Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
DANIEL BOYLE ENGINEERING, INC. Flounder Stormwater Pump Station Design CC-742 1993 - 1993-01-01
en CITY OF HUNTINGTON BEACH Co' 2000 MAIN STREET CALIFORNIA 92648 OFFICE OF THE CITY CLERK CONNIE BROCKWAY CITY CLERK May 18, 1993 Thomas B. Hooker, Jr. Daniel Boyle Engineering, Inc. 23231 South Pointe Drive, Suite 103 Laguna Beach, CA 92653 The City Council of the City of Huntington Beach at the regular meeting held Monday, May 17, 1993, approved Professional Services Contract between the City of Huntington Beach and Daniel Boyle Engineering, Inc. , for Design Engineering Services for upgrade design of the Flounder Stormwater Pump Station located at 9731 Flounder. Drive, Huntington Beach, Ca. Enclosed is an executed copy of the agreement for your records. Connie Brockway City Clerk CB:bt Enc. (Telephone:714-536-5227) REQUEST FOR CITY COUNCIL ACTION Date: May 17,1993 Submitted to: Honorable Mayor and City Council - APPROVED BY CITY COUNCIL Submitted by: Michael T. Uberuaga, City Administrator S- /7 191 le Prepared by: ouis F. Sandoval, Director of Public Works CITY CLEit Subject: Flounder Stormwater Pump Station Design; CC-742 Consistent with Council Policy? [X] Yes Statement of Issue, Recommended action, Analysis, Funding Source, Alternative action, Attachments: GPX1 STATEMENT OF ISSUE: Authorization is requested to proceed with the upgrade design of the Flounder Stormwater Pump Station located at 9731 Flounder Drive, and to select a consultant to perform the necessary design services. RECOMMENDED ACTION: 1. Approve the selection of Daniel Boyle Engineering, Incorporated, to prepare plans, specifications, permit processing, and cost estimates, and to perform construction surveying for the Flounder pump station Project. 2. Approve the attached agreement with Daniel Boyle Engineering, Incorporated and authorize the Director of Public Works to expend $65,900.00, to cover contract costs of $58,100.00, anticipated change orders of $5,800.00, and supplemental expenditures of $2,000.00. ANALYSIS: Introduction: Funds for design and construction of Flounder Pump Station have been encumbered for this fiscal year as part of the City's capital improvement program for 1992-93. This expenditure request is for the design phase. Construction of the pump station upgrade is being proposed as a carry over project in the proposed budget for fiscal year 1993-94. The use of consultant services is proposed so that the design and construction can be completed within a time period that will be in compliance with statutory time constraints applicable to the use of Drainage Funds (Gov. Code Section 66001), and so that time constraints applicable to Federal funding can be satisfied. Request for City Council Action - Flounder Pump Station Design May 17, 1993 Page 2 Consultant Services Justification: Government Code Section 66001 requires that development fees (Drainage Funds)be used within five years from the date that they are collected, or the fees collected must be refunded to the developers who contributed to the fund, or the City must demonstrate a continuing need for the funds. Existing staffing is not sufficient to design drainage improvements within a time period that will comply with this time constraint. An application has been submitted to the State of California, Office of Emergency Services (OES) for Federal funding of 50% of design and construction costs. The Federal funding application is still pending. If-it is approved, then the time constraints which would be a condition of the Federal grant could not be complied with unless design is started by June 1, 1993 and completed by March 1, 1994. This design time period can not be accomplished with existing staffing. The Federal grant has not been approved, but the project has received a high ranking by the OES (see Attachment no. 1). Proposal Evaluation and Recommendation: On November 25, 1992 requests for proposals were mailed to 6 qualified engineering consultants. Each firm was asked to submit a written response by December 23, 1992. Proposals were received from the following five firms: Firm Location 1. ASL Consulting Engineers Irvine,Ca. 2. Brockmeier Consulting Engineers Santa Monica, Ca. 3. BSI Consultants Santa Ana, Ca. 4. Daniel Boyle Engineering Laguna Hills, Ca. 5. IWA Engineers Fountain Valley, Ca. On December 31, 1992 a five member committee met and prepared written evaluations of each proposal on the basis of qualifications and experience of key individuals, staff availability, references, successful completion of similar projects, and quality of proposal. Daniel Boyle Engineering, Incorporated received the highest scores.The committee then,unanimously selected Daniel Boyle Engineering, Incorporated. The Director of Public Works recommends the attached agreement with Daniel Boyle Engineering, Incorporated be approved with the following provisions: Agreement amount: $58,100.00 Anticipated change orders: $5,800.00* Supplemental expenses: $2,000.00** TOTAL= $65,900.00 Request for City Council Action Flounder Pump Station Design May 17, 1993 Page 3 * The Director of Public Works is requesting authorization to spend up to $5,800.00 on anticipated changes or additions to the scope of services which cannot be specifically identified at this time. ** The completion of the pump station design will require expenditures for reproduction, printing and permit applications to other agencies. Therefore, staff is requesting $2,000.00 to be encumbered for these supplemental expenditures. FUNDING SOURCE: $340,000.00 is available in the Flounder Pump Station Improvements Expenditure Account (Account No. E-SM-PC-742-6-75-00). ALTERNATIVE ACTION: Deny approval of the agreement. ATTACHMENTS: 1. Letter from State of California, Office of Emergency Services 2. Daniel Boyle Engineering, Incorporated agreement 3. Location Map LFS:REE:SWM:SEK:sk 742RCA.01 STATE OF CALIFORNIA PETE WILSON,Governor :� OFFICE OF EMERGENCY SERVICES O� E ,S �,�,''�. fir 2800 MEADOW VIEW ROAD 411P*' `�^ ^_.1 SACRAMENTO,CALIFORNIA 95832 •,*i, .., /E-ro (916)427 4990 FAX:427-4215 Catatonia Ofror of DooMoof,.,..., NOV. 1 7 1992 Steve May, Principal Engineer City Of Huntington Beach P. O. Box 190 Huntington Beach, California 92648 Dear Mr. May: We wish to thank you for your project submittals for funding consideration under the Hazard Mitigation Grant Program (HMGP). At this time we are informing all applicants of their proposal application status. We are pleased to inform you that Project #278, "Flounder Pump Station Upgrade" and Project #279, "Pump Station Controls", are being considered for funding under the HMGP. The project selection team requests further details concerning each projects' implementation plan. Upon further positive review, we will be able to recommend both projects for funding to the Federal Emergency Management Agency. The state received 42 hazard mitigation proposal submittals totalling $12,171,228 (federal share). The total grant moneys available is $1,749,540. Ten of the 42 project proposals are being recommended for funding. Within this competitive funding environment, both projects received a high rating. On behalf of the State of California, I wish to commend the City of Huntington Beach for this excellent and creative effort, as well as your commitment to the goals of hazard mitigation. Upon receipt of your projects, the Federal Emergency Management Agency will perform a thorough review of each project proposal. You will be notified by the state of further approvals, questions or issues regarding this proposal. If you have any questions regarding this notification, please contact Genevieve Pastor, hazard mitigation staff, at (916) 262-1783. Sincerely, 0--52..,...e.S2--.C .Ny "--'--- CHARLES F. Chief, Disaster Assistance Division PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND DANIEL BOYLE ENGINEERING, INC. FOR DESIGN ENGINEERING SERVICES (CC 742) TABLE OF CONTENTS SECTION PAGE 1. WORK STATEMENT 1 2 . CITY STAFF ASSISTANCE 2 3 . TIME OF PERFORMANCE 2 4 . COMPENSATION 2 5 . EXTRA WORK 3 6 . METHOD OF PAYMENT 3 7. DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS 5 8 . INDEMNIFICATION AND HOLD HARMLESS 5 9 . WORKERS' COMPENSATION 5 10. INSURANCE 6 11. CERTIFICATES OF INSURANCE; ADDITIONAL INSURED ENDORSEMENTS 7 12 . INDEPENDENT CONTRACTOR 8 13 . TERMINATION OF AGREEMENT . 8 14 . ASSIGNMENT AND SUBCONTRACTING 8 15 . COPYRIGHTS/PATENTS 9 16 . CITY EMPLOYEES AND OFFICIALS 9 17. NOTICES 9 18. IMMIGRATION 9 19 . LEGAL SERVICES SUBCONTRACTIONG PROHIBITED 10 20 . ENTIRETY 11 PROFESSIONAL SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND DANIEL BOYLE ENGINEERING, INC. FOR DESIGN ENGINEERING SERVICES (CC 742) THIS AGREEMENT, made and entered into this 17th day of May , 1993, by and between the CITY OF HUNTINGTON BEACH, a municipal corporation of the State of California, hereinafter referred to as "CITY, " and DANIEL BOYLE ENGINEERING, INC. , a California, corporation, hereinafter referred to as "CONSULTANT. " WHEREAS, CITY desires to engage the services of an engineering firm to provide design engineering services for the Flounder Pump Station (CC 742) , and Pursuant to documentation on file in the office of the City Clerk, the provisions of HBMC Chapter 3 .03 relating to procurement of professional service contracts has been complied with; and CONSULTANT has been selected to perform said services, NOW, THEREFORE, it is agreed by CITY and CONSULTANT as follows : 1. WORK STATEMENT CONSULTANT shall provide all services as described in the Request for Proposal, dated December 7, 1992, and CONSULTANT' S Proposal for Engineering Services dated December 23, 1992 (hereinafter collectively referred to as Exhibit "A") , which is attached hereto and incorporated into this Agreement by this reference. Said services shall sometimes hereinafter be referred to as "PROJECT. " 501:AJFk 1 CONSULTANT hereby designates Mr. Thomas B. Hooker, Jr. , who shall represent it and be its sole contact and agent in all consultations with CITY during the performance of this Agreement. 2 . CITY STAFF ASSISTANCE CITY shall assign a staff coordinator to work directly with CONSULTANT in the performance of this Agreement. 3 . TIME OF PERFORMANCE Time is of the essence of this Agreement. The services of the CONSULTANT are to commence as soon as practicable after the execution of this Agreement and all tasks specified in Exhibit "A" shall be completed no later than 1 year from the date of this Agreement. These times may be extended with the written permission of the CITY. The time for performance of the tasks identified in Exhibit "A" are generally to be as shown in the Scope of Services on the Work Program/Project Schedule. This schedule may be amended to benefit the PROJECT if mutually agreed by the CITY and CONSULTANT. 4 . COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT a fee not to exceed Two Hundred Fifty Eight Thousand, Five Hundred Dollars ($58, 500) . 5 . EXTRA WORK In the event CITY requires additional services not included in Exhibit "A, " or changes in the scope of services described in Exhibit "A, " CONSULTANT will undertake such work after receiving written authorization from CITY. Additional compensation for such extra work shall be allowed only if the prior written approval of CITY is obtained. 501:AJFk 2 6 . METHOD OF PAYMENT A. CONSULTANT shall be entitled to progress payments toward the maximum fee set forth herein in accordance with the progress and payment schedules set forth in Exhibit A" . B. Delivery of work product: A copy of every technical memo and report prepared by CONSULTANT shall be submitted to the CITY to demonstrate progress toward completion of tasks . In the event CITY rejects or has comments on any such product, CITY shall identify specific requirements for satisfactory completion. Any such product which has not been formally accepted or rejected by CITY shall be deemed accepted. C. The CONSULTANT shall submit to the CITY an invoice for each progress payment due. Such invoice shall : 1) Reference this Agreement; 2) Describe the services performed; 3) Show the total amount of the payment due; 4) Include a certification by a principal member of the CONSULTANT'S firm that the work has been performed in accordance with the provisions of this Agreement; and 5) For all payments include an estimate of the percentage of work completed. Upon submission of any such invoice, if CITY is satisfied that CONSULTANT is making satisfactory progress toward completion of tasks in accordance with this Agreement, CITY shall promptly approve the invoice, in which event payment shall be made within thirty (30) days of receipt of the invoice by CITY. Such approval shall not be unreasonably withheld. If the 501:AJFk 3 CITY does not approve an invoice, CITY shall notify CONSULTANT in writing of the reasons for non-approval, within seven (7) calendar days of receipt of the invoice, and the schedule of performance set forth in Exhibit "A". shall be suspended until the parties agree that past performance by CONSULTANT is in, or has been brought into compliance, or until this Agreement is terminated as provided herein. _ ,. D. Any billings for extra work or additional services authorized by the CITY shall be invoiced separately to the CITY. Such invoice shall contain all of the information required above, and in addition shall list the hours expended and hourly rate charged for such time. Such invoices shall be approved by CITY if the work performed is in accordance with the extra work or additional services requested, and if CITY is satisfied that the statement of hours worked and costs incurred is accurate. Such approval shall not be unreasonably withheld. Any dispute between the parties concerning payment of such an invoice shall be treated as separate and apart from the ongoing performance of the remainder of this Agreement. 7. DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CONSULTANT agrees that all materials prepared hereunder, including all original drawings, designs, reports, both field and office notes, calculations, maps and other documents, shall be turned over to CITY upon termination of this Agreement or upon PROJECT completion, whichever shall occur first. In the event this Agreement is terminated, said materials may be used by CITY in the completion of PROJECT or as it otherwise sees fit. Title to said materials shall pass to 501:AJFk 4 the CITY upon payment of fees determined to be earned by CONSULTANT to the point of termination or completion of the PROJECT, whichever is applicable. CONSULTANT shall be entitled to retain copies of all data prepared hereunder. 8 . INDEMNIFICATION AND HOLD HARMLESS CONSULTANT hereby agrees to indemnify, defend, and hold and save harmless CITY, its officers and employees from any and all liability, including any claim of liability and any and all losses or costs arising out of the negligent performance of this agreement by CONSULTANT, its officers or employees . 9 . WORKERS' COMPENSATION CONSULTANT shall comply with all of the provisions of h Workers ' Compensation Insurance and SafetyActs of the State the p of California, the applicable provisions of the California Labor Code and all amendments thereto; and all similar state or federal acts or laws applicable; and shall indemnify, defend and hold harmless CITY from and against all claims, demands, payments, suits, actions, proceedings and judgments of every nature and description, including attorney' s fees and costs presented, brought or recovered against CITY, for or on account of any liability under any of said acts which may be incurred by reason of any work to be performed by CONSULTANT under this Agreement. CONSULTANT shall obtain and furnish evidence to CITY of maintenance of statutory workers ' compensation insurance and employers ' liability in an amount of not less than $100, 000 bodily injury by accident, each occurrence, $100,000 bodily injury by disease, each employee, and $250, 000 bodily injury by 501:AJFk 5 disease, policy limit. 10 . INSURANCE In addition to the workers ' compensation insurance and CONSULTANT' S covenant to indemnify CITY, CONSULTANT shall obtain and furnish to CITY the following insurance policies covering the PROJECT: A. General Liability Insurance. A policy of general public liability insurance, including motor vehicle coverage. Said policy shall indemnify CONSULTANT, its officers, agents and employees, while acting within the scope of their duties, against any and all claims of arising out of or in connection with the PROJECT, and shall provide coverage in not less than the following amount: combined single limit bodily injury and property damage, including products/completed operations liability and blanket contractual liability, of $1,000,000 per occurrence. If coverage is provided under a form which includes a designated general aggregate limit, the aggregate limit must be no less than $1, 000, 000. Said policy shall name CITY, its officers, and employees as Additional Insureds, and shall specifically provide that any other insurance coverage which may be applicable to the PROJECT shall be deemed excess coverage and that CONSULTANT' S insurance shall be primary. B. Professional Liability Insurance. CONSULTANT shall acquire a professional liability insurance policy covering the work performed by it hereunder. Said policy shall provide coverage for CONSULTANT' S professional 501:AJFk 6 liability in an amount not less,,than . $500,000 per claim. A claims made policy shall be acceptable. 11. CERTIFICATES OF INSURANCE; ADDITIONAL INSURED ENDORSEMENTS Prior to commencing performance of the work hereunder, CONSULTANT shall furnish to CITY certificates of insurance subject to approval of the City Attorney evidencing the foregoing insurance coverages ad required by this Agreement; said certificates shall provide the name and policy number of each carrier and policy, and shall state that the policy is currently in force and shall promise to provide that such policies will not be cancelled or modified without thirty (30) days prior written notice to CITY. CONSULTANT shall maintain the foregoing insurance coverages in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverages shall not derogate from the provisions for indemnification of CITY by CONSULTANT under this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of all_said policies of insurance. CONSULTANT shall pay, in a prompt and timely manner, the premiums on all insurance hereinabove required. A separate copy of the additional insured endorsement to each of CONSULTANT' S insurance policies, naming the CITY, its officers and employees as Additional Insureds shall be provided to the City Attorney for approval prior to any payment hereunder. 12. INDEPENDENT CONTRACTOR CONSULTANT is, and shall be, acting at all times in the 501:AJFk 7 performance of this Agreement as an independent contractor. CONSULTANT shall secure at its expense, and be responsible for any and all payments of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONSULTANT and its officers, agents and employees and all business licenses, if any, in connection with the services to be performed hereunder. 13 . TERMINATION OF AGREEMENT All work required hereunder shall be performed in a good and workmanlike manner. CITY may terminate CONSULTANT' S services hereunder at any time with or without cause, and whether or not PROJECT is fully complete. Any termination of this Agreement by CITY shall be made in writing, through the Director of Public Works, notice of which shall be delivered to CONSULTANT as provided herein. 14 . ASSIGNMENT AND SUBCONTRACTING This Agreement is a personal service contract and the supervisory work hereunder shall' not be delegated by CONSULTANT to any other person or entity without the consent of CITY. 15 . COPYRIGHTS/PATENTS,,;.:_.,,;,.: CITY shall own all rights to any patent or copyright on any work, item or material produced as a result of this Agreement. 16 . CITY EMPLOYEES AND OFFICIALS CONSULTANT shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the applicable provisions of the California Government Code. 501:AJFk 8 17. NOTICES Any notices or special instructions required to be given in writing under this Agreement shall be given either by personal delivery to CONSULTANT'S agent (as designated in Section 1 hereinabove) or to CITY'S Director of Public Works, as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same in the United States Postal Services, addressed as follows : TO CITY: TO CONSULTANT: Mr. Louis F. Sandoval " Mr. Thomas B. Hooker, Jr. Director of Public Works Daniel Boyle Engineering, Inc. City of Huntington Beach 23231 South Pointe Dr. Ste. 103 2000 Main Street Laguna Beach, CA 92653 Huntington Beach, CA 92648 ; 18 . IMMIGRATION CONSULTANT shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of the United States Code regarding employment verification. 19 . LEGAL SERVICES SUBCONTRACTING PROHIBITED CONSULTANT and CITY agree that CITY is not liable for payment of any subCONSULTANT work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONSULTANT understands that , pursuant to Huntington Beach City Charter § 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONSULTANT. 501:AJFk 9 20 . ENTIRETY The foregoing, and Exhibit "A" attached hereto, set forth the entire Agreement between the parties . IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers the day, month and year first above written. CONSULTANT: CITY OF HUNTINGTON BEACH, DANIEL BOYLE ENGINEERING, A municipal corporation INC. , of the State of California - /) 1 By j Thomas B. H ok , Jr. V President Mayor By: �-(' Cathy Boyle Se retary ATTEST: APPROVED AS TO FORM: eesPoust. ea4PChaer, City Clerk f Cit Attorney fi REVIEWED AND APPROVED: IN TIATED AND PPROV D: (/' City Administrator Directo of Public Works 501 :AJFk 10 T ` riff, k • !'L' p1;rn-+@,. ', 4 °J, CITY OF HUNTINGTON BEACH fir FLOUNDER PUMP STATION: UPGRADE DESIGN REQUEST FOR PROPOSAL O NOV 24, 1992 . (REVISED DEC 7, 1992) INDEX SECTION PAGE I. Introduction And Objectives 1 II. Information Available From The City 2 III. Consultant's Representative 2 IV. City's Representative 2 V. Expenses 2 VI. Schedule of Work 3 VII. Insurance Requirements 3 VIII.Form Of Agreement 4 IX. Proposal Requirements 4 X. Scope of Work And Fee 4 XI. Evaluation Criteria 5 PROPOSAL SCHEDULE (REVISED) RFP's mailed 11/25/92 Proposals submitted 12/23/92 Selection 12/31/92 Award of Contract 01/18/93 (REVISION NOTE: THIS RFP HAS BEEN REVISED TO SHOW A MORE REASONABLE PERFORMANCE SCHEDULE, AND TO REFLECT A CHANGE IN SCOPE OF WORK. THE OPTION OF ADDING PUMPING EQUIPMENT WITHIN THE EXISTING STRUCTURE HAS BEEN DELETED. THE PRELIMINARY DESIGN HAS BEEN MODIFIED TO INCLUDE ONLY THE SCHEMATIC PRESENTATION OF ONE ALTERNATIVE WITH APPLICABLE DESIGN PARAMETERS. THE ONLY ALTERNATIVE TO CONSIDER IS TO EXPAND THE EXISTING STRUCTURE TO THE WEST AND TO ADD ONE PUMP AND DISCHARGE LINE. ) I. INTRODUCTION AND OBJECTIVE The City of Huntington Beach has budgeted $360, 000 for the design and construction of pump sta tion upgrades at Flounder Pump Station. The City has also applied for Federal funding of this project which requires that the design be completed according to schedule as shown in Section VI. In order to meet this schedule a "fast track" design is necessary. Failure to meet the schedule may result in loss of funding. Refer to Section VI for further details of schedule obligations. Flounder Pump Station is currently deficient and dated. The 1 upgrade design will accomplish the greatest capacity increase possible by expanding the existing structure to the west and adding one pumping unit. Refer to Section X for further details on the scope of work and fees. II. INFORMATION AVAILABLE FROM THE CITY The City will provide copies of all available record information on file at the City. Any necessary surveys, beyond those specified in the Scope of Work, will be performed by the City, or by the Consultant for an additional fee. The City will provide the design hydrograph and the control water surfaces at the outlet and inlet. III. CONSULTANT'S REPRESENTATIVE The consultant will assign a responsible representative and an alternate, who both shall be identified in the proposal. The consultant's representative will remain in responsible charge of the consultant's duties from contract negotiations through project completion. If the consultant's primary representative should be unable to continue with the project, then the consultant's alternate representative will become the primary representative. Any other changes in responsible representative must be approved by the City. The City will have the right to reject other proposed changes in personnel, and may consider any other changes in responsible personnel as a breach of the contract. IV. CITY'S REPRESENTATIVE The City will assign a responsible representative to administer the contract, and to assist the consultant in obtaining information. V. EXPENSES The only authorized expenses are those listed below. The City will pay cost plus 10% for authorized expenses. The consultant's expenses for travel, in house reproduction, other reproduction used in the design process, or any other expenses not listed below will be considered as non reimbursable, overhead expenses. A. Submittal and Final Printing and deliveries. B. Special exhibits (upon request by City) . 2 VI. SCHEDULE OF WORK The proposers should include in the proposal a schedule of work beginning 1/25/93 and showing the following elements and time allowances. We realize that this schedule is very aggressive, however it must be met to receive the expected Federal funding: 1. Research, survey and preliminary design - - 4 Wk 2 . Geotechnical (concurrent with (1 & 3) - - - 5 Wk 3 . City review 1 Wk 4 . 70% design PS&E 6 Wk 5. City review 1 Wk 6. 90% design PS&E 3 Wk 7 . City review 1 Wk 8 . 100% design PS&E 2 Wk 6. EPA, OCEMA and SCE permit processing (begin at completion of #4, or as soon as possible, and assign duration as necessary) . The consultant will not be held responsible for delays on the part of the City or any other agency, or for any other occurrences beyond the control of the consultant. VII. INSURANCE REQUIREMENTS The consultant shall maintain the following minimum insurance during the duration of the project: A. General Liability Coverage - $1, 000, 000 CSL (Combined Single Limits) per occurrence (note: If provided coverage is under a form which includes a designated general aggregate limit, the aggregate limit must be no less than $1, 000, 000) . B. Professional Liability Coverage - $500, 000 per occurrence (Note: A "claims made" policy is acceptable) . C. Worker's Compensation Coverage - $100, 000 bodily ,_.�. . injury by accident, each accident; $100, 000 bodily injury by disease, each employee; $250, 000 bodily injury by disease, policy limit. 3 VIII. FORM OF AGREEMENT The consultant will enter an agreement with the City based on the contents of this RFP, the consultant's proposal, and a standard form of agreement enclosed herewith. The consultant should describe any exceptions to the standard form of agreement in the proposal. Any such exceptions will be considered negotiable and will not be considered in the selection process. IX. PROPOSAL REQUIREMENTS Proposals must be delivered to the City of Huntington Beach, Department of Public Works, first floor, City Hall, 2000 Main Street no later than 12/23/92 at 4: 00 P.M. Four copies of the proposal should be submitted in a sealed envelope. One copy of the fee proposal should be submitted in a separate, sealed envelope, marked "Fee Proposal". Proposals should contain no more than 15 typed pages, including resumes of three key people, but excluding tables, charts and graphic exhibits. The purpose of these restrictions is to minimize costs of proposal preparation and to ensure that proposal material is relevant to this project. Proposals exceeding the specified limitations will not be evaluated. Fee proposals should contain only enough pages to clearly indicate the breakdown of proposed fees. The fee proposal should include a breakdown of costs and labor hours by task and billing classification, along with an hourly rate schedule. Past experience has shown that between two and five pages are adequate for fee proposals, however there is no page limitation. The following features should be included or incorporated in the proposal: A. Page numbering B. Index C. Team organization chart with names D. Statement of commitment to schedule as presented E. Approach to project F. Descriptions of similar projects by key staff G. Brief resumes of up to three key staff H. Description of product X. SCOPE OF WORK AND FEE The below items of work will be performed on either a fixed fee basis or an hourly, not to exceed basis, as indicated. Costs of items not specifically listed, but which must be 4 accomplished to complete the work described, should be included with the other items of work. Proposers should use the liberal "not to exceed" costs where included below unless the proposer considers these limits to be unreasonable. This design project is intended to be a full service design wherein the consultant does everything foreseeable that needs to be done. Reasonably unforeseeable items of work will be treated as extra work. Task 1; Research, Survey and Preliminary Design (fixed fee) . Review available record information provided by City, conduct field survey of site, including inspection of equipment, and prepare preliminary design report with preliminary hydraulic calculations and cost estimates. Task 2; Geotechnical investigation (fixed fee) . Drill one exploration hole and prepare preliminary geotechnical report with recommendations for settlement, grading, and earth pressures for substructures. Present soluble sulfate analysis and conductivity of site soils at surface and at 10 feet. Task 3; Final construction plans and specification (fixed fee) . Prepare final construction plans and specifications for expansion of the existing building structure, addition of one pumping unit, and construction of an additional outlet pipe to Talbert Channel. Plans to include all necessary details and calculations. The City will provide a "Word Perfect" version of General Provisions and bid forms; The consultant will modify by adding necessary special provisions and engineer's cost estimate. Task 4; Final engineer's cost estimate (fixed fee) . Prepare an estimate of construction costs at the 90%_ and 100% design phases. Task 5; Construction engineering and surveying (hourly not to exceed $4, 000) as requested or directed. The City will pay for normal construction consultation, shop drawing review or clarification of plans or specifications, but will not pay for correction of errors or omissions. 5 Task 6; Expenses (cost plus 10% not to exceed $3 , 000) as requested or directed. See Section V for limitations. Task 7; Meetings (hourly not to exceed $2, 000) . Attend meetings as necessary during preliminary and final design phases. Task 8; Permit processing (hourly not to exceed) . Process permits through the EPA, County of Orange, and SCE. Task 9; Contingency (hourly not to exceed $6, 000) . As directed. The following items are specifically excluded: Environmental forms, permit fees, sound studies, Fish and Game coordination, NPDES processing. XII. EVALUATION CRITERIA The City practices qualifications based evaluation for professional services. Evaluations of proposals will be based on criteria listed on the evaluation sheet enclosed herewith. 6 SEWER MASTER PLAN Rater Date • Proposal Evaluation Proposing Firm Evaluation Criteria Maximum Points Rating I. Qualifications and Experience of Key Individuals 20 II. Staff Availability 10 III. References (Verified) 10 IV. Approach 25 V. Successful Completion of Similar Projects by Key Individuals 15 VI. Past Projects with Huntington Beach 10 VII. Quality and Clarity of Proposal 10 TOTALS 100 • 2796g/3 • - -i _ Censf, •/A9 /.8 iyrry/9'h. rd4,441-.'!de/%. e•r•-enV.SY6C.`f..' • .. Pion /29,u../h..0or•bed'Lfrrr/op p✓r de/orf ven✓/ ••...`:.. [_ • _- - Omr/ .'cr/era/"sinor/arr)OiM'/s:.rn f,c/.hoc, caurir co.../ zo r.F, at 1r' 6, •I .... •. •,t :'•, r • My.'y e/ecK Wo//. +,5 ,i.I. .. ` Vic, . n,l • • • • 8.00 ,i •,II'ij1 • ,yf. ,; •• • / I % 1:. • See/mpro✓emen/P/ana Troc/lV Id52 ' frnde and prn✓rJe fee 1� i i�i r I 1 b/or4-weft a,f per C,/y +. • 1. ,�. �� ` refon-eonen/,•. '.• !;' . : . r �r� —�, .lA.r 1 \ \ SEE NOT! (' • -N �• •��. �+ •keel Whin 6/oei Weds • • IT��-.7 r :' �1• a r �/ O • ,- -c„ lobe ef/r%dcsd wi/b. I 4ns/�=fl�Pt, rf, Wafer' \ c• \ Ao ••\ : " zz12 rk •:.5\ ./ by iJ � I. nib T 1 I,, i 1 - '�1}, \ O/,�er�•- '11 y •_ •Hdre8:6 z, .� •._ t_�_� Y ` '- 200�1: L 0- ,IL • *` See/nf ovemeffl.Pi ons ` ••' •' _\ 6 • ;� •a 'h rods71! • bti�'` .�s j PUMP e �STATIOIN I I IIII ' r IF \ l"�v �� •u • arc" °.. • L _ \ o • / • N/• / iCare[!•It 17GAS/aEou/ :45• 0 :;. � 'I' , • . •• I G:er:�r and dG _\ /` Cone 8=14'RC nn.v/be:re.o/ . e.-.. . . • . i,./1.,7 / 9. .- .. Con!/:• •S t r••'•; _.*_._ • ` fA/ ic� .-Cane:approaeh• -.•/C0fl,/, 6,doubleeriny,,,s. \ �`r--,--- / _ I der-C//y'9/neat• .Ci:_. ehoo, AoA-ye,Y pr.. ,L'd �f---�-i __ __ __�- - N �o,c,le--o.JMa., .6°pf Fu/uie Cons/,uc/ion .. _ f _ .-.---- -�-•---.. If I' r./bwbd*nine hin 3�3.t ' ., r ...; -__ _- --__ -. G A s05110',.;,: I.. OGEE NOTE 6 wee G' Gas Me/er o• y ardir J Art�• e•in e% ' `.(_`J S.[.Go• J/ coi1R 4o L./; nob/f(red rJ/4 Carr, '• '•' ��9_ • Cane/rswi.1 • ,`! ' l2'GoX Line n'• �._.. .. , �- w/Mrlsd .1 i Lf f:• I•. ..I_ '' BySeu/hernCorrn/Jn -' —_._._..----- ••- --�_•__...-.-._ �� �r•I. ..•. -- 4 GOB Coos? -� - ! K Cont/Cue/ EO r f./' .S'ri.irir,i9 wo// ` • 0 tenoM yn1 melee ne eAe,vn_ ' ee.d+ oA' 9 r •... t•..d ondoo/A../me✓ii Clow be ' fe.)•O,, /. �roadee.:Pin /. read from ou/aide o/clm ii • Air.F 9a/e. •• ' .. , • ip •cj 1 'e ',,.ii.i' •'••i:r�.. ;;;:i•I�< i!"r4aPL}A Ni ::' ,.j i•,.'r' ';1, i,;r .1' • :t'i., 1.SCAl.rt. r,R'r 0'r rt4•" ; , x ti �`h lY III+7 .; Proposal for Engineering Services CITY OF HUNTINGTON BEACH FLOUNDER PUMP STATION UPGRADE DESIGN December 23, 1992 ` s ty + `d. .• - ,-4 , i .`. i,. 6 3. i'N ...4 � r. •„ MM1 • i , +.t - — r , t .- t � .t • i •``4� '1 r a r...f� �IJ'- ,..1'Z �--5(, -/V- ...z. Ott--Y� ✓_'. r.:••4,. f.r f -`.: .?L•' •' .� �•-¢;:Lila � _`.�.� Submitted By: DANIEL BOYLE ENGINEERING, INC. 1 DANIEL BOYL. ENGINEERING, Ili `V. Civil Engineering Services CITY OF HUNTINGTON BEACH December 23, 1992 Department of Public Works/Water Division 2000 Main Street Huntington Beach, CA 92648 Attention: Mr. Steve W. May, P.E. Principal Engineer City of Huntington Beach Proposal For Engineering Services Flounder Pump Station Upgrade Design We are pleased to present herein our proposal to provide professional engineering services to the City of Huntington Beach for the design of upgrades to Flounder Storm Water Pump Station. We are highly qualified and have the experience and staff to complete this project within a short time frame. This is demonstrated by our Statement of Qualifications which we submitted to you on March 10, 1992 with a follow up on October 13, 1992 and the material submitted herein. In accordance with your Request for Proposal, we have limited the text of our proposal to fifteen pages, including brief resumes of three key Project Team Members and excluding exhibits, charts and tables. We have been in business as Daniel Boyle Engineering in Orange County since 1980, and have an outstanding staff of 20 people including eight highly skilled registered engineers. It is our sincere desire to be selected by the City of Huntington Beach for this very challenging assignment. We plan to put forth our very best effort. If you should require further information, we would be most happy to respond. DANIEL B YLE ENGINEERI , INC. r, Thomas B. Hooker, Jr., P.E. Managing Engineer TBH:jmh Encl. 23231 South Pointe Drive. Suite 103 Laguna Hills. CA 92653 (714) 768-2600 TABLE OF CONTENTS PAGE COVER LETTER SECTION 1 - PROJECT DESCRIPTION 1 SECTION 2 - PROJECT APPROACH 1 SECTION 3 - PROJECT SCHEDULE 8 SECTION 4 - PROJECT TEAM 9 Organization Chart Project Manager Design Engineer Technical Review Resumes Availability Of The Project Team SECTION 5 - QUALIFICATIONS AND EXPERIENCE 12 Daniel Boyle Engineering, Inc. Similar Project Experience Additional Experience References SECTION 6 - SCOPE OF WORK / ESTIMATED FEE 15 SECTION 7 - CLOSING 15 SECTION 1 - PROJECT DESCRIPTION Flounder Pump Station is a storm water pump station located in the City of Huntington Beach south of Garfield Avenue and west of Brookhurst Street on Flounder Drive. The existing facility consists of two natural gas engine driven vertical turbine pumps and a small submersible sump pump. The engines and pumps are housed in a masonry block building with a wooden frame roof. A liquified petroleum gas (LPG) system is onsite to provide an alternate source of fuel to the engines. Storm water inflow arrives into the forebay via four storm drain pipes. There is a wooden trash rack between the forebay and the pumping wet well. The discharge pipes cross an existing Southern California Edison (SCE) easement between the pump station and the channel. The facility appears to have been well maintained and fully functional. Figures 1.1 and 1.2 are photographs of the existing facility and Figure 2.1 at the end of Section 2 is the site plan of the existing facility. The City's recently completed Master Plan of Drainage indicates the Flounder Pump Station is approximately 50-percent (50%) under capacity. The City has received approval for Federal funding in the amount of $360,000 for the design and construction of" improvements to the facility. This is not sufficient to bring the station up to ultimate capacity or to update the existing mechanical equipment. However, these funds will be sufficient to expand the facility by the addition of another pump, engine and discharge pipe. The goal of this expansion project is to gain the maximum capacity from the facility within the constraints of the site and available funds. SECTION 2 - PROJECT APPROACH 2.1 General Our general approach to the Flounder Pump Station Upgrade Design is to present a detailed scope of work during the proposal phase and if selected for this assignment, sit down with City staff and fine tune the scope to assure that the project execution will fully meet the City's expectations as well as the operational and design criteria of the project. We feel it is very important to build a consensus with City staff so both the client and the consultant have similar expectations regarding the direction of the project. 2.2 Identification of Key Project Elements In the process of developing our Project Approach, we have identified several elements of this proposed project which we believe are key elements to its success, as follows: 2.2.1 Third Discharge Barrel Alignment The two existing discharge barrels cross a 200-foot wide SCE easement, and their alignment is offset around two existing SCE towers. According to information we obtained during preparation of this proposal there is only about 5-feet of separation between the outside diameters of the two existing discharge . , - - 'l'' -.J.,.,•., .i. •.;,....y.7,,,,„„rii,1.1.,,r..-„,i.L„.4 - ., -,., I.A -0,',.?l'el Pi'''0,'-2•• ,.:!--t1,\,. ,i,„. ,..--. -„ •• - ' ... v ..,•s,,, • -,0,-.-„,,,• ,t,s-•- ,, .,:1,‘„•• ls , , , , • :ys:,;,.:A„,, ::?;„•,,c.4111% .1 4,, „.,.., „i , • . ,•',, •?/ . :‘`'• •"•70 V : ,•• •'•'- • i•-•"• 'i-.: -• ..'''''‘',S'I.P.'1-i'..1';''''''')'''," I••••••LI:,•••.':= r , , • , ...•• ...,,,,- .. • 01,;,....i.- ,..ixt.lur... ....,.,:4,,,,,,,,. ...‘„,;;$„,..cyf..,..,..,.. ..,:•,':..',";'-.‘.'?',‘•, ...'.;*•', , -:: ,,V.,`S;I.AVOirli, l, ..!,:z.e.,..': 1-s-,'.4i•7:' ,2.,; -,,,j ,y,.- e•-•,i;.1,-;..Vt f• It 4 14 ll ,••• ,i.•., ,I „*t• ra.f.,A. . .• 1 . ,:i‘,.' "7". ...A...ik 144;At., r - 1. b,*-f . PY•f•,..,,;4. ,•'',",.; , 1.t,.4,,,i. '4,i•,,;„-4--:,..„,..,.•.1•4- .,,. .1,..,.,.,,-„i,c,,,,,4:., ,, . ,,,,,.; .,,,..i.,,,.., ,,4 ,,,,,,....„,. le,,i,,,-,.r :II::1,.471. , z,,:a.,,,,, ,..e. L. ,,, .41),b,:-,,,•,:,,, %J. - ..1,,!....,.•; . ',...,*(.3'ri ',,,I,''',:^".'I',t !• ' - .1.f.t.,,':•,'4 4F, :,' e).,01/4 ••1. 4 1, \4,..CI ". ,:.:, ., -.)-,:`,p,4','. -.:, •Ie.,' - ,•, '''‘•r1/44, .,q ";,,,IG): i k,,,If .., .- ..,/..,),..,4 . ,-- . - -tt,12-1- ,-ft V.‘„kkri,20?- -A 1:p,47 '''''"'''0°." '''"'-•'S. • ' 11'' 4i ."...: . ..,,,.... .kr.t. :4..,;.1.,, ,,,,.t4x.:.,e,,,,,, .....474.....r....,:",••,.41,,...,,z..t.:,...,•Jx:;.:::::::,",,-,e4... .,,i,....:1,,..jit,...,j....:::..,..1:-LIJ.7:.;,.."-:4,-'‘,:,-4r,':_ix7.4.;..4:::,..'..7.4.1.:'';.3.4.:.'i-:,,,714.:' f''''''' 151:1;1:1•1'. '''Ir''.4".:1:14..::1'.:...6:. '-"ae)'-' Ifre;.1.;:l''*:::-'1:1.-1.:1':::t1::::F..:41:'I:A....7:A:-:;:::;'.."3:::.1-'.::\:r'''': . r, .„- .,,,,•: . .t••••---' - e• - '', - r,'••••r*:' ",- ,'4,:t5i 14.: 4:'-' 1.-',"-i.rt'''''4 ''',..••, '*,7i.rf-':q?:::;:r;,','' !/.14ts1.-' l':•.,7-::'z!'''!"t. ,i ';>,,,,4':--2 ,,'-', , ,,,.;.:••'..: , ,.. 4,,..:: ', ' '1;•,, •--1.,. ","'"•:lr- ,_,.... I , t '.-'t....,,,I '•:.•,.`:', ill'Ll.'-'',.•• .i.-. ' - .- t;:i''-''' :. 14:::•-•:.!:ivr:Ci:',..,::%:;..:::.:„. "4,'1:4;411,1".':::lh'I-;' ::-:: -- ------ .. - . •.. „,,, ....--4-'il--• F,. , ...6. ,,,, . 1,,',h1,4.- ., ' r,- , "4.'' ''''''': •V:44W44141:: 4.3.'".C l,-'4.It.4.,i•'.',,,,„‘ '.16.4.Y W'4'.-,-^' '. ,,. .'4,'I''', ,„ a '.•.. 0,!;:,2:z.;-4,1 ,9-,,..).::-..q ionk.,-...-1.,-,.,-. --i,',.';.t.-t iZ'A„s.,- _,..,zr;2„ -• ';t.-....--.v.;'-.2'-‘. .„ 1- .....0,--z.G..,:a43ENEtk—,: . . .• -,.: • . . - , . .-...,-,,,, .,.. 4---.-- _ . ' - : •'../.t.. •.,• .... •• I OP4, •l • ,I ' , . -.... ••' ' ,.<-4'-r..,'.1,.':.•'...7.- ..4. . ...., . 1/4_,.. .,.:. .. .....,.r. i... , _. •••• •• •. • ... . ... • . :. ::...„•• ••••.. •_ ,..,.,„.........0. .., 0,...tz... . . ,. . .„„, s....s..),..,: ryr‘.1.• ..• ,• :-,-.... • '...'•J.*' .. . ' ,' • . • 4'.';0-..•-1,...") ''''!..;?VA.'14:,.., , -5?..i..4 '' ^-, t ''''',,,''•,',1'.• ., J.'P.411, „,'•-` kit l'_;:^••,.•.,C,•,.,.,J ' ..'•-•.,,-,...,).`;,'„:: •Y.'•../. :1..... !- „; ,t,.!4;!,,.„,ir„i...iik . , ..., ,• 417,14.,. .. . . ••• • , . - .. •. 4,4,.:,, 5:,•;I:,••:.4•'',_•"•:' 1" •r''•••• oi„''••:'-c1-.i•:Li:1-1..!...::a;-;•'--4:-. .E.' '''-:,i,Y '•-•N•'::•""t•-:'•'"-arb,A.', •-,,,1t.-11• 4•••• - . -..-,•::..,-.'•..-- ,- '---• . . ,- ,,.....• . -.'...- -i.- ..‘7.*-•,'•‘- '‘., ..--q•-• -..-::: -: •!.'--,-"- .. ,,--N!:t'r.,,t..!•-'tvitrn. i,:',...,- : t Photograph No. 3 Pump Station Building and LPG Tank • Tr4Li.:',.:,•111 . ,/-tv ----- /__ ,/ ..' ,... ... , .-. . 7 •, - , • , - ,' .. - 1 . ,. . ii • zA_______ ,. , . . . ,, ..,. 1. . .„, .., ,•*•"4,r''q v. 'fi•- . ! :,- A.•••...f • ,^AA* e'ajtl,' "tt,"::a.1",..•"!--...'"- 'Ir.'''''.'Ze lir, • '',1".Ltr. -, "••'', ,, ,14°^1..-vt ' .4 -47/'-' . '• I • —I- ------------- t 'titill. •. 111:;=. -11'..''' •... ,, ,.... , „,... „...,),....- ...,..-,......... ,,,• „,,, •-,;iiii - ....„. .Aliger,..4e- • om ••ik,r} ',.3741,,it.,7'.1. cf.' -.t..,..t, - . .A ,, 1„ F '..-...••• ' ''.414 lyi;82.1%r: ,,,,,;_yil,.,,, ,,,,,c.a.,40.?....,,-;,„,„..,qrrytr,S1fri= • . ,...,„,;.„,,,,,i_...,;._„ _ ..:..,,:•:...7,-,=„4.:.3,1":,......,;,:e..z, , ... _t.:„....,rogolli-111.44:.•,..iitili'1, j, - ' ' . '..,".' .7....'-''''"":,•..-0.1...;fir'- `,-,,;''..rg:',";;,,-''' ''' ,...—;,,,*.f.,:t.„.,,-- "— --- i• " '-• ,-„t;;;...:..f: • . -• ?- -,;,,airs ,',,s...-,t „_41, ..• NI. '''C'"4", - .....-)."7- ....4-‹....--7...*" ' ,' ;;.....,f..."4 ^ t , ...., _,, -., ,-.... ,. sr- . ,ff-,,,, •-'is1;.. .:1-7a •••....----'`'-1::. , :: rvoi .1),, V 0 ic.."..»,-1",-t1- -",,,,,-,-,-;.-...... ... ..e." .',"". -4.0,-'',."'"4 '.,,,,.?• , ''- -'-a i Ai..' f ..„,.. ,,...•-sr.f.,,,,,J01-.,,,,..„.,!..,);.,,,., 4, 41,rt,,,-_, _ ... -fiv- .-' ''Ai.,,,,:;1. -..,-1,,,.-'.. ..-vet.;,:,...-,,, -- 4,'''''.0,4':?,,t4r.,Writf'Al__.1 'l'-'-' ._, .1, -• '' •4•••• ----:-.7 1--... ' '' , -- .-``.*'-‘-'4) t_t --- ',..;t:ottiZI'lir-l.if-k,i J. •," • . / -M Mt is l'''''''':"' '' ,.. ./._ ,-.5- ._ ,, ,,.;;.;..-2.1:-.„ -'...r..e. ....41.-;1,14-1'''' ' ."4;7, ..c4.10*4 -- "X•10",ik--," " - - 4ft""""*".--• ''-'1,%. . ,(,,,,, -W,„:,,,' -•!..--4e 10.,4=0,*4•, ,. ' 1-4".-v:„.4.41...i. 41... ,, ....- .-4''''•73: -T.3. .........;,.„,,,,....4-94" \ :,,,441,,T"'.'4.•ifi'..,;;1,,,`,14..... :..,--.i•,;4 i,,,...,,,k- ..., --• . • ''"••••'".7.4••*--‘' 1•11-s.'"c7._,' „t* '0.*".7,;',•'4.•Y:,..,"!--••:-: ,• tv-ov.,t,,,,,,: ',,.,,,'„r-",".:'" ,,,,,A. , . ,...._„ ,„.s.; ''• .2'3 '....- -4 4 :. 1-•^, ',-.., ,,O.'' ' -..!-...",i'^'^'.i ' ,• , ,t'..,,-,4-...,-;:r.A4 •, ,, P‘"-^i''' . . • , '. ' ,"'";,,..1"., ,q,1-',7,,,.•'•• -4, "'V,. ..igLI...,`'.". ',,i'',..;•.;•,.V-Z".,,t;',',7•,'4*Jt'r''''''''.' -.,* ,‘,',, - • , t M • ''',..'••'''''....'-'''. n. .. /` 19„,.* --:- • ''' ,. • '' '''.!--•' ' ' -''''-';',,i'''''' ''''''' ' ' ,,,'",42Ve4,1,',...',..';'11'.."12/-•'-'''''....1:----'-'*'-,- - "..,. ..17 . ..,,,:gsj,;11'-2-Z4:tt'r"....'':;::::',''''''''''''''-'"....7.A.-• .:: .,i.:. ,:,--,_,;,L,c;---,,,, ;,. .41-e=ri-•;Twt. -,i_.7,-......J . , . ., t `, • ..,,,-,1:;;.'„A-'„,,, ' M _}. Photograph No.4 Southern California Edison Easement • , -,,""-'0„ ""."'"'.:40;+• ;•...,`..;"°,7„•,fr.:J:1" A I', 0,74-Z-„'"-,7,- ....--,•-•, '-."'"Attt' t•1.4'"',:,°".,'"04.4r, •,- • -.•,:,,ty.,,v4wV-..v,"''-.4, 41',It.-'- v- "--,-,....„;,-;_,,L, .1-' ,V,4": ,.*.."1"0, ,'•LI",' .-, ':,-;,;'"4%,,,?r,,,Irl, 44 .;.". .= to -.' -,5,,-' , ''.'-' ' ''%.". "V'' 1,"'/`';‘c44:,, ''''''+' '''''':.`','' ''''''''''',...g.Z.1.1(4 '- 4,0114.T.F.4 '64,1`&q.,,•-••c' '-`'-,•, ' -.-4 4"44,;4.4,WZ • e'r,.".- , ,,..!4..t',',Iim.:,,i,•,..,,-144,,Vg4.1.44,...-..4ip,,,,,..,;4e,•-• 'e• ,„4„trioqre.A,1,-‘,77; .' '• '-, ;.,•!:'':A f.;,VA'.°11,1:'.-0,h1JAN'A"..„141`142,.",-':0,,r" Alit04".r.•'-'-1; 4't:,- - . ..:0-05•.. .''''', *., 1^ .., 0- `4"" ' -4," , A••,pi . ' ..,, -- --144,,.,'-',, '-'7'," ,., ,''',,',"' ''. -4 o' '''' '.' ;:' ';.".1:." ' ,.." ,.!..r''',„-14,•':,''•-• „"-*..1,.•,• •° ,,t,'I, '41,•A,• , , ''',"' ./" ••- ':`,".:"":: -4' '... ' `;*`-.4." '' , "4.,' ".,* • 4„, -••- • '''i :1' ,,Z%-,-':'-' *-dll - - - ...,0 _ .. _ .,. -.2 ' •, ,.,. --'''''`,,,,,,',..1"..itr.,,, '''t'.- ,r• „:... ,<.1 '`.;;-:..!,•-? .,,-40:&:.-. ,,: - ----„--t-r 7:.•....,,,--,:„;.-r1.7_, . 7- ,'7- gyr• "44 Z.1,-,J'-',IY'P',.--,,,,-r.,-4.,.!--z,lium. F-..si--,,. ,,,. , . . =4!:,e.-:,.,1- :1;.-.: :--- 7:,,a.,,Z.,'-'. .vi,••;•,,.'2‘-4.-•i•.,.4 1-V41-Valiftt0I-1',, :`.- c''',-- 1-,K,q.11:7:1' '''--- ct-.--..• --,.,.f-A3..1,...,,i. ::.c4:"1-'c;:•i'j f,""i''''' i*".4.14,77M:A7411-:31'4.! - ke'ft ',".,. ,....,:,-'14*:::'-'vl --`,-o4t5t1-4'.-,...,, ,W4011.,!70,-':Ti-41,3477.--...-tzfr • .•;`,.--.;.. f--fr:--ti.-A -'',,,..4:4,-;•-..-„.„;:,-Aa,-.;,..:2.-A-,...-r:*.z..103 ,z,,,„.:-. .1 - ,.----I'L. ''.47;f-5:',--,-,'' -',-,:,-It-etr-,;-144:3;`-,..;?•.t.-4,44,-,,,-.-.a.T::,,,T,-.4,.....tt,', ,-• . . ; 1.--sk%-rt-,-,,rt,,, ,.g.:1,,---/.-i„,t.-1..c,t..--1-7,.,141,2,,,,*..:c".0:sii„,-4--.„.."-‘14-7,26.W.,,za toc,..- --.. --.•. ..,...E Z --' '''„..,„ 'i._:,,,;;74,41,7%-","1:-.4-A":.? -2,-.-,,,V,r,ti..!-,;:',,Vil„:47-4, ...gyr.,-••••_ , "*.z.5,;;_,N-j„*„,,,f,., -%'''1.- %J.', '1'••-* V",":4;:i:tg'41 "'-"Zi-r"'n'ff,n?-4,..44-:4,4,;"'144 :44'cr 4-,74,' irL 4 '...., ' k•-p70.„`,Y7*. 'fr. -4'',' 1"* t:.7..Y-i:-14-P-;:"...:;:-.'7. ''''''-'-',SVA.1°_,. 4 p;:i.,,, ,-,!,,k;.,„..4,..,..,•,:t,,,,,:.-„%rget_ -.`...,`,4 „ _4,..., -,,s-f -4-`,-•„, ,..,; .-- - '..".;.• ,- -..„..,_--‘ ....i.. ......1... -,,,.1.--r. ,-.-.-,:,-1.--,,,,,,--'• - --tv'''' ii.'"-*, . --,..• % -, 1 _--....m._ il . , ,'•%.,\.2--.'../. I..- . . . Photograph No. 1 Engine No. 2 and Murphy Control Panel , . . ,.•- -,* i,-?,,,Tii.-44---=A-z--2,--, -- - ----.”'• •,— • .,.----- 1 -.,) •.-7,,, .., p-• .• ,--,,,h,:,-,-...----,-.:, . , . - ,-...,... ::„.•-•.-., -.. ", ,.- ,- 4,-. .,,,,, ' I. • . ... ......, , , -,.., *i.''''''''.'. :''''' '1, 4' -11-,;.---•.!- ,..., ".:,,,,:;,. -',1,._ • ..,.........s. ,...z..,..,.,-.., 4,*„.r.,---..,-,-0...,..,,.. •..-_,...,'-- -r.,-..-4,..-$,:li .4=-.•-.4. •.' ,.,11.-t% i','..'.4-(7.%:1-, ...,...:,- , *:‘,•-•,-,:r... . 4..;75,. :z,'-' .,,,-..,' -,', --1•'-'itzx -..;.. ,.-Y .0...':,,,,t,-,;1A14, ,,-4,4r-fz,70-1:1>?tr4),. • t*---;it ''''.';`,:k-';?.; •-.•- -'' , ' , TAtiliri:,,-:% . - .,.,‘ . --,',- ,.._ ,-. •,F.' 1, .1."...,......1/4"•' +--I ......, ...i. 4t4;.-te s ...,j'''."..42... t*t;..,,1.1'' '''...`1"... 'i'A.t49‘ ' .,., -1,-j.. .',4"...47`.Z... II.i:.-:.....1'IC• '4SrtY"4:;.t1:: '-4;„. r a FC:1.1... 1. ....'„ , . l''.?3:..:::;:,,i,...:'''.'_ ,..,i1p,:r. .'t 4.;.,;,',..1..4"0,.. .,..t.,...7.11*:,_. a-4r ...- 3r77-,.;.'",:t ;Lti4:,-,,,,,,.;q1,-P-4-VI.7-9.- ..'‘;.,i';-'41,•::: :,-21 :14'frt:',v:''''.`aZI''S.'.;'-',,-'.1.:,. .... t-. ".;•-*"4:2-;-'ir*, ,.-7,1,',,.:17?,:,PF-t747.7 '''' ,1?...,:.• Enrpt:QAI&Lg-crt,Ptv :5:;.L'f,:-:.Y. . y,;i-_• .....witt,-- -ik.....,... ..vgi*.ek.,..3 .,.Jc-...-4.. .42 ''li'L .1,:v.414..-1;Z-71.11,'"-,r-"-i:' .%; ' ...a itr:.,..,.....'1' L „ -"rAF"-r•••'. ''',',-% !,..‘""r-4: •,-,'iv. ,...f.„. -::-..,,, --i jkl.,, .,."6'",‘t7-,:It , tC.V C.:.-,a4r4,1, 1 ,,..• ,- — -1,- ;:, ,„, -nwia. „A„ -4-• 1,--!f•,,...7,-- ,.',.',r-rf...*--f.;-, --..,.z.,-- >11 -:-:',: *11,-,..- lev- "'" -- ..# .4,74"...ev.1:1-:, ,-* ,it:- 7;r1r.r:A. It' :', •'-'''-7 L t",:;:%,t'',.A ,„ , ,,, ..,....,..1,-, .,-,..„ 7E*-t,"p•-•_41.4,..'4 Ai......., ;;' - r e4,,, , H.,,...,„ .:21:4 tl,•Z L. tA,..,.' ;. ''•-•...--.4.1--:-_,A,04-1..!,72i..7.7.-Fi;-'4';;,,4.1,'ff•ortt'ill'Avw`,..:'..:140Z4Z: lo ..., , Photograph No. 2 EnginemNuorp. h1y Control RightAn isrgplaenDerve and FIGURE 1.2 City of Huntington Be<. - Flounder Pump Station Upgrade Desi_ 12/23/92 barrels. We were not able to determine the actual depth of soil above the existing discharge barrels, however, if sufficient cover exists it may be possible to nest a third barrel between the existing two barrels. The alignment of the two existing 36-inch diameter discharge barrels and two alternative alignments for the proposed third barrel are shown on Figure 2.1 at the end of this section, if it is not feasible to nest the third barrel between the existing barrels. Figure 2.2 presents cross sections of the alternative alignments. 2.2.2 Existing Fuel Systems The existing LPG backup fuel system will require some upgrading to meet the requirements of a third engine and conform to NFPA 58 and 59A Standards. We will look at this early in the Task 1 work to determine the impacts on the proposed upgrade schedule and cost. The existing natural gas service, meter and distribution piping must also be reviewed. We did not have sufficient time or information to investigate this during preparation of our proposal. 2.2.3 Permitting Over the past few years we have been involved in many projects involving the expansion, rehabilitation, or new construction of pumping and engine driven facilities. Without exception, there was always an issue that everyone felt would not be a problem that became a major hurdle. More often than not, those unexpected hurdles were of an environmental or permitting nature. In assessing the Flounder Pump Station Upgrade, it is our feeling that the most likely issue to surface will be the sound (noise) levels from the expanded facility. The second item, which the City has already identified, will be obtaining Orange County Environmental Management Agency's (OCEMA) approval for a third inlet into the East Valley Channel. During the preliminary design phase we will screen the proposed upgrades for additional potential hurdles and meet with City staff to prepare a game plan which will keep the project on track, anticipate actions which may be required, and plan for specific actions to minimize, mitigate or design around potential problems. 2.2.4 Schedule and Construction Cost The City has obtained approval for Federal funding for the design and construction of this project. We will work closely with the City to determine the exact requirements of the funding, and structure the design work plan to meet these requirements. We are aware of the schedule, which we address in Section 3 herein. We will investigate the construction schedule and bidding requirements, as predicated by Federal regulations. Federally funded projects contain requirements for, among other items, listing either two alternative manufacturers or equal, or three alternative manufacturers for all major equipment. In cases of the expansion to existing facilities, - 2 - City of Huntington Bea _ - Flounder Pump Station Upgrade Desiy,. - 12/23/92 there may be some leeway in matching existing equipment. We will work closely with City staff to assure the proposed design will both meet funding requirements and obtain the facilities they desire. 2.3 Project Approach Our approach to the design upgrades for Flounder Pump Station is as follows, and is structured around the nine tasks as set forth in the City's Request for Proposal. TASK 1 - RESEARCH, SURVEY AND PRELIMINARY DESIGN We believe this project is straight forward, yet merits a detailed and efficiently executed preliminary design report. Our approach to Task 1 is: INVESTIGATE THE EXISTING FACILITY Investigate and document the facts regarding the existing facility and utility services pertinent to this proposed upgrade, including: A. .Examination of the facility's and condition with incorporation of the following tY agep o owing in the investigation: • Building • Wet Well and Trash Rack • Pumps, Engines and Controls • Reported problems from operations B. Investigate the existing natural gas service condition and capacity. C. Investigate the existing LPG system condition, location per NFPA 58 and 59A Standards and capacity. D. Investigate the existing electrical service capacity. E. Perform necessary field survey for preliminary design of the building expansion. REVIEW MASTER PLAN OF DRAINAGE RECOMMENDATIONS Review the City's Master Plan of Drainage and confirm the following: A. Existing facility capacity. B. Recommended ultimate Master Plan capacity. C. Capacity goals of this proposed Interim Upgrade. DETERMINE SITE CONDITIONS AND CONSTRAINTS Determine and tabulate the project constraints imposed by existing conditions, as follows: A. Existing site. B. Existing structure, equipment and piping. C. Adjacent Improvements • SCE easement, towers and proposed additional towers • Single family residences on the west and east - 3 - City of Huntington BeE _ - - Flounder Pump Station Upgrade Desi - - 12/23/92 D. Utility Service • Natural Gas • LPG • Electrical PERFORM PRELIMINARY HYDRAULIC CALCULATIONS The City will furnish the design hydrograph and control water surface elevations at the inlet and outlet. We will utilize this information to consider various pump and discharge configurations to determine how to achieve the largest capacity expansion within the given parameters. REVIEW AGENCY STANDARDS AND PERMITTING CONSIDERATIONS Research and document the standards and requirements of the various reviewing, approving, permitting, and funding agencies for this project, which will include: A. City of Huntington Beach (City) B. South Coast Air Quality Management District (SCAQMD) C. Environmental Protection Agency (EPA) D. County of Orange (OCEMA) E. Southern California Edison (SCE) F. Federal Funding SCREEN ALTERNATIVE DESIGN CONSIDERATIONS The proposed expansion has been defined as a straight forward addition of the largest pump and engine combination that the site can accommodate. This task is intended to answer many of the questions that will arise during review, permitting and approval of this project. Experience has shown that by addressing many of the alternative design questions in an efficient manner at the beginning of the project, the review and approval process will go much quicker and smoother. We intend to address the following: A. Engine vs. Motor An electric motor driven pump can deliver a higher capacity, use less space and be constructed for a lower cost at the sacrifice of lowered reliability. Some agencies have opted to construct a combination of electric and engine driven storm water pumping stations. B. Additional Discharge Barrel The two existing discharge barrels could be shared by three pumps, with a resulting loss of capacity from the existing pumping units at peak flow. C. Additional Channel Outlet It may be difficult to obtain OCEMA approval for a third channel outlet. The existing two outlets could be shared by three discharge barrels. D. Sound Attenuation There is little existing sound attenuation on the existing facility. The addition of a third until will increase the already high sound levels and may pose a concern during the approval process. - 4 - City of Huntington Bez _ - Flounder Pump Station Upgrade Desk 12/23/92 • E. Heat Exchanger A heat exchanger in place of a radiator and fan will reduce the sound level from an additional engine unit.. We will look at the practicality and cost of replacing the two existing radiator/fan units with a heat exchanger. F. Wet Well Expansion It may be possible to add a third pumping unit without a major expansion to the pump wet well (forebay). We will consider the viability of this option. G. Building Expansion As specified in the RFP, the existing building will need to be expanded to the west. We will discuss the existing block building, wood roof and proposed expansion with the City's operations personnel to determine if they have any comments that should be addressed. DEVELOP ALTERNATIVES As a result of our above investigation and discussions with City staff, we will determine if there are viable alternatives to be considered for this project. If there is more than one P viable design, we will present the details of each in the preliminary design report. COST ESTIMATES AND CONSTRUCTION SCHEDULE We will prepare construction cost estimates and construction schedules for the project or for each alternative project, if appropriate. ALTERNATIVE RATING MATRIX If alternative design concepts are to be considered, we will prepare a rating matrix with which the City can compare each alternative. RECOMMENDATIONS We will, in concurrence with City staff, prepare our recommendations for the design and construction of this project including: A. Rational Behind Recommendations. B. Recommended Alternative C. Other Considerations PREPARE PRELIMINARY DESIGN REPORT We will prepare a preliminary design report which will incorporate all of the above information in a clear and concise manner. All of our documents are prepared using WordPerfect and Excel software and we use AUTOCAD for all of our charts, graphs and exhibits. This proposal is a sample of the quality of our final reports. TASK 2 - GEOTECHNICAL INVESTIGATION We will contract with a geotechnical firm acceptable to the City to prepare a preliminary geotechnical report with recommendations for subsurface design and foundation design, - 5 - City of Huntington Beat, � - Flounder Pump Station Upgrade Design - 12/23/92 including data regarding settlement, grading, earth pressures, soluble sulfate analysis, conductivity at the surface and a depth of 10-feet, and any other data needed for design of the proposed upgrades. TASK 3 - FINAL CONSTRUCTION PLANS AND SPECIFICATIONS We will prepare final construction plans and specifications in accordance with the City's requirements for the expansion of the existing building structure, addition of one pumping unit, and construction of an additional outlet pipe to East Valley Channel. The plans will include all details for the construction of the proposed facilities. Design calculations will also be provided to the City, as appropriate. The City will provide their General Provisions and Bid Forms on a computer disk in Wordperfect format. We will prepare the Special Provisions and complete the Bid package. A final construction cost estimate will be prepared. We anticipate the Plan set will include the following sheets; 1. Title Sheet 2. Location Map and Sheet Index 3. General Notes and Abbreviations 4. Site Plan and General Description of Work 5. Demolition of Existing Facilities Plan 6. Final Site Improvements and Details 7. Mechanical 1 - Engine and Pump 8. Mechanical 2 - Piping and Details 9. Mechanical 3 - Fuel Systems 10. Structural 1 - Wet Well Expansion and Details 11. Structural 2 - Building Expansion and Details 12. Architectural 1 - Roof Modification and Building Finish Details 13. Electrical 1 - Electrical Power to Controller and Lighting 14. Electrical 2 - Engine Controls and Telemetry TASK 4 - FINAL EN GINEER'S S COST ESTIMATE We will prepare a construction cost estimate at the 90% and 100% completion design phases. TASK 5 - CONSTRUCTION ENGINEERING AND SURVEYING We will provide construction support services as requested bythe City. This will normally PP q tY a Y consist of shop drawing review, clarification of the plans and specifications, occasional field visits during construction and survey construction staking. TASK 6 - EXPENSES In accordance with the City's Request for Proposal (RFP) and Consultant Agreement. - 6 - City of Huntington Bea Flounder Pump Station Upgrade Desiy . - 12/23/92 TASK 7 - MEETINGS Our Project Manager and key design staff will attend meetings as required by the City during the preliminary and final design stage. TASK 8 - PERMIT PROCESSING We will assist in the preparation of permit forms and process permits on a Time and Materials basis through the County of Orange (OCEMA), Southern California Edison (SCE), and Environmental Protection Agency (EPA). TASK 9 - CONTINGENCY In accordance with the City's RFP and Consultant Agreement. EXCLUDED ITEMS In accordance with the City's RFP, the following items are specifically excluded from the consultant's responsibilities: Environmental Assessment Forms, Permit Fees, Sound Studies, Fish and Game Coordination and Permit, and NPDES permit processing. • - 7 - • '. , , , • ! 1 ! I ; 200' ._ -- SO. CAL. EDISON RIGHT-OF-WAY 1 • \ ; , ..,..-•-:.-•.--V-- ...---. • Low , III LANE — . • 30" INLET LINE =— Liti_g=======------=7::- --r---''' I. . ___.______,_,_IJ f_,.._•..,...___,.7. ..--'7 -- --— / i. ,, , , • ' . ----.''• '''. ——--ifi PROPOSED 4 1 //,'"--—- // // / 7 '. \ \ '', '•: .‘, 1! EXPANSION ,/, ,• ', / \ ‘• • . . , \ , ,, SCALE: 1".-40' ' fi i . ' / i / ii / /' ' i 4 // il I ' \ % ..\ \'. \'• \s,\.- '` 1 ll Ni . , , It ___——-.'-' 'FUTURE I EXIST EXIST / . !..-1-1-7` L.11 > ;\\ I TOWER I TOWER TOWER ‘. ... \* '•• 'N -. -. .' '-.. 'II,-. . i Li--.J " • / C1i ..// , - * •-- 1 ! --....--== 0 — N • ././ .9. N ... -.. ---, - .... -- — • --,* .____ C __------ / i 1 ...,, ....._.... „ \,. ,, ---7-.- 1 i i . .. •. 1 -:-...-- . •,, -.... .., • 1( . . , ... -.......1.1 • -" _7 .--• . I -.. - 'II‘ ; r ! ..,. 7 I -,--, • ! . . ,.. • --. • I i „ , -•., .--- --...... I ! -,., -.- 2-36" DISCHARGE LINES 1 -.. -,. •, . , ., .._, 6" .. . • --. -.. • • I -,. __ ___1 cc • "--,. SUMP PUMP DISCHARGE . ----.. ------ .. -, i • : ___ .....,_. •,. - • : cl. . -,-, -, 1 -• , , — , . , . , . 0: \ -z--..--,...f)- • • . , • _1 42" INLET LINE 1/4 - 1/4 SECTION LINE ---.4/4, • . • • . ; , LL.• . --':.,_k*- ' ' . . . (.(I --.. . . ' . . , --,'-•,.., ___.,/ -,', ; •• ,.,,, . . . . , -......, • -••-----• cc . . .:t . 1 •1. -,.* iz ., • ••,. z LEGEND ----- ------ --- --------" , . . 0 • ,• . • ra ALTERNATIVE A • CITY OF HUNTINGTON BEACH • . . _. .....____. _ 1-- . . FLOUNDER 0 — — ALTERNATIVE B PUMP STATION UPGRADE DESIGN. " . < , : : • • •, . • cc : . . FIGURE 2.1 - ' ' , • ALTERNATIVE C • THIRD DISCHARGE BARREL Prepored Sy: : , .. 1 —DANIEL BOYLE ENGINEERING, LVC . . ALTERNATIVE ALIGNMENTS . , , K \ I /, • I 0 . DDI \ i I . p . I JL V °L I i I I - - - - SECTION A-A SCALE: 1"=5' ,P4 ii'+ I 'f0' 9' , 1 1. r--- a .. • I / \, e, e, , . , , � j (' I • SECTION B-B SCALE: 1"=5' 9' 6< .<\ ,, \i \./� // / V) Y% SAND/CEMENT SLURRY 1 ' .t j SECTION C-C LEGEND SCALE: 1":5' ALTERNATIVE A CITY OF HUNTINGTON BEACH _ FLOUNDER PUMP STATION UPGRADE DESIGN ALTERNATIVE B - FIGURE 2.2 ALTERNATIVE C CROSS SECTIONS Prepared By: DANIEL BOYLE ENGINEERING, INC.- -_ City of Huntington Bea Flounder Pump Station Upgrade Desig 12/23/92 SECTION 3 - PROJECT SCHEDULE 3.1 Project Team Ability To Meet A Tight Time Schedule The City's Request for Proposal (RFP) clearly stated that the project schedule is very aggressive and must be met. In the following Section 4.4 we assure the City that the project team described herein will be available and the schedule, as discussed in the following Section 3.2 will be met. We want to reiterate that our project team is experienced in meeting tight time schedules. Daniel Boyle Engineering, Inc. has been called upon many times over the past twelve years to help their clients meet very tight deadlines. We take great pride in the fact that our clients routinely turn to us 'When the chips are down" and excuses will not suffice. Mr. Hooker, our proposed project manager, is very experienced in managing projects to meet tight time frames. Examples of two recent projects are as follows: South Coast Water District - Aliso Creek Sewer Replacement In June of 1989 a 36-year old 21-inch diameter gravity sewer crossing Aliso Creek ruptured due to pipe failure caused by hydrogen sulfide corrosion of the concrete pipe constructed in 1953. Almost one million gallons of raw sewage spilled into the Pacific Ocean closing Aliso Beach before a temporary bypass was installed. Tom Hooker headed DBE,I's design team that was charged with designing a new, permanent • replacement facility that would not be subject to being washed out in the future, and could be designed and be constructed from readily available materials, below sea level, in the shortest possible time. We invite you to contact Mr. Mike Dunbar, General Manager at South Coast Water District (714/499-4555) regarding our timely and successful execution of this task. City of Oceanside - San Luis Rey River Crossing In March, 1991 we were contacted by the City of Oceanside to assist them by preparing construction plans and specifications for a potable water pipeline crossing of the San Luis Rey River. The U.S. Army Corps of Engineers were preparing to go out to bid in approximately 30-days for river improvements. The City wanted to include their project as a part of the Corps of Engineers work so that the two projects could be coordinated. The City's project included two potable water pipelines, approximately 850-feet of 24-inch and a 30-inch diameter steel transmission mains. Mr. Tom Hooker was assigned as Project Manager for this very challenging assignment to not only meet this tight deadline, but also perform the coordination with the Corps of Engineers. We met the City's goals and completed our work within the time required. We invite you to contact the following: City of Oceanside: Army Corps of Engineers: Mr. Nazir A. Qureshi - 619/966-4867 Mr. David G. Weaver - 213/894-2753 3.2 Project Schedule We have included a graphic schedule, Exhibit 3.1, in accordance with the City's RFP. - 8 - EXHIBIT 3.1 CITY OF HUNTINGTON BEACH FLOUNDER PUMP STATION UPGR t4: DE DESIGN PROPOSED PROJECT SCHEDULE PROJECT TASK SCHEDULE - CALENDER WEEKS* - BEGINNING JANUARY 25, 1993 1/25 2/1 2/8 2/15 2/22 3/1 3/8 3/15 3/22 3/29 4/5 4/12 4/19 4/26 5/3 5/10 5/17 5/24 5/31 6/7 I. PRELIMINARY DESIGN II. GEOTECHNICAL P III. CITY REVIEW news IV. 70% DESIGN V. CITY REVIEW cam* VI. 90% DESIGN 0 VII. CITY REVIEW o* VIII. 100% DESIGN IX. PERMIT PROCESSING 4%* *DATES SHOWN ARE MONDAYS City of Huntington BeE - Flounder Pump Station Upgrade Desic - 12/23/92 SECTION 4 - PROJECT TEAM Our Project Team as identified on Exhibit 4.1 will be led by Tom Hooker, Project Manager, who will assure Daniel Boyle Engineering, Inc.'s high quality standards are maintained and see to the successful completion of the project. Mr. Hooker will supervise our staff of engineers, technicians and drafters through the completion of our services for the City of Huntington Beach. 4.1 Project Manager - Thomas B. Hooker, Jr., P.E. Tom Hooker will be the Project Manager for the proposed project. He is a seasoned water resource engineer with over twenty-six years of design and project management experience. Mr. Hooker is also Vice President of Daniel Boyle Engineering, Inc. and as such, he can and will commit the firm's staff and resources to the City of Huntington Beach's project and assure timely completion of each Task. Mr. Hooker's 26 years of experience includes computer analysis, master planning and design of over 100 water and reclaimed water transmission, distribution and sewage collection systems; planning and design of medium scale pumping and lift stations, water and reclaimed water transmission and distribution mains ranging in size from 6-inch through 96-inch diameters, storm sewers and flood control facilities ranging from 6-inch through 17-feet diameter, and ranging sewage collection systems8-inch y g g from 8 inch through 26-inches. Tom's duties for the proposed project will include: • Formulate design standards to conform to City's needs. • Preparation of Preliminary Design Report. • Implement the design criteria. • Monitor staffing. • Meet weekly with Design Engineer and staff to project progress. • Control project schedule and project budget. • Review contract documents and construction specifications. • Coordination with City and attend project meetings. • Assist with engineer's construction cost estimate. • Monitor construction progress. 4.2 Design Engineer - Gary J. Hobson, P.E. Mr. Hobson has over 16 years of experience in the design of water, wastewater, and flood control projects, including numerous pump stations, force mains and related pumping and pipeline facilities. Gary Hobson's duties for the proposed project will include: • Preliminary planning and analysis. • Hydraulic analysis. • Establish pipeline material selection. • Establish lift station pump selection. • Prepare cost estimates. • Assist in preparation of Preliminary Design Report. - 9 - City of Huntington Bea - Flounder Pump Station Upgrade Desi .. - 12/23/92 • Final design including plans and specifications. • Attend project meetings. The following is a partial list of pertinent projects Mr. Hobson has designed or managed: Orange County Environmental Management Agency: • San Juan Creek Stormwater Pump Station: 100 HP, 30 CFS capacity natural gas/LPG engine driven axial flow pump with propane back-up. • Oso Creek Channel (1.03) Improvements: Design of approximately 5,200-feet of reinforced concrete rectangular channel (34' x 12') including box culvert inlets and flag gates. City of Huntington Beach: • Slater Avenue Channel (C5-SC4/File CC-613): Design of structural lining and preparation of complete hydraulic analysis from the Slater Pump Station to Springdale Street. City of San Diego Water Utilities Department: • Pump Station 20: Design report for 40 HP pump station, including building expansion, standby emergency generator, new pumps, yard_piping, motor control center, and.telemetry. " Pump• Stations 11, 14 and 16: 100 HP, 40 HP and 15 HP sewage pumps, standby generators, odor control, and 2,200-feet of 12-inch horizontally drilled HDPE sewer force main under Mission Bay Channel Entrance. Irvine Ranch Water District: • Laguna Canyon Village Sewage Lift Station preparation of a predesign report for the installation of a 75 HP, 2 MGD capacity pump station with standby gas engine generator. City of Norco: • Gateway Specific Plan design of water, sewer, storm drain, roadway, mass grading plans, and assessment engineering documentation. Rainbow Municipal Water District: • Pala Mesa Sewage Pump Station for Hewlett-Packard development. Eastern Municipal Water District: • Cactus-Heacock Pump Station: 600 HP, four gas engine driven horizontal split case pumps. • Washington Pump Station: 400 HP with four gas engine driven horizontal split case pumps. City of Long Beach: • Eldorado Park East Reclaimed Water Pump Station: Four 150 HP variable frequency drive operated pumps and one 25 HP jockey pump. - 10 - City of Huntington Bei - Flounder Pump Station Upgrade Desi- - 12/23/92 CountySanitation Districts of Orange County: 9 tY • Carbon Canyon Dam Sewage Lift Station: Two 700 GPM submersible pumps with bubbler controls and 2,700-feet of force main in Carbon Canyon Dam Park. Chapparal City Water Company: • Central Arizona Project Pump Station - 2,000 HP, 20 CFS capacity with four vertical turbine pumps and a surge tank. 4.3 Technical Review - Daniel B. Boyle, P.E. Dan Boyle has over twenty-eight years of professional engineering experience. Over that period of time he has been involved in all phases of the design and preparation of plans and specifications and construction of water, reclaimed water and sanitary sewerage projects. Mr. Boyle will perform the technical review of each of the reports_and the 50% and 90% design submittals to assure the firm's quality standards are met. Mr. Boyle's duties for this proposed project will include: • Assure DBE,I quality standards. • Definition of specific goals and objectives for each task. • Technical Review of Construction Plans and Specifications. • Review Draft Reports. • Assist the Project Manager as required. Mr. Boyle's previous experience with pumping projects dates back to 1969. He acted as Project Manager for numerous lift station and force main projects such as the following examples: • El Niguel Golf Course Reclaimed Water Pumping Station • Paseo De Valencia Sewage Lift Station • North Aliso Creek Sewage Pumping Station • Upper Arrogo Salada Lift Station • Tract 9582 Sewage Lift Station • La Paz Bypass Sewage Lift Station 4.4 Availability Of The Project Team Many of our current projects are successfully winding down in early 1993 and we will have staff available for reassignment to new projects such as the Flounder Pump Station Upgrade Design. We will have staff available to be immediately assigned to this project and our firm/staff have the expertise and experience necessary to provide the engineering services required for a successful project completion. - 11 - EXHIBIT 4.1 . CITY OF HUNTINGTON BEACH • FLOUNDER .PUMP STATION UPGRADE DESIGN PROJECT ORGANIZATION CHART CITY OF HUNTINGTON BEACH :, PROJECT MANAGER , __ -._.2$ PROJECT MANAGER PROJECT REVIEW THOMAS B. HOOKER, P.E. DANIEL B. BOYLE, P.E. PROJECT ENGINEER • GARY J. HOBSON, P.E. ENGINEERING DESIGN SPECIALISTS MECHANICAL ENGINE & FUEL STRUCTURAL ELECTRICAL GEOTECHNICAL ARCHITECTURAL PERMITTING SYSTEMS S CONTROLS DOUGLAS JAIME DAVID WILLARD JACK ROY DAVE BIGLEN AGUILAR ASHCROFT ALEXANDER GOFFMAN HERBOLD ANTONSON • IN-HOUSE SUPPORT STAFF OF ENGINEERS, DESIGNERS AND DRAFTERS City of Huntington Bee. - Flounder Pump Station Upgrade Desiil - 12/23/92 SECTION 5 - QUALIFICATIONS AND EXPERIENCE Mr. Daniel Boyle, the firm's President, began his professional career in 1963 with Boyle Engineering Corporation. During his 17 years with that firm Mr. Boyle held progressively more responsible engineering. positions. Prior to departing to establish is own engineering practice, Mr. Boyle was office manager of the Orange County Division of Boyle Engineering Corporation. In June of 1980 Dan Boyle formed his own firm, which he incorporated as Daniel Boyle Engineering, Inc. in April of 1982. Mr. Thomas Hooker, Jr. also began his engineering career with Boyle Engineering Corporation joining the Ventura, California office in 1964. In 1970 he transferred to Orange County Corporate offices of Boyle Engineering, where he first established a working relationship with Mr. Boyle. In 1988 Tom Hooker joined Daniel Boyle Engineering, Inc. as vice president and substantial stockholder. Daniel Boyle Engineering, Inc. is a firm of twenty highly skilled individuals, including eight registered engineers with well over 110 years of combined civil engineering experience. Our staff also includes three graduate engineers working towards their registration and designers and technicians with requisite expertise in all aspects of our work, including computer applications, computer aided design and drafting, graphics and construction support. Our success is based upon a simple premise, the principals of our firm are committed to, and responsible for, every project we execute. Unlike some larger organizations, where the principals disappear after the proposal stage; our principals are actively engaged in the planning phase, design, preparation of plans and specifications and construction phase of every project. We have the demonstrated ability to meet our clients' needs and to complete assignments within the established budgets and time schedules. Our reputation for quality engineering and successful execution of assignments, is illustratedk by the fact that more than 85-percent of our services are provided to clients with whom we have had a previous association. Table 5.1 on the following page presents a list of clients for whom Daniel Boyle Engineering, Inc. and its staff have previously provided engineering services. 5.2 Similar Project Experience The following is a list of projects executed by Daniel Boyle Engineering's proposed project team which include pumping systems, natural gas/LPG engine systems and existing pumping facility upgrades: San Juan Creek Stormwater Pump Station 100 HP, 30 CFS Axial Flow Pump 100 HP Natural Gas/LPG Engine LPG Backup Fuel System - 12 - City of Huntington Bea • Flounder Pump Station Upgrade Desig.. • 12/23/92 Lakeside Pump Station Expansion No. 2 250 HP, 10 CFS Vertical Turbine Pump 250 HP, 480 VOH Electric Motor 350 KW Natural Gas Engine/Generator LPG Backup Fuel System Building Addition Site Improvements Controls and Telemetry Upgrade Replace Heat Exchangers on Existing Engines Cactus-Heacock Pump Station Four - 150 HP Horizontal Split Case Pumps Four - 150 HP Diesel Fueled Engines Site and Enclosure Facilities Hogback Pump Station 250 KW Diesel Fueled Engine Generator 3 - 100 HP Pumps Acoustic Treatment of Interior Radio Telemetry Site Improvements Masonry Building to Match Neighborhood Sand Canyon Avenue Pumping Station 4 Pumps and Motors Totaling 800 HP 1 Combination Electric/Engine Driven 200 HP Pump 1 Natural Gas Fuel Engine With LPG Backup Masonry Enclosure to Match Surrounding Upscale Estate Neighborhood San Diego Pump Station 11 First Runoff Storm Water/Sewage Pump-Station- 2 - 100 HP Submersible Pumps Backup Engine/Generator Acoustic Treatment Odor Control Telemetry 5.2.1 General Pump Station Experience Other pumping facilities designed by our proposed project team members include: • El Niguel Golf Course Reclaimed Water Pumping Station: Preliminary design, plans and specifications and observation of construction. • Paseo De Valencia Sewage Lift Station: Preliminary and final design and services during construction for 100 HP lift station with 160-foot lift pumps located in underground concrete structure. - 13 - City of Huntington Bea',_ _ Flounder Pump Station Upgrade Desh ._ - 12/23/92 • North Aliso Creek Sewage Pumping Station: Project Manager for design and preparation of plans and specifications and complete observation of construction services for 75 H.P. lift station with 100-foot lift. Pumping equipment located in above ground structure. • Upper Arrogo Salada Lift Station: Project Principal for design, plans and specifications and construction inspection for 200 H.P. lift station with 180-foot lift. Pumps located in underground vault. • Tract 9582 Sewage Lift Station: Project Manager for design, plans and specifications and services during construction for small lift station to serve 250 single family dwellings. • La Paz Bypass Sewage Lift Station: Project Manager for preparation of Design Report, final construction plans and specifications and construction observation services for 250 H.P. lift station with 100-foot lift. Large two-story structure housed the pumps, motors and electrical equipment. • Pala Mesa Sewage Pump Station for Hewlett-Packard development. • Bear Ridge Assessment District Water System - 7 miles of 8-inch through 14-inch water pipelines, two pump stations, and two steel reservoirs. • Washington Pump Station: 400 HP°with four gas engine driven horizontal split case pumps. • Eldorado Park East Reclaimed Water Pump Station: Four 150 HP variable frequency drive operated pumps and one 25 HP jockey pump. • Carbon Canyon Dam Sewage Lift Station: Two 700 GPM submersible pumps with bubbler controls and 2,700-feet of force main in Carbon Canyon Dam Park. • Pump Station 20: Design report for 40 HP sewage pump station, including building expansion, standby emergency generator, new pumps, yard piping, motor control center, and telemetry. • Pump Stations 14 and 16: 40 HP and 15 HP sewage pumps, standby generators, odor control, and 2,200-feet of 12-inch horizontally drilled HDPE sewer force main under Mission Bay Channel Entrance. • Water System Improvements predesign report and design of 2 MG water storage reservoir, network analysis of the entire city, 200 HP pump station, standby generator system, and a pressure relief bypass system at the City's water filtration plant. • Laguna Canyon Village Sewage Lift Station preparation of a predesign report for the installation of a 75 HP, 2 MGD capacity pump station with standby gas engine generator. • - 14 - City of Huntington Bei - Flounder Pump Station Upgrade Desi, - 12/23/92 5.3 Additional Experience Table 5.2 at the back of this section is a partial list of other projects we have completed over the past twelve years including those summarized herein. 5.4 References Table 5.3 at the back of this section is a list of references regarding our work, quality, on time completion and performance in general. SECTION 6 - SCOPE OF WORK / ESTIMATED FEE The City's Request For Proposal indicated that our Scope of Work/Estimated Fee be submitted in a separate envelope. Therefore, accompanying this proposal is a separate sealed envelope marked: CITY OF HUNTINGTON BEACH FLOUNDER PUMP STATION UPGRADE DESIGN SECTION 6 - SCOPE OF WORK / ESTIMATED FEE SECTION 7 - CLOSING We again wish g to express our appreciation for the p pp opportunity to submit our proposal for this interesting and challenging assignment. We would welcome the opportunity to have members of the City of Huntington Beach staff visit our Laguna Hills office in order that you can personally observe our staff at work. We feel that our proposed Project Team can best provide the City of Huntington Beach with the needed professional services in order that the City can accomplish the desired end result. If any further information is required, we will be most happy to furnish it. - 15 - TABLE 5.1 DANIEL BOYLE ENGINEERING, INC. CURRENT AND PREVIOUS CLIENTS The following is a list of clients for whom Daniel Boyle Engineering and its staff have previously provided engineering services: City of Anaheim Capistrano Valley Water District City of Arcadia Capistrano Beach County Water District City of El Segundo Carlsbad Municipal Water District City of Escondido Coast Community College District City of Fontana Colonia Mutual Water Company City of Fullerton Eastside Water Association' City of Imperial El Toro Water District City of La Habra Emerald Bay Community Services District City of La Palma Irvine Ranch Water District City of Lakewood Laguna Beach County Water District City of Newport Beach Los Alisos Water District City of Oceanside Moulton Niguel Water District City of Orange Orange County Sanitation District County of Orange Orange County Water District City of Palmdale San Gabriel County Water District City of Pico Rivera Santa Margarita Water District City of Pomona Santiago Aqueduct Commission City of San Juan Capistrano Santiago County Water District City of Santa Ana Serrano Irrigation District City of Tustin South Coast Water District South Laguna Sanitary District Tri-Cities Municipal Water District TABLE 5.2 PAST TWELVE YEARS EXPERIENCE - PARTIAL LIST • PROJECT QUANTITY/SIZE/CAPACITY COST Green Acres Transmission Mains 180,00078N-36" $18,000,000 Diemer Distribution Main 11,000'/30" & 21" 1,500,000 PCH Reclamation Pipelines 26,000'/8"-16" 1,200,000 Laguna Sur Supply Mains 5,300'/8"-12" 500,000 Bear Brand Reservoir 5.0 MG 1,500,000 City Water Well 2,500 GPM 200,000 Buried Prestressed Reservoir 2.0 MG 1,400,000 Closed System Pumping Station 1,500 GPM 200,000 SCWD Transmission Mains 48,000'/10"-16" 2,100,000 Booster Pumping Station Expansion 500 GPM 90,000 Well For Industrial Park 300 GPM 100,000 Tertiary Treatment Plant 2.61 MGD 2,500,000 2 Booster Stations 600 HP 400,000 Closed System Booster 2,700 GPM 500,000 Terminal Storage Reservoir 1.7 MG 525,000 2 Lift Station Expansion 2,300 GPM 100,000 Potable Storage Tank 2.4 MG 600,000 PCH Sewage Lift Station 2,800 GPM 900,000 Sewage Force Main 2,900'/18" 300,000 Reclaimed Water Distribution System 25,000 FT 1,200,000 Steel Tank Cathodic Protection N/A 14,000 Steel Tank Recoating 2 EA 60,000 Coast Highway Main Replacement 5,100'/24" 1,105,000 Laguna Sur Offsite Sewers 4,500'/8" 406,000 Palmdale Boulevard Improvements 6,600' 607,000 Palmdale Boulevard Landscaping 10,100' 1,230,000 Lockett Reservoir MG 975,000 Lockett Transmission Main 8,700'/12"-18" 718,000 Smith Pumping Station 450 HP 584,000 Diemer Distribution Extension 5,100'/21" 1,500,000 Reservoir No. 2-A 3.5 MG 771,000 Aliso Creek Test Wells 50 GPM 75,000 Tract No. 12041 Pumping Station 350 GPM 144,000 West Street Pumping Station Expansion 100 HP 178,000 Talavera Transmission Main & Meter 2,800'/16" 365,000 Los Alamitos/West Side Sewers 15" & 30' 308,000 Cedarbrook Water and Sewer 6,600'/8"-16" 529,000 Highlands Pumping Station 310 HP 604,000 PCH Utility Crossing 3-Casings 98,000 , TABLE 5.2 Past Twel\_ .gars Experience - Partial List - Page 2 PROJECT QUANTITY/SIZE/CAPACITY COST Hogback Pumping Station 300 HP 644,000 Hogback Reservoir 1.2 MG 702,000 Hogback Transmission Main 8,200'/10"-14" 501,000 Aliso Summit Reservoir 0.4 MG 1,031,000 Pacific Park Takeout 24736" 170,000 Aliso Creek Road Pipelines 39,800/8"-30" 3,900,000 Distribution System Replacement FY 88-89 3,200'/4"-6" 314,000 Recoating of Steel Tanks, 5-A & 5-B 2/2.0 MG 139,000 Treatment Plant Investigation 3.5 MGD 5,200,000 Lemon Street Well No. 4 2,500 GPM 565,000 South County Pipeline - Reach V 11,000'/66742" 7,100,000 Reservoir No. 9 1.5 MG 450,000 Firestone Boulevard Improvements 100' R/W 200,000 Non-Potable Water Irrigation System 4,800'/6"-10" 566,000 Non-Potable Water Well 750 GPM 250,000 Eastside Water Main Replacement 1,250'/6" 58,000 Anniversary Lane Road Improvements 3,500 S.F. 113,000 Palmdale Interchange Improvements 16 Acres 650,000 Capistrano Valley Pipeline Replacement 1,615'/4" Thru 8" 134,000 Eastside Phase II Replacement 12,000'/6" 872,000 Tri-Cities Takeout Vault 24" Tap On 42" 144,000 Golden Lantern Reservoir MG 3,900 000 San Gabriel Well No. 12 2,500 GPM 450,000 Reed Reservoir 10.0 MG 4,560,000 La Novia Bridge Crossing 460'/10"/8" 70,000 Lift Station No. 5 18' Deep 70,000 Fullerton System Replacement 6,700'/6"/8"/12" 427,000 Wishbone Domestic and Reclaimed Water 27,200/8"-24` 2,700,000 Wishbone Pumping Station 1,300 GPM 1,242,000 CPR Transmission Main 6,000'/30` 1,240,000 Alicia Domestic, Reclaimed & Secondary 12,000'/12"/16" 1,470,000 Importation Pipeline 35,900'/21` & 27' 9,130,000 Lakeside Pumping Station Expansion 4,000 GPM 350,000 SID Well No. 4 1,500 GPM 690,000 Fullerton 24-Inch Relocation 24" Channel Crossing 175,000 Trabuco Creek Crossing 12" Creek Crossing 250,000 Fire Mountain Reservoir 5.0 MG 2,300,000 Escondido Reclamation System 108,000'/4"-30" 9,900,000 Colonia System Replacement 7,400'/8" 524,000 Aliso Creek Bridge Crossing 350'/24" &370'/30" 210,000 AWMA Road Pipelines 2,600'24' & 1,600'/12' 530,000 Wire Mountain Reservoirs 2 - 5.0 MG 6,500,000 • , . TABLE 5.2 Past Twelh • jars Experience - Partial List - Page 3 - • PROJECT QUANTITY/SIZE/CAPACITY COST Oceanside Transmission Mains 25,000'/24' & 30" 5,700,000 Escondido Reclamation Reservoirs 0.9 MG & 0.8 MG 1,440,000 San Luis Rey River Crossings 780'/24" & 780730" 580 000 1 Green Acres Retrofit 3,500 A-F/YR 210,000 F.Y. 90/91 System Replacement 3,200'/6"-8" 403,000 SMWD Reservoir Inlet Revision 9 Reservoirs/14.3 MG 1,040,000 Plaza Pumping Station Modification 8,800 GPM 420,000 SCWD Reclaimed User Expansion Connect 11 Users 250,000 SRWFP Treatment Plant Study 30 MGD Capacity N/A (Study) AMP/Baker Intertie Study 45 CFS Capacity N/A (Study) Twin "D"/Airport Pipelines 11,000'/4"-27" 1,600,000 Enterprise Pipelines 25,000'/8"-16" 1,700,000 Total $127.820,000 TABLE 5.3 . REFERENCES 1. South Coast Water District (714) 499-4555 Mr. Michael P. Dunbar - General Manager 2. Irvine Ranch Water District (714) 453-5570 Mr. Steven L. Malloy - Principal Engineer • 3. Orange County Water District (714) 378-3220 Mr. William R. Mills - General Manager 4. Santa Margarita Water District (714) 582-3204 Mr. William W. Knitz - General Manager 5. Serrano Irrigation District (714) 538-0079 Mr. David H. Noyes - General Manager 6. Capistrano Valley Water District (714) 493-1515 Mr. Ray A. Auerbach - General Manager 7. Santiago Aqueduct Commission (714) 830-0580 Mr. E. T. 'Tom" McFadden - General Manager We encourage you to contact our references and discuss with them our qualifications, ability and reputation to execute projects within established budgets and time schedules. 'I DANIEL BOY) ' ENGINEERING, IA i1 ivEng ineering� Services CITY OF HUNTINGTON BEACH December 23, 1992 Department of Public Works/Water Division 2000 Main Street Huntington Beach, CA 92648 Attention: Mr. Steve W. May, P.E. Principal Engineer City of Huntington Beach Fee Proposal Flounder Pump Station Upgrade Design The following is our fee proposal by Task for the subject project: Task 1 - Research, Survey and Preliminary Design This task has been designated a Fixed Fee Task. Estimated Average Estimated Classification Manhours Billing Rate Fee Managing Engineer 14 $95 $ 1,330 Associate Engineer 24 71 1,704 Assistant Engineer 12 54 648 Designer 20 51 1.020 Total In-House Fee Estimate $ 4,702 Outside Costs: Survey 1,600 Reproduction 300 Total Fee Estimate $ 6,602 TOTAL TASK 1 FIXED FEE = $6,600. Task 2 - Geotechnical Investigation This task has been designated a Fixed Fee Task. We will employ a geotechnical firm acceptable to the City as subconsultants to perform the Geotechnical services for a fixed fee of $7,000. TOTAL TASK 2 FIXED FEE = $7,000. 23231 South Pointe Drive. Suite 103 Laguna Hills. CA 92653 (714) 768-2600 1 City of Huntington Beach - Fee Proposal Flounder Pump Station Upgrade - 12/23/92 - Page 2 Task 3 - Final Construction Plans and Specifications This task has been designated a Fixed Fee Task. Estimated Average Estimated Classification Manhours Billing Rate Fee Managing Engineer 24 $95 $ 2,280 Associate Engineer 80 71 5,680 Assistant Engineer 112 54 6,048 Designer 104 51 5,304 Drafter 56 36 2.016 Total In-House Fee Estimate $21,328 Outside Costs: Electrical, Controls and Instrumentation 3,000 Reproduction 700 Total Fee Estimate $25,028 TOTAL TASK 3 FIXED FEE = $25,000. Task 4 - Final Engineer's Cost Estimate This task has been designated a Fixed Fee Task. Estimated Average Estimated Classification Manhours Billing Rate Fee Managing Engineer 2 $95 $ 190 Associate Engineer 4 71 284 Assistant Engineer 4 54 216 Total In-House Fee Estimate $ 690 TOTAL TASK 4 FIXED FEE = $700. Task 5 - Construction Engineering and Surveying HOURLY NOT TO EXCEED (NTE) $4,000. Task 6 - Expenses COST PLUS 10% NOT TO EXCEED $3,000. i City of Huntington Beach - Fee Proposal Flounder Pump Station Upgrade - 12/23/92 - Page 3 Task 7 - Meetings HOURLY NOT TO EXCEED $2,000. Task 8 - Permit Processing HOURLY NOT TO EXCEED $3,800. Task 9 - Contingency HOURLY NOT TO EXCEED $6,000. FEE SUMMARY: Task Description Fee Proposed 1 Research, Survey & Preliminary Design $ 6,600 (Fixed Fee) 2 Geotechnical Investigation $ 7,000 (Fixed Fee) 3 Final Construction Plans & Specifications $25,000 (Fixed Fee) 4 Final Engineer's Cost Estimate $ 700 (Fixed Fee) 5 Construction Engineering & Surveying $ 4,000 (Hourly NTE) 6 Expenses $ 3,000 (Cost + 10%, NTE) 7 Meetings $ 2,000 (Hourly NTE) 8 Permit Processing $ 3,800 (Hourly NTE) 9 Contingency $ 6,000 (Hourly NTE) TOTAL $58,100 FEE PROPOSAL DANIEL BOYLE ENGINEERIN -, C. Thomas B. Hoe , Jr., P.E. Managing Engineer TBH:jmh B99-197-00 FLOUNDER.PES J -r--- DANIEL BOYI ENGINEERING, IN Civil Engineering Services CITY OF HUNTINGTON BEACH February 4, 1993 Department of Public Works/Engineering P. O. Box 190 Huntington Beach, CA 92648 Attention: Mr. Steve W. May, P. E. Principal Engineer City of Huntington Beach Flounder Pump Station Upgrade On January 5, 1993 we met with you to negotiate the scope of work and engineering fee for the subject project. You had questions regarding the budget for Task 2 - Geotechnical Services, which we proposed as $7,000. You requested that we obtain three geotechnical proposals for the subject project. We have obtained and are transmitting original copies of those three proposals, which are as follows: Firm Date Proposal Fee GEOCON, Inc. January 20, 1993 $5,100 Ninyo & Moore December 22, 1992 $7,400 Goffman, McCormick & Urban January 18, 1993 $10,220 We propose to retain the firm of GEOCON, Inc. for the subject project. We have worked with all three above firms and in our opinion GEOCON, Inc. is qualified for the proposed work. Also, our working relationship with them in the past has been very good. Our Standard Rate Schedule includes a 15 percent markupon subconsultant services to account for administrative time in negotiating and administering contracts and payments. Therefore the minimum budget for Task 2 - Geotechnical Services should be $5,100 x 1.15 = $5,865 which is within the $7,000 budget established for this task. We will not invoice the City for more than $5,865 for Task 2 without additional written authorization. 23231 South Pointe Drive. Suite 103 Laguna Hills. CA 92653 (714) 768-2600 J • r City of Huntington Beach - Flounder Pump Station Upgrade - 2/4/93 - Page 2 If you have any questions or require additional information, please do not hesitate to call. DANIEL BOYLE ENGINEERING, INC. Thomas B. Hoo er, Jr., P.E. Managing Engineer TBH:Iam Encl. H01-101-00 TH102-04.101 J e . _ _ .. . 1 l i t J l ' ` ' ` AVE. 1 1 ' 11111:, L 0 tij G FL K — ,,, na o ITCNFlELD :l1 T. > u-tiZ .F On VELAKUU DR. u r"JI I � uK. O. C. F. C. D. DO-S I EDISON R/W SO. CA. EDISON R/W EDISON R/W 1 RE'P r'• FLOUNDER (.....DRI.. o RO` EY r•. l'ULLACK DR. II LAW D . FLOUNDER PUMP STA. SAILFISH DR. ti 'IAKPON UK. 0 . Do UKA D am o (--0 YORKTOWN -. AVE. c1.LAFTOLDOKA SCHOOL CR.DRHUK ISMUU IFI D1JIR NK DR. R. 'VALLtY FORGE DR. I BUSHARD SCHOOL Il UK. 'MtKKIMAL+ UK. NANTUCKET �tft [WAKEIUK WODULAWN I i �z r o Q 'CONS IIIUIIUN UK. et HYANNI�OR I I ON UK.� 0 'ZJ N W 0 I 0 rr r_ . GARRETT CR. BISM ARK DR. 4 ItLHAN OR. L Z ■ J J ^ UICKLLT DR:.."-) S R 6 r --)E -) �'PEIT ISWODU DR. ) D [i J- w U Q N .a w C o o wl r Et D AVE. ADAMS 0 _ Q o = JAIL. . o .., Y m l I NORTH NOT TO SCALE PROJECT LOCATIO\ IV AP • JJ ini CITY OF HUNTINGTON BEACH 0 Nilli DEPARTMENT OF PUBLIC WORKS t,.G71 I Irlt...4.i L V.- :x:.;4larsty�� SUCH INSURANCE AS RESPECTS THE '' -EREST OF THE CERTIFICATE HOLDER W" L NOT BE CANCELED OR OTHERWISE TERMINATED WITHOUT GIVING 10 DAY ,IOR WRITTEN NOTICE TO THE CERTIFII E HOLDER NAMED BELOW, BUT IN NO EVENT SHALL THIS CERTIFICATE BE VA MORE THAN 30 DAYS FROM THE DATE VIrEN. THIS CERTIFICATE OF INSURANCE DOES NOT CHANGE THE COVERAGE PROVIDED BY ANY POLICY DESCRIBED BELOW. This certifies that: [X I STATE FARM MUTUAL AUTOMOBILE INSURANCE COMPANY of Bloomington, Illinois,or RECEIVED 0 STATE FARM FIRE AND CASUALTY COMPANY of Bloomington, Illinois has coverage in force for the following Named Insured as shown below: Named Insured DANIEA ROYI F FNGINFFRING, INC_ APR 1 1993 Address of Named Insured 23231 SOUTH POINTE DRIVE, SUITE 103 . DANIEL BOYLE ENGR.. INC. LAGUNA HILLS. ' CA 92653-1431 POUCY NUMBER 915 4715-C16-55A EFFECTIVE DATE OFPOUCY 03/16/93-09/16/93 DESCRIPTION OF 1979 GMC 3/4 TON VEHICLE PICKUP UABIUTY COVERAGE I X I YES I I NO [l YES I I NO I YES n NO I I YES I. I NO UMITS OF LIABILITY a. Bodily Injury 500,000 Each Person Each Accident 500,000 b. Property Damage Each Accident 500,000 C. Bodily Injury&Prcperty Damage So yb Curt . Each Accident PHYSICAL DAMAGE I Y I YES I I NO I I YES I I NO n YES I I NO I 1 YES I I NO COVERAGES a. Comprehensive $1.0120.t)ODeducttble $ Deductble $ Deductible S Deductible [X I YES I I NO Fl YES ] NO I I YES (l NO I I YES ( I NO b. Collision $1000-QODeducttble $ Deductble $ Deductible $ Deductible NON-OWNERSHIP [ I YES M NO [7 YES I I NO U YES [-- I NO [ I YES I I NO COVERAGE HIRED CAR COVFA GE I I YES NO [ I YES Q NO I I YES I I NO I I YES I I NO �- / /JZ�� j 4 �L� AGENT 7167/QC MARCH 31 , 1993 Signature o uthorized Representative Title Agent's Code Number Date Name and Address of Certificate Holder Name and Address of Agent 17 7 f7 7 CITY OF HUNTINGTON BEACH TOMLYNCH ATTN. : MR. DENNIS COULTER 300 N. TUSTIN AVE. , #100 RISK MANAGEMENT DEPARTMENT SANTA ANA, CA 92705 2000 MAIN STREET HUNTINGTON BEACH, CA 92648 L_ J L_ -J • CERTIFICATE HOLDER COP" rzi , F' 1Tt.J3 L- -•I I-7 kttOrxie9 PROFESSIC LIABILITY OWA ARCHITECTS/ENGINEERS Hbr A!!th Cam�uhmmn l6oa li&Le' INSURED: DANIEL BOYLE ENGINEERING, INC. Po licy Y AAE 1 7 -375-45-38 MEMORANDUM OF INSURANCE ARCHITECTS AND ENGINEERS PROFESSIONAL LIABILITY This memorandum is issued Addressee: as a matter of information only and confers no rights City of Huntington Beach upon the holder . By its Attention: Mr. Steve Krieger issuance the Company does P. O. Box 190 not alter, change, modify Huntington Beach, CA 92648 or extend the provisions of said policy and does not waive any of its Name and Address of Insured: rights thereunder . Daniel Boyle Engineering, Inc. 23231 South Pointe Drive, #103 Laguna Hills, CA 92653 Policy Period: 01/07/93 to 01/07/94 $ 1,000,000 Per Claim limit of liability (including claims expenses ) $ 1,000, 000 Aggregate limit of liability ( including claims expenses) The above policy has been issued by the Continental Casualty Company and is in force at the date indicated below: Dated at: San Francisco, California Date : April 27 , 1993 In the event of cancellation of the Insurance as shown herein, the d representative will Casualtyp Continental Company or its authorize provide thirty (30) days prior written notice to the party to whom this certificate is addressed at the address stated herein. The mailing of such notice shall be sufficient proof of notice. All operations of the insured, including, but not limited to the following project: Flounder Pip Station Upgrade Design project # CC742; job DBIHUl-101X3 AFF ;'%„T. AS TO YOU c:ITY VICTOR 0 . SCHINNERER & CO. • �:� BY: D"-,'i';• ;, Attorney, • jai, Vic( Authorized Representative 1-41249-A — — MAY _ 10: ",4 f-Y.OM DP111 EL_ BINLE ENGP 1 I:I 3741573 P. CERTIFICATIE OF INSIMANCE mktrsh *et gi STATE rAF4m Moue ate)ogalaukt.TY r"-fIMPA•hiv RintYT Onilton,IV 171700-t.rArtio Otpitinc% fP4tkt d-olmtom..tr fornmingtor. *orlon • - V' V 5v1 4:: f. 07- '" • 4_31,3jEC_ISSE442_ LffY ;VOILA ihLAMY nne.,PfliTY DAMAGE AND '';‘,...1-f" • : rinitAtIE •".44-a_ cKferont from abovtl Ur/OILY INJUINY APPR°Va) AS TO FoRliv GAIL ELITTon. CITY ATAIENEY ; 391FITY DAMAGE y Attorney ty DePut lOPErtr!DA0,1?91 .016 I r• ROrThE • 1 300-713°°-. -• • ,wit4V3s.lifallAtbR - 441-NOTI;F-SH4L ; • 4PRkhiNTATIVEST" • A-444A •('‘I4 44-• ••-• • . r oirdrof 1 Iticii•F.o• CITY Ctr ;MC-INTIM BEACH _ qTTENTION! MR. SIFVF KRIEOER P.O. BOX 190 toAv 1441 IBRITINGTOW BEACH, CA 92648 0.. x43.4 4,7444 644.0, 14$114¶ r.,0UI041.4.4 TOTAL P.u: 111, CERTIFICATE OF INSURANCE This certifies that ®STATE FARM I 4ND CASUALTY COMPANY, Bloomington, Illinois ❑STATE FARM GENERAL INSURANCE COMPANY, Bloomington, Illinois insures the following policyholder for the coverages indicated below: Name of policyholder DANIEL BOYLE ENGINEERING, INC. Address of policyholder 23231 SOUTH POINTE DRIVE, SUITE 103 _ LAGUNA HILLS, CA 92653-1431 Location of operations CITY OF HUNTINGTON BEACH FLOUNDER PUMP STATION UPGRADE DESIGN. PROJECT CC-742 DBE,I PROJECT H01-101-00 POLICY NUMBER TYPE OF INSURANCE POLICY PERIOD LIMITS OF LIABILITY Effective Date Expiration Date ® Comprehensive BODILY INJURY 90-13-2251-0 General Liability 03/23/93 03/23/94 ❑ Dual Limits for: ❑ Manufacturers and Each Occurrence $ Contractors Liability Aggregate $_ ❑ Owners, Landlords, and Tenants Liability PROPERTY DAMAGE Each Occurrence $ This insurance includes: ❑ Products-Completed Operations Aggregate* NOT INCLUDED ❑ Owners or Contractors Protective Liability UNLESS INDICATED. ❑ BODILY INJURY AND Contractual Liability PROPERTY DAMAGE ❑ Professional Errors and Omissions ® Combined Single Limit for: ❑ Broad Form Property Damage Each Occurrence 1 ,000,000 ❑ Broad Form Comprehensive General Liability Aggregate 1 ,000,000 POLICY PERIOD CONTRACTUAL LIABILITY LIMITS(if different from above) POLICY NUMBER TYPE OF INSURANCE BODILY INJURY Effective Date Expiration Date Each Occurrence PROPERTY DAMAGE Each Occurrence Aggregate _ EXCESS LIABILITY BODILY INJURY AND PROPERTY DAMAGE (Combined Single Limit) CX❑ Umbrella Each Occurrence $_1 ,000,000 90-61-5225-0 ❑ Other_ 05/07/93 05/07/94 Aggregate $ 1 ,000,000 Part1 STATUTORY ❑ Workers' Compensation Part 2 BODILY INJURY and Employers Liability ATTAGHER Each Accident Disease Each Employee $- Disease- Policy Limit $_ "SHOULD ANY OF THE A E `DESCRIBED POLICIES BE CANCELLED BEFOE951�LaE-EA8IRA�k�IJ�bZATSna?49�BPI�OffiOFy.TJ E ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE ft"u`tartritTirTe T°`HRLDER NAMED TO THIS CERTIFICATE OF INSURANC *CONTRACT OF INSURANCE AND NEITHER AFFIRMATIVELY NOR NEGATIVELY AMENDS, EXTENDS, OR ALTERS THE COVERAGE APPROVED BY ANY POLICY DESCRIBED HEREIN. THE LEFT. BUT-FAILURE-TA-MAIL-SWGH-NOTICE-SHA6L IMPASE-NA-A6616ATIAN-AR-6TABILITY-AF-ANY-KIND-WPAN-TWE-GOMPAgg;/46E S-AR-RE RISENTATIVES," Name and Address of Certificate Holder • ADDITIONAL INSURED: • gnatureofAuthonzedRepre alive CITY OF HUNTINGTON BEACH AGENT ATTENTION: MR. STEVE KRIEGER T1e P.O. BOX 190 APRIL 30, 1993 HUNTINGTON BEACH, CA 92648 Date Agent's Code Stamp F6-994.10 Rev.6-91 Hinted in U.S A. ............... ....................... A/DOI:IIs C ERTI FI CA' O F INSURANCE' ISSUE DATE (MM/DD/YY) 4/23/93 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE ASSOCIATION ADMINISTRATORS POLICIES BELOW. & CONSULTANTS INC COMPANIES AFFORDING COVERAGE P 0 BOX 19570 IRVINE CA 92713 COMPANY A RECEIVED LETTER COMPANY APR 2 61993 ------- --- ------ -------- -- - - --_— B LETTER INSURED COMPANY C DANIEL BOYLE LETTER DANIEL R(lYtE ENGR., INC. ~ ENGINEERING COMPANY rt D 23231 S POINTE DR #103 LETTER LEGION INSURANCE CO LAGUNA HILLS CA 92653 COMPANY E LETTER I COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LTR DATE(MM/DD/YY) I DATE(MMIDD/YY) GENERAL LIABILITY BODILY INJURY OCC. $ COMPREHENSIVE FORM BODILY INJURY AGG. $ PROPERTY DAMAGE OCC. $ PREMISES/OPERATIONS UNDERGROUND PROPERTY DAMAGE AGG. $ EXPLOSION&COLLAPSE HAZARD PRODUCTS/COMPLETED OPER. RI&PD COMBINED OCC. $ CONTRACTUAL BI&PD COMBINED AGG. $ INDEPENDENT CONTRACTORS PERSONAL INJURY AGG. $ BROAD FORM PROPERTY DAMAGE PERSONAL INJURY - AUTOMOBILE LIABILITY BODILY INJURY $ ANY AUTO L S J ,. _ 1 (Per person) ALL OWNED AUTOS(Priv.pass.) �:;(? BODILY INJURY other than (Per accident) $ ALL OWNED AUTOS ( ) .. priv.pass. .. � �{' HIRED AUTOS';. PROPERTY DAMAGE $ NON-OWNED AUTOS GARAGE LIABILITY BODILY INJURY& PROPERTY DAMAGE $ COMBINED EXCESS LIABILITY EACH OCCURRENCE $ UMBRELLA FORM AGGREGATE $ i I OTHER THAN UMBRELLA FORM , DI WORKER'S COMPENSATION WC1002763 9/01/92 9/01/93 X STATUTORY LIMITS EACH ACCIDENT $1 r 0 0 0, 0 0 0 AND DISEASE—POLICY LIMIT Si, 0 0 0, 0 0 0 EMPLOYERS' LIABILITY DISEASE—EACH EMPLOYEE $1, 000, 000 OTHER IN THE EVENT OF CANCELLATION FOR NON- aAYMENT,A 10 DAY NOTICE WILL BE GIVEN DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS RE: CITY OF HUNTINGTON BEACH / FLOUNDER PUMP STATION DBE I PROJECT HO1-101-00 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF HUNTINGTON BEACHiiii EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR—TO ATTENTION: STEVE KRIEGER 0 iiiiii MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE P.O. BOX 190 ;;iii LEFT, HUNTINGTON BEAC CA 92648 Mi:? iW: AU1RDED REPRESENTA } CHRIS E. KROTIr AA&C K ACORD 25 (7/90) ©ACORD CORPORATION 1990 • 86 00 07 (Ed. 1-88) WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY POLICY INFORMATION PAGE ENDORSEMENT The following item(s) X Insured' s Name _ Item 3. A. States _ Policy Number _ Item 3. B. Limits _ Effective Date _ Item 3. C. States _ Expiration Date _ Item 3. D. Endorsement Numbers _ Insured' s Mailing Address _ Item 4. Class, Rate, Other _ Experience Modification _ Interim Adjustment of Premium Producer ' s Name _ Carrier Servicing Office _ Change in Workplace of Insured _ Interstate/Intrastate Risk _ Insured' s Legal Status I. D. Number Carrier Number X The Following Added as Additional Insured for Work Performed By The Named Insured: THE CITY OF HUNTINGTON BEACH, ITS OFFICERS AND EMPLOYEES POST OFFICE BOX 190 HUNTINGTON BEACH, CA 92648 All other terms and conditions of this policy remain unchanged. This endorsement changes policy han es the olic to which it is att ached and is effective on the date issued unless otherwise stated. n (The information below is required only when this endorsement is issued subsequent to preparation of the policy. ) ENDORSEMENT EFFECTIVE 4/21/93 POLICY NO. WC1-002763 INSURED: DANIEL BOYLE ENGINEEING, INC. LEGION INSURANCE COMPANY ENDORSEMENT NO. N/A 64c,ri 'Baa4,1 AA&C: K ISSUE: 4/23/93 CHERY.L ANN BODEN For AA&C Authorized Representative