Loading...
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)