HomeMy WebLinkAboutC-3004(B) - Hydrogeologic and Construction Observation Services, GroundwaterAMENDMENT NO.1
PROFESSIONAL SERVICES AGREEMENT
Hydrogeologic and Construction Monitoring Services
Groundwater Development Project
THIS AMENDMENT NO. 1 TO AGREEMENT, made and entered into this
day of January, 1997, by and between the CITY OF NEWPORT BEACH, a municipal
corporation, (hereinafter referred to as "City ") and Richard C. Slade & Associates, as a
sole - proprietor, and a California Company, (hereinafter referred to as "Consultant') is
made with reference to the following:
200itr \W.4
A. On June 6, 1994, 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
hydrogeologic and construction monitoring services performed during the term of the
Agreement is $125,200. The fee shall be increased by $60,000, to cover the cost of
additional services described in this AMENDMENT NO. 1.
2. The term of this Agreement is not to extend past December 31, 1996.
3. The standard hourly rates established for this Agreement shall continue in
effect and shall be unchanged through December 31, 1996.
4. Consultant agrees to provide the following additional services:
a. Continued meetings with City staff as necessary during the
installation and drilling of the water wells.
b. Field monitoring during completion of the well drilling.
C. Performed additional hydrogeologic analysis based on data
obtained in the field.
d. Obtained samples of groundwater for water quality analysis.
e. Coordination with the City of Fountain Valley and the Orange
County Water District throughout the entire project.
i •
Amendment No. 1
Professional Services Agreement
Richard C. Slade & Associates
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
City of Newport Beach,
a municipal corporation
J n Debay, Mayor
RICHAR 'C SLADE & AS IATES
a Sole Pr rii or of a i nia /pany
t/
Richard C. Slade, President
Consultant
•
•
r1
U
January 27, 1997
JAN 2 71997 ; I
ITY COUNCIL AGENDA
—I ITEM NO. 11
c Q!ar,pl�r
TO: MAYOR AND MEMBERS OF THE CITY COUNCIL C_.����
FROM: PUBLIC WORKS DEPARTMENT
SUBJECT: NOTICE OF COMPLETION (CONTRACT NO. 3004 -S)
CONSTRUCTION OF WATER WELLS LOCATED AT THE
DOLPHIN AVENUE & TAMURA SCHOOL WELL SITES AS A
PART OF THE GROUNDWATER DEVELOPMENT PROJECT
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the bonds 35 days after the Notice
of Completion has been recorded in accordance with applicable
portions of the Civil Code.
4. Approve final authorization to Richard C. Slade & Associates for
Hydrogeologic and Construction Observation Services related to the
construction of the water wells.
DISCUSSION:
Accept the Work and Authorize the City Clerk to File a Notice of Completion
for Bakersfield Well & Pump Company:
The contract for drilling and installation of water wells located at the Dolphin
Avenue and Tamura School well sites has been completed by Bakersfield Well
& Pump Company of Bakersfield, California to the satisfaction of the Public
Works Department.
The bid price was $ 799,044.75
Amount of change orders $(40,976.15)
Total contract cost $758,068.60
There were a total of three change orders for this project. The first two change
orders were for standby time and rental of additional equipment, amounting to
a total of $3,646. The third change order was a credit to the City for reduction in
the drilling depths of each of the wells. This resulted in an overall cost
reduction of $40,976.15 for the well drilling construction portion of the
Groundwater Development Project.
6 0
Page 2
Notice of Completion
Construction of Water Wells at
Dolphin Avenue & Tamura School
January 27, 1997
Funds for the project were budgeted in the following account:
Description
Water Wells & Transmission Pipelines
Account Number Amount
7504- C5500094 $758,068.60
The scheduled completion date was September 21, 1996, which was met and
staff recommends acceptance of the work.
Approve final authorization to Richard C. Slade & Associates for
Hydrogeologic and Construction Observation Services:
On April 25, 1994, the City Council entered into an agreement with Richard C.
Slade and Associates (RCS) for hydrogeology and construction observation
services for the well drilling portion of the Groundwater Development Project
(GDP). The original agreement with RCS specified a fee of $125,000 and
indicated that the project would be completed by July, 1995. This work effort
included performing a hydrogeologic analysis, preparing well construction and
testing plans and specifications, and providing well construction monitoring
during the drilling operation.
Over the course of the project, there have been delays and additional work
associated with the project, including the final negotiations with the City of
Fountain Valley for the well site and the well drilling permit. RCS was key in all
of the negotiations with the City of Fountain Valley and spent a considerable
amount of time towards the effort of obtaining the well drilling permit and lease
agreement with them. In addition, RCS performed a supplementary aquifer
test at the request of the City of Fountain Valley.
Also, additional effort by RCS was necessary to assist in managing Bakersfield
Well & Pump's drilling operation. Because of the delay in the project, the well
drilling became the critical path component of the overall Groundwater
Development Project. RCS and City staff expended considerable more time
than initially anticipated to ensure the timely completion of the project, which
was accomplished during the additional 14 months it took to complete this
project. RCS was required to perform studies, evaluations and on site
supervision of the drilling operation that was beyond the scope of the 1994
agreement.
u
0
•
Page 3
Notice of Completion
Construction of Water Wells at
• Dolphin Avenue & Tamura School
January 27, 1997
RCS has requested a final authorization of $60,000 for the additional
hydrogeologic and construction observation efforts relating to this project. Staff
concurs with this request and agrees that work beyond the scope of the original
agreement was performed. The consultant's efforts were key in convincing
Fountain Valley that the new City well would not have a significant impact on
nearby Fountain Valley wells. This contract change was anticipated in the
overall Groundwater Development Project cost of 23.7 million that was reported
In August, 1996.
Respectfully submitted,
C (a
PUBLIC WORKS DEPARTMENT
Don Webb, Director
By:
M'chael J. Sinacori, P.E.
Utilities Engineer
MJS:sdi
Attachment: Amendment to Professional Services Agreement with Richard C. Slade and Associates.
•
r i
AMENDMENT NO.1
PROFESSIONAL SERVICES AGREEMENT
Hydrogeologic and Construction Monitoring Services
Groundwater Development Project
THIS AMENDMENT NO. 1 TO AGREEMENT, made and entered into this
day of January, 1997, by and between the CITY OF NEWPORT BEACH, a municipal
corporation, (hereinafter referred to as "City ") and Richard C. Slade & Associates, as a
sole - proprietor, and a California Company, (hereinafter referred to as "Consultant') is
made with reference to the following:
RECITALS:
A. On June 6, 1994, 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
hydrogeologic and construction monitoring services performed during the term of the
Agreement is $125,200. The fee shall be increased by $60,000, to cover the cost of
additional services described in this AMENDMENT NO. 1.
2. The term of this Agreement is not to extend past December 31, 1996.
3. The standard hourly rates established for this Agreement shall continue in
effect and shall be unchanged through December 31, 1996.
4. Consultant agrees to provide the following additional services:
a. Continued meetings with City staff as necessary during the
installation and drilling of the water wells.
b. Field monitoring during completion of the well drilling.
C. Performed additional hydrogeologic analysis based on data
obtained in the field.
d. Obtained samples of groundwater for water quality analysis.
e. Coordination with the City of Fountain Valley and the Orange •
County Water District throughout the entire project.
Amendment No. 1
Professional Services Agreement
Richard C. Slade & Associates
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
11
City of Newport Beach,
a municipal corporation
Jan Debay, Mayor
RICHARD C. SLADE & ASSOCIATES
a Sole Proprietor of a California Company
Richard C. Slade, President
Consultant
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(714) 644 -3005
E4 -y�
TO: FINANCE DIRECTOR
FROM: CITY CLERK
DATE: June 6, 1994
SUBJECT: Contract No. C- 3004(B)
Description of Contract Hydrogeologic Services for Design &
Construction Monitoring for Water Wells as a part of the
Groundwater Development Project
Effective date of Contract June 6
Authorized by Minute Action, approved on April 25 1994
Contract with Richard C. Slade & Associates
Address 6442 Coldwater Canyon Avenue Suite 214
North Hollywood CA 91606 -
Amount of Contract (See Agreement)
" s
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
i
FGREEMENT
PROFESSIONAL HYDROGEOLOGIC SERVICES FOR
DESIGN & CONSTRUCTION MONITORING FOR WATER WELLS
AS A PART OF THE
GROUNDWATER DEVELOPMENT PROJECT
THIS AGREEMENT is made and entered into this 0�y day of -A4ny, c�L
1994, by and between the City of Newport Beach, a municipal Corporation, hereinafter/
referred to as "CITY ", and Richard C. Slade & Associates, as a sole - proprietor, and a
California Company, hereinafter referred to as "CONSULTANT ".
WITNESS ET M:
WHEREAS, "CITY ", desires to secure an alternate source of reliable water for its
municipal water system by implementing a Groundwater Development Project to
construct water wells and delivery facilities to deliver potable water to its customers, and;
WHEREAS, "CITY ", as part of the Groundwater Project, must investigate and test
the well water from the Orange County groundwater basin, and;
WHEREAS, "CITY" as part of this project seeks to construct facilities to pump
water from the groundwater basin and transport it to the City's water storage reservoir at
it's 16th Street facility, and;
WHEREAS, "CITY" desires hydrogeologic services for investigation, design and
construction monitoring of four new water production wells, which are collectively
hereinafter referred to as "PROJECT ", and;
WHEREAS, implementation of the design and field construction monitoring for
said "PROJECT" requires the services of a qualified and experienced hydrogeologist, and;
WHEREAS, "CITY" has solicited and received a proposal from "CONSULTANT"
for preparation of the "PROJECT" design and to provide certain other essential
professional services, as outlined herein below, and;
WHEREAS, "CITY" has reviewed the previous experience and has 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 his direct supervision, and all personnel engaged in the work
shall be fully qualified and shall be authorized or permitted under State and
local law to perform such services.
II. SERVICES TO BE PERFORMED BY CONSULTANT
"CONSULTANT" shall provide the following listed professional services to "CITY ".
A. "CONSULTANT" shall provide the necessary services to complete the defined
tasks associated with the design phase of the "PROJECT ". Those tasks include
the following:
1. Meetings with City staff.
a. "CONSULTANT" shall keep City's Project Manager apprised of the
progress being made on the "CONSULTANT'S" design activities. Such
appraisal shall be made via telephone, in writing as appropriate and via
the meetings mentioned herein below.
b. "CONSULTANT" shall meet with the City staff for an orientation meeting,
to review the hydrogeologic feasibility report, to review pre- construction
activities, during the design process, prior to the well construction
monitoring and to review the summary of operations report for the
"PROJECT ". Other meetings may be required and shall be held on an as-
needed basis.
c. "CONSULTANT" shall meet with the "CITY" and "CITY'S" consultants for
design of the new water well facilities at the request of the "CITY" or
additionally as may be necessary to coordinate the interrelated aspects of
other project phases.
2. Review Background Data.
a. "CONSULTANT" shall, in an effort to relay relevant information to their
staff, review the pertinent background data obtained at the meetings with
City staff, provided by other agencies 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. Hydrogeologic Feasibility Report
a. "CONSULTANT" shall complete a preliminary hydrogeologic feasibility
report on the "PROJECT" for the purpose of assessing the water- resource
potential of the City's well sites and the aquifers available. A listing of tasks
required in this phase shall include, but not limited to the following:
1. Data collection and review of the "PROJECT ".
2. Site reconnaissance for logistical parameters such as access and existing
utilities.
3. Hydrogeologic analyses of the collected data and a report summarizing
the findings, conclusions and recommendations for the "PROJECT ".
4. Pre - Construction Activities
a. "CONSULTANT" shall prepare well construction and testing plans and
specifications and shall assist "CITY" staff with compilation of the
construction contract documents, specifications and plans. A listing of tasks
required shall be included in this phase but not limited to the following:
1. Provide technical specifications for the "PROJECT ".
2. Provide a detailed engineer's estimate for various components of the
"PROJECT ".
a. Any opinion of construction cost prepared by "CONSULTANT"
represents his judgment as a design professional and is supplied for
the general guidance of the "CITY ". Since "CONSULTANT" has no
control over the cost of the labor and material, or over competitive
bidding or market conditions, "CONSULTANT" need not guarantee
the accuracy of such opinion as compared to Contractor bids or
actual cost to the "CITY ".
3. Assist "CITY" staff with the bidding process for the "PROJECT ".
5. Design Process and Scheduling
a. "CONSULTANT" shall assist "CITY" staff with reviewing cost estimates
and contracts from the chosen drilling contractor and in developing
schedules for construction of each well.
6. Well Construction Monitoring
a. "CONSULTANT" shall assist "CITY" staff with the tasks necessary to achieve
successful drilling, construction and testing of the two well sites. A listing of
tasks required shall be included in this phase but not limited to the following:
0
0
1. Attend and Assist "CITY' staff with the pre - construction meeting for the
"PROJECT ".
2. Provide initial field coordination during mobilization of the contractor
or contractors involved in drilling and /or constructing the water wells.
3. Provide experienced geologic logging personnel to geologically log
drill cuttings from the pilot hole on a continuous 24 -hour per day
schedule, monitoring fluid characteristics to ensure contractors
conformance with the specifications and monitoring of measured
drilling penetration rates to be plotted on the geologic log.
4. Provide observation and analysis of the electric logging of the pilot
hole at each well and provide a review of the geophysical logs.
Review and compare data from geophysical logs and the geologic
log and provide a casing completion recommendation to the driller
for the final reamed diameters and depths.
5. Conduct zone sampling of groundwater in selected aquifers in the
open borehole and collect the water samples from each aquifer zone
for the "CITY' to utilize in testing for analysis of water quality.
6. Provide to the "CITY' a prepared final well construction design
including recommendations for casing lengths and diameter, well
screen placement, perforation sizes (slot sizes), gravel pack type and
gradation and depth of cement around the blank casing. In addition,
provide monitoring to track reaming operations of the pilot hole.
7. Provide on -site monitoring for the installation of the appropriate
well screen, blank casing, gravel pack and cement seal. Monitoring
shall be conducted to ensure conformance to the specifications.
8. Submit daily drilling and construction activities reports relating to
casing and gravel pack installation.
9. Review data obtained from the prescribed insertion of a casing
dummy or cage and monitor deflection readings for the alignment
testing of the wells.
10. Provide a qualified geologist at appropriate times to monitor well
development by both mechanical and pumping methods.
11. Provide a qualified geologist to monitor step - drawdown testing of
the completed wells.
12. Provide a qualified geologist at appropriate times to monitor water
level drawdown and recovery in the wells during and after the final
constant -rate pumping test of the completed wells.
13. Provide detailed review of progress billings by the drilling
contractors.
0 0
7. Summary of Operations Reports
a. "CONSULTANT" shall provide a summary of the operations report
including analysis of field and laboratory data obtained during well
construction.
III. DUTIES OF THE CITY
In order to assist the "CONSULTANT" in the execution of his responsibilities under
this Agreement, "CITY" agrees to provide the following:
A. Provide 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. Provide a field and control survey to accurately reflect the existing surface
conditions. This survey will be used to prepare accurate base sheets.
C. Provide a geotechnical report reflecting the existing conditions and outlining
seismic and geotechnical design parameters. This report and
recommendations will be used for design purposes.
D. Assist "CONSULTANT" with interpretation of "CITY" standards and design
criteria. Meet with "CONSULTANT" as necessary to provide input or
direction on matters pertaining to completion of specifications and final
construction plans.
E. Review plans, specifications and other documentation provided by
"CONSULTANT" relative to "PROJECT" in a timely fashion.
F. Act as the Project Manager and provide construction administration and
assist with field inspection on the proposed project, once designed and
awarded for construction.
G. Provide the 'boiler- plate" contract document forms and cover sheet for the
contract document package.
H. Provide the reproduction and printing of the final contract documents and
technical specifications and plans in a bound booklet.
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.
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"
9 0
V. OWNERSHIP OF DOCUMENTS
Original drawings 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" is granted permission to show to 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 the "CONSULTANT's"
business office at 6442 Coldwater Canyon Avenue, Suite 214, North
Hollywood, California 91606.
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 ", on the
basis of 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 ".
"CONSULTANT" shall not sublet, transfer or assign any work except as otherwise
provided for herein or as authorized in advance by the "CITY ".
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 the amount of one
hundred twenty five thousand two hundred dollars ($125,200.00), except as
otherwise provided for herein below.
B. PAYMENT AND FEE SCHEDULE
personnel hourly rates
Hydrogeologist..................................................
............................... $115.00
Engineering Geologist ......................................
............................... 115.00
Staff Hydrogeologist ........................................
............................... 75.00
Field Hydrogeologist .............. ...............................
.......................... 64.00
Graphics.............................................................
............................... 40.00
Clerical................................................................
............................... 35.00
special equipment and services hourly rates
Hermit Data Logger & Transducer (for Aquifer tests) ............... $ 350.00 per day
Groundwater Monitoring Syringe (for volatile organics) .......... 125.00 per day
Submersible Pump (4 -inch diameter) and Generator ................. 150.00 per day
Field Water Quality Probe (T, pH, EC) .......... ............................... 75.00 per day
Electric Tape Water Level Probe ..................... ............................... 25.00 per day
Check -valve Bailers (hydrocarbons or other contaminants) ..... 20.00 per day
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 approved 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 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 his
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.
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 the total compensation exceeding twenty thousand dollars
($20,000.00) shall require that an amended Agreement for such additional services
be executed by 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, non - renewed, except after thirty (30) days' written notice has been
received by "CITY ". Coverage may not be reduced or otherwise materially
altered.
0 0
B. "CONSULTANT" shall maintain in force at all times during the performance of
this Agreement, 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 Amount
Bodily Injury $ 1,000,000 each occurrence
$ 1,000,000 aggregate
Property Damage $ 1,000,000 each occurrence
$ 1,000,000 aggregate
A combined single limit policy with aggregate limits in the amount of
one million dollars ($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 ($1,000,000.00).
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 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.
WMV11:1IT1:][
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 ".
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.
10
0
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the
first date above written:
APPROVED AS TO FORM:
Robin Flc
Assistant
City Clerk
Address and Telephone:
City of Newport Beach
3300 Newport Boulevard
P. O. Box 1768
Newport Beach, California 92658 -8915
(714)644 -3011 (714)646 -5204 (FAX)
11
City of Newport Beach,
a municipal corporation
i
Clarence Tum ayor
„Cl l l„
Richard C. Slade & Associates
Sole Proprietor of a California Company
Richard C. Slade & Associates
6442 Coldwater Canyon Avenue, Suite 214
Noah Hollywood, California 91606
(818)506 -0418
(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)