Pump Station has caused the contract
to extend beyond the original project completion date of May 1996. This
amendment to Daniel Boyle Engineering's original agreement will allow the
construction manager to continue their efforts for the remaining six months of
construction. The firm has provided construction management, inspection and
resident engineering services during the first eighteen months of the project.
The hourly rate for services approved in the original agreement by City Council
on January 9, 1995, will remain in effect for the amended work effort.
The proposed services will be performed under an amendment to the individual
Professional Services Agreements which provide the required services that are
summarized as follows:
GROUNDWATER DEVELOPMENT PROJECT - GEOTECHNICAL
INVESTIGATION & FIELD CONSTRUCTION MONITORING
CONSULTANT: Converse Consultants Orange County
TERM: Extended to July 1997
FEE: Original contract fee, including two change orders, was
$215,400 and the amended contract fee is $101,800, for
a total fee of $317,200.
SERVICES: Geotechnical Investigation and Construction Services
•
•
August 26, 1996 - Page 3
Amendments to Professional Services Agreements
Groundwater Development Project
• 2. GROUNDWATER DEVELOPMENT PROJECT - PROFESSIONAL
ENGINEERING AND CONSTRUCTION SERVICES FOR 16TH STREET
PUMP STATION
CONSULTANT: Carollo Engineers
TERM: Extended to January 1997
FEE: Original contract fee was $113,531 and the amended
contract fee is $50,600, for a total fee of $164,131.
SERVICES: Engineering and Construction Support Services
3. GROUNDWATER DEVELOPMENT PROJECT - CONSTRUCTION
MANAGEMENT SERVICES FOR 16TH STREET RESERVOIR & PUMP
STATION
CONSULTANT: Daniel Boyle Engineering, Inc.
TERM: Extended to January 1997
FEE: Original contract fee was $253,090 and the amended
contract fee is $140,700, for a total fee of $393,790
SERVICES: Construction Management Services
Funds for these capital project related services are available in the Water Fund
under Capital Projects account numbers 7504- C5500094 and 7504- C5500095.
Staff recommends approval of the amendments to the professional services
agreements.
Respectfully submitted.
(04
PUBLIC WORKS DEPARTMENT
Don Webb, Director
By:
Mic ael J. Sinacori, P.E.
Utilities Engineer
Attachments: Amendments to Professional Services Agreement for
Converse Consultants Orange County
Carollo Engineers
Daniel Boyle Engineering, Inc.
MJS:sdl
•
Original Professional Services Agreements for
Converse Consultants Orange County
Carollo Engineers
Daniel Boyle Engineering, Inc.
0 0
AMENDMENT NO.1 •
PROFESSIONAL SERVICES AGREEMENT
Geotechnical Investigation & Materials Testing
Groundwater Development Project
THIS AMENDMENT NO. 1 TO AGREEMENT, made and entered into this
day of August, 1996, by and between the CITY OF NEWPORT BEACH, a municipal
corporation, (hereinafter referred to as "City ") and Converse Consultants, Orange
County, a California corporation (hereinafter referred to as "Consultant") is made with
reference to the following:
RECITALS:
A. On May 12, 1995, a Professional Services Agreement was entered into by
and between City and Consultant, hereinafter referred to as "Agreement ".
B. City and Consultant mutually desire to amend the Agreement to provide
for additional services not required in the Agreement and an increase in compensation. .
NOW THEREFORE, the parties hereto agree as follows:
1. The maximum fee to be paid as compensation to Consultant to cover
geotechnical investigation and materials testing services performed during the term of
the Agreement is $185,700. The fee shall be increased by $101,800, to cover the cost
of additional services described in this AMENDMENT NO. 1. The revised maximum fee
is $317,200, which includes two (2) previously approved change orders of $25,000 and
$4,700.
2. The term of this Agreement, is not to extend beyond July 1, 1997.
3. The standard hourly rates established for Agreement shall continue in
effect and shall be unchanged through July 1 1997.
4. Consultant agrees to provide the following additional services:
a. Continued meetings with City staff as necessary during
construction of the City initiated Pump Station re- design,
construction of the Reach No. 3, Reach Nos. 3A & 3B pipelines, •
Fountain Valley Well Sites and the completion of the Utilities Yard
Improvements.
Amendment No. t
Professional Services Agreement
Converse Consultants
• b. Field Monitoring and Inspection Services during the remaining
portions of the Reservoir and Pump Station, pipeline reaches,
construction at the Tamura School and Dolphin Avenue Well Sites
and completion of the Utilities Yard Improvements.
IN WITNESS WHEREOF, the parties hereto have executed this Amendment on
the first date above written.
. APPROVED AS TO FORM:
Robin Clauson
Assistant City Attorney
ATTEST:
LaVonne Harkless
City Clerk
2
City of Newport Beach,
a municipal corporation
John Hedges, Mayor
City
CONVERSE CONSULTANTS,
a California corporation
Thomas Scheil, P.E., Vice President
Consultant
0 0
AMENDMENT NO.1
PROFESSIONAL SERVICES AGREEMENT •
16th Street Pump Station Design
Groundwater Development Project
THIS AMENDMENT NO. 1 TO AGREEMENT, made and entered into this
day of August, 1996, by and between the CITY OF NEWPORT BEACH, a municipal
corporation, (hereinafter referred to as "City ") and Carollo Engineers, a Partnership
(hereinafter referred to as "Consultant') is made with reference to the following:
RECITALS:
A. On November 13, 1995, a Professional Services Agreement was entered
into by and between City and Consultant, hereinafter referred to as "Agreement'.
B. City and Consultant mutually desire to amend the Agreement to provide
for additional services not required in the Agreement and an increase in compensation.
NOW THEREFORE, the parties hereto agree as follows: 0
1. The maximum fee to be paid as compensation to Consultant to cover
engineering design services performed during the term of the Agreement is $113,531.
The fee shall be increased by $50,600, to cover the cost of additional services
described in this AMENDMENT NO. 1. The revised maximum fee is $164,131.
2. The term of this Agreement, is not to extend beyond January 31, 1997.
3. The standard hourly rates established for Agreement shall continue in
effect and shall be unchanged through January 31, 1997.
4. Consultant agrees to provide the following additional services:
a. Continued meetings with City staff as necessary during
construction of the City initiated Pump Station re- design.
b. Design and construction services as requested by the City including
cathodic protection, control systems and request for information
and /or clarifications from the contractor for the completion of the
Pump Station.
•
Amendment No. 1
Professional Services Agreement
Carollo Engineers
• IN WITNESS WHEREOF, the parties hereto have executed this Amendment on
the first date above written.
APPROVED AS TO FORM:
Robin Clauson
Assistant City Attorney
0
ATTEST:
LaVonne Harkless
City Clerk
CJ
City of Newport Beach,
a municipal corporation
John Hedges, Mayor
City
CAROLLO ENGINEERS
a Partnership
G. William Knopf, Partner
Consultant
Allen C. Todd, Partner
Consultant
E
E
AMENDMENT NO.1 •
PROFESSIONAL SERVICES AGREEMENT
Construction Management Services
Groundwater Development Project
THIS AMENDMENT NO. 1 TO AGREEMENT, made and entered into this
day of August, 1996, by and between the CITY OF NEWPORT BEACH, a municipal
corporation, (hereinafter referred to as "City ") and Daniel Boyle Engineering, Inc., a
California corporation (hereinafter referred to as "Consultant') is made with reference to
the following:
RECITALS:
A. On March 1, 1995, a Professional Services Agreement was entered into
by and between City and Consultant, hereinafter referred to as "Agreement'.
B. City and Consultant mutually desire to amend the Agreement to provide
for additional services not required in the Agreement and an increase in compensation. •
NOW THEREFORE, the parties hereto agree as follows:
1. The maximum fee to be paid as compensation to Consultant to cover
construction manager services performed during the term of the Agreement is
$253,090. The fee shall be increased by $140,700, to cover the cost of additional
services described in this AMENDMENT NO. 1. The revised maximum fee is $393,790.
2. The term of this Agreement, is not to extend beyond January 31, 1997.
3. The standard hourly rates established for Agreement shall continue in
effect and shall be unchanged through January 31, 1997.
4. Consultant agrees to provide the following additional services:
a. Continued meetings with City staff as necessary during the
construction of the City initiated re- design of the Pump Station.
b. Field Monitoring and Inspections during the completion of the
Reservoir and Pump Station.
0
Amendment No. 1
Professional Services Agreement
Daniel Boyle Engineering, Inc.
• IN WITNESS WHEREOF, the parties hereto have executed this Amendment on
the first date above written.
APPROVED AS TO FORM:
Robin Clauson
Assistant City Attorney
E
ATTEST:
LaVonne Harkless
City Clerk
E
2
City of Newport Beach,
a municipal corporation
John Hedges, Mayor
City
DANIEL BOYLE ENGINEERING, INC.,
a California corporation
Thomas B. Hooker, Jr., P.E., Vice President
Consultant
••• • � �u r��c cw�ur+Nl
�hTanCr no.: C -3ppv- '.
E
RGREEMENT
FOR PROFESSIONAL SERVICES FOR
GEOTECHNICAL TESTING & INVESTIGATION
FOR
THE GROUNDWATER DEVELOPMENT PROJECT
THIS AGREEMENT is made and entered into this lr:;�- day of May, 1995, by
and between the City of Newport Beach, a municipal Corporation, hereinafter referred to
as "CITY ", and Converse Consultants Orange County, a California Corporation,
hereinafter referred to as "CONSULTANT ".
WITHESSETH:
WHEREAS, "CITY" owns and operates a municipal water system and desires to
add a groundwater supply source and water facilities to deliver water more reliably to
its customers, and;
0
WHEREAS, "CITY ", as part of its goal to have a groundwater source, seeks to •
install an underground concrete reservoir, a 24 cfs pump station and expand existing
facilities located at the Utilities Yard, construction of these improvements is hereinafter
collectively referred to as "PROJECT ", and;
WHEREAS, "CITY" requires field testing and inspection services during the
construction of the "PROJECT ", and;
WHEREAS, "CITY" desires to break "PROJECT" in to five (5) specific portions;
(A) Reservoir and Pump Station, (B) Reach #2 Pipeline Installation, (C) Reach #3
Pipeline Installation, (D) Dolphin Well Site, and (E) Tamura School Well Site, all
consisting of construction services and exploration, and;
WHEREAS, implementation of the "PROJECT" requires these services and
reports from a qualified geotechnical engineering professional. (These services and
reports are collectively referred to as "SERVICES "), and;
WHEREAS, "CITY" has solicited and received a proposal from "CONSULTANT"
for performing these "SERVICES" and other incidental, but essential professional
services, as outlined herein below, and;
WHEREAS, "CITY" has reviewed the previous experience and evaluated
expertise of "CONSULTANT" and desires to accept the proposal submitted by •
"CONSULTANT ", and;
0 0
• NOW THEREFORE, in consideration of the foregoing, it is mutually agreed and
understood that:
I. GENERAL
A. "CITY" engages "CONSULTANT" to.perform the described services for the
consideration hereinafter stated.
B. "CONSULTANT" agrees to perform the described services in accord with the
terms and conditions hereinafter set forth.
C. "CONSULTANT" agrees that all services required hereunder shall be
performed under their direct supervision, and all personnel engaged in the
work shall be fully qualified and authorized or permitted under State and local
law to perform such services. "CONSULTANT" shall not sublet, transfer or
assign any work except as otherwise provided for herein or as authorized in
advance by the "CITY'.
H. SERVICES TO BE PERFORMED BY CONSULTANT
A. "CONSULTANT" shall provide the necessary professional services to "CITY" to
complete the defined tasks associated with the "PROJECT ". Those tasks include
• the following:
1. Meetings with City staff
a. "CONSULTANT" shall keep "CITY" Project Manager apprised of the
progress being made by the "CITY's" contractor. Such appraisal shall
be made via telephone, in writing as appropriate and via meetings
mentioned herein below.
b. "CONSULTANT" shall meet with City staff on an as- needed basis.
2. Review Background Data
a. "CONSULTANT" shall, in an effort to relay relevant information to
their staff, review the pertinent background data obtained at meetings
with City staff and /or as provided by "CITY" during the course of the
"PROJECT ".
b. "CONSULTANT" is entitled to rely on materials provided by or through
"CITY" without independent evaluation by "CONSULTANT ".
0
0
3. Reservoir and Pump Station - Construction Services •
a. Observation, testing and evaluation of the site during construction of
the reservoir and pump station.
i. Dirt removal
ii. Installation of the underdrain system
iii. Backfill
iv. Fine grading and subgrade preparation for the reservoir
hopper bottom
V. Contractor's dewatering methods
vi. Compaction of fill and backfill around reservoir and pump station
vii. Placement of gravel or aggregate base material
viii. Preparation of reports
ix. Evaluation of survey readings.
b. Concrete and Masonry Services
i. Review contractor's concrete mix
ii. Cast at least five (5) concrete cylinders for each 40 -150 cubic yards
of concrete placed
iii. Inspect CMU wall grout pours •
iv. Compression testing of concrete cylinders after 7,14, & 28 days
V. Compression of grout samples
vi. Curing of concrete cylinders by water submergence
vii. Prepare reports after each series of compression tests.
4. Reach No. 2 Pipeline Installation - Construction Services
a. Geotechnical Services
i. Field test compaction at vertical intervals of approximately two
(2) feet horizontal intervals of approximately 200 feet
ii. Laboratory testing for sand equivalency of imported soils
iii. Evaluate the suitability of the pipe subgrade soils (thus assessing
the need for overexcavation of unsuitable soils)
iv. Evaluate suitability of excavated native materials to be used as
backfill at the reservoir site
V. Testing of imported backfill
vi. Prepare a report of test results, with evaluations, after each series
or group of tests
vii. Soils consultation during the course of construction.
is
0
5. Reach No. 3 Pipeline Installation - Construction Services
a. Geotechnical Services
i. Field test compaction at vertical intervals of approximately two
(2) feet horizontal intervals of approximately 200 feet
ii. Laboratory testing for sand equivalency of imported soils
iii. Evaluate suitability of the pipe subgrade soils (thus assessing the
need for overexcavation of unsuitable soils)
iv. Evaluate suitability of excavated native materials to be used as
backfill at the reservoir site
V. Testing of imported backfill
vi. Prepare a report of test results, with evaluations, after each series
or group of tests
vii. Provide consulting services during construction.
6. Dolphin Well Site - Exploration & Construction Services
a. Design Phase
i.
Assemble and review geologic and boring information near the
site and note the proximity of pertinent geologic features
ii.
Perform site reconnaissance
iii.
Contact Underground Service Alert relative to the location of
.
existing utilities at the site in light of planned drilling program
iv.
Obtain permit, if necessary, prior to field drilling
V.
Drill one (1) boring to a depth of thirty feet within the project area
vi.
Perform Standard Penetration Tests
vii.
Locate and log all field exploration work, and obtain soil samples
for laboratory testing
viii.
Record the groundwater level in the boring, if present
ix.
Perform laboratory tests on soil samples obtained from the
exploration, tentatively including moisture content, density,
gradation, shear resistance, expansion and corrosivity tests (pH,
chlorine, sulfates and resistivity)
X.
Interpret and evaluate the field and laboratory data
xi.
Prepare an engineering report containing "CONSULTANT'S"
conclusions and recommendations on:
a) Site preparation and grading requirements
b) Excavatability of fill embankment soils
c) Acceptability of site soils for use as fill and backfill
d) Installation of utilities
e) Foundation types, depths and allowable soil bearing values
f) Anticipated settlement
g) Lateral earth pressures for retaining wall design
•
h) Pavement design.
0
•
b. Construction Phase .
i. Observation and testing during site grading
ii. Observation and testing during utility line backfilling and
compaction
iii. Laboratory testing, as necessary, tentatively including sand
equivalency, gradation, compaction, corrosivity, and "R" value
iv. Evaluate suitability of pipeline, footing and floor slab subgrade
soils
V. Field density testing during backfilling of the retaining wall and
building footings
vi. Providing consultation services, as necessary
vii. Preparing and engineering report, with test results, presenting
"CONSULTANT's" opinion as to the conformance of the
earthwork and foundation construction with the requirements of
the contract specifications.
7. Tamura School Well Site - Exploration & Construction Services
a. Design Stage
i. Assemble and review geologic and boring information near the
site and note the proximity of pertinent geologic features
ii. Perform site reconnaissance .
iii. Contact Underground Services Alert relative to the location of
the existing utilities at the site in light of our planned drilling
program
iv. Obtain permission from property owners prior to field drilling
V. Drill one hollow stem auger boring to a depth of about 15 feet
within the project area
vi. Locate and log all field exploration work, and obtain soil
samples for laboratory testing
vii. Record the groundwater level in the boring, if present
viii. Perform laboratory tests on soil samples obtained from the
exploration, tentatively including moisture content, density,
gradation, consolidation and corrosivity tests (pH, chlorine,
sulfates and resistivity)
ix. Interpret and evaluate the field and laboratory data
X. Prepare an engineering report containing "CONSULTANT's"
conclusions and recommendations:
a) Site preparation and grading requirements
b) Acceptability of site soils for use as fill and backfill
c) Installation of utilities
d) Foundation types, depths and allowable soil bearing values
e) Anticipated settlement.
•
0 0
9 b. Construction Phase
i. Observation and testing during site grading.
ii. Observation and testing during utility line backfilling and
compaction.
iii. Laboratory testing, as necessary, tentatively including sand
equivalency, gradation, compaction, corrosivity and "R" value.
iv. Evaluate suitability of pipeline, footing and floor slab subgrade
soils.
v. Field density testing during backfilling of the building footings.
vi. Consultation as necessary.
vii. Prepare an engineering report, with test results, presenting
"CONSULTANT'S" opinion as to the conformance of the
earthwork.
III. DUTIES OF THE CITY
A. In order to assist the "CONSULTANT" in the execution of their responsibilities
under this Agreement, "CITY" agrees to provide the following:
1. Any background information, reports, contracts, specifications, proposals
• or agreements as may be available or are in existence, which may be
germane to the proper preparation and completion of the
" CONSULTANT's" defined duties.
2. Assist "CONSULTANT" with interpretation of "CITY" design criteria.
Meet with "CONSULTANT" as necessary to provide input or direction on
matters pertaining to the completion of the report.
3. Review letters and reports provided by "CONSULTANTT" relative to
"PROJECT" in a timely fashion.
N. TIME OF COMPLETION
A. "CONSULTANT" shall commence work immediately upon receipt of written
notice to proceed. Work as required herein, shall be completed in a diligent
and efficient manner to the execution of its completion.
B. The term of this Agreement shall expire thirty (30) calendar days after the date
the "PROJECT" is completed and accepted by "CITY ". It is agreed and
understood by both parties that this is sufficient time to complete all such
activities and tasks associated with the "PROJECT ".
0 0
V. OWNERSHIP OF DOCUMENTS
A. Original reports and other deliverable documents to be provided by
"CONSULTANT" under this Agreement shall become the exclusive property of
"CITY" and may be reproduced as deemed necessary by "CITY" or its duly
authorized representative. However, any use of completed deliverables or
documents for purposes other than for this "PROJECT ", or any use of
incomplete documents, shall be at "CITY'S" sole risk, and "CM" shall
indemnify "CONSULTANT" for any damages incurred as a result of such use.
No report, drawing, map, document or other data given to or prepared or
assembled by "CONSULTANT" pursuant to this Agreement shall be made
available to any individual or organization by "CONSULTANT" without prior
written approval by "CITY ", unless required by subpoena.
B. "CONSULTANT" may reserve the right to publish materials or reports related
to the work performed or data collected under the provisions of this
Agreement. The right to publish shall be at the sole discretion of the "CITY"
and written permission must be obtained by "CONSULTANT" from "CITY" on
a case by case basis. Blanket publishing approval shall not be granted.
C. "CONSULTANT" has permission to show prospective clients reports and data
which have been accepted by "CITY" as prepared under this Agreement.
VI. RIGHT OF TERMINATION
A. "CITY" reserves the right to terminate this Agreement without cause at any time
by giving "CONSULTANT" five (5) business days prior written notice. Notice
shall be deemed served when delivered personally or upon deposit in the
United States mail, postage prepaid, addressed to "CONSULTANT's" business
office at 15245 Alton Parkway, Suite 100, Irvine, California, 92718 -2307.
B. "CONSULTANT" may terminate this Agreement after ten (10) days' written
notice from "CONSULTANT" to "CITY" notifying "CITY" of it's substantial
failure to perform in accord with the terms of this Agreement, if the "CITY"
has not corrected it's non - performance within that time.
C. In the event of termination due to errors, omissions, or negligence of
"CONSULTANT ", "CITY" shall be relieved of any obligation to compensate
"CONSULTANT" for that portion of work directly affected by such errors,
omissions, or negligence of "CONSULTANT ". If this Agreement is terminated
for any other reason, "CITY" agrees to compensate "CONSULTANT" for the
actual services performed up to the effective date of the "Notice of
Termination ", based on the fee schedule contained herein.
L A
0
0 VII. ASSIGNMENT
A. None of the services included in this Agreement shall be assigned, transferred,
contracted or subcontracted without prior written approval of "CITY ".
B. Neither "CONSULTANT" nor "CITY" shall assign or transfer any interest in this
Agreement, whether by assignment or novation, without the prior written
consent of the other party; provided, however, that claims for money due or to
become due "CONSULTANT" from "CITY" under this Agreement may be
assigned to a bank, trust company or other financial institution, or to a trustee
in bankruptcy, without such approval. Notice of any such assignment or
transfer shall be promptly furnished to "CITY ".
VIII. PAYMENT & FEE SCHEDULE
A. In consideration for the specified services, "CITY" hereby agrees to compensate
"CONSULTANT" on an hourly basis as set forth below in the 'PAYMENT &
FEE SCHEDULE ". In no event shall said amount be greater than one hundred
eighty five thousand seven hundred dollars ($185,700), except as otherwise
provided for herein below.
B. Payment & Fee Schedule
• personnel hourly rates
Principal/ Consultants ................................... ............................... $150.00
Principal Professional .................................... ...............................
130.00
Senior Professional ......................................... ...............................
100.00
Project Professional.. ................................................... ........... .....
85.00
Senior Staff Professional ................................ ...............................
75.00
Staff Professional ............................................ ...............................
65.00
Technical Typing & Administrative Support ............................
40.00
Supervising Technician .................................. ...............................
70.00
SeniorTechnician ............................................ ...............................
61.00
FieldTechnician .............................................. ...............................
49.00
Engineering Graphics .................................... ...............................
49.00
juniorTechnician ............................................ ...............................
37.00
TechnicalAid .................................................. ...............................
30.00
C. The contract amount shall be paid to "CONSULTANT' in monthly partial
payments based on the amount of hours worked and expenses incurred
during each monthly pay period, based on the actual hours of labor
expended as determined by the Project Manager for "CITY ". The sum of the
partial payments shall not exceed ninety percent (90 %) of the maximum fee
as set forth in paragraph "A" herein above. The balance of the total amount
earned shall be paid upon completion of the work specified herein.
•
0
0
D. In addition to the fixed, not -to- exceed fee, "CITY" agrees to reimburse
"CONSULTANT" for the actual cost (plus 10 %) for all outside expenses,
including those for: reproduction for copies of plans, reports and related
documents, material costs authorized in advance by the Project Manager
for "CITY ", and other reasonable expenses where such costs have been
advanced by "CONSULTANT" and approved in advance by "CITY ".
1. "CONSULTANT" shall provide written records (originals) of all expenses
incurred, and shall report all hours expended in the performance of
duties and tasks on a monthly basis. "CITY" agrees to pay
"CONSULTANT" within thirty (30) calendar days of the receipt of said
records and hourly summary.
2. "CONSULTANT" shall not be compensated for use of " CONSULTANT's"
equipment, hardware, software materials, reproduction or mileage.
These costs are non - compensable. Time expended by "CONSULTANT'S"
personnel on such equipment shall be paid on the basis of the "FEE
SCHEDULE" herein above.
IX. ADDITIONAL SERVICES
No change in character, extent, or duration of the work to be performed by •
"CONSULTANT" shall be made without prior written approval from "CITY ". In
consideration for performance of additional services authorized by "CITY" in
writing, "CITY" hereby agrees to compensate "CONSULTANT" an amount
based upon the hourly rate as submitted to "CITY" in the "FEE SCHEDULE ",
except that an increase in total compensation exceeding thirty thousand dollars
($30,00.00) shall require an amended Agreement for such additional services
between the "CONSULTANT" and "CITY ".
X. RECORDS
"CONSULTANT" shall maintain complete and accurate records with respect to
costs, expenses, receipts and other such information required by "CITY" that
relate to the performance of the services specified under this Agreement. All
such records shall be maintained in accord with generally accepted accounting
principles and shall be clearly identified and readily accessible.
"CONSULTANT" shall provide free access to the representatives of "CITY" or its
designees at all proper times upon reasonable notice to "CONSULTANT" to such
books and records, and gives "CITY" the right to examine and audit same, and to
make transcripts therefrom as deemed necessary at "CITY'S" cost, and to allow
inspection of all work, data, documents, proceedings and activities related to this
Agreement.
•
0
0
• XI. INSURANCE
A. On or before the date of execution of this Agreement, "CONSULTANT" shall
furnish "CITY" with completed certificates showing the type, amount, class of
operations covered, effective dates and dates of expiration of insurance
policies. "CONSULTANT" shall use the "CITY's" Insurance Certificate form for
endorsement of all policies of insurance. The certificates do not limit
"CONSULTANT's" indemnification, and also contain substantially the
following statement: "The insurance covered by this certificate may not be
canceled or non - renewed, except after thirty (30) days' written notice has been
received by "CITY " ". Coverage may not be reduced or otherwise materially
altered without the same advance notice to "CITY" of such alteration.
B. "CONSULTANT" shall maintain in force at all times during the performance
of this Agreement all policies of insurance required by this Agreement, and
said policies of insurance shall be secured from an insurance company
assigned Policyholders' Rating of "A" (or higher) and Financial Size Category
"VIII" (or larger) in accord with an industry-wide standard and shall be
licensed to do business in the State of California.
1. An appropriate industry-wide insurance rating standard shall be deemed
"Best's Key Rating Guide", latest edition.
C. "CONSULTANT" shall maintain the following minimum coverages:
• Liability Insurance
•
General liability coverage shall be provided in the following minimum limits:
Category
Bodily Injury
Property Damage
Aggregate Liability
Amount
$ 1,000,000 each occurrence
$ 1,000,000 aggregate
$ 1,000,000 each occurrence
$ 1,000,000 aggregate
A combined single limit policy with aggregate limits in the amount of one
million ($1,000,000) will be considered equivalent to the required minimum
limits.
Errors & Omissions Insurance
Errors 8z Omissions coverage shall be provided in the amount of one million
dollars ($1,000,000).
10
D. Subrogation Waiver
In the event of loss or claim of loss due to any of the perils for which it has
agreed to provide general liability insurance, "CONSULTANT" shall look
solely to its insurance for recovery. "CONSULTANT' hereby grants to
"CITY ", on behalf of any general liability insurer providing insurance to
either "CONSULTANT" or "CITY" with respect to the services of
"CONSULTANT", a waiver of any right of subrogation which any such
insurer of said "CONSULTANT' may acquire against "CITY" by virtue of the
payment of any loss under such insurance.
E. Additional Insured
"CITY ", its City Council, boards and commissions, officers, servants and
employees shall be named as an additional insured under all insurance
policies required under this Agreement, except Errors & Omissions
Insurance. The naming of an additional insured shall not affect any recovery
to which such additional insured would be entitled under this policy if not
named as such additional insured; and an additional insured named herein
shall not be liable for any premium or expense of any nature on this policy or
any extension thereof. Any other insurance held by an additional insured
shall not be required to contribute anything toward any loss or expense
covered by the insurance provided by this policy. Proceeds from any such
policy or policies shall be payable to "CITY" primarily, and to
"CONSULTANT" secondarily, if necessary. •
XII. WAIVER
A waiver by "CITY" or "CONSULTANT" of any breach of any term, covenant, or
condition contained herein shall not be deemed to be a waiver of any subsequent
breach of the same or any other term, covenant or condition contained herein
whether of the same or different character.
XIII. COST OF LITIGATION
If any legal action is necessary to enforce any provision hereof or for damages by
reason of an alleged breach of any provisions of this Agreement, the prevailing
party shall be entitled to receive from the losing party all costs and expenses in
such amount as the court may adjudge to be reasonable costs of litigation.
XIV. INTEGRATED CONTRACT
This Agreement represents the full and complete understanding of every kind
or nature whatsoever between the parties hereto and all preliminary
negotiations and agreements of whatsoever kind or nature are merged herein.
No verbal agreement or implied covenant shall be held to vary the provisions
hereof. Any modification of this Agreement will be effective only by written •
execution signed by both "CITY" and "CONSULTANT'.
ii
C]
•
XV. HOLD HARMLESS
"CONSULTANT" shall indemnify and hold harmless, "CITY', its City Council,
boards and commissions, officers, and employees from and against any and all
loss, damages, liability, claims, suits, costs and expenses, whatsoever, including
reasonable costs of litigation, arising from "CONSULTANT's" negligent acts,
errors or omissions, in the performance of services hereunder.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the first
date above written:
APPROVED AS TO FORM: City of Newport Beach,
Robin Clauson
Assistant City Attorney
ATTEST:
Wanda Raggio
City Clerk
a<<FORi
Address and Telephone:
City of Newport Beach
. 3300 Newport Boulevard, P. O. Box 1768
Newport Beach, California 92658 -1768
(714)644 -3011 (714)646 -5204 fax
12
a municipal corporation
,� vu-C-7 --)
John Hedges, Mayor
..Cl.i.l,.,
Converse Consultants Orange County,
a California Corporation
Converse Consultants Orange County
15245 Alton Parkway, Suite 100
Irvine, California 92718 -2307
(714 >453 -2880 (714 )453 -2888 fax
L
Robin Clauson
Assistant City Attorney
ATTEST:
Wanda Raggio
City Clerk
a<<FORi
Address and Telephone:
City of Newport Beach
. 3300 Newport Boulevard, P. O. Box 1768
Newport Beach, California 92658 -1768
(714)644 -3011 (714)646 -5204 fax
12
a municipal corporation
,� vu-C-7 --)
John Hedges, Mayor
..Cl.i.l,.,
Converse Consultants Orange County,
a California Corporation
Converse Consultants Orange County
15245 Alton Parkway, Suite 100
Irvine, California 92718 -2307
(714 >453 -2880 (714 )453 -2888 fax
TO: Mayor & Members of the City Council
FROM: Utilities Department
El
May 8th, 1995
CITY COUNCIL AGENDA
ITEM NO. e20
SUBJECT: PROFESSIONAL SERVICES AGREEMENTS (CONTRACT NO. C -3004) FOR
THE GROUNDWATER DEVELOPMENT & RELATED CAPITAL PROJECTS:
(3X)
GEOTECHNICAL INVESTIGATION & FIELD MONITORING C- 3004 -A CONVERSE CONSULTANTS O. C.
FIELD SURVEYING, ENGINEERING & PROJECT MANAGEMENT C- 3004 -D DM` ENGINEERING
RECOMMENDATIONS:
If desired, authorize the Mayor and the City Clerk to execute
Professional Services Agreements on behalf of the City, with the firms:
1. Converse Consultants Orange County
2. DM° Engineering
BACKGROUND:
The City of Newport Beach has a goal of obtaining an alternate
source of water from the Orange County groundwater basin by late 1996. The
series of projects to accomplish this is referred to as the Groundwater
Development Project. The Groundwater Development Project has reached a
point where further implementation requires a number of additional
professional services to be performed while capital project components are being
planned, designed and constructed for both the Groundwater Development
Project and other non - groundwater utility related projects.
Significant components of the Groundwater Development Project
include construction of the 3.0 million gallon reinforced concrete reservoir and
the 11,000 gallon per minute pump station with appurtenant site work at the
Utilities Yard, a series of transmission pipelines and distribution system
improvements and construction of water well facilities in Fountain Valley.
Last year the City invited a number of firms to submit statements
of qualifications and experience. After consideration of qualifications,
experience and their specialized capabilities, staff conducted interviews and
requested firms to submit proposals. After a lengthy selection process, four
firms were selected to provide specialized professional engineering services
related to the various phases and specialized aspects of the Groundwater
Development Project. The City Council approved 'open- ended" contracts with
these four firms on April 25h, 1994, and extended them on August 22nd, 1994.
The firms have provided engineering, geologic, hydrogeologic and surveying
services to a level where all of the authorized funds have been allocated and the
previously requested services have been completed.
Page 2
Professional Services Agreements
Groundwater Development & Capital Projects
May 8'°, 1995
The City is in need of a considerable amount of additional
specialized services to continue progress on the Groundwater Development
Project. Two of the firms, Converse Consultants Orange County (Converse) and
Derek J. McGregor Engineering, Inc. (DM`) are needed to provide services
specific to completing the construction of the 16' Street Reservoir & Pump
Station. Additionally, Converse and DM "s services are needed to implement
improvements on the two well sites in Fountain Valley and to continue progress
on the various pipeline reaches.
In selecting these firms, Staff considered the following criteria tc
evaluate the consulting engineer's qualifications to provide the additional
professional design, project coordination, field monitoring, field testing, land
surveying and construction staking services:
1. Experience with similar projects and work tasks.
2. Experience with contract and construction management.
3. Experience and knowledge with City projects and programs.
4. Availability and ability to commit individual or key personnel
on a part-time or full -time basis, depending on work demands
for the remaining fiscal year with a similar commitment in the
next fiscal year.
5. Flexibility to adjust hours on an "as- needed" basis.
6. Expertise in the specialized areas such as geotechnical
engineering, land surveying, materials testing, construction
staking and field construction project experience.
7. Exceptional communication skills of the principals of the
firm in the areas of specialization.
Both of the firms are local firms, with a variety of specialized
experience working either directly with the City or with other local municipal
utility agencies. Each firm provides a project principal that will be assigned to
the project who is a Registered Civil Engineer in the State of California.
Converse Consultants Orange County was the geotechnical
engineering firm for the Utilities Yard Expansion, Phase II and the geotechnical
consultant for the design of the 16th Street Reservoir & Pump Station. Converse
is well qualified to provide geotechnical design, field construction monitoring
during grading and earthmoving operations and soils and materials testing for
these project components. Their experience in the City and throughout Orange
County include Triangle Square in Costa Mesa, the Castaways Marina, Dominis
Restaurant, the Irvine Avenue Improvements, the Balboa Bay Bridge widening,
Newport Harbor High School, the Balboa Fun Zone and many residential
structures. The contact person from Converse Consultants Orange County will
continue to be Thomas J. Scheil, Vice President and Principal Engineer. Mr.
Schell has over 31 years experience in the geotechnical field and is a registered
geotechnical engineer in the State of California.
Page 3
Professional Services Agreements
Groundwater Development & Capital Projects
May 8`", 1995
Converse Consultants is available to work on the Groundwater
Development Project as requested by the Utilities Department and as needed by
the reservoir and various pipeline construction contractors. Their field
monitoring and testing efforts will be coordinated by the City's two construction
managers; Daniel Boyle Engineering for the reservoir and pump station
construction; and ALBA Construction Management for the pipeline construction.
Their geotechnical engineering efforts on the well sites in Fountain Valley will be
coordinated by the City with the assistance of DM` Engineering.
DM` Engineering has been the civil engineer on the Phase II Interim
Mass Grading Project for the Utilities Yard Expansion and has been involved
with planning and implementation of the Groundwater Development Project
since 1988. Their work included several Utility Research Studies in Santa Ana,
Costa Mesa, Huntington Beach and Fountain Valley; design and construction of
the 30 -inch water main across the Santa Ana River, utility relocation and
grading for the Phase I - Utilities Yard Expansion; and conceptual planning for
the Phase II - Utilities Yard Expansion. Derek J. McGregor, principal engineer
will be the primary contact from DM` Engineering. Mr. McGregor has over 15
years experience in the civil engineering field and his knowledge of the City
makes him well qualified to provide field surveying, engineering, and project
management over a wide range of capital improvement projects.
DM` Engineering is available to work on the Groundwater
Development Project on an "as- needed" basis an average of 30 hours per week
and additionally as necessary to complete the tasks of engineering and
surveying that are related to the well sites in Fountain Valley and the various
pipeline reaches.
The proposed services will be performed under individual
Professional Services Agreements which provide the required services to be
performed in accord with the approved fee schedules. The fee schedules are
attached.
GROUNDWATER DEVELOPMENT PROJECT - GEOTECHNICAL
INVESTIGATION & FIELD TESTING & CONSTRUCTION MONITORING
CONSULTANT: Converse Consultants Orange County
TERM: May 1995 to October 1996
FEE: Not to exceed $185,700 based on standard hourly rates
SERVICES: Geotechnical Investigation and Construction Services
2. GROUNDWATER DEVELOPMENT PROJECT - FIELD SURVEYING,
STAKING, ENGINEERING & PROJECT MANAGEMENT
CONSULTANT: DM` Engineering
TERM: May 1995 to December 1996
FEE: Not to exceed $187,200 based on standard hourly rates
SERVICES: Field Surveying, Engineering & Project Management
0 0
Page 4
Professional Services Agreements
Groundwater Development & Capital Projects
May 8t°, 1995
Funds for these capital project related services are available in the
Water Fund under Departmental Professional Services Account 5000 -8080 and
under the Water Capital Project accounts numbered 7504- P500094A and
7504- P500095A and 7504- P500096A and 7504- P500224A.
If approved, the professional services efforts will commence
immediately. Most of these services are critical to the timely implementation of
the Groundwater Development Project. All of them are necessary for the
successful implementation of the Project.
Staff recommends approval of these professional services agreements
to implement the various phases of the Groundwater Development Project and to
insure a series of high quality construction project components.
Respectfully submitted,
JEFF Srot"R^ r
Jeff Staneart, P.E.
Utilities Director
Jssdi
Attachments: A: Professional Services Agreement with Converse Consultants Orange County
B: Proposal to provide services from Converse Consultants Orange County
C: Professional Services Agreement with DM` Engineering
D: Proposal to provide services from DM` Engineering
Prior Relevant Council Actions:
City council
April 25", 1994 .............Approve Professional Services Agreements with Converse, DMc et al.
August 12'. 1994.......... Approve Amendment No. 1 to Agreements with DMc, Converse et al,
0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768
(714) 644 -3005
TO: PURCHASING /FINANCE DEPARTMENT -'5- 2V C75-
FROM: CITY CLERK
DATE: May 24, 1995
SUBJECT: Contract No. C- 3004(A)
Description of Contract Geotechnical Testing &
Investigation for Groundwater Development Project
Effective date of Contract May 12, 1995
Authorized by Minute Action, approved on May 8, 1995
Contract with Converse Consultants Orange County
Address 15245 Alton Parkway, Suite 100
Irvine, CA 92718 -2307
Amount of Contract (See Agreement)
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
C1 71f Caki *16,k +AL
CwTt<C.r no.: e- ioW- -A
HGREEMENT
FOR PROFESSIONAL SERVICES FOR
GEOTECHNICAL TESTING & INVESTIGATION
FOR
THE GROUNDWATER DEVELOPMENT PROJECT
THIS AGREEMENT is made and entered into this /69&-- day of May, 1995, by
and between the City of Newport Beach, a municipal Corporation, hereinafter referred to
as "CITY ", and Converse Consultants Orange County, a California Corporation,
hereinafter referred to as "CONSULTANT ".
WITHESSETH:
WHEREAS, "CITY" owns and operates a municipal water system and desires to
add a groundwater supply source and water facilities to deliver water more reliably to
its customers, and;
WHEREAS, "CITY ", as part of its goal to have a groundwater source, seeks to
install an underground concrete reservoir, a 24 cfs pump station and expand existing
facilities located at the Utilities Yard, construction of these improvements is hereinafter
collectively referred to as 'PROJECT ", and;
WHEREAS, "CITY" requires field testing and inspection services during the
construction of the 'PROJECT ", and;
WHEREAS, "CITY" desires to break 'PROJECT" in to five (5) specific portions;
(A) Reservoir and Pump Station, (B) Reach #2 Pipeline Installation, (C) Reach #3
Pipeline Installation, (D) Dolphin Well Site, and (E) Tamura School Well Site, all
consisting of construction services and exploration, and;
WHEREAS, implementation of the 'PROJECT" requires these services and
reports from a qualified geotechnical engineering professional. (These services and
reports are collectively referred to as "SERVICES'), and;
WHEREAS, "CITY" has solicited and received a proposal from "CONSULTANT"
for performing these "SERVICES' and other incidental, but essential professional
services, as outlined herein below, and;
WHEREAS, "CITY" has reviewed the previous experience and evaluated
expertise of "CONSULTANT" and desires to accept the proposal submitted by
"CONSULTANT ", and;
0
NOW THEREFORE, in consideration of the foregoing, it is mutually agreed and
understood that:
I. GENERAL
A. "CITY" engages "CONSULTANT" to perform the described services for the
consideration hereinafter stated.
B. "CONSULTANT" agrees to perform the described services in accord with the
terms and conditions hereinafter set forth.
C. "CONSULTANT" agrees that all services required hereunder shall be
performed under their direct supervision, and all personnel engaged in the
work shall be fully qualified and authorized or permitted under State and local
law to perform such services. "CONSULTANT" shall not sublet, transfer or
assign any work except as otherwise provided for herein or as authorized in
advance by the "CITY ".
II. SERVICES TO BE PERFORMED BY CONSULTANT
A. "CONSULTANT" shall provide the necessary professional services to "CITY" to
complete the defined tasks associated with the "PROJECT ". Those tasks include
the following:
1. Meetings with City staff
a. "CONSULTANT" shall keep "CITY" Project Manager apprised of the
progress being made by the "CITY's" contractor. Such appraisal shall
be made via telephone, in writing as appropriate and via meetings
mentioned herein below.
b. "CONSULTANT" shall meet with City staff on an as- needed basis.
2. Review Background Data
a. "CONSULTANT" shall, in an effort to relay relevant information to
their staff, review the pertinent background data obtained at meetings
with City staff and /or as provided by "CITY" during the course of the
"PROJECT ".
b. "CONSULTANT" is entitled to rely on materials provided by or through
"CITY" without independent evaluation by "CONSULTANT ".
0
0
3. Reservoir and Pump Station - Construction Services
a. Observation, testing and evaluation of the site during construction of
the reservoir and pump station.
i. Dirt removal
ii. Installation of the underdrain system
iii. Backfill
iv. Fine grading and subgrade preparation for the reservoir
hopper bottom
V. Contractor's dewatering methods
vi. Compaction of fill and backfill around reservoir and pump station
vii. Placement of gravel or aggregate base material
viii. Preparation of reports
ix. Evaluation of survey readings.
b. Concrete and Masonry Services
i. Review contractor's concrete mix
ii. Cast at least five (5) concrete cylinders for each 40 -150 cubic yards
of concrete placed
iii. Inspect CMU wall grout pours
iv. Compression testing of concrete cylinders after 7, 14, & 28 days
v. Compression of grout samples
vi. Curing of concrete cylinders by water submergence
vii. Prepare reports after each series of compression tests.
4. Reach No. 2 Pipeline Installation - Construction Services
a. Geotechnical Services
i. Field test compaction at vertical intervals of approximately two
(2) feet horizontal intervals of approximately 200 feet
ii. Laboratory testing for sand equivalency of imported soils
iii. Evaluate the suitability of the pipe subgrade soils (thus assessing
the need for overexcavation of unsuitable soils)
iv. Evaluate suitability of excavated native materials to be used as
backfill at the reservoir site
V. Testing of imported backfill
vi. Prepare a report of test results, with evaluations, after each series
or group of tests
vii. Soils consultation during the course of construction.
0
rI
5. Reach No. 3 Pipeline Installation - Construction Services
a. Geotechnical Services
i. Field test compaction at vertical intervals of approximately two
(2) feet horizontal intervals of approximately 200 feet
ii. Laboratory testing for sand equivalency of imported soils
iii. Evaluate suitability of the pipe subgrade soils (thus assessing the
need for overexcavation of unsuitable soils)
iv. Evaluate suitability of excavated native materials to be used as
backfill at the reservoir site
V. Testing of imported backfill
vi. Prepare a report of test results, with evaluations, after each series
or group of tests
vii. Provide consulting services during construction.
6. Dolphin Well Site - Exploration & Construction Services
a. Design Phase
i. Assemble and review geologic and boring information near the
site and note the proximity of pertinent geologic features
ii. Perform site reconnaissance
iii. Contact Underground Service Alert relative to the location of
existing utilities at the site in light of planned drilling program
iv. Obtain permit, if necessary, prior to field drilling
V. Drill one (1) boring to a depth of thirty feet within the project area
vi. Perform Standard Penetration Tests
vii. Locate and log all field exploration work, and obtain soil samples
for laboratory testing
viii. Record the groundwater level in the boring, if present
ix. Perform laboratory tests on soil samples obtained from the
exploration, tentatively including moisture content, density,
gradation, shear resistance, expansion and corrosivity tests (pH,
chlorine, sulfates and resistivity)
X. Interpret and evaluate the field and laboratory data
xi. Prepare an engineering report containing "CONSULTANT's"
conclusions and recommendations on:
a) Site preparation and grading requirements
b) Excavatability of fill embankment soils
c) Acceptability of site soils for use as fill and backfill
d) Installation of utilities
e) Foundation types, depths and allowable soil bearing values
f) Anticipated settlement
g) Lateral earth pressures for retaining wall design
h) Pavement design.
b. Construction Phase
i. Observation and testing during site grading
ii. Observation and testing during utility line backfilling and
compaction
iii. Laboratory testing, as necessary, tentatively including sand
equivalency, gradation, compaction, corrosivity, and "R" value
iv. Evaluate suitability of pipeline, footing and floor slab subgrade
soils
V. Field density testing during backfilling of the retaining wall and
building footings
vi. Providing consultation services, as necessary
vii. Preparing and engineering report, with test results, presenting
"CONSULTANT'S" opinion as to the conformance of the
earthwork and foundation construction with the requirements of
the contract specifications.
7. Tamura School Well Site - Exploration & Construction Services
a. Design Stage
i. Assemble and review geologic and boring information near the
site and note the proximity of pertinent geologic features
ii. Perform site reconnaissance
iii. Contact Underground Services Alert relative to the location of
the existing utilities at the site in light of our planned drilling
program
iv. Obtain permission from property owners prior to field drilling
V. Drill one hollow stem auger boring to a depth of about 15 feet
within the project area
vi. Locate and log all field exploration work, and obtain soil
samples for laboratory testing
vii. Record the groundwater level in the boring, if present
viii. Perform laboratory tests on soil samples obtained from the
exploration, tentatively including moisture content, density,
gradation, consolidation and corrosivity tests (pH, chlorine,
sulfates and resistivity)
ix. Interpret and evaluate the field and laboratory data
X. Prepare an engineering report containing " CONSULTANT's"
conclusions and recommendations:
a) Site preparation and grading requirements
b) Acceptability of site soils for use as fill and backfill
c) Installation of utilities
d) Foundation types, depths and allowable soil bearing values
e) Anticipated settlement.
b. Construction Phase
i. Observation and testing during site grading.
ii. Observation and testing during utility line backfilling and
compaction.
iii. Laboratory testing, as necessary, tentatively including sand
equivalency, gradation, compaction, corrosivity and "R" value.
iv. Evaluate suitability of pipeline, footing and floor slab subgrade
soils.
V. Field density testing during backfilling of the building footings.
vi. Consultation as necessary.
vii. Prepare an engineering report, with test results, presenting
"CONSULTANT's" opinion as to the conformance of the
earthwork.
Ill. DUTIES OF THE CITY
A. In order to assist the "CONSULTANT" in the execution of their responsibilities
under this Agreement, "CITY" agrees to provide the following:
1. Any background information, reports, contracts, specifications, proposals
or agreements as may be available or are in existence, which may be
germane to the proper preparation and completion of the
"CONSULTANT's" defined duties.
2. Assist "CONSULTANT" with interpretation of "CITY" design criteria.
Meet with "CONSULTANT" as necessary to provide input or direction on
matters pertaining to the completion of the report.
3. Review letters and reports provided by "CONSULTANT" relative to
"PROJECT" in a timely fashion.
IV. TIME OF COMPLETION
A. "CONSULTANT" shall commence work immediately upon receipt of written
notice to proceed. Work as required herein, shall be completed in a diligent
and efficient manner to the execution of its completion.
B. The term of this Agreement shall expire thirty (30) calendar days after the date
the "PROJECT" is completed and accepted by "CITY ". It is agreed and
understood by both parties that this is sufficient time to complete all such
activities and tasks associated with the "PROJECT ".
V. OWNERSHIP OF DOCUMENTS
A. Original reports and other deliverable documents to be provided by
"CONSULTANT" under this Agreement shall become the exclusive property of
"CITY" and may be reproduced as deemed necessary by "CITY" or its duly
authorized representative. However, any use of completed deliverables or
documents for purposes other than for this "PROJECT ", or any use of
incomplete documents, shall be at "C1TY's" sole risk, and "CITY" shall
indemnify "CONSULTANT" for any damages incurred as a result of such use.
No report, drawing, map, document or other data given to or prepared or
assembled by "CONSULTANT" pursuant to this Agreement shall be made
available to any individual or organization by "CONSULTANT" without prior
written approval by "CITY ", unless required by subpoena.
B. "CONSULTANT" may reserve the right to publish materials or reports related
to the work performed or data collected under the provisions of this
Agreement. The right to publish shall be at the sole discretion of the "CITY"
and written permission must be obtained by "CONSULTANT" from "CITY" on
a case by case basis. Blanket publishing approval shall not be granted.
C. "CONSULTANT" has permission to show prospective clients reports and data
which have been accepted by "CITY" as prepared under this Agreement.
VI. RIGHT OF TERMINATION
A. "CITY" reserves the right to terminate this Agreement without cause at any time
by giving "CONSULTANT" five (5) business days prior written notice. Notice
shall be deemed served when delivered personally or upon deposit in the
United States mail, postage prepaid, addressed to "CONSULTANT'S" business
office at 15245 Alton Parkway, Suite 100, Irvine, California, 92718 -2307.
B. "CONSULTANT" may terminate this Agreement after ten (10) days' written
notice from "CONSULTANT" to "CITY" notifying "CITY" of it's substantial
failure to perform in accord with the terms of this Agreement, if the "CITY"
has not corrected it's non - performance within that time.
C. In the event of termination due to errors, omissions, or negligence of
"CONSULTANT ", "CITY" shall be relieved of any obligation to compensate
"CONSULTANT" for that portion of work directly affected by such errors,
omissions, or negligence of "CONSULTANT ". If this Agreement is terminated
for any other reason, "CITY" agrees to compensate "CONSULTANT" for the
actual services performed up to the effective date of the "Notice of
Termination ", based on the fee schedule contained herein.
VII. ASSIGNMENT
A. None of the services included in this Agreement shall be assigned, transferred,
contracted or subcontracted without prior written approval of "CITY ".
B. Neither "CONSULTANT" nor "CITY" shall assign or transfer any interest in this
Agreement, whether by assignment or novation, without the prior written
consent of the other party; provided, however, that claims for money due or to
become due "CONSULTANT" from "CITY" under this Agreement may be
assigned to a bank, trust company or other financial institution, or to a trustee
in bankruptcy, without such approval. Notice of any such assignment or
transfer shall be promptly furnished to "CITY ".
VIII. PAYMENT & FEE SCHEDULE
A. In consideration for the specified services, "CITY" hereby agrees to compensate
"CONSULTANT" on an hourly basis as set forth below in the "PAYMENT &
FEE SCHEDULE ". In no event shall said amount be greater than one hundred
eighty five thousand seven hundred dollars ($185,700), except as otherwise
provided for herein below.
B. Payment & Fee Schedule
personnel hourly rates
Principal /Consultants ................................... ...............................
$150.00
Principal Professional .................................... ...............................
130.00
Senior Professional ......................................... ...............................
100.00
Project Professional ........................................ ...............................
85.00
Senior Staff Professional ................................ ...............................
75.00
Staff Professional ............................................ ...............................
65.00
Technical Typing & Administrative Support ............................
40.00
Supervising Technician .................................. ...............................
70.00
Senior Technician ............................................ ...............................
61.00
Field Technician .............................................. ...............................
49.00
Engineering Graphics .................................... ...............................
49.00
Junior Technician ............................................ ...............................
37.00
TechnicalAid .................................................. ...............................
30.00
C. The contract amount shall be paid to "CONSULTANT" in monthly partial
payments based on the amount of hours worked and expenses incurred
during each monthly pay period, based on the actual hours of labor
expended as determined by the Project Manager for "CITY ". The sum of the
partial payments shall not exceed ninety percent (90 %) of the maximum fee
as set forth in paragraph "A" herein above. The balance of the total amount
earned shall be paid upon completion of the work specified herein.
0 0
D. In addition to the fixed, not -to- exceed fee, "CITY" agrees to reimburse
"CONSULTANT" for the actual cost (plus 10 %) for all outside expenses,
including those for: reproduction for copies of plans, reports and related
documents, material costs authorized in advance by the Project Manager
for "CITY ", and other reasonable expenses where such costs have been
advanced by "CONSULTANT" and approved in advance by "CITY ".
1. "CONSULTANT" shall provide written records (originals) of all expenses
incurred, and shall report all hours expended in the performance of
duties and tasks on a monthly basis. "CITY" agrees to pay
"CONSULTANT" within thirty (30) calendar days of the receipt of said
records and hourly summary.
2. "CONSULTANT" shall not be compensated for use of "CONSULTANT'S"
equipment, hardware, software materials, reproduction or mileage.
These costs are non - compensable. Time expended by "CONSULTANT'S"
personnel on such equipment shall be paid on the basis of the "FEE
SCHEDULE" herein above.
IX. ADDITIONAL SERVICES
No change in character, extent, or duration of the work to be performed by
"CONSULTANT" shall be made without prior written approval from "CITY ". In
consideration for performance of additional services authorized by "CITY" in
writing, "CITY" hereby agrees to compensate "CONSULTANT" an amount
based upon the hourly rate as submitted to "CITY" in the "FEE SCHEDULE ",
except that an increase in total compensation exceeding thirty thousand dollars
($30,00.00) shall require an amended Agreement for such additional services
between the "CONSULTANT" and "CITY ".
X. RECORDS
"CONSULTANT" shall maintain complete and accurate records with respect to
costs, expenses, receipts and other such information required by "CITY" that
relate to the performance of the services specified under this Agreement. All
such records shall be maintained in accord with generally accepted accounting
principles and shall be clearly identified and readily accessible.
"CONSULTANT" shall provide free access to the representatives of "CITY" or its
designees at all proper times upon reasonable notice to "CONSULTANT" to such
books and records, and gives "CITY" the right to examine and audit same, and to
make transcripts therefrom as deemed necessary at "CITY's" cost, and to allow
inspection of all work, data, documents, proceedings and activities related to this
Agreement.
XI. INSURANCE
A. On or before the date of execution of this Agreement, "CONSULTANT" shall
famish "CITY" with completed certificates showing the type, amount, class of
operations covered, effective dates and dates of expiration of insurance
policies. "CONSULTANT" shall use the "CITY's" Insurance Certificate form for
endorsement of all policies of insurance. The certificates do not limit
"CONSULTANT's" indemnification, and also contain substantially the
following statement: "The insurance covered by this certificate may not be
canceled or non - renewed, except after thirty (30) days' written notice has been
received by "CITY " ". Coverage may not be reduced or otherwise materially
altered without the same advance notice to "CITY" of such alteration.
B. "CONSULTANT" shall maintain in force at all times during the performance
of this Agreement all policies of insurance required by this Agreement; and
said policies of insurance shall be secured from an insurance company
assigned Policyholders' Rating of "A" (or higher) and Financial Size Category
"VIII" (or larger) in accord with an industry-wide standard and shall be
licensed to do business in the State of California.
1. An appropriate industry -wide insurance rating standard shall be deemed
"Best's Key Rating Guide ", latest edition.
C. "CONSULTANT" shall maintain the following minimum coverages:
Liability Insurance
General liability coverage shall be provided in the following minimum limits:
Category
Amount
Bodily Injury $ 1,000,000 each occurrence
$ 1,000,000 aggregate
Property Damage $ 1,000,000 each occurrence
$ 1,000,000 aggregate
Aggregate Liability
A combined single limit policy with aggregate limits in the amount of one
million ($1,000,000) will be considered equivalent to the required minimum
limits.
Errors & Omissions Insurance
Errors & Omissions coverage shall be provided in the amount of one million
dollars ($1,000,000).
10
D. Subrogation Waiver
In the event of loss or claim of loss due to any of the perils for which it has
agreed to provide general liability insurance, "CONSULTANT' shall look
solely to its insurance for recovery. "CONSULTANT' hereby grants to
"CITY", on behalf of any general liability insurer providing insurance to
either "CONSULTANT' or "CITY' with respect to the services of
"CONSULTANT", a waiver of any right of subrogation which any such
insurer of said "CONSULTANT' may acquire against "CITY' by virtue of the
payment of any loss under such insurance.
E. Additional Insured
"CITY", its City Council, boards and commissions, officers, servants and
employees shall be named as an additional insured under all insurance
policies required under this Agreement, except Errors & Omissions
Insurance. The naming of an additional insured shall not affect any recovery
to which such additional insured would be entitled under this policy if not
named as such additional insured; and an additional insured named herein
shall not be liable for any premium or expense of any nature on this policy or
any extension thereof. Any other insurance held by an additional insured
shall not be required to contribute anything toward any loss or expense
covered by the insurance provided by this policy. Proceeds from any such
policy or policies shall be payable to "CITY' primarily, and to
"CONSULTANT" secondarily, if necessary.
XII. WAIVER
A waiver by "CITY' or "CONSULTANT' of any breach of any term, covenant, or
condition contained herein shall not be deemed to be a waiver of any subsequent
breach of the same or any other term, covenant or condition contained herein
whether of the same or different character.
XIIl. COST OF LITIGATION
If any legal action is necessary to enforce any provision hereof or for damages by
reason of an alleged breach of any provisions of this Agreement, the prevailing
party shall be entitled to receive from the losing party all costs and expenses in
such amount as the court may adjudge to be reasonable costs of litigation.
XIV. INTEGRATED CONTRACT
This Agreement represents the full and complete understanding of every kind
or nature whatsoever between the parties hereto and all preliminary
negotiations and agreements of whatsoever kind or nature are merged herein.
No verbal agreement or implied covenant shall be held to vary the provisions
hereof. Any modification of this Agreement will be effective only by written
execution signed by both "CITY' and "CONSULTANT'.
11
s !
XV. HOLD HARMLESS
"CONSULTANT" shall indemnify and hold harmless, "CITY', its City Council,
boards and commissions, officers, and employees from and against any and all
loss, damages, liability, claims, suits, costs and expenses, whatsoever, including
reasonable costs of litigation, arising from "CONSULTANT's" negligent acts,
errors or omissions, in the performance of services hereunder.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the first
date above written:
APPROVED AS TO FORM:
City of Newport Beach,
a municipal corporation
Robin Clauson
Assistant City Attorney
John Hedges, Mayor
"CITY"
Converse Consultants Orange County,
a California Corporation
City Clerk
Address and Telephone:
City of Newport Beach
3300 Newport Boulevard, P. O. Box 1768
Newpon Beach, California 92658 -1768
(714)644 -3011 (714)646 -5204 fax
12
Converse Consultants Orange County
15245 Alton Parkway, Suite 100
Irvine, California 92718 -2307
(714)453 -2880 (714)453 -2888 fax
• •
PROPOSAL FOR GEOTECIINICAL
TESTING AND INSPECTION SERVICES
GROUNDWATER DEVELOPMENT PROJECT
CITY OF NEWPORT BEACH, CALIFORNIA
CCOC Proposal No. 95- 32136 -00
April 26, 1995
Prepared for:
Mr. Jeff Staneart
City of Newport Beach.
Utilities Department
3300 Newport Boulevard
P.O. Box 1768
Newport Beach, CA 92659 -1768
CONVERSE CONSULTANTS
ORANGE COUNTY
15245 Alton Parkway
Suite 100
Irvine, CA 92718 -2307
ATfAGF{MENT a6n
M
CONVERSE CONSULTANTS Consulting Engineering
and Applied Sciences
ORANGE COUNTY
75245 Alton Parkway, Suite 100
Irvine, CA 92778 -2307
Telephone (74) 453 -2880
Facsimile (7714) 453 -2888
April 26, 1995
Mr. Jeff Staneart
City of Newport Beach
Utilities Department
3300 Newport Boulevard
P.O. Box 1768
Newport Beach, CA 92659 -1768
Subject: Proposal for Geotechnical Services
Groundwater Development Project
Phases II and III Expansion
Newport Beach, California
(CCOC Proposal No. 95- 32136 -00)
Dear Mr. Staneart:
In accordance with the request of Mr. David Gould of Dlvlc Engineering, your civil engineer,
we are pleased to submit this proposal to provide geotechnical observation, exploration, and
testing services during design and construction of a number of specific improvements associated
with the Newport Beach Groundwater Development Project, Phases 11 and III Expansion.
This proposal relates to five (5) specific portions of the project as follows:
(A) Reservoir and Pump Station - Construction Services
(B) Reach #2, Pipeline Installation - Construction Services
(C) Reach #3, Pipeline Installation - Construction Services
(D) Dolphin Well Site - Exploration & Construction Services
(E) Tamura School Well Site - Exploration & Construction Services
converse
Mr. Jeff Staneart
City of Newport Beach
CCOC Proposal No. 95- 32136 -00
April 26, 1995
Page 2
Thank you for permitting us to present this proposal. We are looking forward to continued
association with you on this project. If you have any questions, please call.
Yours very truly,
ORANGE COUNTY
Scheil, R.G.E. 753
lent & Principal Engineer
TJS /GSS:vy
CONVERSE CONSULTANTS ORANGE COUNTY
Gary S. Salzman
President
•
TABLE OF CONTENTS
Page No.
EXECUTIVE SUMMARY OF COSTS ...... ............................... ii
(A) RESERVOIR AND PUMP STATION - CONSTRUCTION SERVICES .............
1
A.1
Proposed Construction ...... ...............................
1
A.2
Purpose of Services ........ ...............................
I
A.3
Scope of Geotechnical Services . ...............................
1
A.4
Scope of Concrete and Masonry Services .........................
2
A.5
Fees and Conditions ....... ...............................
3
A.6
Schedule ............... ...............................
4
(B) REACH U2, PIPELINE INSTALLATION - CONSTRUCTION SERVICES ...........
5
B.1
Proposed Construction ...... ...............................
5
B.2
Scope of Geotechnical Services . ...............................
5
B.3
Fees and Conditions ....... ...............................
6
B.4
Schedule ............... ...............................
7
(C) REACH /13, PIPELINE INSTALLATION - CONSTRUCTION SERVICES ...........
8
CA
Proposed Construction ...... ...............................
8
C.2
Scope of Geotechnical Services . ...............................
8
C.3
Fees and Conditions ....... ...............................
9
CA
Schedule ............... ...............................
10
(D) DOLPHIN WELL SITE - EXPLORATION & CONSTRUCTION SERVICES ......... 11
D.1 Proposed Development ...... ............................... 11
D.2a Scope of Work - Design Stage . ............................... 11
D.2b Scope of Work - Construction Phase ............................ 12
D.3a Fees and Conditions - Design .. ............................... 13
D.3b Fees and Conditions - Construction ............................. 13
D.4a Time Schedule - Design ..... ............................... 13
D.4b Time Schedule - Construction . ............................... 13
(E) TAMURA SCHOOL WELL SITE - EXPLORATION & CONSTRUCTION SERVICES ... 14
EA
Proposed Development ...... ...............................
14
E.2a
Scope of Work - Design Stage . ...............................
14
E.2b
Scope of Work - Construction Phase ............................
15
E.3a
Fees and Conditions - Design .. ...............................
15
E3b
Fees and Conditions - Construction .............................
16
E.4a
Time Schedule - Design ..... ...............................
16
E.4b
Time Schedule - Construction . ...............................
16
KEY PERSONNEL .................. ...............................
17
STANDARD
OF CARE ............... ...............................
17
AUTHORIZATION ................. ............................... 17
SCHEDULE OF FEES ............... ............................... 18
GENERAL CONDITIONS ............. ............................... 19
CONVERSE CONSULTANTS ORANGE COUNTY CITY OF NEWPORT BEACH
i Converse Proposal No. 9532138-00
0 0
EXECUTIVE SUMMARY OF COSTS
Following is a summary of our anticipated costs to provide geotechnical observation, testing, and
design services relating to major portions of the Groundwater Development Project for the City
of Newport Beach:
A. Reservoir and Pump Station
Construction
$ 136,400
B. Reach ill
Construction
15,400
C. Reach #3
Construction
18,700
D. Dolphin Well Site
1
Design
4,000
Construction
5,900
E. Tamura Well Site
Design
2,500
Construction
2,800
TOTAL ESTIMATE COST
$ 185,700
Following are details of each project, our scope of services, related hours, costs, and time
schedules.
CONVERSE CONSULTANTS ORANGE COUNTY CITY OF NEWPORT BEACH
ii Converse Propo" No. 8632138-00
0
(A) RESERVOIR AND PUMP STATION - CONSTRUCTION SERVICES
A.1 Proposed Construction
Reference is made to the Bidding Documents, Contract Documents, Special Provisions, and
Construction Plans, Books 1 thru 4 for Phase III that was provided to us and reviewed by us.
Converse Consultants performed the geotechnical explorations for the expansion and rendered
a geotechnical report dated November 3, 1993 to your office. Supplemental addenda to the
report and the results of the rough grading of the site (performed under the observation of
Converse) to August 17, 1994 were compiled by your office in a document dated August 17,
1994.
A.2 Puroose of Services
The purposes of these services are to provide the City, via your Construction Manager, Daniel
Boyle Engineering, Inc., with professional advice and opinions from a geotechnical viewpoint
as to the contractor's conformance with the requirements of the contract specifications and
geotechnical engineering report for the project.
A.3 Scone of Geotechnical Services
The scope of our services, i.e., tasks and estimated hours, are planned to relate to site
preparation (fine grading), subsurface piping, reservoir construction, pump station construction,
retaining wall construction, backfilling around the facilities, and installation of appurtenant
facilities as follows:
Observation of removal of silt and fine sand, due to erosion from the recent rains,
within the excavations made during the rough grading completed in 1994.
Scarification and recompaction of the previously prepared surface may be
necessary - 100 hrs.
2. Observation and testing during the installation of the reservoir underdrain system
and backfill, as well as the installation and backfilling of other piping at the site
in accordance with the contract specifications - 150 firs.
3. Observation and testing during the fine grading and subgrade preparation for the
reservoir hopper bottom - 100 firs.
4. Observation and testing (if warranted) of the pump can mat foundation for the
pump station - 20 firs.
5. Evaluation of the acceptability and performance of the contractor's dewatering
methods, primarily in the pump station area - 30 firs.
6. Laboratory testing as required for fill acceptability and field compaction
evaluation - 100 hrs.
CONVERSE CONSULTANTS ORANGE COUNTY CITY OF NEWPORT BEACH
Convene Propoval No. 853213e -00
• • 2
7. Observation and testing of the compaction of on -site and imported fill and backfill
around the reservoir and pump station and during the raising of site grades -
500 firs.
8. Attending meetings, as requested - 25 hrs.
9. Observation and testing, as necessary, during placement of gravel or aggregate
base material in conjunction with filter fabric beneath structure foundations and/or
slabs - 100 firs.
10. Consultation services, as necessary, during the course of the construction -
25 hrs.
11. Preparation of various geotechnical engineering reports after completion of major
phases of the work, as necessary - 150 hrs.
12. Evaluation of elevation survey readings of the reservoir during filling - 25 firs.
A.4 Scope of Concrete and Masonry Services
The scope of our services (task and hours) during the placement of concrete foundations, floors,
and walls for the reservoir and the pump station, as well as the structural concrete for the
various retaining walls, reservoir roof, and appurtenant structures will be in accordance with the
project plans and specifications referenced under "Proposed Construction" herein. In summary,
our services will include:
1. Review of the contractor's concrete mix design - 50 hrs.
2. Casting of at least five (5) concrete cylinders for each 40 -150 cubic yards of
concrete placed. During the placing of this concrete, slump tests will be
performed as necessary - 300 hrs.
3. Inspection of CMU wall grout pours to include clean-outs, mortar projections and
grout consolidation - 50 hrs.
4. Compression testing of the concrete cylinders cast after 7, 14, and 28 days, or as
directed - 250 firs.
5. Compression testing of grout samples in accordance with UBC Standards -
50 firs.
CONVERSE CONSULTANTS ORANGE COUNTY CITY OF NEWPORT BEACH
Converse Proposal No. 9542139-00
0 0 3
6. Curing of the concrete cylinders by submergence in water filled troughs in our
laboratory within 30 hours after field casting until compression tested in our
laboratory.
7. Preparing letter reports after each series or groups of concrete compression tests,
i.e. 7, 14 and 28 days - 100 hrs.
To facilitate our work, it is our understanding that the City's construction manager will:
1. Aid Converse Consultants Orange County personnel in obtaining soil and concrete
samples for testing. We understand that the contractor will cooperate in this
activity.
2. Request services two days prior to required soil or concrete testing.
3. Be available to answer questions that may arise during the performance of our
services.
Our field representative assigned to the job site will advise the City's construction manager
regarding compaction, based on the observations of the contractor's work and the soil conditions
exposed. Our field representative will not direct or supervise the actual work of the contractor's
personnel, but will check the contractor's work for compliance with the project plans and
applicable specifications.
Our services during concrete placement will not include observation of the concrete work or the
amount and type of reinforcement. We understand that the City's Construction Manager will
provide this service. Our services will deal primarily with obtaining samples for testing.
The services performed by our firm are not intended to include a review or an evaluation of the
adequacy of the contractor's safety measures or practices on or near the construction site. The
contractor will be solely and completely responsible for working conditions on the job site,
including safety of all persons and property during performance of the work. This responsibility
will apply continuously and will not be limited to our normal working hours.
A.S Fees and Conditions
The fees for our services using our current fee schedule are estimated to be $137,400 for the
anticipated scope of work as we know it at this time. Our actual professional fees will be
invoiced on an hourly basis in accordance with the attached Schedule of Fees (Converse- SC -94A)
and General Conditions (Converse- GC -94). A rough breakdown of our estimated costs follow:
CONVERSE CONSULTANTS ORANGE COUNTY CITY OF NEWPORT BEACH
Convene Propwal No. 95-32138 -00
0 4
TASK
HOURS ; -;
RATE PER -'
ESTIMATED
HOUR'
COST '
Field Services (Soils)
1,000
$ 60±
$ 60,000
Laboratory Testing (Soils)
100
$ 75:h
7,500
Meetings
25
$ 100±
2,500
Consultation
50
$ 100±
5,000
Concrete Services (Field)
400
$ 50±
20,000
Laboratory Testing (Concrete)
300
$ 60±
18,000
Laboratory Testing (Steel)
40
$ 60±
2,400
Report Preparation
250
$ 80±
20,000
Expenses (Reproduction, cylinder molds, etc.)
1,000
TOTAL ESTIMATED COST
$ 136,400
The actual costs of our construction services will depend on the time required to complete the
construction, which, in turn, is determined by the contractor's operation, methods, efficiency,
and weather conditions.
Our estimate of total charges anticipates that we will have a full-time field representative at the
site for about 50% of the times during the construction period of about one year. During this
time, he will be testing and observing earthwork (fill and backfill for the reservoir, pump
station, utilities, pavement, etc.) and testing concrete work and casting concrete cylinders for
laboratory testing. It is possible that two representatives will be necessary during those periods
when concrete is being placed and earthwork is in progress. The need for two representatives
at the site will be discussed with your construction manager prior to implementation.
We are prepared to commence our services within one week of your authorization to proceed.
We require notice of at least two working days prior to the time that field services are required.
A report summarizing the results of our services will be delivered in a timely fashion.
We understand that the project will require about one year to complete, i.e. the completion date
is May 26, 1996. Our cost estimate is based on this schedule.
CONVERSE CONSULTANTS ORANGE COUNTY CITY OF NEWPORT BEACH
Convene Proposal No. 8532138 -00
•
(B) REACH tl2. PIPELINE INSTALLATION - CONSTRUCTION SERVICES
�rrr 'r r y it
5
It is proposed to install a 36-inch diameter waterline about 7 to 12 feet below grade primarily
within existing streets in Huntington Beach, California, between the Santa Ana River and
Hamilton Avenue at Talbert Channel. Reference is made to our geotechnical report dated June
20, 1994, which relates to the pipeline installation in that Reach.
B.2 Scope of Geotechnical Services
Although the frequency and duration of our time on the site for observation and testing cannot
be quantified at this time, we would expect that more time will be requested in the beginning
of the construction for observation and testing until the contractor establishes a work pattern and
achieves acceptable test results on a consistent basis. Thereafter, testing may be less frequent.
The scope of our services during the installation of the pipelines and their appurtenant facilities
is planned to include:
1. Field testing of compaction at vertical intervals of approximately 2 feet and
horizontal intervals of approximately 200 feet. Testing will be performed in
accordance with the Project Specifications.
2. Laboratory testing for sand equivalency of imported soils, as required, in
accordance with the Standard Specifications.
3. Evaluating the suitability of the pipe subgrade soils, as requested, thus assessing
the need for overexcavation of unsuitable soils.
4. Evaluating the suitability of the excavated native materials to be used as backfill
at the reservoir site.
5. Testing of imported back ill, as required, per the methods contained in the Project
Specifications.
6. Attending meetings, if requested by the client.
7. Preparing a report of test results, with evaluations, after each series or group of
tests.
8. Preparing six copies of a summary report documenting the tests taken.
9. Proving consultation services, as necessary, during the course of construction.
CONVERSE CONSULTANTS ORANGE COUNTY CITY OF NEWPORT BEACH
Converse Proposal No. 96- 32138.00
• • 6
Since our services are only to be provided on an "on call" basis for field testing, we will be
unable to provide an opinion as to the quality of work for the entire project, and must therefore
limit our opinions to the specific areas tested.
Our field representative assigned to the job site will advise the City's construction manager
regarding compaction, based on the observations of the contractor's work and the soil conditions
exposed. Our field representative will not direct or supervise the actual work of the contractor's
personnel, but will check the contractor's work for compliance with the project plans and
applicable specifications.
The services performed by our firm are not intended to include a review or an evaluation of the
adequacy of the contractor's safety measures or practices on or near the construction site. The
contractor will be solely and completely responsible for working conditions on the job site,
including safety of all persons and property during performance of the work. This responsibility
will apply continuously and will not be limited to our normal working hours.
B.3 Fees and Conditions
The fees for our services using our current fee schedule are estimated to be $15,400 for the
anticipated scope of work as we know it at this time. Our actual professional fees will be
invoiced on an hourly basis in accordance with the attached Schedule of Fees (Converse- SC -94A)
and General Conditions (Converse- GC-94).
The cost to perform a field density test will depend on the number of tests performed during a
single visit, including travel time to the job site. For budget purposes, we have estimated that
three tests will be performed per 2.5 hour visit. The associated unit cost per test would then be
about $60 per test.
Laboratory costs will depend on the number of soil types used as backfill along the pipeline.
It is assumed that four different soil types will be encountered during backfill placement. A
summary of tasks and fees follow:
II 180 Feld Density Tests @ $60:t per Test I $ 10,800 h
Compaction Curves - 4 @ $150 each 1 600
Consultation Meetings (21 - 5 hrs @ $100t per hr. 1 500
11 Coordination, Scheduling and Correspondence - 20 hrs. @ $75 t per hr. 1 1,500 11
Report Preparation - 20 hrs. @ $75 t per hr.
1,500
11 Expenses (Reproduction, computer charges, etc.) 1 500 II
TOTAL ESTIMATED COST 1 $ 15,400
It should be realized that the above estimated costs are based on performing all the tests
presented under item 1 in our Scope of Services. The total costs will depend on the number of
CONVERSE CONSULTANTS ORANGE COUNTY CITY OF NEWPORT BEACH
Converse Proposal No. 95- 32138 -00
0 7
tests and the number of visits requested by your Construction Manager. Our actual costs will
be charged on a time and material basis.
The actual costs of our construction services will depend on the amount of services requested
and the time required to complete the construction, which, in turn, is determined by the
contractor's operation, methods, efficiency, and weather conditions.
The above estimate does not include field testing or observation services that may be necessary
to retest previously failed test areas, or for additional tests requested. Time and expense
involved with such testing will be considered extra work, and will be kept separate since we
understand that the contractor will be backcharged for this retesting.
We are prepared to commence our services within one week of your authorization to proceed.
We require notice of at least two working days prior to the time that field services are required.
A report summarizing the results of these services will be delivered in about two weeks after
completing the field testing.
We understand that the project will commence during May 1995 and will be completed in 210
calendar days. Our cost estimate is based on this schedule.
CONVERSE CONSULTANTS ORANGE COUNTY CITY OF NEWPORT BEACH
Convene Propwal No. 8832139-00
0
(C) REACH #3 PIPELINE INSTALLATION - CONSTRUCTION SERVICES
It is proposed to install a 36 -inch diameter waterline about 6 to 25 feet below grade primarily
in the west access roadway for the Talbert Channel in Fountain Valley and Huntington Beach,
California, between Slater Avenue and the east -west channel south of Garfield, a total distance
of about 9,300 lineal feet. Reference is made to our geotechnical report dated March 14, 1995,
which relates to the pipeline installation in that Reach.
C.2 Scope of Geotechnical Services
Although the frequency and duration of our time on the site for observation and testing cannot
be quantified at this time, we would expect that more time will be requested of us in the
beginning of the construction for observation and testing until the contractor establishes a work
pattern and achieves acceptable test results on a consistent basis. Thereafter, testing may be less
frequent.
The scope of our services during the installation of the pipelines and their appurtenant facilities
is planned to include:
1. Field testing of compaction at vertical intervals of approximately 2 feet and
horizontal intervals of approximately 200 feet. Testing will be performed in
accordance with the Project Specifications.
2. Laboratory testing for sand equivalency of imported soils, as required, in
accordance with the Standard Specifications.
3. Evaluating the suitability of the pipe subgrade soils, as requested, thus assessing
the need for overexcavation of unsuitable soils.
4. Evaluating the suitability of the excavated native materials to be used as backfill
at the reservoir site.
Testing of imported backfill, as required, per the methods contained in the Project
Specifications.
6. Attending meetings, if requested.
7. Preparing a report of test results, with evaluations, after each series or group of
tests.
8. Preparing six copies of a summary report documenting the tests taken.
9. Proving consultation services, as necessary, during the course of construction.
CONVERSE CONSULTANTS ORANGE COUNTY CITY OF NEWPORT BEACH
Convoy Proposal No. 8632138.00
0 0
Since our services at this time are planned to be provided on an "on call" basis for field testing,
we will be unable to provide an opinion as to the quality of work for the entire project, and must
therefore limit our opinions to the specific areas tested and/or observed.
Our field representative assigned to the job site will advise the City's construction manager
regarding compaction, based on the observations of the contractor's work and the soil conditions
exposed. Our field representative will not direct or supervise the actual work of the contractor's
personnel, but will check the contractor's work for compliance with the project plans and
applicable specifications.
The services performed by our firm are not intended to include a review or an evaluation of the
adequacy of the contractor's safety measures or practices on or near the construction site. The
contractor will be solely and completely responsible for working conditions on the job site,
including safety of all persons and property during performance of the work. This responsibility
will apply continuously and will not be limited to our normal working hours.
C.3 Fees and Conditions
The fees for our services using our current fee schedule are estimated to be $18,700 for the
anticipated scope of work as we know it at this time. Our actual professional fees will be
invoiced on an hourly basis in accordance with the attached Schedule of Fees (Converse- SC -94A)
and General Conditions (Converse- GC-94).
The cost to perform a field density test will depend on the number of tests performed during a
single visit, including travel time to the job site. For budget purposes, we have estimated that
three tests will be performed per 2.5 hour visit. The associated unit cost per test would then be
about $60 per test.
Laboratory costs will depend on the number of soil types used as backfill along the pipeline.
It is assumed that four different soil types will be encountered during backfill placement. A
summary of tasks and fees follow:
It should be realized that the above estimated costs are based on performing all the tests
presented under item 1 in our Scope of Services. The total costs will depend on the number of
tests and the number of visits requested by your Construction Manager. Our actual costs will
be charged on a time and material basis.
CONVERSE CONSULTANTS ORANGE COUNTY CITY OF NEWPORT BEACH
Convmee Proposal No. 85- 32138.00
• 10
We are prepared to commence our services within one week of your authorization to proceed.
We require notice of at least two working days prior to the time that field services are required.
A report summarizing the results of these services will be delivered in about two weeks after
completing the field testing.
We understand that the project will commence during the summer of 1995. At this time a
contractor has not been selected for this work, nor is the duration of the work known. Our cost
estimate is therefore based on our experience with this type of project and should be considered
approximate at this time.
CONVERSE CONSULTANTS ORANGE COUNTY CITY OF NEWPORT BEACH
Converse Proposal No. 9632138-00
(D) DOLPHIN WELL SITE - EXPLORATION & CONSTRUCTION SERVICES
11
As part of the Groundwater Development Project, it is proposed to develop a well site between
Dolphin and Slater Avenues, just west of the 405 Freeway, in Fountain Valley, California.
Based on drawings and a site plan that you provided, we understand that the 150 -foot by 63 -foot
site will contain a 30 -foot by 100 -foot single -story slab -on -grade structure for the well, piping,
pumps and auxiliary equipment. Since the structure will be built into an existing slope (the
Slater Avenue fill embanlanent approaching the bridge over the 405 Freeway), a 6 to 15t foot
high, 150± foot long retaining wall will be required.
Based on our site reconnaissance, we anticipate the steep embankment soils to consist of fill of
unknown quality, overlying natural fine grained silty sands and sandy clays. Groundwater can
be expected about 10 feet beneath the level of Dolphin Avenue.
r-
Due to the steepness of the fill embankment, which precludes drilling on the slope, we plan to
drill at the top of the slope, off the right -of -way of Slater Avenue. This may require a City
permit and/or a traffic control plan due to the limited area for drilling.
To accomplish these objectives, we will:
Assemble and review available geologic and boring information near the site and
note the proximity of pertinent geologic features.
Meet with you and your representatives to discuss the project and your objectives.
3. Perform a site reconnaissance.
Contact Underground Services Alert relative to the location of the existing utilities
at the site in light of our planned drilling program.
Obtain a permit, if necessary, prior to field drilling.
6. Drill one boring to a depth of 30 feet within the project area.
Perform Standard Penetration Tests.
8. Locate and log all field exploration work, and obtain soil samples for laboratory
testing.
9. Record the groundwater level in the boring, if present.
CONVERSE CONSULTANTS ORANGE COUNTY CITY OF NEWPORT BEACH
Converse Proposal No. 85- 32138-00
• • 12
10. Perform laboratory tests on soil samples obtained from the exploration, tentatively
including moisture content, density, gradation, shear resistance, expansion, and
corrosivity tests (pH, chloride, sulfates and resistivity).
11. Interpret and evaluate the field and laboratory data.
12. Prepare an engineering report (5 copies) containing our conclusions and
recommendations on:
a) Site preparation and grading requirements.
b) Excavatability of fill embankment soils.
c) Acceptability of site soils for use as fill and backfill.
d) Installation of utilities.
e) Foundation types, depths, and allowable soil bearing values.
f) Anticipated settlement.
g) Lateral earth pressures for retaining wall design.
h) Pavement design.
Our study is not planned to include a detailed study of groundwater conditions at the site nor the
effects of the proposed development on the environment. In addition, our study will not be
sufficient to evaluate the liquefaction potential of the deeper site soils. We should be informed
of any existing structures, utilities, buried tanks, or other facilities on the site prior to our field
exploration. Our study does not include locating any pre - existing improvements or providing
environmental assessments.
The scope of our services during construction of the Dolphin Well site is planned to include:
Observation and testing during site grading.
2. Observation and testing during utility line backfilling and compaction.
3. Laboratory testing, as necessary, tentatively including sand equivalency,
gradation, compaction, corrosivity, and "R" value.
4. Evaluating the suitability of pipeline, footing, and floor slab subgrade soils.
Field density testing during backfilling of the retaining wall and building footings.
6. Providing consultation services, as necessary.
7. Preparing an engineering report, with test results, presenting our opinion as to the
conformance of the earthwork and foundation construction with the requirements
of the contract specifications.
CONVERSE CONSULTANTS ORANGE COUNTY CITY OF NEWPORT BEACH
Convene Proposal No. 8632138.00
• • 13
i ,,.,
The estimated cost of our services for the subsurface exploration as proposed herein is expected
to be approximately $4,000, which includes $600 for the subcontracted borings. Our actual
professional fees will be invoiced on an hourly basis in accordance with the attached Schedule
of Fees (Converse- SC -94A) and General Conditions (Converse- GC -94). The above costs do not
include any fee that may be necessary to obtain a drilling permit with the City of Fountain
Valley, or for traffic control.
Our fee assumes that the site will be accessible to our truck - mounted boring rig. If because of
weather or site conditions the site is not accessible, we will contact you to discuss the impact
on our cost estimate. If unusual or unanticipated subsurface conditions are encountered in our
borings, it may be necessary to increase the scope and cost of our study. If such is the case,
we will inform you immediately to discuss the impact that the unanticipated conditions have on
our study and our cost estimate for a revised scope.
The fees for our services during construction are estimated to be about $5,900. Our actual
professional fees will be invoiced on an hourly basis in accordance with the attached Schedule
of Fees (Converse -SC -94A) and General Conditions (Converse- GC -94). A summary of tasks
and approximate costs follow:
We will commence mobilization immediately upon receiving your written authorization to
proceed. Our planned tasks will commence after any required permits are obtained. We expect
to submit our final report in four weeks after commencement of field services.
M, JOHMMMM
At this time the construction schedule for this project is not known. However, Converse will
provide qualified field personnel at the job site as long as an 18 hour notice is given.
CONVERSE CONSULTANTS ORANGE COUNTY CITY OF NEWPORT BEACH
Cornasa Proposal No. 9632138.00
0 0 14
(E) TAMURA SCHOOL WELL SITE - EXPLORATION & CONSTRUCTION SERVICES
1 Proposed Development
As part of the Groundwater Development Project, it is also proposed to develop a well at the
southeast portion of the Tamura School property in Fountain Valley, California. Based on the
site plan that you provided, this will be the Alternate Well Site #2. The site is located about 800
feet northwest of the intersection of Magnolia Street and Slater Avenue. The well site will
measure roughly 60 feet by 125 feet and will contain a single -story slab -on -grade structure to
house the well pumps and auxiliary equipment.
Based on our site visit, the areas is currently grass covered and part of an athletic field for the
school. Based on subsurface data in our files, we anticipate silty sands and sandy clays with the
likelihood of layers of highly compressible organic silts and peat within 15 feet of the surface.
Groundwater is probably within 15 feet of the surface.
F._2a Scope of Work - Design Stage
To accomplish these objectives, we will:
1. Assemble and review available geologic and boring information near the site and
note the proximity of pertinent geologic features.
2. Meet with you and your representatives to discuss the project and your objectives.
3. Perform a site reconnaissance.
4. Contact Underground Services Alert relative to the location of the existing utilities
at the site in light of our planned drilling program.
5. Obtain permission from the property owners prior to field drilling.
6. Drill one hollow stem auger boring to a depth of about 15 feet within the project
area.
7. Locate and log all field exploration work, and obtain soil samples for laboratory
testing.
8. Record the groundwater level in the boring, if present.
9. Perform laboratory tests on soil samples obtained from the exploration, tentatively
including moisture content, density, gradation, consolidation, and corrosivity tests
(pH, chloride, sulfates and resistivity).
10. Interpret and evaluate the field and laboratory data.
CONVERSE CONSULTANTS ORANGE COUNTY CITY OF NEWPORT BEACH
Convene Proposal No. 8632138 -00
• 15
11. Prepare an engineering report (5 copies) containing our conclusions and
recommendations on:
a) Site preparation and grading requirements.
b) Acceptability of site soils for use as fill and backfill.
C) Installation of utilities.
d) Foundation types, depths, and allowable soil bearing values.
e) Anticipated settlement.
Our study is not planned to include a detailed study of groundwater conditions at the site nor the
effects of the proposed development on the environment. In addition, the liquefaction potential
of the deeper soils will not be determined. We should be informed of any existing structures,
utilities, buried tanks, or other facilities on the site prior to our field exploration. Our study
does not include locating any pre - existing improvements or providing environmental assessments.
E.2b ScopeQf Work - Construction Phase
The scope of our services during construction of the Tamura School Well site is planned to
include:
Observation and testing during site grading.
2. Observation and testing during utility line backfilling and compaction.
3. Laboratory testing, as necessary, tentatively including sand equivalency,
gradation, compaction, corrosivity, and "R" value.
4. Evaluating the suitability of pipeline, footing, and floor slab subgrade soils.
5. Field density testing during backfilling of the building footings.
6. Providing consultation services, as necessary.
7. Preparing an engineering report, with test results, presenting our opinion as to the
conformance. of the earthwork with the requirements of the contract
specifications.
ITI 1 • r M
The estimated cost of our services for the subsurface exploration as proposed herein is expected
to be approximately $2,500 which includes $600 for the subcontracted boring. Our actual
professional fees will be invoiced on an hourly basis in accordance with the attached Schedule
of Fees (Converse- SC -94A) and General Conditions (Converse- GC -94).
If unusual or unanticipated subsurface conditions are encountered in our borings, it may be
necessary to increase the scope and cost of our study. If such is the case, we will inform you
immediately to discuss the impact that the unanticipated conditions have on our study and our
cost estimate for a revised scope.
CONVERSE CONSULTANTS ORANGE COUNTY CITY OF NEWPORT BEACH
Convene PropweI No. 96.32138 -00
0
16
No work beyond the outlined scope will be carried out without receiving your prior approval and
authorization. Additional work will require an additional fee above and beyond the estimated
values stated here.
This offer is valid for a period of three months and assumes we will be allowed to begin work
within this time. Acceptance or commencement of work after three months will require changes
in professional fees and subcontractor's charges.
The cost of our study as proposed herein does not currently include attendance at meetings with
you or design team members during our study or subsequent to submission of our engineering
report. We will be receptive to attending such meetings; our charges for this additional service
will be on an hourly basis in accordance with our current fee schedule.
M
The fees for our services during construction are estimated to be about $2,800. Our actual
professional fees will be invoiced on an hourly basis in accordance with the attached Schedule
of Fees (Converse- SC -94A) and General Conditions (Converse- GC -94). A summary of tasks
and approximate costs follow:
TASk
ESTIMATED COST;.'
Site Grading - 10 hrs. @ $60 t per hr.
$ 600
Utility Backfill - 10 hrs. @ $60 t per hr.
600
Laboratory Testing
300
Subgrade Evaluation - 5 hrs. @ $60 t per hr.
300
Footing Backfilling - 5 hrs. @ $60t per hr.
300
Consultation - 2 hrs. @ $100t per hr.
200
Report Preparation - 5 hrs. @ 100 t per hr.
500
TOTAL ESTIMATED COST
$ 2,800
We will commence mobilization immediately upon receiving your written authorization to
proceed. Our planned tasks will commence after any required permits are obtained. We expect
to submit our final report hi four weeks after commencement of field services.
At this time, the construction schedule for this project is not known. However, Converse will
provide qualified field personnel at the job site as long as an 18 hour notice is given.
CONVERSE CONSULTANTS ORANGE COUNTY CITY OF NEWPORT BEACH
Cmvww PropoeW No. 953213&00
9
KEY PERSONNEL
17
Mr. Thomas J. Scheil, Principal Geotechnical Engineer and Vice President, will be the manager
on this project. Mr. Scott Magorien, Principal Geologist, will provide his geologic expertise
as needed. Office engineering assistance will be provided by Mr. Raghuram Radhakrishnan
(R.K.). Mr. Gary S. Salzman, Office Manager and a member of the Converse Executive
Committee, will be Principal -In- Charge.
STANDARD OF CARE
The work outlined in this proposal will be carried out in accordance with accepted geotechnical
principles common to the local area in which we practice. We make no other warranties, either
express or implied.
We wish to call your attention to the limitations of our professional liability provided in our
General Conditions and to the provisions for removing this limitation, if you prefer.
We will maintain telephone contact with you and your construction managers during the course
of our work to keep you informed of our findings. We will provide geotechnical design
parameters to the design team as soon as they are determined if the schedule for report delivery
is not compatible with your time schedule.
AUTHORIZATION
If the scope of services, cost, and conditions are satisfactory, we would be receptive to entering
into a Professional Service Agreement with the City for this work.
CONVERSE CONSULTANTS ORANGE COUNTY CITY OF NEWPORT BEACH
Converse Proposal No. 8632138.00
10
CONVERSE
Schedule of Fees
Introduction
It is the objective of Converse to provide to its clients high quality professional technical services and a continuing source of
professional advice and opinions. Services will be performed in a manner consistent with that level of care and skill ordinarily
exercised by members of the profession currently practicing in the same locality under similar conditions. This Schedule is valid
for services performed through December 31, 1994; services commenced or continued into 1995 may be subject to a new
Schedule.
Hourly Charges for Personnel
The ranges in hourly rates for the services proposed reflect variations in experience and related salary level for personnel assigned
to perform a particular service. Actual staff assignments will depend on personnel availability, job complexity, project site location,
and experience level required to satisfy the technical requirements of the project and to meet the prevailing standard of professional
care.
1. Junior Technician (Drafting, Field, Lab) $
30-45
8.
Staff Support
$ 30 -55
2. Technician (Drafting, Field, Lab)
40 -55
9.
Staff Professional
50-70
3. Senior Technician (Drafting, Field, Lab)
50 -65
10.
Senior Staff Professional
65 -75
4. Supervisory Technician (Drafting, Field, Lab)
55 -75
11.
Project Professional
70-90
5. Superintendent
65 -85
12.
Senior Professional
85 -110
6. CAD Operator
40 -60
13.
Principal Professional
100 -135
7. Word Processor
40 -55
14.
Principals /Consultants
125 -160
An overtime charge of twenty -five percent of the above hourly rates will be added for hourly personnel (Nos. 1 through 8) for time
in excess of eight hours per day at the job site and for all time on Saturdays, Sundays, and holidays. Travel time to and from the
job site at the start and end of each day in excess of home to office commute will be charged at hourly rates for the appropriate
personnel. Full travel time will be charged to and from the job site during the normal work day.
Consultation and Litigation
Fees for special consultation, for consulting boards and for services in connection with litigation are charged on a daily basis; rates
for principal experts are available on request.
Expenses
1. Special equipment will be charged at rates shown on attached schedules, if applicable.
2. In -house reproduction expenses are charged at cost.
3. In -house computer usage is charged at a rate of $15 per hour.
4. Exploration expenses (drilling, trenching, etc.) are charged at cost plus fifteen percent.
5. Travel and subsistence expenses (transportation, room and board, etc.) for individuals on projects requiring travel and /or
living away from a principal office are charged at cost plus fifteen percent.
6. Automobile and truck expenses are charged at cost plus fifteen percent or at a rate of fifty cents per mile for
company -owned vehicles traveling between principal office and project; or at a rate of $6 per hour for trucks and supplies
to and from the project site and for time at the project site.
7. Communications expenses (phone, fax, modem, etc.) are charged at three percent of Converse's fees.
8. Other out -of - pocket direct expenses (aerial photos, permits, bonds, outside printing services, tests, etc.) are charged at
cost plus fifteen percent.
Invoices
1. Invoices will be submitted to the Client on a monthly basis, and a final bill will be submitted upon completion of services.
Invoices will show charges for each category of personnel and expense classification.
2. Payment is due upon presentation of invoice and is past due thirty days from invoice date. In the event Client fails to make
any payment to Converse when due, Converse may immediately cease work and /or withhold reports hereunder until said
payment, together with a service charge at the rate of eighteen percent per annum (but not exceeding the maximum
allowed by law) from the due date, has been received. Further, Converse may at its sole option and discretion refuse to
perform any further work irrespective of payment from Client in the event Client fails to pay Converse for services rendered
when said payments are due.
3. Attorney's fees or other costs incurred in collecting any delinquent amount shall be paid by Client.
General Conditions
The terms and provisions of the Converse General Conditions are incorporated into this fee schedule as though set forth in full.
If a copy of the General Conditions does not accompany this fee schedule, Client should request a copy from this office.
CONVERSE- SC -94A
DIVA Engineering
Civil •Surveying •Planning
March 21, 1995
Mr. Jeff Staneart, P.E.
Utilities Director and Project Manager
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92659
P95 -813
SUBJECT: Request for Proposal for Project Administration, Engineering, Mapping and
Survey Services for Well Sites and Utilities Yard Expansion - Phase II as part of
the Groundwater Development Project
Dear Jeff:
The firm of DM` Engineering is pleased to submit this proposal to provide Project
Administration, Engineering, Mapping and Survey Services relative to the City of Newport's
proposed Well Sites and Utilities .Yard Expansion - Phase II, as part of the City's
Groundwater Development Project.
We at DM` Engineering appreciate the opportunity to work with you and the City of Newport
Beach once again. Our previous work efforts, knowledge and history with this project will
prove to be beneficial to you and the City.
We look forward to your review of this proposal and the opportunity to discuss our proposed
scope of work and associated fees with you personally. Upon acceptance, it is our
understanding that the City will include this proposal in their Professional Service Agreement
and return it to our office for signature. In the interim, should you have any questions please
do not hesitate to call.
Sincerely,
Derek J. McGregor, .E., P.L.S.
Principal
DJM: kp
ATTfAC -44 MC—NT " D "
18 Technology Drive, Suite 100, Irvine, California 92718 • (714) 753 -9393 FAX: (714) 753.9322
INTRODUCTION
DM` Engineering specializes in providing public agencies with project administration,
engineering, mapping and surveying services. The firm has offices in Irvine and Twentynine
Palms, California and has similar contracts with the Cities of Irvine and Anaheim, and the Santa
Margarita Water District.
DM` Engineering has been associated with the Groundwater Development Project for the past
three (3) years. Through this effort DM` has developed an unsurpassed in -depth knowledge in
all aspects of the City's Groundwater Development Project.
DM° Engineering is structured and staffed to efficiently meet the assignment of the subject
contract. The DM` project team employs the latest technologically advanced production and
methods with respect to preparation of reports, construction drawings, specifications and maps.
DM` Engineering has established a reputation of excellent service, quality engineering and
meeting our clients' needs in a timely and efficient manner. We truly believe that by selecting
DM` Engineering for the subject project, the City will benefit by receiving a high level of
service and quality engineering and surveying services.
We believe the following DM` strengths are essential in assuring that the City will receive
quality engineering and surveying services associated with this work effort and the Groundwater
Development Project.
+ Project Experience
• Effective Project Team
• Effective Inter - Agencies Coordination
• Responsiveness
• Staffing Availability
• Computer Expertise
• Commitment to Quality
PROJECT EXPERIENCE
As previously stated DM` Engineering has an extensive unsurpassed history with the City's
Groundwater Development Project. In particular, DM` Engineering provided the City with
engineering services for the Phase I expansion and the first stage of the Phase II expansion of
the Groundwater Development Project. Through this effort we are familiar with the project and
the City's operation. We have a substantial amount of data on file which will prove to be
beneficial to the City both financially and in scheduling to meet the City's stringent project
timeline. DM` Engineering's previous work effort will allow them to begin work immediately.
RELATED PROJECTS
Groundwater Development Project City of Newport Beach
30" Water Main Relocation, Santa Ana River
Utilities Yard Demolition, Rough Grading City of Newport Beach
for the Utilities Yard Expansion - Phase I
Interim Mass Grading and Storm Drain City of Newport Beach
Relocation Project for the Utilities Yard
Expansion - Phase II
Galivan Reservoir 3 -A Moulton Niguel Water District
Facilities Yard Modification University of California, Irvine
Pomona Pump Station City of Pomona
Facilities Yard Improvements Irvine Unified High School District
Facilities Yard Improvements City of Indian Wells
Plan Review Services Cities of Newport Beach /Irvine
Engineering and Mapping Services City of Anaheim
Plan Review Services Santa Margarita Water District
Torrance Well Sites AKM Consulting Engineers
Vandenburg Well Site AKM Consulting Engineers
PROJECT TEAM
All work under this contract will be performed under the principal direction of Mr. Derek J.
McGregor, P.E., P.L.S.. Mr. David S. Gould, P.E. will the project manager and he will be
assisted by Mr. Harvey D. Kuehl, P.E., Mr. Scott M. Wilson, P.E., M.E. and Mr. Robert A.
Ball, P.L.S.. This will be the same project team that has completed similar projects for the
City. Resumes of these individuals are included herein.
APPROACH
The work effort for this phase of the Groundwater Development project is identified below.
This is in accord with our meeting with the Utilities Department Staff on February 28, 1995.
0
ITEM A: PROVIDE CONSTRUCTION STAKING SERVICES FOR THE ULTIMATE
MASS GRADING FOR THE UTILITIES YARD EXPANSION - PHASE II.
DM` Engineering has a fully staffed survey department that will provide construction
staking for the Ultimate Mass Grading for the Utilities Yard Expansion - Phase II. DM`
provided construction staking for the interim mass grading and numerous generations of
field topographic maps previously requested by City staff. DM` is a fully computerized
office that pre - calculates all survey data to optimize the field crews efficiency. DM` will
coordinate this work effort with the City's contractor and City staff prior to start of the
grading operations.
Mr. Harvey D. Kuehl will be the Project Manager, Mr. Larry Barnes will be the Survey
Supervisor and Mr. Manuel Ramos will be the survey crew chief. Both Mr. Kuehl and
Mr. Barnes have extensive knowledge of the site and related survey control.
ITEM B: PROVIDE ENGINEERING SERVICES FOR THE ULTIMATE MASS GRADING
FOR THE UTILITIES YARD EXPANSION - PHASE II.
This segment of the project will provide engineering services for the ultimate mass
grading of the Utilities Yard. Currently the 16th Street Reservoir and Pump Station is
under construction and this project provides for grading only a portion of the site. The
remainder of the site will have to be brought to final grade to position the site for
completion of the Utilities Yard Expansion as identified in the Site Development Plan
prepared by DM` Engineering dated 12(6193.
DM` has previously prepared plans and specifications for the Interim Mass Grading and
Storm Drain Relocation Project which involved the preliminary improvement to
accommodate the installation of the reservoir and pump station. DM` has done extensive
earthwork and topography on the site and is extremely knowledgeable of the site
constraints and work necessary to complete the ultimate mass grading.
Mr. Harvey D. Kuehl will be the Project Manager. Mr. Kuehl was the Project Manager
for the Interim Mass Grading and Storm Drain Relocation Project and has been working
closely with City Staff over the last two years. He has a comprehensive understanding of
the project site.
ITEM C: PROVIDE PROJECT ADMINISTRATION FOR THE CITY OF NEWPORT
BEACH GROUNDWATER DEVELOPMENT PROJECT.
This portion of the project will be a continuing effort between the City and DM`
Engineering with respect to administration of the many design issues for the 20 million
dollar Groundwater Development Project. This includes coordination of the City's design
consultants, attendance at design and pre - construction meetings, assisting the City with
permit application and approval, coordination between the various agencies associated
with the Groundwater Development Project, working with City staff on various key
issues and providing direct assistance to the Utilities Director.
0
Mr. David S. Gould will be the Project Manager and Mr. Derek J. McGregor will be the
co- project manager. Mr. Gould has been working closely with City Staff over the last
two (2) years as the special project coordinator for the Groundwater Development
Project.
ITEM D: PROVIDE UTILITY RESEARCH FOR A PROPOSED WATER TRANSMISSION
MAIN WITHIN BUSHARD STREET FROM HAMILTON AVENUE TO
SLATER AVENUE.
This portion of the project will involve utility research and preparation of a waterline
alignment study within Bushard Street from Hamilton Avenue to Slater Avenue. This
study is to determine the best possible alignment of a new water transmission main within
Bushard street because of the possibility of the Orange County Water District terminating
the lease for the "Seawater" Line.
The major tasks that will be performed by DM` will consist of the following:
1. Obtain existing street right -of -way data from assessors maps, street improvement
plans and record maps.
2. Obtain existing utility maps based on record data from City of Huntington Beach,
County of Orange, Southern California Edison, Pacific Bell, GTE, Southern
California Gas, Rogers Cablevision, County Sanitation Districts of Orange County,
Orange County Water District and other applicable jurisdictional agencies.
3. Prepare utility map sheets by compiling the above information on computer
generated 24" x 36" city standard mylar sheets at a scale of 1" = 100'.
4. Perform a field investigation to assist in verification of the utility information
compiled above.
5. Assist the City in determining the best possible water transmission alignment within
Bushard Street.
Mr. Derek J. McGregor will be the Project Manager and Mr. Erik Thompson will be the
Design Engineer. Mr. Thompson has previously performed similar utility research
investigations and has extensive knowledge of the site .
0
•
ITEM E: PROVIDE MAPPING SERVICES FOR PREPARATION OF A WATERLINE
EASEMENT WITHIN TALBERT CHANNEL FOR REACH NO. 3.
This portion of the project relates to preparation of a waterline and construction easement
for the Reach No. 3 waterline within the Talbert Channel. The City has negotiated with
the County of Orange to install a 36 -inch water transmission main within the Talbert
Channel from it's confluence with the Fountain Valley Channel, just south of Garfield
Avenue, northerly within the Channel to Slater Avenue. These documents as well as an
agreement will be used by the City to obtain the easement from the County.
The major tasks that will be performed by DM' will consist of the following:
1. Research, compile and analyze existing record deeds and maps along the County's
Talbert Channel (DO2) right -of -way.
2. Prepare a preliminary horizontal alignment of the proposed Reach No. 3 waterline
to be reviewed and approved by the City.
3. Prepare two (2) legal descriptions and exhibits, the first is for a permanent easement
and the second is for a temporary construction easement.
4. Assist the City with review and approval from the County of Orange.
Mr. Robert A. Ball will be the Project Surveyor. Mr. Ball has previous experience
preparing easement legal description and exhibits and has extensive knowledge of the site
ITEM F: PROVIDE ENGINEERING, SURVEYING AND MAPPING SERVICES FOR
GRADING, DRAINAGE, RELOCATION OF A 12" WATERLINE AND
PREPARATION OF EASEMENT DOCUMENTS FOR THE DOLPHIN WELL
SITE IN FOUNTAIN VALLEY
This portion of the project will provide design services to perform site grading,
installation of a storm drain system and relocation of a 12 -inch waterline for future
improvement of the Dolphin Well Site. The City is acquiring a parcel of land from the
City of Fountain Valley to drill two (2) groundwater wells along Dolphin Street. The
site is currently unimproved and prior to commencement of the drilling operations the site
must be graded to accommodate drilling equipment and a storm drain system must be
installed for testing the well pumping capacity. This will also involve preparing a field
topographic survey, a site boundary analysis and legal description and exhibit.
The major tasks that will be performed by DM` will consist of the following:
1. Perform a field topographic survey of the subject property to locate all survey
monuments and tie into the County of Orange's GPS coordinate system
0 •
2. Perform utility research of the subject project from existing utility companies record
data.
3. Prepare a legal description and exhibit of the site to be included with the City's
lease agreement with the City of Fountain Valley.
4. Prepare a grading plan to accommodate the proposed drilling operation. This
includes, typical sections, details, coordination with the City's Hydrogeologist with
respect to construction constraints. The plan will be based on a preliminary layout
previously prepared by DM`.
5. Prepare a grading bid package in accord with the City's standard bid documents,
construction drawings, special provisions and a cost estimate.
6. Prepare a water relocation plan that will show the relocation of an existing 12 -inch
water main per the City of Fountain Valley's standards.
7. Prepare a storm drain plan that will show installation of a new storm drain line and
connections to an existing storm drain system at the intersection of Slater Avenue
and Dolphin Street.
8. Prepare a storm drain and water relocation bid package in accord with the City's
standard bid documents, construction drawings and special provisions.
9. Coordinate and process grading, storm drain and water relocation plans with the
City of Fountain Valley Engineering Department.
Mr. Scott M. Wilson will be the Project Manager. Mr. Wilson has previous experience
in preparation of grading, storm drain and water main construction improvement plans.
ITEM G: PROVIDE ENGINEERING, SURVEYING AND MAPPING SERVICES FOR
GRADING, DRAINAGE AND PREPARATION OF EASEMENTS FOR THE
TAMURA WELL SITE IN FOUNTAIN VALLEY
The City has acquired a parcel of land from the Fountain Valley School District. The
subject parcels include a portion of the Tamura Elementary School Site and an adjacent
First American Baptist Church property. This portion of the project will be to provide
design services to accommodate the drilling of two (2) groundwater wells at the Tamura
Elementary School Site. The school site is currently a recreation field and prior to
commencement of the drilling operations the site must be graded to accommodate drilling
equipment and a storm drain system must be installed for testing the well pumping
capacity. This will also involve preparation of a field topographic survey, a site
boundary analysis, legal description and exhibit.
The major tasks that will be performed by DM` will consist of the following:
1. Perform a field topographic survey of the subject property to locate all survey
monuments and tie into the County of Orange's GPS coordinate system
0 •
2. Perform utility research of the subject project from existing utility companies record
data.
3. Prepare a legal description and exhibit of the site to be included with the City's
lease agreement with the City of Fountain Valley.
4. Prepare a grading plan to accommodate the proposed drilling operation. This
includes, typical sections, details, coordination with the City's Hydrogeologist with
respect to construction constraints. The plan will be based on a preliminary layout
previously prepared by DM`.
5. . Prepare a grading bid package in accord with the City's standard bid documents,
construction drawings, special provisions and a cost estimate.
6. Prepare a water relocation plan that will show the relocation of an existing 12 -inch
water main per the City of Fountain Valley's standards.
7. Prepare a storm drain plan that will show installation of a new storm drain line and
connections to an existing storm drain system at the intersection of Slater Avenue
and Dolphin Street.
8. Prepare a storm drain and water relocation bid package in accord with the City's
standard bid documents, construction drawings and special provisions.
9. Coordinate and process grading, storm drain and water relocation plans with the
City of Fountain Valley Engineering Department.
Mr. Scott M. Wilson will be the Project Manager. Mr. Wilson has previous experience
in preparation of grading, storm drain and water main construction improvement plans.
ITEM G: PROVIDE ENGINEERING, SURVEYING AND MAPPING SERVICES FOR
GRADING, DRAINAGE AND PREPARATION OF EASEMENTS FOR THE
TAMURA WELL SITE IN FOUNTAIN VALLEY
The City has acquired a parcel of land from the Fountain Valley School District. The
subject parcels include a portion of the Tamura Elementary School Site and an adjacent
First American Baptist Church property. This portion of the project will be to provide
design services to accommodate the drilling of two (2) groundwater wells at the Tamura
Elementary School Site. The school site is currently a recreation field and prior to
commencement of the drilling operations the site must be graded to accommodate drilling
equipment and a storm drain system must be installed for testing the well pumping
capacity. This will also involve preparation of a field topographic survey, a site
boundary analysis, legal description and exhibit.
The major tasks that will be performed by DM` will consist of the following:
1. Perform a field topographic survey of the subject property to locate all survey
monuments and tie into the County of Orange's GPS coordinate system
•
2. Perform utility research of the subject project from existing utility companies record
data.
3. Prepare a legal description and exhibit of the site to be included in the City's lease
agreement with the Fountain Valley School District.
4. Prepare a preliminary alignment of the waterline, storm drain line and egress and
ingress for the City to present to the First American Baptist Church personnel
during the negotiations. This includes preparation of two (2) legal descriptions and
exhibits for the adjacent Church property.
5. Prepare a grading and storm drain plan to accommodate the proposed drilling
operation. This includes, typical sections, details, coordination with the City's
Hydrogeologist for any construction constraints, and will be based on a preliminary
layout previously prepared by DM`.
6. Prepare a grading and storm drain bid package in accord with the City's standard
bid documents, construction drawings and special provisions.
7. Coordinate and process grading, storm drain and water relocation plans with the
City of Fountain Valley Engineering Department.
Mr. Scott M. Wilson will be the Project Manager. Mr. Wilson has previous experience
in the preparation of grading and storm drain construction drawings.
ITEM H: PROVIDE SURVEY AND MAPPING SERVICES FOR PREPARATION OF A
RECORD OF SURVEY AND VARIOUS EASEMENTS RELATIVE TO
PROPERTY ACQUISITIONS OF THE UTILITIES YARD EXPANSION -
PHASE II.
This portion of the project entails surveying and mapping services to prepare a Record of
Survey and various easements for property acquisition. The City is acquiring
approximately 3.0 acres of land from West Newport Oil Company for expansion of the
existing Utilities Yard. As a part of the transaction, a Record of Survey will be prepared
and recorded at the County of Orange.
In addition, the City will be acquiring from West Newport Oil Company: (1) storm
drain easement and agreement, (2) slope maintenance easement and agreement,
(3) amended waterline easement and agreement, (4) open deed restriction relative to the
City's Coastal Commission Permit, (5) amended right of entry agreement and (6) legal
description and exhibits for the property acquisition.
The major tasks that will be performed by DM` will consist of the following:
1. Perform a field topographic survey of the subject property to locate all survey
monuments and tie into the County of Orange's GPS coordinate system
2. Prepare a Record of Survey in accord with the County of Orange and City of
Newport Beach requirements.
3. Prepare a legal description and exhibit for the existing storm drain system based on
the Interim Mass Grading and Storm Drain Relocation Project prepared by DM`
Engineering.
4. Prepare a legal description and exhibit for the proposed slope along the southerly
and westerly edge of the fully developed Utilities Yard based on the Site
Development Map prepared by DM` Engineering dated 12/6/93.
5. Prepare a legal description and exhibit for the 36 -inch Water Transmission Main -
Reach No. 1 within the West Newport Oil Company property based on
construction plans prepared by AKM Consulting Engineers dated 2/17/95.
6. Prepare a legal description and exhibit for the Open Deed Restriction based on the
City's Coastal Development Permit and mitigation plans prepared by DM`
Engineering dated 12/13/94.
7. Coordinate and process the Record of Survey and the various agreements and
easements with the County of Orange, City of Newport Beach and West Newport
Oil Company.
8. Assist City with review of documents and coordination of escrow with respect to the
property acquisition.
9. Prepare a legal description and exhibit for the property acquisition based on the
City's Coastal Development Permit and mitigation plans prepared by DM`
Engineering dated 12/13/94.
Mr. Derek J. McGregor will be the Project Manager and Mr. Robert A. Ball will be the
Project Surveyor. Mr. McGregor has worked closely with City staff over the past two
(2) years with the negotiations with West Newport Oil Company and has extensive
knowledge of the site parameters.
ITEM I: PROVIDE CONSTRUCTION STAKING SERVICES FOR INSTALLATION OF
THE 16TH STREET RESERVOIR AND PUMP STATION.
This portion of the project will include providing construction staking services for
construction of the 16th Street Reservoir and Pump Station. DM` Engineering has
provided construction staking services for the previous phases of construction and has
performed extensive field topographic surveys of the site.
Construction Staking Services that will be performed by DM` will consist of the
following:
Provide one (1) set of Horizontal and Vertical Control points
Y
2. Provide one (1) set of Boundary stakes
3. Provide one (1) set of Slope stakes for hopper -style reservoir
4. Provide one (1) set of Drain Line stakes
5. Provide one (1) set of Sub -drain stakes
6. Provide one (1) set of Vault stakes
7. Provide one (1) set of Reservoir stakes
8. Provide one (1) set Pump Can stakes
9. Provide one (1) set of Pump Station stakes
10. Provide one (1) set of Grid Line stakes for reservoir and pump station
11. Provide one (1) set of Inlet and Outlet pipe stakes
12. Provide one (1) set of Retaining Wall stakes
13. Provide one (1) set of Backfill Slope stakes for reservoir and pump station
t4. Provide one (1) set of Electrical Transformer Pad stakes
Grade and settlement verification will be performed on a Time and Materials basis as
requested by the Construction Manager.
Mr. Derek J. McGregor will be the Project Manager, Mr. Harvey D. Kuehl will be the
Project Engineer and Mr. Manuel Ramos will be the survey crew chief. Both Mr.
McGregor and Mr. Kuehl have extensive knowledge of the site and related survey
control.
PROJECT HOURLY BREAKDOWN
Person -Hours by Task
PM /PE DID SURVEY
Item A: Provide Construction Staking Services for the
Item H: Provide Survey and Mapping Services for a
Record of Survey and various easements for
property acquisitions of the Utilities Yard
Expansion - Phase II. 16 104 36
Item 1: Provide Construction Staking Services for
installation of the 16th Street Reservoir and
Pump Station. 4 36 255
Ultimate Mass Grading for the Utilities Yard
Expansion - Phase II.
9 22 75
Item B:
Provide engineering services for the Ultimate
mass grading for the Utilities Yard Expansion
- Phase II.
15 70 0
Item C:
Provide project administration for the City of
Newport Beach Groundwater Development
Project.
960 0 0
Item D:
Provide Utility Research for a proposed water
transmission main within Bushard Street from
Hamilton Avenue to Slater Avenue.
10 73 0
Item E:
Provide Mapping Services for acquiring an
waterline Easement within Talbert Channel for
Reach No. 3.
20 95 0
Item F:
Provide Engineering, Surveying and Mapping
Services for grading, drainage relocation of
waterline and preparation of easements for the
44 278 48
Dolphin Well Site in Fountain Valley
Item G:
Provide Engineering, Surveying and Mapping
Services for grading, drainage and easement
preparation for the Tamura Well Site in
Fountain Valley
36 250 48
Item H: Provide Survey and Mapping Services for a
Record of Survey and various easements for
property acquisitions of the Utilities Yard
Expansion - Phase II. 16 104 36
Item 1: Provide Construction Staking Services for
installation of the 16th Street Reservoir and
Pump Station. 4 36 255
Ll
SCOPE OF SERVICES AND FEE
SC PE
Item A: Provide Construction Staking Services for the
Ultimate Mass Grading for the Utilities Yard
Expansion - Phase II.
Item B: Provide engineering services for the Ultimate
mass grading for the Utilities Yard Expansion -
Phase II.
Item C: Provide project administration for the City of
Newport Beach Groundwater Development
Project.
Item D: Provide Utility Research for a proposed water
transmission main within Bushard Street from
Hamilton Avenue to Slater Avenue.
Item E: Provide Mapping Services for acquiring an
waterline Easement within Talbert Channel for
Reach No. 3.
Item F: Provide Engineering, Surveying and Mapping
Services for grading, drainage, relocation of
waterline and preparation of easements for the
Dolphin Well Site in Fountain Valley
Item G: Provide Engineering, Surveying and Mapping
Services for grading, drainage and easement
preparation for the Tamura Well Site in Fountain
Valley
Item H: Provide Survey and Mapping Services for a
Record of Survey and various easements for
property acquisitions of the Utilities Yard
Expansion - Phase II.
0
Item I: Provide Construction Staking Services for
installation of the 16th Street Reservoir and Pump
Station.
ESTIMATED TOTAL FEE
FEE
12,360.00
MEMO
57,600.00
. 1� 1 11
12,240.00
M 11 11
HOURLY RATE SCHEDULE
Effective January 1, 1995 thru January 1, 1996
OFFICE PERSONNEL
Principal
$
100.00
Project Manager
$
80.00
Registered Engineer /Licensed Surveyor
$
70.00
Project Engineer
$
60.00
Survey Technician
$
60.00
Design Engineer /CAD Operator
$
50.00
Draftsperson
$
35.00
Specification Typist
$
30.00
FIELD PERSONNEL
3 Man Survey Crew
$
160.00
2 Man Survey Crew
$
140.00
1 Man Survey Crew
$
80.00
NOTE: Blueprinting, reproduction, computer plotting, messenger service and other direct
expenses will be charged at cost plus 10 %. No additional charges for mileage, supplies, or
telephone expenses will be included.
0
RESUMES
E
• •
DEREK J. MCGREGOR
SUMMARY OF EXPERIENCE:
Mr. McGregor is a principal of DM` Engineering, Mr. McGregor has 13 years of engineering and
surveying experience in Southern California. His experience includes a wide variety of projects
requiring application of the civil and surveying disciplines. He is actively involved in all aspects of
project planning and design. These projects included field topographic surveys, preparation of
street improvement plans, water, sewer and storm drain improvement plans, site investigations,
permit applications, and complete agency coordination. In addition, Mr. McGregor's experience
has included the design and plan preparation for a portion of the proposed San Joaquin Hills
Transportation Corridor, one of the three major transportation corridors to be constructed in Orange
County. He has been a project manager and project engineer for numerous civil works projects
sponsored and funded by federal, state and local agencies.
Mr. McGregor was responsible for numerous U.S. Navy and the U.S. Marine Corps projects. For
these Federal Agency clients Mr. McGregor was involved in projects that included major roadway
projects, flood control planning and design, traffic analysis and planning, parking analysis and
design and the economic analysis of various major civil works projects. In addition, he oversees a
major on -going local agency effort in a multi -year plan- checking contract with the City of Irvine
and Newport Beach, Utilities Department. This requires the plan checking of work accomplished by
other A -E firms.
In summary, Mr. McGregor's experience offers a unique and broad range of civil engineering and
surveying services for the public and private sector.
PROFESSIONAL REGISTRATION:
Civil Engineer, State of California R.C.E. # 38483
Land Surveyor, State of California P.L.S. N 6496
EDUCATION:
Bachelor of Science Civil Engineering
Southern Illinois University 1979
Associates in Applied Science - Construction Technology
Lincoln Land College 1976
AFFILIATIONS:
American Society of Civil Engineers - Board of Directors (ASCE)
Society of American Military Engineers (SAME)
California Council Civil Engineers & Land Surveyors - Board of Directors (CELSOC)
American Water Works Association (AWWA)
Friends of UCI - Executive Committee
•
DAVID S. GOULD
SUMMARY OF EXPERIENCE:
0
Mr. Gould is a Project Manager and infrastructure planner with DM` Engineering and has been
with the firm for eight (8) years. Mr. Gould oversees DM "s public agency services and has
extensive experience with planning, design and construction of new and existing street facilities,
water and waste water facilities and storm drain facilities. In addition, Mr. Gould has performed
variety of development studies with respect to hydrology, hydraulics, water and sewer systems,
traffic studies and cost benefit analysis. He has served as Project Manager for the following
projects:
Special project coordination for City of Newport Beach Groundwater Development Project
involving the design and construction of an underground concrete reservoir, pump station, four
(4) wells at two (2) well sites, expansion of the City of Newport Beach's utilities yard, and six
(6) miles of water transmission main.
Circulation deficiency planning, analysis, improvement recommendations and cost analysis for
Vehicular Traffic Studies at Marine Corps Air Station, El Toro.
Hydrology and hydraulic planning and analysis for various local and regional storm drain
facilities, and preparation for construction cost estimates and specifications for Marine Corps
Air Stations, Camp Pendleton and Tustin.
Utility assessments for major site planning and pipeline projects for the City of Newport
Beach' Groundwater Development Project. This project involved research and planning with
various jurisdictional agencies for a proposed 32,000 linear foot pipe line.
Utility research for three (3) proposed water transmission mains and water well sites in the
Cities of Costa Mesa, Fountain Valley, Huntington Beach, Newport Beach and Santa Ana.
Coordination with U.S. Corps of Engineers, County of Orange and West Newport Oil
Company relative to relocation of an existing 12 -inch water main under the Santa Ana River
and through West Newport Oil Property.
Plan review of Sewer and Water Capital Improvement Projects, private consultants projects,
and other agencies and utility companies with infrastructure within the City of Newport Beach
in accordance with City of Newport Beach Design Criteria and Standards.
PROFESSIONAL REGISTRATION:
Civil Engineer, State of California R.C.E. # 48296
EDUCATION:
Bachelor of Science Environmental Resource Engineering
State University of New York, College of Environmental Science and Forestry, Syracuse, NY,
1985
AFFILIATIONS:
American Society of Civil Engineers (ASCE)
Society of American Military Engineers (SAME)
American Water Works Association (AWWA)
California Council Civil Engineers & Land Surveyors (CELSOC)
• •
SCOTT M. WILSON
SUMMARY OF EXPERIENCE:
Mr. Wilson is a Project Engineer with DM` Engineering and has seven (7) years of experience in
planning, design and administration of construction projects in the field of municipal and mechanical
engineering with increasing supervisory responsibility. The construction projects include improvement to
streets, water, sewer, storm drain, irrigation, public facilities and environmental control systems.
Mr. Wilson has been the Project Manager /Engineer responsible for the design, project control, schedule
and cost coordination with permitting agencies (cities, counties, Caltrans, railroad and associated
governments).
PROFESSIONAL REGISTRATION:
Civil Engineer, State of California R.C.E. # 49884
Mechanical Engineer, State of California R.M.E. # 26969
EDUCATION:
Master of Science, Civil Engineering
California State University, Long Beach 1991
Bachelor of Science, Mechanical Engineering
University of Southern California 1987
AFFILIATIONS:
American Society of Civil Engineers (ASCE)
American Society of Mechanical Engineers (ASME)
National Society of Professional Engineers (NSPE)
American Public Works Association (APWA)
California Council Civil Engineers & Land Surveyors (CELSOC)
0
ROBERT A. BALL
SUMMARY OF EXPERIENCE:
•
Mr. Ball has twenty -nine (29) years of experience in land surveying and management. His specialties
include detailed boundary analysis, research, cadastral, legal description writing, and right -of -way
engineering. Mr. Ball has held titles of operations manager, project manager, senior land surveyor and
director of mapping. Mr. Ball has served both state and federal agencies in the capacity of official
surveyor, Arizona Game and Fish Department; land surveyor - training specialist, U.S.D.I Bureau of
Land Management; and regional land surveyor, Pacific Southwest Region, U.S.D.A., Forest Service.
He also assisted in writing and implementing the National Specifications for Cadastral Surveys for the
U.S. Forest Service.
Mr. Ball oversaw the preparation of digital right -of -way plans for approximately 5.5 miles of the I -5 /I-
405 freeway project. The project included land net surveying utilizing GPS and conventional methods,
both with current data and previous Caltrans traverses. Through this effort Mr. Ball has developed an
excellent working relationship with Caltrans District 12 right -of -way staff, along with a working
knowledge of Caltrans right -of -way and survey manuals. He has also been a lecturer for numerous
survey and mapping courses. Some of these courses included "Land Measurements and Analysis ",
University of California, Irvine; "Surveying ", P.E. Review Course; "Legal Descriptions Writing ",
Montana State University; " Cadastral Surveying ", Bureau of Land Management; and "Surveying ",
Phoenix College. He has performed writing, editing, facilitating, and form development duties for three
(3) administrative sections of the Bureau of Land Management manual.
Mr. Ball was head of the Cadastral Surveying Section for the Forestry Service in charge of programs and
technical services, California region. His responsibilities included directing the activities of the section
and, acting as a staff assistant for the development and direction of cadastral and other special surveys of
lands under the administrative jurisdiction of the Forest Service in California. He was responsible for
formulation of administrative policies, plans, procedures, and standards.
PROFESSIONAL REGISTRATION:
Professional Land Surveyor, State of California
Land Surveyor, State of Arizona
Land Surveyor, State of Colorado
Land Surveyor, State of New Mexico
Land Surveyor, State New Jersey
EDUCATION:
Associate of Arts, Civil Engineering
A.C.S.M. National Meetings, Boundary Surveying Seminars
HARVEY D. KUEHL
SUMMARY OF EXPERIENCE:
Mr. Kuehl has an extensive background in the areas of hydrology and hydraulic studies and reports,
including storm drain design and completion of final improvement plans. He has extensive
experience involving major drainage systems including open and closed rectangular box and
trapezoidal channels. His experience includes HEC -2 analysis.
PROFESSIONAL REGISTRATION:
Civil Engineer, State of California R.C.E. # 28015
EDUCATION:
Bachelor of Science, Civil Engineering
California State University, Chico 1973
AFFILIATIONS:
American Society of Civil Engineers (ASCE)
Society of American Military Engineers (SAME)
3ULN
SUMMARY OF EXPERIENCE:
Mr. Ramos is responsible for the day to day operations of the survey department and field
personnel at DM` Engineering. Mr. Ramos has an extensive background in all areas of field
surveying. He has ten (10) years of office and field experience as a surveyor, five (5) of those
years with DM` Engineering. His areas of expertise include comprehensive field topographic
surveys, boundary analysis in the office and field and construction staking. He also oversees the
field construction staking operation.
EDUCATION:
Surveying Curriculum - Rancho Santiago College
LARRY E. BARNES
SUMMARY OF EXPERIENCE:
Mr. Barnes is a surveyor with DM` Engineering and has seventeen (17) years experience in the
private sector of land surveying and civil engineering. He is experienced in survey supervision and
project management including survey and engineering calculations. Mr. Barnes has participated in
GPS surveys and has extensive experience in the field.
PROFESSIONAL REGISTRATION:
Land Surveyor in Training
EDUCATION:
4 year Land Surveyor Apprentice Program
17
0
0
•
AMENDMENT NO.1
PROFESSIONAL SERVICES AGREEMENT
Geotechnical Investigation & Materials Testing
Groundwater Development Project
THIS AMENDMENT NO. 1 TO AGREEMENT, made and entered into this
day of August, 1996, by and between the CITY OF NEWPORT BEACH, a municipal
corporation, (hereinafter referred to as "City ") and Converse Consultants, Orange
County, a California corporation (hereinafter referred to as "Consultant') is made with
reference to the following:
RECITALS:
A. On May 12, 1995, a Professional Services Agreement was entered into by
and between City and Consultant, hereinafter referred to as "Agreement ".
B. City and Consultant mutually desire to amend the Agreement to provide
for additional services not required in the Agreement and an increase in compensation.
NOW THEREFORE, the parties hereto agree as follows:
1. The maximum fee to be paid as compensation to Consultant to cover
geotechnical investigation and materials testing services performed during the term of
the Agreement is $185,700. With two (2) previous change orders for $25,000 and
$4,700. The fee shall be increased by $101,800, to cover the cost of additional services
described in this AMENDMENT NO. 1.
2. The term of this Agreement, is not to extend past April 15, 1997.
3. The standard hourly rates established for Agreement shall continue in
effect and shall be unchanged through April 15, 1997.
4. Consultant agrees to provide the following additional services:
a. Continued meetings with City staff as necessary during
construction of the City initiated Pump Station re- design,
construction of the Reach No. 2, Reach No. 3, Reach Nos. 3A & 3B
pipelines, Fountain Valley Well Sites and the completion of the
Utilities Yard Improvements.
Amendment No. 1
Professional Services Agreement
Converse Consultants
b. Field Monitoring and Inspection Services during the remaining
portions of the Reservoir and Pump Station, pipeline reaches,
construction at the Tamura School and Dolphin Avenue Well Sites
and completion of the Utilities Yard Improvements.
IN WITNESS WHEREOF, the parties hereto have executed this Amendment on
the first date above written.
'• • •
Robin Clauson
Assistant City Attorney
ATTEST:
LaVonne Harkless
City Clerk
G
City of Newport Beach,
a municipal corporation
-�u
John Hedges, Mayor
City
CONVERSE CONSU
a CaliforKh corporation /
Thomas Scl;Q, P.E., Vice President
AMENDMENT NO.1
PROFESSIONAL SERVICES AGREEMENT
Geotechnical Investigation & Materials Testing
Groundwater Development Project
THIS AMENDMENT NO. 1 TO AGREEMENT, made and entered into this ocVN)
day of August, 1996, by and between the CITY OF NEWPORT BEACH, a municipal
corporation, (hereinafter referred to as "City ") and Converse Consultants, Orange
County, a California corporation (hereinafter referred to as "Consultant') is made with
reference to the following:
RECITALS:
A. On May 12, 1995, a Professional Services Agreement was entered into by
and between City and Consultant, hereinafter referred to as "Agreement'.
B. City and Consultant mutually desire to amend the Agreement to provide
for additional services not required in the Agreement and an increase in compensation.
NOW THEREFORE, the parties hereto agree as follows:
1. The maximum fee to be paid as compensation to Consultant to cover
geotechnical investigation and materials testing services performed during the term of
the Agreement is $185,700. With two (2) previous change orders for $25,000 and
$4,700. The fee shall be increased by $101,800, to cover the cost of additional services
described in this AMENDMENT NO. 1.
2. The term of this Agreement, is not to extend past April 15, 1997.
3. The standard hourly rates established for Agreement shall continue in
effect and shall be unchanged through April 15, 1997.
4. Consultant agrees to provide the following additional services:
a. Continued meetings with City staff as necessary during
construction of the City initiated Pump Station re- design,
construction of the Reach No. 2, Reach No. 3, Reach Nos. 3A & 3B
pipelines, Fountain Valley Well Sites and the completion of the
Utilities Yard Improvements.
0 0
j Amendment No. 1
Professional Services Agreement
Converse Consultants
b. Field Monitoring and Inspection Services during the remaining
portions of the Reservoir and Pump Station, pipeline reaches,
construction at the Tamura School and Dolphin Avenue Well Sites
and completion of the Utilities Yard Improvements.
IN WITNESS WHEREOF, the parties hereto have executed this Amendment on
the first date above written.
APPR9 ED AS TO FORM:
Robin Clauson
Assistant City Attorney
ATTEST:
LaVonne Harkless
City Clerk
PKI
City of Newport Beach,
a municipal corporation
John Hedges, Mayor
City
CONVERSE CONS
a California comoration
Thomas ScbdiV P.E., Vice President
f.
21994
LAMM
TO: Mayor & Members of the City Council
FROM: Utilities Department
Ll
August 22nd, 1994
CITY COUNCIL AGENDA
ITEM NO. )o
SUBJECT: AMENDMENTS TO PROFESSIONAL SERVICES AGREEMENTS FOR
DESIGN & FIELD MONITORING & GEOTECHNICAL WORK AT THE
16TH STREET SITE FOR THE GROUNDWATER DEVELOPMENT PROJECT
RECOMMENDATION:
Authorize the Mayor and City Clerk to execute Amendments to the
previously approved Professional Services Agreements on behalf of the
City, with the firms:
i
1. Converse Consultants Orange County [C- 3004 -A]
V 2. DMc Engineering, Inc. [C- 3004 -D]
3. John Carollo Engineers [C -2968]
4. Daniel Boyle Engineering, Inc. [C- 2961 -A]
BACKGROUND:
The City of Newport Beach has previously approved several
professional services agreements with the consulting engineering and geotechnical
firms listed above, to design facilities and monitor construction activities for the
various parts of the Groundwater Development Project at the 16th Street Utilities
Yard and Reservoir Site.
During the initial grading of the reservoir site, the geotechnical firm
discovered a fault that crossed the project site. This discovery required the City to
perform a number of additional geotechnical and geological field investigations to
better determine the location, nature and extent of the fault feature. In order for
the City to complete the geotechnical reports and finalize the soils engineering for
the designs of the proposed underground concrete reservoir and the pump station,
an amended agreement is necessary with the geotechnical engineering firm. The
geotechnical and geological work is underway, but cannot be completed without
an amended agreement. These services are being provided by Converse
Consultants Orange County under contract C- 3004 -A.
Discovery of the fault also required the City to prepare revised plans
and specifications for completion of the Interim Mass Grading & Storm Drain
Relocation Project (Contract No. 2979). The change order for the contractor to
perform additional grading to allow relocation of the proposed reservoir was
approved by the City Council at the meeting on July 25th, 1994.
(3�)
0 0
August 22, 1994 - Page 2
Amendments to Professional Services Agreements
Groundwater Development Project
The design consultant, DMc Engineering, was directed to complete
the plan revisions for the Interim Mass Grading Project under their open -
ended, professional services contract, C- 3004 -D. An amended agreement with
them is necessary for the City to provide field surveying and staking for the
contractor and to complete the interim and ultimate site improvement grading
plans that are appurtenant to the reservoir design (in its revised location) and
appurtenant to the City's revised concept to combine the reservoir and pump
station construction into one construction contract.
The City has opted to relocate the proposed reservoir easterly of the
fault feature to avoid possible ground disturbance and related structural
problems. This change in location has resulted in the need to have the
reservoir and pump station design consultants perform a number of additional
design reviews and modifications.
The reservoir design consultant, Daniel Boyle Engineering, Inc.,
was required to re- evaluate the seismic and structural design parameters to
insure that the proposed structure was adequately designed to withstand the
forces of the theoretical "maximum probable earthquake" on the Newport-
Inglewood Fault and on the newly discovered fault feature. Moving the
reservoir also requires redesign and additional drafting of the reservoir
underdrain system, inlet piping, outlet piping and numerous structural details
related to the roof access and overflow hatches.
The pump station design consultant, John Carollo Engineers, has
also performed a series of additional design reviews and structural
calculations related to the seismic design of the pump station building and the
geotechnical aspects of the pump station and its piping. The pump station
design consultant has been asked to include a chlorine gas scrubbing system
as a safety precaution along with the water disinfection systems they were
originally asked to design. Additionally, the consultant has been asked to
prepare plans for a fire alarm and sprinkler system that was not part of the
original scope of work.
Another change necessitated by moving the reservoir closer to the
pump station, was to combine the two components (reservoir and pump station)
into one construction contract. This change was necessary to prevent
unavoidable logistical conflicts that would have occurred between more than one
contractor working on different project components within the smaller site. The
process of contractor pre - qualification and the combined reservoir and pump
station design was approved by the Council at the meeting on July 11th, 1994.
All four (4) firms are currently working on the Groundwater
Development Project under agreements previously approved by the City
Council. Agreements with the geotechnical consultant, Converse Consultants
and the civil engineering and surveying firm, DMc Engineering were approved
by the City Council April 25th, 1994. The agreement with the reservoir design
engineer, Daniel Boyle Engineering, Inc., was approved by the City Council on
October 25th, 1993. The agreement with the pump station design consultant,
John Carollo Engineers was approved November 22nd, 1993.
0 0
August 22, 1994 - Page 3
Amendments to Professional Services Agreements
Groundwater Development Project
The work on the reservoir and pump station at the Utilities Yard
are "critical path" schedule items (that is, if these project components are
delayed; then the entire project will be delayed by the same duration) .
The proposed services will be performed under the original
Professional Services Agreements and the attached Agreement Amendments,
outlining the additional work required of each consulting engineering firm.
Funds for these capital project related services are available in
the Water Fund under Capital Projects accounts numbered 7503 - 98500016,
7503 - 98500018, 7503- 98500212 and 7503 - 98500218.
The revised design contract requirements and issues relating to
combining the reservoir and pump station into one construction contract
were discussed and previously considered by the City Council at the Utilities
Committee meeting on May 18f, 1994, and June 6d', 1994, and in closed
session at the Council meeting on April 25th, 1994.
If approved, the necessary professional services efforts will be
able to continue without further project delays being incurred. A majority of
these additional services are critical to the timely and successful
implementation of the Groundwater Development Project. Staff recommends
approval of these professional services agreement amendments to insure the
project components are designed to reflect the required changes and
additions and that they are done with a minimum of cost and delay to the
proposed project.
Respectfully submitted,
�T JE4RT
Jeff Staneart, P.E.
Utilities Director
IS:sdi
Attachments: Professional Services Agreements for Groundwater Development Project
A: Amendment No. I to Agreement with Converse Consultants Orange County
B: Amendment No. Ito Agreement with DMc Engineering
C: Amendment No. I to Agreement with Daniel Boyle Engineering, Inc.
D: Amendment No. l to Agreement with John Carollo Engineers
SUMMARY OF AMENDED AGREEMENTS
The proposed services are to be performed under the amended individual
Professional Services Agreements which provide the required services in accord
with the previous Council approved fee schedules and agreements. The
Agreement Amendments for each firm are attached. A summary of the
additional costs and length of design contracts is given below:
G• 1►I•�:1 C •�l/ �'rul U iC• • I I 71 _:1•►:
wI � • T• 7�i. `11ll•LiuL•7�IIl•T.71�C•�
CONSULTANT:
Converse Consultants Orange County
ORIGINAL TERM:
January 1994 to December 1994
ORIGINAL FEE:
Not to exceed $64,000 based on standard hourly rates
SERVICES:
Geotechnical Investigation and Construction Services
REVISED TERM:
Extended to July 1995
ADDITIONAL FEE:
Not to exceed $23,000 based on standard hourly rates
2. GROUNDWATER DEVELOPMENT PROJECT -FIELD SURVEYING, CIVIL ENGINEERING
& PROJECTMANAGEMENT
CONSULTANT:
DMc Engineering
ORIGINAL TERM:
January 1994 to December 1994
ORIGINAL FEE:
Not to exceed $143,000 based on standard hourly rates
SERVICES:
Field Surveying, Civil Engineering & Project Management
REVISED TERM:
Extended to July 1995
ADDITIONAL FEE:
Not to exceed $138,000 based on standard hourly rates
3. GROUNDWATER DEVELOFMENTPROJECF -CIVIL ENGINEERING, SEISMIC &
STRUCTURAL DESIGN SERVICES FOR 3.0 MQIION GALLON RESERVOIR CONSTRUCTION
CONSULTANT:
Daniel Boyle Engineering, Inc.
ORIGINAL TERM:
October 1993 to March 1994
ORIGINAL FEE:
Not to exceed $118,800 based on standard hourly rates
SERVICES:
Civil Engineering, Structural Engineering & Seismic Design
REVISED TERM:
Extended to December 1994
ADDITIONAL FEE:
Not to exceed $32,600 based on standard hourly rates
4. GROUNDWATER DEVELOPMENTPROJECr- CTVILENGINEERING, SEISMIC,
STRUCTURAL & MECHANICAL DESIGN SERVICES FOR 30 CFS PUMP STATION Wr1H
CHLORINE & AMMONIA DISINFECTION SYSTEM
CONSULTANT:
John Carollo Engineers
ORIGINAL TERM:
November 1993 to August 1994
ORIGINAL FEE:
Not to exceed $143,333 based on standard hourly rates
SERVICES:
Civil, Structural, Seismic, Mechanical & Process Engineering
REVISED TERM:
Extended to December 1994
ADDITIONAL FEE:
Not to exceed $130,585 based on standard hourly rates
0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
TO: FINANCE DIRECTOR P-
FROM: CITY CLERK,
DATE: September 20, 1994
SUBJECT: Contract No. C- 3004(A)
Description of Contract Geotechnical Investigation & Field
Monitoring Services for Groundwater Development Proiect
Effective date of Contract August 23, 1994
Authorized by Minute Action, approved on August 22, 1994
Contract with Converse Consultants Orange County
Address 15245 Alton Parkway, Suite 100
Irvine, CA 92718 -2307
Amount of Contract (See Agreement)
"94a�a' 1�e'
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
Ll
AMENDMENT 14o.1
TO
PROFESSIONAL SERVICES AGREEMENT
FOR
GEOTECHNICAL INVESTIGATION
FIELD MONITORING SERVICES
FOR
THE GROUNDWATER DEVELOPMENT PROJECT
THIS AMENDMENT to the written agreement dated April 26'h,1994, is made
and entered into this Z' a0 day of August, 1994, by and between "CITY ",
and "CONSULTANT ".
WITHESSETH:
WHEREAS, "CITY ", as part of its "PROJECT" has determined that certain
additional professional services are required that were not originally foreseen, and;
WHEREAS, implementation of the "PROJECT" requires these additional services
and reports from a qualified geotechnical engineering professional. (These services and
reports are collectively referred to as "SERVICES "), and;
WHEREAS, "CITY" has solicited and received a proposal from "CONSULTANT"
to perform these additional "SERVICES" and other incidental, but essential professional
services, as outlined herein below, and;
WHEREAS, "CITY" has reviewed the previous performance of "CONSULTANT"
and has determined it to be of high quality, and;
WHEREAS, "CITY" desires to accept the proposal for the additional "SERVICES"
submitted by "CONSULTANT ", and;
NOW THEREFORE, in consideration of the foregoing, it is mutually agreed
and understood that:
1
0
I. GENERAL
0
A. The original professional services agreement dated April 26th, 1994, remains
in full force and effect except as modified by this amendment.
II. ADDITIONAL SERVICES TO BE PERFORMED BY CONSULTANT
"CONSULTANT" shall provide the following additional professional services
for "CITY ".
A. "CONSULTANT" shall provide the services necessary to complete the
defined tasks associated with the "PROJECT ". Those additional and
supplemental tasks include the following:
Additional Meetings with City staff.
a. "CONSULTANT" shall keep City Project Manager apprised of
the progress being made by the "CITY's" contractor. Such
apprisal shall be made via telephone, in writing as appropriate
and via meetings mentioned herein below.
b. "CONSULTANT" shall meet with the City staff on an as- needed
basis for the "PROJECT ".
2. Review Background & Supplemental Data.
a. "CONSULTANT" shall, in an effort to relay relevant information
to their staff, review the pertinent background data obtained at
additional meetings with City staff and /or as provided by "CITY"
during the course of the "PROJECT ".
b. "CONSULTANT" is entitled to rely on materials provided by or
through "CITY" without independent evaluation by
"CONSULTANT ".
3. Field Monitoring Services
a. "CONSULTANT" shall complete additional required inspection
and testing for the "PROJECT ". Additional inspection and testing
includes the following:
(1.) Review and provide recommendations regarding the design
and construction of the Interim Mass Grading and Storm
Drain Relocation Project, Revision No. 2, dated June 10, 1994,
and the 161h Street Reservoir and Pump Station Project, per the
recommendations of the final geotechnical report and its
supplements.
0 0
(2.) Perform on -site inspection and field monitoring for
construction of the Interim Mass Grading Plan and Storm Drain
Relocation Project, Revision No. 2, dated June 10, 1994. This
includes attendance at all additional construction meetings,
additional laboratory testing of fill material, observation and
testing the over - excavation and re- compaction of fill,
observation and preparation of a final engineering report for
the revised portions of the "PROJECT ".
(3.) Perform a geologic evaluation of the site during construction
of the Interim Mass Grading and Storm Drain Relocation Project,
Revision No. 2, dated June 10, 1994. This includes additional
on -site field exploration and evaluation and preparation of a
final engineering and geology report for the revised portions
of the "PROJECT ".
(4.) Responses to "CITY'S" written or verbal requests for inspection
or field observation within 24 hours of any such request.
b. "CONSULTANT" shall deliver three (3) complete copies of the final
geotechnical and geological reports and letters of recommendation.
III. PAYMENT AND FEE SCHEDULE
A. In consideration for the specified services, "CITY" hereby agrees to compensate
"CONSULTANT" on an hourly basis as set forth in the "PAYMENT & FEE
SCHEDULE" in Section VIII, in the original professional services agreement,
dated April 26th, 1994.
B. In no event shall the total amount for these additional and supplemental
services be greater than twenty three thousand dollars ($23,000), except
as provided for in the original professional services agreement and
herein below.
IV. MORE ADDITIONAL SERVICES
No additional change in character, extent, or duration of the work to be
performed by "CONSULTANT" as a part of this amendment to the original
professional services agreement shall be made without prior written approval
from "CITY ".
In consideration for performance of additional and supplemental services
authorized by "CITY" in writing, "CITY" hereby agrees to compensate
"CONSULTANT" an amount based upon the hourly rate defined in the "FEE
SCHEDULE ".
However, except that any additional increase in total compensation exceeding
ten thousand dollars ($10,000.00) shall require another amended Agreement
for such additional services between the "CONSULTANT" and "CITY ".
0 0
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the
first date above written:
APPROVED AS TO FORM: City of Newport Beach,
a municipal corporation
I
Robert Burnham Clarence Turnep, ayor
City Attorney "CITY"
ATTEST: SE T- a Cal forma Corpo ration is Orange County,
FO
Wanda Raggio I/ v Thor{tas . Scheil, Vice President
City Clerk "CONSULTANT"
Address and Telephone
City of Newport Beach Converse Consultants Orange County
3300 Newport Boulevard, P. O. Box 1768 15245 Alton Parkway, Suite 100
Newport Beach, California 92658 -8915 Irvine, California 92718 -2307
(714)644 -3011 (714)646 -5204 FAX (714)453 -2880 (714)453 -2888 FAX
0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
TO: FINANCE DIRECTOR
FROM: CITY CLERK
DATE: June 28, 1994
(714) 6443005 1��� il6z�f �cC e
SUBJECT: Contract No. C- 3004(A)
Description of Contract Geotechnical Investigation & Field
Monitoring Services for Groundwater Development Projert
Effective date of Contract April 26 1994
Authorized by Minute Action, approved on April 25 1994
Contract with Converse Consultants Orange County
Address 15245 Alton parkway, Suite 100
Irvine, CA 92718 -2307
Amount of Contract (See Agreement)
" 6
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
• <- 3`I/ (/I)
FGREEMENT
GEOTECHNICAL INVESTIGATION
FIELD MONITORING SERVICES
FOR THE
GROUNDWATER DEVELOPMENT PROJECT
THIS AGREEMENT is made and entered into this -4;% day of April,
1994, by and between the City of Newport Beach, a municipal Corporation, hereinafter
referred to as "CITY', and Converse Consultants Orange County, a California
Corporation, hereinafter referred to as "CONSULTANT ".
W ITHESSET„:
WHEREAS, "CITY' owns and operates a municipal water system and desires add
a groundwater supply source and water facilities to deliver water to its customers, and;
WHEREAS, "CITY', as part of its goal to have a groundwater source, seeks to
install an underground concrete reservoir, construct a 30 cfs pump station and expand
existing facilities located at the Utilities Yard, construction of these improvements is
hereinafter collectively referred to as 'PROJECT ", and;
WHEREAS, "CITY' requires field monitoring and inspection services during the
construction of the 'PROJECT ", and;
WHEREAS, additionally, "CITY' desires geotechnical and geologic investigations
during the design and construction of 'PROJECT', and;
WHEREAS, "CITY' also desires on -site inspections to verify contractor's
compliance with design plans and specifications, and;
WHEREAS, implementation of the 'PROJECT' requires these services and reports
from of a qualified geotechnical engineering professional. (These services and reports are
collectively referred to as "SERVICES "), and;
WHEREAS, "CITY' has solicited and received a proposal from "CONSULTANT'
for performing these "SERVICES" and other incidental, but essential professional
services, as outlined herein below, and;
WHEREAS, "CITY' has reviewed the previous experience and evaluated the
expertise of "CONSULTANT' and desires to accept the proposal submitted by
"CONSULTANT", and;
NOW THEREFORE, in consideration of the foregoing, it is mutually agreed and
understood that:
0 0
I. GENERAL
A. "CITY" engages "CONSULTANT" to perform the described services for the
consideration hereinafter stated.
B. "CONSULTANT" agrees to perform the described services in accord with the
terms and conditions hereinafter set forth.
C. "CONSULTANT" agrees that all services required hereunder shall be performed
under their direct supervision, and all personnel engaged in the work shall be fully
qualified and authorized or permitted under State and local law to perform such
services. "CONSULTANT" shall not sublet, transfer or assign any work except as
otherwise provided for herein or as authorized in advance by the "CITY ".
II. SERVICES TO BE PERFORMED BY CONSULTANT
"CONSULTANT" shall provide the following professional services to "CITY ".
A. "CONSULTANT" shall provide the necessary services to complete the defined
tasks associated with the "PROJECT ". Those tasks include the following:
Meetings with City staff.
a. "CONSULTANT" shall keep City Project Manager apprised of the
progress being made by the "CITY'S" contractor. Such appraisal shall be
made via telephone, in writing as appropriate and via meetings
mentioned herein below.
b. "CONSULTANT" shall meet with the City staff on an as- needed basis for
the "PROJECT ".
2. Review Background Data.
a. "CONSULTANT" shall, in an effort to relay relevant information to their
staff, review the pertinent background data obtained at meetings with
City staff and /or as provided by "CITY" during the course of the
"PROJECT ".
b. "CONSULTANT" is entitled to rely on materials provided by or through
"CITY" without independent evaluation by "CONSULTANT ".
Field Monitoring Services
a. "CONSULTANT" shall complete the following required inspection and
testing for the "PROJECT ".
1. Review the Rough Grading and Temporary Embankment Construction
Plan dated November 8, 1993, per the recommendations of the final
geotechnical report and its supplements.
0 0
2. On -site inspection and verification of the settlement monitoring
plates, on -site field observation, inspection and testing for in -place
density test of the earth used for temporary embankment.
3. Evaluation of the surcharge monitoring data, based on the elevation
reading provided by others.
4. Provide information regarding the design and construction of
Phase II Utilities Yard Expansion as requested by the "CITY ".
5. On -site inspection and field monitoring for the construction of the
Interim Mass Grading Plan and Storm Drain Relocation Project. This
includes reviewing plans and specifications, attendance at meetings,
laboratory tests of fill material, observe and test the over excavation
and re- compaction of fill, observe and test backfill of storm drain
pipe and prepare a final engineering report.
6. Geologic evaluation of the site during the construction of the Interim
Mass Grading and Storm Drain Relocation Project. This includes on-
site field exploration and evaluation and preparation of a final
engineering and geology report.
7. Review and provide recommendations regarding the design and
construction of the 3.0 million gallon reservoir and pump station.
8. Response to "CITY's" written or verbal request for inspection or field
observation within 24 hours of request.
b. "CONSULTANT" shall deliver three (3) complete copies of the final
geotechnical and geological reports and letters of recommendation.
III. DUTIES OF THE CITY
In order to assist the "CONSULTANT" in the execution of their responsibilities
under this Agreement, "CITY" agrees to provide the following:
A. Any background information, reports, contracts, specifications, proposals or
agreements as may be available or are in existence, which may be germane to the
proper preparation and completion of the "CONSULTANT's' defined duties.
B. Assist "CONSULTANT" with interpretation of "CITY" design criteria. Meet
with "CONSULTANT" as necessary to provide input or direction on matters
pertaining to the completion of the report.
C. Review letters and reports provided by "CONSULTANT" relative to "PROJECT"
in a timely fashion.
IV. TIME OF COMPLETION
"CONSULTANT" shall commence work immediately upon receipt of written
notice to proceed. Work as required herein, shall be completed in a diligent
and efficient manner to the execution of its completion.
0
0
The term of this Agreement shall expire thirty (30) calendar days after the date
the "PROJECT" is completed and accepted by "CITY ". It is agreed and
understood by both parties that this is sufficient time to complete all such
activities and tasks associated with the "PROJECT ".
V. OWNERSHIP OF DOCUMENTS
Original reports and other deliverable documents to be provided by
"CONSULTANT" under this Agreement shall become the exclusive property of
"CITY" and may be reproduced as deemed necessary by "CITY" or its duly
authorized representative. However, any use of completed deliverables or
documents for purposes other than for this "PROJECT ", or any use of incomplete
documents, shall be at "CITY'S" sole risk, and "CITY" shall indemnify
"CONSULTANT" for any damages incurred as a result of such use. No report,
drawing, map, document or other data given to or prepared or assembled by
"CONSULTANT" pursuant to this Agreement shall be made available to any
individual or organization by "CONSULTANT" without prior written approval by
"CITY ", unless required by subpoena.
"CONSULTANT" may reserve the right to publish materials or reports related
to the work performed or data collected under the provisions of this
Agreement. The right to publish shall be at the sole discretion of the "CITY"
and written permission must be obtained by "CONSULTANT" from "CITY" on
a case by case basis. Blanket publishing approval shall not be granted.
"CONSULTANT" has permission to show prospective clients reports and data
which have been accepted by "CITY" as prepared under this Agreement.
VI. RIGHT OF TERMINATION
A. "CITY" reserves the right to terminate this Agreement without cause at any time
by giving "CONSULTANT" five (5) business days prior written notice. Notice
shall be deemed served when delivered personally or upon deposit in the
United States mail, postage prepaid, addressed to "CONSULTANT'S" business
office at 15245 Alton Parkway, Suite 100, Irvine, California, 92718 -2307.
B. "CONSULTANT" may terminate this Agreement after ten (10) days' written
notice from "CONSULTANT" to "CITY" notifying "CITY" of it's substantial
failure to perform in accord with the terms of this Agreement, if the "CITY"
has not corrected it's non - performance within that time.
C. In the event of termination due to errors, omissions, or negligence of
"CONSULTANT ", "CITY" shall be relieved of any obligation to compensate
"CONSULTANT" for that portion of work directly affected by such errors,
omissions, or negligence of "CONSULTANT ". If this Agreement is terminated
for any other reason, "CITY" agrees to compensate "CONSULTANT" for the
actual services performed up to the effective date of the "Notice of
Termination ", based on the fee schedule contained herein.
VII. ASSIGNMENT
A. None of the services included in this Agreement shall be assigned, transferred,
contracted or subcontracted without prior written approval of "CITY ".
0 0
B. Neither "CONSULTANT" nor "CITY" shall assign or transfer any interest in this
Agreement, whether by assignment or novation, without the prior written
consent of the other party; provided, however, that claims for money due or to
become due "CONSULTANT" from "CITY" under this Agreement may be
assigned to a bank, trust company or other financial institution, or to a trustee in
bankruptcy, without such approval. Notice of any such assignment or transfer
shall be promptly furnished to "CITY ".
VIII. PAYMENT AND FEE SCHEDULE
A. In consideration for the specified services, "CITY" hereby agrees to compensate
"CONSULTANT" on an hourly basis as set forth below in the "PAYMENT & FEE
SCHEDULE ". In no event shall said amount be greater than sixty four thousand
dollars ($64,000), except as otherwise provided for herein below.
B. PAYMENT AND FEE SCHEDULE
personnel
hourly rates
Principal / Consultants ................................... ...............................
$150.00
Principal Professional .................................... ...............................
130.00
Senior Professional ........................................ ...............................
100.00
Project Professional ........................................ ...............................
85.00
Senior Staff Professional ............................... ...............................
75.00
StaffProfessional ............................................ ...............................
65.00
Technical Typing & Administrative Support ...........................
40.00
Supervising Technician ................................. ...............................
70.00
Senior Technician ........................................... ...............................
61.00
Field Technician ............................................. ...............................
49.00
Engineering Graphics .................................... ...............................
49.00
Junior Technician ........................................... ...............................
37.00
TechnicalAid .................................................. ...............................
30.00
C. The contract amount shall be paid to "CONSULTANT" in monthly partial
payments based on the amount of hours worked and expenses incurred during
each monthly pay period, based on the actual hours of labor expended as
determined by the Project Manager for "CITY ". The sum of the partial
payments shall not exceed ninety percent (90 %) of the maximum fee as set forth
in paragraph "A" herein above. The balance of the total amount earned shall be
paid upon completion of the work specified herein.
D. In addition to the fixed, not -to- exceed fee, "CITY" agrees to reimburse
"CONSULTANT" for the actual cost (plus 10 %) for all outside expenses,
including those for: reproduction for copies of plans, reports and related
documents, material costs authorized in advance by the Project Engineer for
"CITY ", and other reasonable expenses where such costs have been advanced
by "CONSULTANT" and approved in advance by "CITY ".
1. "CONSULTANT" shall provide written records (originals) of all expenses
incurred, and shall report all hours expended in the performance of duties
and tasks on a monthly basis. "CITY" agrees to pay "CONSULTANT" within
thirty (30) calendar days of the receipt of said records and hourly summary.
2. "CONSULTANT" shall not be compensated for use of "CONSULTANT'S"
equipment, hardware, software materials or reproduction. Said costs are
non- compensable. Time expended by " CONSULTANT's" personnel on such
equipment shall be paid on the basis of the "FEE SCHEDULE" herein above.
0 0
IX. ADDITIONAL SERVICES
No change in character, extent, or duration of the work to be performed by
"CONSULTANT" shall be made without prior written approval from "CITY ". In
consideration for performance of additional services authorized by "CITY" in
writing, "CITY" hereby agrees to compensate "CONSULTANT" an amount based
upon the hourly rate as submitted to "CITY" in the "FEE SCHEDULE ", except that
an increase in total compensation exceeding ten thousand dollars ($10,00.00) shall
require an amended Agreement for such additional services between the
"CONSULTANT" and "CITY ".
X. RECORDS
"CONSULTANT" shall maintain complete and accurate records with respect to
costs, expenses, receipts and other such information required by "CITY" that relate
to the performance of the services specified under this Agreement. All such
records shall be maintained in accord with generally accepted accounting
principles and shall be clearly identified and readily accessible. "CONSULTANT"
shall provide free access to the representatives of "CITY" or its designees at all
proper times upon reasonable notice to "CONSULTANT" to such books and
records, and gives "CITY" the right to examine and audit same, and to make
transcripts therefrom as deemed necessary at "CITY's" cost, and to allow inspection
of all work, data, documents, proceedings and activities related to this Agreement.
XI. INSURANCE
A. On or before the date of execution of this Agreement, "CONSULTANT"
shall furnish "CITY" with completed certificates showing the type, amount,
class of operations covered, effective dates and dates of expiration of
insurance policies. "CONSULTANT" shall use the "CITY's" Insurance
Certificate form for endorsement of all policies of insurance. The certificates
do not limit "CONSULTANT's" indemnification, and also contain
substantially the following statement: "The insurance covered by this
certificate may not be canceled or non - renewed, except after thirty (30) days'
written notice has been received by "CITY ". Coverage may not be reduced
or otherwise materially altered without the same advance notice to "CITY"
of such alteration.
B. "CONSULTANT" shall maintain in force at all times during the performance
of this Agreement all policies of insurance required by this Agreement; and
said policies of insurance shall be secured from an insurance company
assigned Policyholders' Rating of "B" (or higher) and Financial Size Category
"XV" (or larger) in accord with an industry -wide standard and shall be
licensed to do business in the State of California. However, the minimum
rating for the "CONSULTANT's" Errors & Omissions carrier shall be "B + ",
"VIII" or better.
1. An appropriate industry-wide insurance rating standard shall be
deemed "Best's Key Rating Guide ", latest edition.
C. "CONSULTANT" shall maintain the following minimum coverages:
Liability Insurance
General liability coverage shall be provided in the following minimum limits:
Category
Bodily Injury
Property Damage
Amount
$ 1,000,000
each occurrence
$ 1,000,000
aggregate
$ 1,000,000
each occurrence
$ 1,000,000
aggregate
A combined single limit policy with aggregate limits in the amount
of $1,000,000 will be considered equivalent to the required
minimum limits.
Errors & Omissions Insurance
Errors & Omissions coverage shall be provided in the amount of
one million dollars ($1,000,000).
D. Subrogation Waiver
In the event of loss or claim of loss due to any of the perils for which it has
agreed to provide general liability insurance, "CONSULTANT" shall look solely
to its insurance for recovery. "CONSULTANT" hereby grants to "CITY ", on
behalf of any general liability insurer providing insurance to either
"CONSULTANT" or "CITY" with respect to the services of "CONSULTANT ", a
waiver of any right of subrogation which any such insurer of said
"CONSULTANT" may acquire against "CITY" by virtue of the payment of any
loss under such insurance.
E. Additional Insured
"CITY ", its City Council, boards and commissions, officers, servants and
employees shall be named as an additional insured under all insurance
policies required under this Agreement, except Errors & Omissions Insurance.
The naming of an additional insured shall not affect any recovery to which
such additional insured would be entitled under this policy if not named as
such additional insured; and an additional insured named herein shall not be
liable for any premium or expense of any nature on this policy or any
extension thereof. Any other insurance held by an additional insured shall not
be required to contribute anything toward any loss or expense covered by the
insurance provided by this policy. Proceeds from any such policy or policies
shall be payable to "CITY" primarily, and to "CONSULTANT" secondarily, if
necessary.
XII. WAIVER
A waiver by "CITY' or "CONSULTANT" of any breach of any term, covenant,
or condition contained herein shall not be deemed to be a waiver of any
subsequent breach of the same or any other term, covenant, or condition
contained herein whether of the same or different character.
XIII. COST OF LITIGATION
If any legal action is necessary to enforce any provision hereof or for damages
by reason of an alleged breach of any provisions of this Agreement, the
prevailing party shall be entitled to receive from the losing party all costs and
expenses in such amount as the court may adjudge to be reasonable costs of
litigation.
XIV. INTEGRATED CONTRACT
This Agreement represents the full and complete understanding of every kind
or nature whatsoever between the parties hereto and all preliminary
negotiations and agreements of whatsoever kind or nature are merged herein.
No verbal agreement or implied covenant shall be held to vary the provisions
hereof. Any modification to this Agreement will be effective only by written
execution signed by both "CITY' and "CONSULTANT ".
XV. HOLD HARMLESS
"CONSULTANT" shall indemnify and hold harmless, "CITY', its City
Council, boards and commissions, officers, and employees from and against
any and all loss, damages, liability, claims, suits, costs and expenses,
whatsoever, including reasonable costs of litigation, arising from
"CONSULTANT's" negligent acts, errors or omissions, in the performance of
services hereunder.
9
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the
first date above written:
APPROVED AS TO FORM:
Robin Flory
Assistant City
r v as.. a�ur'r'av
City Clerk
Address and Telephone:
City of Newport Beach,
a municipal corporation
Clarence Turner, Mayor
„Clll„,
Converse Consultants Orange County,
a California Corporation
City of Newport Beach Converse Consultants Orange County
3300 Newport Boulevard, P. O. Box 1768 15245 Alton Parkway, Suite 100
Newport Beach, California 92658 -1768 Irvine, California 92718 -2307
(714) 644 -3011 (714) 646 -5204 (FAX) (714) 453 -2880 (714) 453 -2888 (FAX)
(3�
CITY COUNCIL
April 25th, 1994
APR 2 5 :c^
CITY COUNCIL AGENDA
ITEM NO. —9
TO: Mayor & Members of the City Council
FROM: Utilities Department
SUBJECT: PROFESSIONAL SERVICES AGREEMENTS (CONTRACT NO. C -3004) FOR
THE GROUNDWATER DEVELOPMENT & RELATED CAPITAL PROJECTS:
GEOTECHNICAL INVESTIGATION & FIELD MONITORING
✓ C- 3004 -A
CONVERSE CONSULTANTS O. C.
HYDROGEOLOGY & FIELD INSPECTION SERVICES
v C- 3004 -B
R. C. SLADE & ASSOCIATES
PROFESSIONAL SERVICES & ENGINEERING CONSULTING
✓ C- 3004 -C
DONALD C. SIMPSON
FIELD SURVEYING, ENGINEERING & PROJECT MANAGEMENT VC- 3004 -D
DMc,ENGINEERING, INC.
RECOMMENDATIONS:
If desired, authorize the Mayor and the City Clerk to execute
Professional Services Agreements on behalf of the City, with the firms:
1. Converse Consultants Orange County
2. Richard C. Slade & Associates
3. Donald C. Simpson
4. DMc Engineering, Inc.
BACKGROUND:
The City of Newport Beach has a goal of obtaining an alternate
source of water from the Orange County groundwater basin by mid -1995. The
series of projects to accomplish this is referred to as the Groundwater
Development Project. The Groundwater Development Project has reached a point
where further implementation requires a number of professional services to be
performed while capital project components are being planned, designed and
constructed for both the Groundwater Development Project and other non -
groundwater utility related projects.
Significant components of the Groundwater Development Project
include construction of the 3.0 million gallon reinforced concrete reservoir and
the 14,000 gallon per minute pump station with appurtenant site work at the
Utilities Yard, a series of transmission pipelines and distribution system
improvements and construction of water well facilities in Fountain Valley.
Over the last 24 months the City has invited a number of firms to
submit statements of qualifications and experience. After consideration of
qualifications, experience and their specialized capabilities, staff conducted
interviews and requested firms to submit proposals. The following firms were
interviewed: Converse Consultants Orange County; Richard C. Slade & Associates;
Donald C. Simpson; and DMc Engineering, Inc.
April 25, 1994 - Page 2
Professional Services Agreements
Groundwater Development & Capital Projects
Staff considered the following criteria when evaluating the
consulting engineer's qualifications to provide professional design, project
coordination, field monitoring and construction management services:
1. Experience with similar projects and work tasks.
2. Experience with contract and construction management.
3. Experience and knowledge with City projects and programs.
4. Availability and ability to commit individual or key personnel on
a part-time or full -time basis, depending on work demands for
the remaining fiscal year with a similar commitment in the next
fiscal year.
5. Flexibility to adjust hours on an "as- needed" basis.
6. Expertise in the specialized areas such as hydrogeology,
geotechnical engineering, or construction project management.
7. Exceptional communication skills of the principals of the firm in
the areas of specialization.
All four (4) firms are local firms, with a variety of specialized experience
working either directly with the City of Newport Beach or with other local
municipal utility agencies. Each firm provides a project principal that will be
assigned to the project who is a Registered Civil Engineer by the State of California.
Converse Consultants Orange County was the geotechnical
engineering firm for the Utilities Yard Expansion Phase II. Converse is well
qualified to provide geotechnical design information for this project. Their
experience in the City and throughout Orange County include Triangle Square in
Costa Mesa, the Castaways Marina, Dominis Restaurant, the Irvine Avenue
Improvements, the Balboa Bay Bridge widening, Newport Harbor High School, the
Balboa Fun Zone and many residential structures. The contact person from
Converse Consultants Orange County will be Thomas J. Schell, Vice President and
Principal Engineer. Mr. Schell has over 31 years experience in the geotechnical
field and is a registered geotechnical engineer in the State of California. Converse
Consultants is available to work on the Groundwater Development Project as
requested by the Utilities Department.
Richard C. Slade & Associates (RCSA) is a group of groundwater
geologists with a local office in North Hollywood, California. RCSA has sited,
designed and /or monitored the construction of more than 100 water wells in
California both for municipal and agricultural supply purposes. Typical water
well projects have included well construction to depths as great as 2,000 feet.
Their experiences include construction of municipal- supply water wells for the
cities of Orange, Tustin and Fullerton, for the Irvine Ranch Water District and
for the Orange County Water District. The contact person will be Richard C.
Slade, principal Hydrogeologist. Mr. Slade has over 26 years of hydrogeologic
experience and is a registered geologist and registered hydrogeologist in the
State of California. RCSA is available to work on the Groundwater
Development Project as requested by the Utilities Department.
April 25, 1994 - Page 3
Professional Services Agreements
Groundwater Development & Capital Projects
Donald C. Simpson was employed by the City of Newport Beach as a
project engineer from 1975 -1986. Since then he has been retained by the Public
Works Department as a consultant for the construction of the new Central City
Library. Mr. Simpson has been involved with the Groundwater Development
project since 1988 and was a critical member of the project team in acquiring the
lease for the "Seawater Line" and acquisition effort for the well sites in Fountain
Valley and the various rights -of -way, permits and easements related to the project.
Mr. Simpson is available to work on the Groundwater Development Project as
needed by the Utilities Department.
DMc Engineering, Inc. was the civil engineer on the Phase II Interim
Mass Grading Project for the Utilities Yard Expansion. DMc has been involved
with planning and implementation of the Groundwater Development Project since
1988. Their work includedseveral Utility Research Studies in Santa Ana, Costa
Mesa, Huntington Beach and Fountain Valley; design and construction of the
30 -inch water main across the Santa Ana River, utility relocation and grading for
the Phase I - Utilities Yard Expansion; and conceptual planning for the Phase Ii -
Utilities Yard Expansion. Derek J. McGregor, principal engineer will be the
primary contact from DMc Engineering. Mr. McGregor has over 15 years
experience in the civil engineering field and his knowledge of the City makes him
well qualified to provide field surveying, engineering, and project management over
a wide range of capital improvement projects. DMc Engineering is available to
work on the Groundwater Development Project an average of 30 hours per week.
The proposed services will be performed under individual Professional
Services Agreements which provide the required services to be performed in accord
with the approved fee schedules. The fee schedules are attached.
GROUNDWATER DEVELOPMENT PROJECT - GEOTECHNICAL
INVESTIGATION & FIELD CONSTRUCTION MONITORING
CONSULTANT: Converse Consultants Orange County
TERM: January 1994 to December 1994
FEE: Not to exceed $64,000 based on standard hourly rates
SERVICES: Geotechnical Investigation and Construction Services
2. GROUNDWATER DEVELOPMENT PROJECT - HYDROGEOLOGY AND
FIELD INSPECTION SERVICES FOR WATER WELL CONSTRUCTION
CONSULTANT: Richard C. Slade & Associates
TERM: April 1994 to July 1995
FEE: Not to exceed $125,000 based on standard hourly rates
SERVICES: Hydrogeology and Field Inspection Services
3. GROUNDWATER DEVELOPMENT PROJECT - PROFESSIONAL SERVICES
& ENGINEERING CONSULTING
CONSULTANT: Donald C. Simpson
TERM: April 1994 to December 1994
FEE: Not to exceed $15,000 based on standard hourly rates
SERVICES: Professional Services & Engineering Consulting
April 25, 1994 - Page 4
Professional Services Agreements
Groundwater Development & Capital Projects
4. GROUNDWATER DEVELOPMENT PROJECT - FIELD SURVEYING,
ENGINEERING & PROJECT MANAGEMENT
CONSULTANT: DMc Engineering
TERM: January 1994 to December 1994
FEE: Not to exceed $143,000 based on standard hourly rates
SERVICES: Field Surveying, Engineering & Project Management
Funds for these capital project related services are available in the
Water Fund under Capital Projects accounts numbered 7503- 98500016 and
7503 - 98500018 and 7503 - 98500212 and 7503- 98500218.
If approved, the professional services efforts will commence
immediately. Certain services these engineers will provide for the City are critical
to the successful and timely implementation of the Groundwater Development
Project. Staff recommends approval of these professional services agreements to
implement the various phases of the Groundwater Development Project and to
insure a series of high quality construction project components.
Respectfully submitted,
�E,F.F. STgn1F.�iRT
Jeff Staneart, P.E.
Utilities Director
IS:sdi
Attachments: Fee Schedules for Professional Services
• •
CONVERSE CONSULTANTS OC
SCHEDULE OF FEES
Introduction
It is the objective of Converse to provide to its clients high quality professional and technical services and a continuing source of professional advice
and opinions. Geotechnical services will be performed in a manner consistent with that level of care and skill ordinarily exercised by members of
the profession currently practicing in the same locality under similar conditions. Services commenced in the current year and continued into the
following year will be charged in the following year in accordance with the fee schedule for that year unless otherwise contracted.
Hourly Charge for Personnel
Fees for our professional services, including project administration, are based on the time that professional, technical and support personnel directly
charge to the project. Actual staff assignments depend on personnel availability, job complexity, project site location, and experience level necessary
to satisfy the technical requirements of the project and to meet the prevailing standard of professional care.
1. Technical Aide $
30
8.
Staff Professional
$ 65
2. Junior Technician
37
9.
Senior Staff Professional
75
3. Engineering Graphics
49
10.
Project Professional
85
4. Field Technician
49
11.
Senior Professional
100
5. Senior Technician
61
12.
Principal Professional
130
6. Supervising Technician
70
13.
Principals /Consultants
150
7. Technical Typing & Administrative Support
40
An overtime charge of 25 percent of the above hourly rates for categories 1 -7 will be added for time in excess of eight hours per day and for all time
on Saturdays, Sundays, and holidays. Travel time will be charged to and from the job site in excess of home to office commute. Requests for field
testing services have a minimum charge of two hours.
Consultation and Litigation
Fees for special consultation using senior or project consultants, and for services in connection with litigation are charged on a half or full day basis;
rates are available on request.
Expenses
Invoices
1. Special equipment use and laboratory or testing fees will be charged at rates shown on Schedule II. Materials testing fees are
shown on Schedule III.
2. In -house computer usage is charged at a rate of $20 per hour.
3. Exploration expenses (e.g., drilling, trenching) are charged at cost plus fifteen percent.
4. Travel and subsistence expenses (e.g., transportation, room, and board) for individuals on projects requiring travel and /or living
away from a principal office are charged at cost plus fifteen percent.
5. Standard field testing equipment with trucks and supplies are charged at a rate of $6.00 per hour to and from the project site
and for time at the project site (unlimited mileage).
6. Automobile expenses are charged at cost plus fifteen percent or at a rate of fifty cents per mile for automobiles traveling
between principal office and project.
7. Communication expenses (phone, fax, modem, etc.) are charged at 3% of Converse's fees.
8. Other out -of- pocket, direct project expenses (e.g., aerial photos, outside computer service, permits, bonds, reproduction and
printing services, long- distance telephone calls, and outside tests) will be charged at cost plus fifteen percent.
1 . A retainer of 50 percent of the estimate is required for projects with an estimated total fee of $3,000 or less. For such projects,
the balance of the fee must be paid at the time the report is released to the Client. Projects with total fees of $1,500 or less
require full payment from the client in advance.
2. Invoices for other projects will be submitted to the Client on a monthly basis, and a final bill will be submitted upon completion
of services. Invoices will show charges for each category of personnel and expense classifications.
3. Payment is due upon presentation of invoice and is past due thirty (30) days from invoice date. In the event Client fails to pay
any payment to Converse when due, Converse may immediately cease work hereunder until said payment, together with a
service charge at the rate of eighteen percent (18 %) per annum (but not exceeding the maximum allowed by law) from the due
date, has been received. Further, Converse may at its sole option and discretion refuse to perform any further work irrespective
of payment from Client in the event Client fails to pay Converse for services rendered when said payments are due. Attorneys'
fees or other costs incurred in collecting any delinquency amount shall be paid by Client.
General Conditions
The terms and provisions of the Converse General Conditions are incorporated into this Schedule of Fees as though set forth
in full. If a copy of the General Conditions does not accompany this fee schedule, Client should requests copy from this office.
CCOC -H -93
CONVERSE CONSULTANTS ORANGE COUNTY Fee- -5c"Lm F_ Fop- C-30CA —A
0
RICHARD C. SI.ADE & ASSOCIATES
CONSULTING OR0CND%%:%T1"R GP.OLOGIS'PS
SCHEDULE OF CHARGES AND CONDITIONS
SERVICES
Hydrogeologist and Engineering Geologist
Staff Hydrogeologist
Field Hydrogeologist (Geologic Logging)
Graphics
Clerical
SPECIAL EQUIPMENT AND SERVICES
Hermit Data Logger & Transducer (for aquifer tests)
Groundwater Monitoring Syringe (for volatile organics)
Submersible Pump (4 -in diameter) and Generator
Field Water Quality Probe (T, pH, EC)
Electric Tape Water Level Probe
Check -valve Bailers (hydrocarbons or other contaminants)
Subsurface Exploration, Water Quality Laboratory
Job Supplies, Reproduction, Lodging, etc.
Automobile Mileage
$115.00 per hour
$75.00 per hour
$64.00 per hour
$40.00 per hour
$35.00 per hour
$350.00 per day
$125.00 per day
$150.00 per day
$75.00 per day
$25.00 per day
$20.00 per day
Cost + 16 Xi
Cost + 15%
$0.35 per mile
PEF Sc1 -IEDUL-E- Fog C- - Soo¢ -B
VIl %( %OPFICE 644 ?C 01.1 MAFF. R CAA Yi IAgV'I: >1I11.214. 50RF11 IIOi.lti" 0011. CA1.I FOR VIAU 11116 '1'1VF:I'll0A1 ?lr 11i ,tile lli L,
5,111- 115U.LF,) ' OFF ICE: I 'PF1 F'V,A AA1'A C41.LFal(}11.1 F01l A' I% 91674 1'FAE Pik 1A1:- :u:''n'I uil
0 0
DONALD C. SIMPSON
CONSULTING CIVII. ENG IN EFR
Schedule of Services & Charges
Services
Civil Engineer .............................. ............................... $ 70.00 1101-11
Reimbursable Charges
Note: Blueprinting, reproduction, messenger service, delivery service and other
direct outside expenses will be charged at cost plus 10 %. No additional charges
for mileage, supplies, or telephone expenses will be included.
FEE 15; tEDvLE Fo(L r--3oc+-C
92 PELICAN COURT. NEWPORT BEACH . CALIFORNIA 92660. (7141 509.981,
DIvI�Engineering
Civil Surveying Planning
EXHIBIT C
HOURLY RATE SCHEDULE
Effective January 1, 1994 thru January 1, 1995
OFFICE PERSONNEL
Principal $ 100.00
Project Manager $ 80.00
Registered Engineer /Licensed Surveyor $ 70.00
Project Engineer $ 60.00
Survey Technician $ 60.00
Design Engineer /CAD Operator $ 50.00
Draftsperson $ 35.00
Specification Typist $ 30.00
FIELD PERSONNEL
3 Man Survey Crew $ 160.00
2 Man Survey Crew
1 Man Survey Crew
.1 11
NOTE: Blueprinting, reproduction, computer plotting, messenger service and other direct
expenses will be charged at cost plus 10 %. No additional charges for mileage, supplies, or
telephone expenses will be included.
SEE. SGHE0 uLE. FGf C -3o04-1)