HomeMy WebLinkAboutHALL AND FOREMAN, INC - 1978-05-15t4EIIY
A G R E E M E N T
THIS AGREEMENT, made and entered into this 3/ 51-day
of�-% .� 197_' by and between the CITY OF
HUNTINGTON BEACH, CALIFORNIA, a municipal co °poration, he ,,ein-
after. referred to as CITY, and Hall and Foreman, Ines.
a licensed farm, hereinafter referred
to as CONSULTANT,
WITNESSETH
WHEREAS, the City Couuicil of CITY is authorized to
engage the services of a professional engineering consultant for
the performance of necessary engineering services for and: on be-
half of CITY; an(;
WHEREAS, it is necessary and desirable that professional
engineering services be performed for CITY as morc speeificaly
described in the Request for Proposal for Tr udy-Woodstock
Storm Drain , hereinafter referred
to as PROJECT. Said _r•oposal is attached hereto, marked Exhibit
"A," and by this reference incorporated herein and made a part
hereof.
WHEREAS, CONSULTANT shall have that degree of special-
ized expertise contemplated, within California Government Code
Section 37103 End shall have all necessary licensez therefor to
practice and parform the services herein contemplated; and.
1.
JGtahb n
5/10/ 7----"
6
;JHER_�AS, CONSULTANT agrees to perform tre engineering
services nece6sary,for this PROJECT; and
WHEREAS, CITY hereby employs CONSULTANT to perform
I
the following services as required by PROJECT and CONSULTANT
agrees to provide those services in accordance with recognized
standards of the engineering profession; and
i
WHEREAS, no official or employee of CITY has a fi-
nancial interest in the subject matter of this agreement contem-
plated within the provisions of California Government Code
Section 2090-1092;,and
WHEREAS, CONSULTANT warrants that it shall perform the
services herein contemplated in compliance with the California
laws related to minimum hours ani wages (California Labor Code
Section 1171 et seq.), occupaoional health and safety (29 U�S.C.
651 et eeq. and the California Labor Code F�,,ction 6300 et seq.),
and fair employment practices (29 U.S.C. Section 201 et seq. and
California Labor Code Section 1410 et seq.) to the extent same
are applicable herein; and
j WHEREAS, the parties hereto desire to set forth their
I rights, duties and liabilities in connection with try, services to
be performed under this PROJECT,
NOW, THEREFORE, it is agreed by CITY and CONSULTANT
as follows:
SECTION 1. GENERAL DESCRIP'TT'`I OF WORN TO BE DONE:
(a) CONSULTANT shall pr.T w all engineering sere -
ices as described In Exhibit "A" including but not limited to
2+
surveys, inves+igations, consultations and advice, preparation of
detail design, construction plans, estimatesof quantities and
costs, preparation of the special provisions and any other mis-
cellaneous engineering services required to permit CITY to adver-
tise for bids for construction of PROJECT.
(b) CONSULTANT shall attend and assist in all
coordination meetings.
(c) CONSULTANT shall designate a registered civil
engineer who shall represent it and be its sole contact and c.gent
in all consultations with CITE' during fulfillment of the term., of
this agreement.
SECTION 2. DISPOSITION OF PLANS, ESTIMATES AND OTHER
DOCUMENTS:
CONSULTANT agrees that all original drawings, reports;
I
both field and office notes, calculations;, maps and other docu-
ments, shall be turned over to CITY upon completion of PROJECT.
SECTION 3. DISCRIMINATION;
CONSULTANT agrees that in the performance of the terms
of this agreement, it will not engage in, nor permit its agents
to engage in, discrimination in employment of persons because
of race, color, national origin or ancestry or religion of such
persons. Violation of this provision may regult in the impo-
sition of penalties referred to in Labor Code Section 1735.
SECTION 4. INDEMNIFICATION, DEFENSE, HOLD HARMLESS:
CONSULTANT hereby agrees to defend, indemnify and
hold harmless CITY, its officers, agents and employees, from
3:
and against any and all liability, damages, costs, losses, -laims
and expenses,, however caused, resulting directly or indirectly
from or connected with CONSULTANT'S performance of this agreement
(including but not limited tosuchliability, cost, damage, loss,
claim, or expense arising from the death or injury to an agent or
employee of CONSULTANT, subcontractor, or of CITY or damage to
the property of CONSULTANT, subcontractor, or of CITY" or of any
agent or employee of CONSULTANT, subcontractor, or of CITY), ex-
cept where such liab` ty., damages, costs, losses, claims or ex-
penses ,re caused solely by the negligent or wrongful acts of
CITY or any of its agents or employees including negligent
omissions or commissions of CITY, its agents or employees, in
connection with the general supervision or direction of the work
to be performed hereunder.
SECTION 5. WORKERS' COMPENSATION:
CONSULTANT shall comply with all of the provisions of
the Workers' Compensation Insurance and Safety Acts of the State
of California, the a,.)plicable provisions of Division 4 and 5 of
the California Labor Code and all amendments thereto; and all
similar State or Federal acts or laws applicable; and shall in-
demnify and hold harmless CITY from and against all claims, a..-
mands, payments, suits, actions, proceedings and judgments of
every nature and description, including attorney's fies and
costs, presented, brought oM 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
u,'der this agreement.
SECTION 6. INSURANCE
CONSULTANT agrees to furnish to CITY and maintain in
force until the completion of PROJECT a general liability in-
surance policy in which CITY is flamed as an additional insured.
The policy shall insure CITY, its officers and employees, while
acting within the scope of their duties, against all claims
arising out of or in connection with PROJECT. The policy shall
provide for not less than the following amounts: Combined
single limit bodily injury and/or property damage of $1,000,000
per occurrence. Such policy of insurance shall specifically
provide that any other insurance carried by CITY which may be
applicable shall be deemed excess and. CONSULTANT'S insurance
primary despite any conflicting provisions in CONSULTANTS
policy to the contrary.
SECTION 7. INDEPENDENT CONTRACTOR;
It is further understood and agreed that CONSULTANT
is, and shall be, acting at all times as an independent contrac-
tor herein and not as an employee of CITY.CONSULTANT shall
secure at its expense, and be responsible for any and all pay-
ment of income tax, social security, state disability insurance
compensation, unemployment compensation and other* payroll de-
ductions for CONSULTANT and its officers, agents' andemployees
and all business licenses, if any, in connection with the serv-
ices to be performed hereunder,
SECTION $. CITY STf'-VF ASSISTANCE:
CITY shall assign a staff coordinator to work directly
with CONSULTANT in connection with the work of this agreement
SECTION 9. PROVISION FOR PAYMENT:
In consideration of the performance of the above de-
scribed engineering services, CITY agree., to pay CONSULTANT an
amount based upon the fee schedule breakdown set forth below:
-
FEE SCHEDULE BREAIfDOWN
Payment for engineering services shall be as set forth
in this agreement and outlined in the Request for Proposal and
shall be bused upon the following hourly rates but shall not
exceed $.14,000.00
Principal $40.00 per hour
Project Engineer 35.00 per hour
_Designer 30.00 per hour
Dra.ftsman 25,,00 per hour
3-Man Survey Crew 87.00 per hour
2-Man Survey Crew 72.00 per hour
i
Computer 17.50 per hour
SECTION 10. EXTRA WORK;
(a) In the event of authorization, in writing by the
City Engineer of 'changes from the work as indicated in Exhibit "A"
or for other written pex.ission authorizing additional work not
contemplated herein, additional compensation shall be allowed
for such extra work but extra compensation shall not exceed 1.0
percent of the total contract, as specified above, without ap-
proval of,CTTY
(b) CONSULTANT shall submit monthly invoices wh'_,;xn
6.
1
d the associated time
in et� d n as
.specify. the area where work was co_pl .. a s
for completion to the City Engineer for approval. Work performed,
at the request of CITY, outside the limit specified in this
agreement is to be designated as "EXTRA WORK" on manthly invoices.
Work performed in connection with an authorized written change
order will be so designated on said, invoice.
SECTION 1.1. TERMINATION OF CONTRACT:
All work shall be done in a good and workmanlike manner
and CITY reserves the right to terminate services hereunder at
any time with or without cause, and whether or not PROJECT has
been fully aDmpleted. Any termination hereof, and any special;
instructions hereunder from CITY shall be made through the .City
Engineer, and .in writing, which may re delivered in person to
CONSULTANT or mailed through the normal course of mail to its
now -established business address. In the event this agreement
is cancelled, all drawings, designs, specifications and appur-
tenant data may be used by CITY without additional cost to CITY.
Should CITY decide to terminate this agreement for any reason,
CONSULTANT shall be entitled to payment, on an hourly basis in
accordance with they rate schedule herein', for work completed prior
to written notification.
SECTION 12. SUBCONTRACTORS,
This ngreem,ent is a, personal service c,�ntract and the
supervisory work hereunder shall not be delegated to any person or
entity without the consent of :CITY.
7
zs
:SECTION 13. ADDITIO.NAj PA.OVISIOt1S
CONSULTANT agrees that no regular employee of CITLY
shall be employed by ;its firm during the time that this agreement
is in effe6t._
IN WITNESS WHEREOF'', the parties hereto have caused
this agreement to be ei—acuted by and through their a0bhorized
officers the day, month and year first above written.
CONSULTANT
Hugh Foreman, Jr. Vice President
07TY OF HUNTINGTON BEACH
e muunni!:tpal corporation
Mayor
ATTEST APPROVED AS TO FORM
City Clerk City Attorney
REVIEWER AND APPROVED: INITIATED AND APPROVED:
Cit Administrator for of lic Works
$1
J 'City of Huntington Beach f
P.O. BOX 190 CALIFORNIA 92648
April 19, 1978
Subject: Request For Proposals for
Professional Services
Gentlemen:
The City of Huntington Beach is accepting proposals for
the .furnishing_ of professional angineering services needed to
construct drainage facilities in the 'Trudy Lane Woodstock
Lane drainage area as delineated on the accompanying map. Your
firm is being considered for this project.
Existing drainage facilities within this area were
constructed as a pare of early subdivision development however,
these iacilites do not have sufficient capacity based on
present storm drain design criteria of the City. Preliminary
studies have indicated, the need to construct a new parallel
facility as well as extend storm drains further into the
residential neighborhood. The City desires to retain a
consulting engineer to prepare the necessary studies and to
design the new drainage facility.
The selection of a firm for this project will be based on
the following:
1. Familiarity and prior experience with this type of.
project.
Ability of the firm to complete the work and have
plans and specifications ready to advertise by July
15, 1978
next page, please .....
EXHIBIT
I It Ir
i
Request for. Proposals for Professional Services
Page 2
It is dasired that the following be submitted along with
your proposal:
1. A list of sinilar projects which', your firm has
previously completed, giving location, cost and
agency.
2. A brief outline of a propo-7e-1 schedule for
implementation and completion of the project.
3. A list of personnel who will work on. the project and
a brief resume of each including rer.ent projects they
have worked on; indicate who would be the Project
Bngineer.
4. Any suggestions you may have to help expedite the
project or special concerns that '`e City should be
made aware of
It is anticipated that the scope of the work to be
performed by the engineer will include but 's not limited to
the following;
1. A 1-►ydrology study of she tributary area and review of
the existing drainage syFtem to determine the extent
of existing deficiency. The .scope of this work is
not to include a review of the existing pump station.
2. Review of the various alternative sizes arid locations
4f a d;~ainage facility to relieve the deficiency.
Recommend optimum size and location of nnv facility.
Cities design criteria is to maintain 10 year
frequency flow within the street. Design should also
provide property damage protection for a 100 year
frequency flow.
3. All required preliminary and design surveying.
Construction surveying will be done by the City and
will not be a part of the work to be provided by the
engineer,
next page, please .....
Request for Proposals for Professional Services j
Page 3
4. Preparation of all necessary hydrology, hydraulic and
structural calculations and submission to the City
.for review and approval. All �Iesign to be in
conformance with City of Huntington Beach Standards
and Orange County MA hydrology manual.
5. Preparation of plans, specifications and cost
estimates necessary to advertise the project for
bids. Plans shall be on City furnished linens with
standard City title block. Specifications shall be
based on "Standard Specifications for Public Works
Construction" (Green Book) for methods and materials
and<City's standard General Requirements.
6. Coordinate all necessary utility notifications and
relocations.
7 Provide needed soil borings
8. Process any required permits.
9`. For your information, a Negative Declaration has been
granted to this project, therefore, an BTR will not
be required.
The City of Huntington Beach shall be responsible for the
following:
1. Providing all available existing information, such as
ties, benchmarks, adjacent improvement ;fans.
` 2. Advertising for bids and awarding of the contract.
I 3. Be responsible for inspection, control of
construction, all payments to the contractor.
4. The printing of final plans and specifications for
bidding.
5. All required construction surveying.
.Attached for your informat=on in preparing your proposal
is Huntington Beach's Standard form agreement for professio�,al
next page, please
Request ror Proposals for Professional
Services
Page 4
-
services which will.i.nform you of
our insurance and other
miscellaneous requirements. Also
attached, is a map showing
the probable drainage area.
Although the professional services
required for this
- project will not be awarded based
on competitive bidding, it is
desiredthat your fee be included
with your proposal.
Huntington Beach has preferred to
retain consultants on a
hourly basis up to a fixed maximum
amount for the project,
therefore, it is requested that your
fee he expressed in this
manner. Following receipt of the
proposals, the most qualified
firms may be interviewed prior to
the final selection.
Ir your firm is interested in
submitting proposal for
this work, it is requested that it
he suhmitted to the
Purchasing office by May 4, 1978,
Please identi Cyr the proposal
by a notation on the envelope. It
is our intention to approve
a professional service agreement at
the City Council meeting of
May 15, 1978
Should you require any additional
information, please
contact Mr. Ron Lacher of the Public
Works Department at (714)
536-S431.
Voi• ' trtuly }'ours,
f
Ro . 1 ow
Pur. asing Officer
RH:RLsps
r,CI ,.R: ..%` 1111( ,:4..... .:,ti• r,t}... n<)�.. tI.4:18 .I..l �.._ h..:.. u, 'IT .iW l.'. i:... .2.r .:� Y4•.L.'t::',:
N_
Scale: 111=5131
j WA TON
J �
'♦ M.c CR 1
.
STA LR
:NNOX
Z
_1
CF-E
•r
,1
_1
L
EDGEMONT
z
i 1 f l l
nFRWOVE CR
OAKGROVE CR
C
00YLE- UDR J - `�F FARINELLArt/yELLA OR I j.
fJ FW'_ m r L i
_i i i_1_UJ 1 �� ,' ° i 1
SliIELAS Y r-�--r-i--*-�-T_ r-T- x ,�R,_� ffl
`
,fl_jI �i
Existing Stub For ,0 c F c o i 1
a Future Parallel f ,
tam--l3rarn �_ _
z ` Existing `Stor Drain Pimp St�tion�
CL
�' approximate RUDY/ 0 70CK
�`.
:r
;r-
AGREEMENrt'`
.T/
THIS AGREEMENT, made and entered into this -3/ day
of197k° by and between the CITY OF
j
HUNTINGTON BEACH, CALIFORNIA, a municipal corporation, herein-
after referred to a3 CITY, and Hall and. Foreman, Inc.
a licensed firm, hereinafter .referred
to as CONSULTANT,
WITNESSETH:
WHEREAS, the City Council of CITY is authorized to
engage the services of a professional engineering consultant for
the performance of necessary engineering services for and on be-
half of CITY; and
WHEREAS, it is necessary and desirable that professional
engineering services be performed for CITY as more specifically
described in the Request for Proposal for Michael Drive'
Storm Drain , hereinafter referred
to as PROJECT. Said proposal is attached hereto, marked Exhibit
14A," and by this reference incorporated herein and made a part
hereof.
WHEREAS, CONSULTANT shall have that degree of special-
ized<expertise contemplated within California Government Code
Section 37103 and shall have all necessary licenses therefor to
practice and perform the services herein contemplated; ; and
JG:ahb
WHEREAS, CONSULTANT agrees to perform the engineering
services necessary for this PROJECT; and
WHEREAS, CITY hereby employs CONSULTANT to perform
the following services as required by PROJECT and CONSULTANT
agrees to provide those services in accordance with recognized
standards of the engineering profession; and
WHEREAS, no official or employee of CITY has a fi-
nancial interest in the subject matter of this agreement contem-
plated within the provisions of California Government Code
Section 1,090-1092; and
WHEREAS, CONSULTANT warrants that it shall ;)erform the
services herein contemplated in compliance with the California
laws related to minimum hours and wages (California Labor Code
Section 1171 et seq.-), occupational health and safety (29 U.S.C.
651 et seq. and the California Labor Code Section 6300 et seq.),
and fair employment practices (29 U.S.C. Section 201 et seq. and
California Labor Code Section 1410 c;, seq.) to the extent same
are applicable herein; and
WHEREAS, the parties hereto desire tosetforth their
:.nights, duties and liabilities in connection with the services to
be performed under this PROJECT,
NOW, THEREFORE, it is agreed by CITY and CONSULTANT'
as follows;
SECTION 1 GENERAL DESCRIPTION OF WORX TO BE DONE:
(a) CONSULTANT shall provide all engineering serv-
ices as described in Exhibit "At' including but not limited to
2,
surveys, investigations, consultations and `advice, ,preparation of
detail design, construction plans, estimates of quantities and
costs, preparation of the special provisions and any other mis-
cellaneous engineering services required to permit CITY to adver-
tise for bids for constrution of PROJECT.
(b) CONSULTANT shall attend and assist in all
coordina-cion meetings.
(c) CONSULTANT shall designate a registered civil
engineer who shall represent it and be its, sole contact and agent
in all consultations with CITY curing fulfillment of the terms of
this agreement.
SECTION 2. DISPOSITION OF PLANS, ESTIMATES AND OTHER
DOCUMENTS:
CONSULTANT agrees that all original. drawings, reports,
both field and office notes, calculations, maps and other docu-
ments, shall be turned over to CITY upon completion of PROJECT.
SECTION 3. DISCRIMINATION:
CONSULTANT agrees that in the performance of the terms
of this agreement, it will not engage in, nor permit its agents
to engage in, discrimination in employment cf persons because
of race, color, national origin or ancestry or religion of such
persons. Violation, of this provision may result in the impo-
sition of penalties referred to in Labor Code Section 1.735•
SECTION 4. INDEMNIFICATION, DEFENSE, HOLD HARMLESS::
CONSULTANT hereby agrees to defend, indemnify and
hold harmless CITY, its officers, agents and employees, from
3.
and against any and all liability, damages, costs', losses, claims
and expenses, however caused, resulting directly or indirectly
from or connected with CONSULTANT'S performance of this agreement
(including but not limited to such liability, cost, damage, loss.,
claim, or expense arising from the death or injury to an agent or
employee of CONSULTANT, subcontractor, or of CITY or damage to
the property of CONSULTANT, subcontractor, or of CITY or of any
agent or employee of CONSULTANT, subcontractor, or of CITY), ex-
cept where such liability, damages, costs, losses, claims or ex-
penses are caused solely by the negligent or wrongful acts of
CITY or any of its agents or employees including negligent
omissions or commissions of CITY, its agents or employees, in
connection with the general supervision or direction of the work
to be performed hereunder.
SECTION 5. WORKERS' COMPENSATION;
CONSULTANT shall comply with all of the _provisions of
the Workers' Compensation Insurance and Safety Acts of the State
of California, the applicable provisions of Division 4 and 5 of
the California Labor Code and all amendments thereto; and all
similar State or Federal acts or laws applicabi'; and shall in-
demnify and hold harmless CITY from and against all claims, de-
mands, payments, suits, actions, proceedings and judgments of
every nature and description, including attorneys 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
4
1 ,rr
under this agreement.
SECTION 6. INSURANCE:
CONSULTANT agrees to furnish to CITY and maintain in
force until the completior. of PROJECT a general liability in-
stirance policy in which CITY is named as an additional insured.
The policy shall insure CITY, its officers and employees, while
acting within the scope of their duties, against all claims
arising out of or in connection with PROJECT. The policy shall
provide for not less than ,the following am,,unts: Combined
single limit bodily injury and/or property damage of $1,000,000
per occurrence.. Such policy of insurance shall specifically
provide that any other insurance carried by CITY Vhich may be
applicable shall be deemed excess and CONSULTANT'S insurance
primary despite any conflicting provisions in CONSULTANT'S
policy to the contrary.
SECTION 7. INDEPENDENT CONTRACTOR:
It is further understood and agreed that CONSULTANT
is, and shall. be, acting at all times as an independent contrac-
tor herein and not as an employee of CITY. C014SULTANT shall
secure at its expense, and be responsible for any and all pay-
ment of income tax, social security, state disability insurance
compensation, unemployment compensation and other payroll de-
ductions for CONSULTANT and its officers, agents and employees
and all business licenses, if any, in connection with the serv-
ices to be performed hereunder.
SECTION: S. CITY STAFF :ASSISTANCE;
CITY ,shall: assign a. staff coordinator to work directly
E
With CONSULTANT in connection with the work of this agreement.
SECTION 9. PROVISION FOR PAYMENT:
In consideration of the performance of the above de-
scribed engineering services, CITY agp ees to pay CONSU; TANT an
amount based upon the fee schedule breakdown set forth below:
FEE SCHEDULE BREAKDOW?:
Payment for engineering services shall be as set forth
in t'_:is agreement and outlined in the Request for Proposal and
shall be based upon the following hourly rates but shall not
exceed $ 9,000.00
Principal $40.00 per hour
Project Engineer 35. 00 _per hour
Designer 30_-00 per hour
Draftsman 25.00 per hour
3-Man Survey Crew 87.00 per hour
2-Man Survey Crew 72.00 per hour
Computer 17.5O�per hour
SECTION 10. EXTRA WORK:
(a) In the event of authorization, in writing by the
City Engineer of changes from the work as indicated in Exhibit "A!'
or for other written permission authorizing additional Mork not
contemplated herein, additional compensation shall be allowed
for such extraG work but extra compensation shall not exceed 10
percent of the total contract, as specified above, without ap-
proval of CITY,
(b) CONSULTANT shall submit monthly invoices which'
6,
:y
specify the area where work was complE.-ted and the associated time
for completion to the City Enginee7 for approval. Work performed,
at the request of CITY, outside the limit specified in this
agreement is to be designated as "EXTRA WORK" on monthly invoices.
Work performed in connection with an authorized written change
order will be so designated on said invoice.
SECTION 11. TERMINATION OF CONTRACT:
All work shall be done in a good and workmanlike manner
and CITY reserves the right to terminate services hereunder at
any time with or without cause, and whether or not PROJECT has
been fully completed. Any termination hereof, and any special
instructions hereunder from CITY shall be made through the City
Engineer, and in writing, which may be do -livered in person to
CONSULTANT or mailed through the normal course of mail to its
now --established business address. In the event this agreement
is cancelled, all drawings, designs,, specifications and appur-
tenant data may be used by CITY without additional cost to CITY.
Should CITY decide to terminate this agreement for any reason,
CONSULTANT shall beentitled to payment, on an hourly basis in
accordance with the rate schedule herein, for work completed prior
to written notification.
SECTION 12. SUBCONTRACTORS:
This agreement is a personal service contract and the
supervisory work hereunder shall not be delegated to any person or,
entity without the consent of CITY.
7
$psi, N:; a
SECTION 13. ADDITIONAL PROVISIONS
CONSULTANT agrees that no regular employee of CITY
shall be employed by its firm during, the time that this agreement
is in effect,
A 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
Hugh H. foreman Jr. Vice President
CITY OF HUNTINGTON BEACH
a municipal corporation
y_
Mayor
ATTEST: APPROVED AS TO FORM
City Clerk City ttdrney��
REVIEWED AND APPROVED: INITIATED AND .APPROVED:
Cit Administrator Director of Pu c Works
Huntington Beach Desig a flovietu Board
P.O. BOX I30 CALIFORNIA 92648
April 19, 3.978
Hall & Foreman
2530 North Grand Avenue
Santa Ana, California
Attention:. Rick Doolittle
Subject: Request for Proposals for
Professional Services
Michael Drive Storm Drain
Gentlemen:
The City of Huntington Beach is accepting proposals for
the furnishing of professional engineering services needed to
construct drainage, facilities in the Michael Drive drainage
area as delineated on the accompanying map. Your firm is being
considered for this project.
The existing drainage facilities in the Michael Drive drainage
area consists of a 3611 pipe draining the easterly Michael Drive
cul-de-sac to the C6-SCl channel.' Preliminary studies have
indicated that a storm drain should be extended westerly to
Beach Boulevard and some up stream facilities have already been
installed by developers. It is now proposed to construct "a
storm drain connecting the existing 36" pipe in the westerly
portion of the tributary area to the C6 SC1 channel. The
existing 36" pipe draining the east Michael. Drive cul-de-sac to
the C6SC1 channel may not be adequate and, if not,, other
alternatives must be considered: for connection to the C6 SC'1
channel.
The selection of a firm for this project will be based on
the following:
1. Familiarity and prior experience with this type of
project,
2. Ability of the firm to complete the work and have
plans and specifications ready to advertise by July
15, 1978.
next page, please
EXHIBIT .....+.._.`tA�.. "
1. A list of similar projects which your firm has
previously completed, giving location, cost and
agency,
2. A brief outline of a proposed schedule for
implementation and completion of the project.
3. A list of personnel who will work on the project and
a brief resume, of each including recent projects they
have worked oi; indicate who would be the Project
Bngineer.
4. Any suggestions you may have, to help expedite the
project or special concerns ,that the City should be
made aware of.
It is anticipated that the scope ,of the work to be
performed by the"engineer will include but is not limited to
the following:.
1. A hydrology study of the tributary area and review of
the existing drainage system. The scope of this work
is not to include a review of the existing C6SCl
channel.
2-. Review of the various alternative sizes and locations
of a drainage facil t, o relieve the deficiency.
Recommend optimum sizi. and location of a new facility
including catch basins. Cities design criteria is to
maintain 10 year frequency flow within the street.
Design should also provide property damage protection
for a 100 year frequency flow.
3. All required preliminary and design surveying.'
Construction surveying will be done by the City and
will not be a part of the work :to be provided by the
engineer.
next page, please ....
Request for Proposals for Professional Services
Page 3
4. Preparation of all necessary hydrology, hydraulic and
structural calculations and submission to the City
for review and approval. All design to be in
conformance with City of Huntington Beach Standards
and Orange County EMA hydrology manual
S. Preparation of plans, specifications and cost
estimates necess_ to advertise the project for
bids. Plans shall be on City furnished linens with
standard City title block., Specifications shall be
based on "Standard Specifications for Public Works
Construction" (Green Book) for methods and materials
and City's standard General Requirements. Plans to
include a pipe across Cameron Street connecting the
36" pipes on either side and also a street plan for
the removal of the existing cross gutter at this
point
6. Coordinate all necessary utility notification'., and
relocations.,
7. Provide needed soil borings.
8. Process any required permits.
9. For your information, a Negative Declaration has been
granted to this projt'ct, therefore, an EIR will not
be required:
The City of Huntington 'Beach shall be responsible for the
following:
1. Providing all available existing information, such as
�`ies, benchmarks, adjacent improvement plans.
Z. Advertising for bids and awarding of the contract.
3. Be responsible for inspection, control of
construction, all payments to the contractor.
4. The printing of final plans and specifications for
bidding.
5. All required construction surveying.
next page, please .......
Request for Proposals for Professional Sery
Page 4_
is Huntington Beach's Standard form agreement for protessional
services which will inform you of our insurance and other
miscellaneous requirements.Also attached, is a hap showing
the probable drainage area.
Although the professional services req-ired for this
project will not be awarded Lased on competitive bidding, it is
desired that your fee be included with yovr proposal.
Huntington Beach has preferred to retain consultants on a
hourly basis up to a fixed maximum amount for the project,
therefore, ,it is requested that yc,ur fee be expressed in this
manner. Following receipt of the proposals, the most qualified
firms may -be interviewed prior to the final selection.
If your firm is interested in submitting a proposal for
this work, it is requested that it be submitted to the
Purchasing office by May 4, 1978. Please identify the proposal
by a notation on the envelope. It is our intention to approve
a professional service agreement at the City Council meeting of
May 1.5, 1978.
Should you require any additional information, please
contact Mr. Ron Lacher of the Public Works Department at (714)
S36-S4�1-
nY t Y 'ours,
R o H k*
Purc asing Officer
RH:RL:ps
�2i2! r - CITY
�.
Q.
ro;,u ate CHA E L DRIVE
i �
Drainage, Area
r 1 t W
o A!EhSEILLE -0R ¢ POLDER%DR
i
a i w w w
Z UwU F tl 1.
tt �
VALENCIA
r FFRTM ff -1 'I
q�
FRIESLAND DR. T
1 z
j[ J I I I I I J
( GUILDERS OR Z
I �
Z EI H i CF-E LL
HOLLAND
Scale: 1'1=513'
uj
SLATER AVE
t� =Exi s,St Drain Cha,:
PAL CR _ S. (C6 -SC1)
�r
_ xlstinag-tQ-rm-.Dr bn�: ..
a '_ -
— —• qr' 9�7h [Xi 4
DR I yt h
DR
z
�f
5 BENJAMIN DR
1 MDPLE CR
LrRR0'
DR
jj
i WM
wf . ...j.. (�
w_� a.. �,t'w p[ `' tti' ...6iL fi-1f1. Y: e,• JAI 1r.
• rj za za '' �
—At RFPT'
BY: Richard R. Doolittle
Project Engineer.
2530 NORTH GRAND AVENUE - P.O. SOX 11F,67 SANTA ANA, CALIFORNIA 92711 • TELEPHONE (714), 558.8723
• Return origtnal:and three copies of
completed certificate to, CERTIFICATE OF INSURANCE
City of Auntington) Beach TO
Dopt. r,,TM, CITY OF HUNTINGTON BEACH, CALIFORNIA
P. O. Box 190
Huntington Beach, California 02648', A MUNICIPAL CORPORATION
This is to certify that the policies of insurance as described below have been issued to the insured by the under-
wigned and are in force at this time. If these policies are cancelled or changed in such a manner that will affect this certificate, the
insurance company agrees to give 30 days prior written notice, by mail, to City of Huntington Beach, P. 0. Box 190, Huntington f
Beach, California 92648.
Name of Insured HALT; i)\ T) PORRMAN. TNC'
Address of Insured
2530 North GRRN , Orange, Ca.
Location of Insured Operations California
Description of Operation sC'i vij gi nper
Does policy cover;
All owned automobiles ( � Yes ( ) No
Non -owned automobiles ( A Yes ( ) No
Hired automobiles ( yJ Yes ( ) No
D, Additional insured Endorsement:
The insurer agrees that the City of Huntington Beach City Council, and/or all City Council appointed groups, committees,
commissions, boards and any other City Council appointed body, and/or elective and appointive officers, servants or
employees of the City of Huntington Beach, when acting as such are additional assureds hereunder.
E. Hold Harmless Agreement: By Insured: h ''«I�
The insured agrees to protect, defend; )ndemnif nd save harmless the ty of Huntington Beach against loss, damage orC
expense by reason of any suits, claims, demands, judgements and causes of action caused by insured, his employees, agents
l o,,any subcontractor' arising Out of or-.4 consequence of the 'lArformance.of all or any operations covered :by the certificate
of insurance, and such insurance shall be primary to any insurance of the city.
F. Minirnucn Limits Required: APPROVED AS TO FORM:
Combineill Single Limit Bodily Injury and/or Property Damage including Products Liability:. DON P. BONFA.
Ccombined single limit per occurrence. _ City A ornoy
G. Semarrks:.
By. lN�
eputy City Attorney
Date
May 24, 1978ESFNT
INSURANCE COMPAI&RAVELERS INDEMNITY COS � R
ll'llarpn' � Signature of Authorized Representative/Agent
Address
THE CITY Address GELKER AND ROHRER INS.
. . Ox , an a na a
City ORANGE CA Telephone ;�_547 4153
FREM014T INDEANITY CO.
LOS ANGE ES, CA.
POLtC ''SIN FORCE
POLICY
NUMBER
LIMITS OF LIABILITY'
_
P._%1-ECTIVE
EXPIRATION
A. Workers Compensation
Statutory
Employers' Liability 2
5A340
3/23/78
3/23/79
$ :LBO, 9F)^
,
B. Public Liability:
* $1,C u,000 combined single:
Bodily Injury:
limit. per occurrence..
Manufacturers and 65
2$8A37
3/25/78
3f25/79
Contractors FM GC
010105
4/25/78
4/25/79
$ * Each Person
Comprehensive
Oereral �
"
$ Each Accident
(Including products completed
operations)
Property Damage
SAME
SAME
SAME
� * Each Accident
C. Automobile Liability:
Bodily injury
$ ,_Each Person
SAME:
SAME
SAME
$ Each Accident
Property Damage
$ *' Each Accident
--U
y i`.'iJn original and three copin, of
completed'certgfiwteto: CERTIFICATE OF INSURANCE
City of Huntington Beach TO
Dept. City Clerk
CITY OF HUNTINGTON BEACH, CALIFORNIA ! % f✓
P. O. Box 190
Huntington Beach, California 92648 A MUNICIPAL CORPORATION
phis is to certify that the policies of insurance as described below have been issued to the insured by the under-
signed and are in force at this time, if these policies are cancelled or chan9ed in such a manner that will affect this certificate, the
insurance company'agrees to give 30 days prior written notice, by mail, to City of Huntington Beach, P. 0. Box 190, Huntington
Beach, California 92648. l
Name of Insured uAr-r
a
2530 North Glassell, Orange, Ca.
Address of Insured
Location of Insured operations California
Description of Operations Civil engineers
POLICIES IN FORCE
POLICY
NUMBER
LIMITS OF LIABILITY
EFFECTIVE
EXPIRATION'
A Workers Compensation
Statutory
Employers' Liability
285A340
3 23 / 78
3 23 79.
$ i`nn nnn
B. Public Liability:
* $1,000,000 combined single
Bodily Injury:
limit per occurrence.
Manufacturers and
3/25/7
3/25/7
Contractors ®
5 0 2 8 8A3
S
$ * Each Person
GC00101
5
Comprehensive
4/25/78
4/25/7
General
$ * Each Accident
(Including products completed
operations)
Property Damage
SAME
SAME
SAME
$ * _ Each Accident
C. Autowiobile Liability:
Bodily injury
$ * Each Person
SAME
AME
SAME
$ * Each Accident
Property Damage
$_ Each Accident
Does policy cover:
All owned automobiles ( X) Yes ( ) No
Non -owned automobiles ( X) Yes ( ) No
Hired automobiles ( X) Yes ( ) Na
D. Additional Insured Endorsements
The insurer agrees that the City of Huntington Beach City Council',�and/or all City Council appointed groups, committees
commissions, boards and any other City Council appointed body, Find/or elective and appointive officers; servants or
employees of the City of 1,3dntington Beach, when acting as such are additional assureds hereunder:
E. Hold Harmless Agreement: By
insured: ++^�-- ' 1tj%t,,
--_ { ,�.
The insured agrees to protect, defend, indepinif' and save harmless the ity of Huntington Beach ag in ss, ddmaye
expense by reason of any suits, claims, demands, judgements and causes of action caused by insured, his employees, agents
or any subcontractor arising out of or in consequence of the performance of all or any operations covered by the certificate
of insurance, and such insurance shall be primary to any insurance of the city.
F. Minimum Limits Required: APPROVED AS TO FORM.,
Combined Single LimitBodily Injury and/or Property Damage including Products Liability: DON P. SONFA
combined single limit per occurrence. City Attorney
G. Remarks:
B .
_Depot orney?b
Date May 24, 1978
--- $EPRFSECdTAT6K r
INSURANCE COMPANY L
TRAVELERS INDEMNITY CO By
Name .-Signature of Authorized Representative/Agent
Address THE CITY ,Address Ge1.ker and Rohrer Ins
P.O.i3ox 1254,Santa Ana,Ca.
City O?tANGE CA
-7 e,
Fremont Indemnity Co
Los Angeles, Ca.-
AOL
City o Huntington Beach
4 " P.C. Box 490 CALIFORNIA 9264
iFn ,
�,,.'� �•..'f OFFICE OF THE CITY CLERK
June 2, 197$
Hall and foreman, Inc.
2530 North Grand
Santa Ana, CA. 92711
Attn Mr. Hugh H. Foreman, Vice -President
Gentlemen
We are enclosing a copy of the executed agreement for the Trudy -Woodstock
Storm 'Drain CC-436 and the Michael Drive Storm Drain CC-435 for your
records. Also enclosed is a copy of your insurance certificate.
If you have any questions, please do not hesitate to call our office at
536-5226.
Sincerely,
Alicia M. Wentworth
City Clerk
AMW:bt
Enclosure
City of HuntingtonBeach
P.O. BONG ISO CALIFORNIA 926413
OFFICE OF THE CITE' CLERK
May 16 197E
J�
all and ForeD
2530 14. Grand.Santa Ana, .CaAttn: sir. Huice-President
Gentlemen:
The city Council of the City of Huntington Beach at its regular
meeting held Monday, May 15, 1978 approved agreements with your ,
firm for the engineering work for the design of the Michael Drive
Storm Drain and the Trudy -Woodstock Storm Drain,
Prior to execution by the City it k',11 be necessary for you to
provide the required insurance coverage. We have enclosed two
copies of the City'u instance form together with a copy of -each
agreement. Upon receipt by this office of the completed insurance
certificate we will forward an executed copy of the agreement for
your records.
If you have any .questions on this matter please do not hesitate to
call our office - 536-5226.
Sincerely, a
Alicia M. Wentworth
City Clerk
AMWacb
epic.
REQUEST FOR CITY COUNCIL ACTION
H. E. Hartge.� Public Works
Submitted by „ Department
Date Prepared May 8, , 19 7 8 Backup Material Attached rx� Yes No
Subject Trudy Woodstock Storm Drain; CC-436
City Administrator's Comments --
x Czx ou.�
Approved as recommended'. `-=! zqi
Cl
Statement of Issue, Recommendation, Analysis, Funding Source, Alternative Actions:
Statement of Issue:
Proposals were submitted to the City for the design of the Trudy - Woodstock
Storm _Drain as previously authorized by the City Council.
Recommended Action:
Accept the proposal from Hall & Foreman, Inc. to provide the needed
engineering work for a fee of $14,000 and authorize the execution of a
professional service agreement.
Analysis:
At the March 20, 1978 Council meeting authorization was given to solz.cit
proposals from consulting engineers to design the Trudy - Woodstock Storm
Drain. Proposals ,were received by the purchasing officer from the following'
firms-
Quoted Fee
1. Hali. & Foreman Inc. $14,000.00
2_. Berryman & Stephenson Inc. 14,100.00
3 R.M.G. Engineering Inc. 17,000.00
4. Willdan Associates 26,000.00
5. G.P.S. No fee Quoted
Based on a review of the proposals, it is recommended that Hall & Foreman,
Inc. be awarded the project.
iAlternatives
Hire additional City staff to design the project or postpone construction
of this much needed storm drain until after next year's winter season.
Funding Source:
The cost of the professional service will be funded from the Gas Tax Fund.1
HET : RLL • lw �
Pro 3/78
CITY OF
rx5;
L
4U �
84
r
■ _ e %ii� C C :3 .
Inee1 eneeenr.I� ►is.�iiiiii:%i�i . � C �
Iielieelleeeee= r e� na ii �_� �� ! � ;
® e�elleeee e �.F NEW
u u
AVE.
JI X�J� I r iR. w i {W :"^Ci 1 C CRANDALL [Mt-INETTE CR +' - . v I PEG" CN .r CF A CR
Rz+w$
IR
KENDA! K CA .. • DR CR�.. '
DfiOYLE DR 1` - r FAR INELLA DP FAR'MELLA DR j K y-,-, LYCIA DA•
c ,�
L� Dry - TTTTDR. W NA ; t 1..Dq C F
..L - 1 ! 1 N
1 r W
J O C f C D. i 1 CHANNEL C!-J L
w
tt
ll
FYl R
bt
Ab'
�� WARNER 4 AVE.
REQUEST FOR CITY COUNCIL ACTION
Submitted by H. E. Hartge ,�%` Department Public Works
Date Prepared May 5 19 78 Backup Material Attached M Yes No
Subject Michael Drive Storm Drain; CC-435
City Administrator's Comments
Approve as recommended. 4�2�1_kw_
I
CI CLb:TS
Statement of Issue, Recommendation, Analysis, Funding Source, Alternative Actions:^
Statement of Issue
-`oposals were submitted to the City for the design of the Michael Drive
Storm Drain as previously authorized by thew City Council.
Recommended Action
Accept the propoaal from Hall & Foreman, Inc.; to provide the needed engin-
eering work for a fee of $9,000 and authorize the execution of a
professional service agreement,.
Analysis:
At -the March 20, 1978 Council meeting authorization was given to solicit
proposals from consulting engineers to design the Micr_ael Drive Storm Drain
Proposals 'were received by the purchasing officer from the following firms:
Quoted Fee
Hall & Foreman, Inc. $ 9,000.00
R.M.G. Engineering Inc, 10,000.00
Willdan Associates 14,500.00
Berryman., Stephenson Inc. 18,900.00
G.P.S. No fee quoted
Based on a review of the proposals, it is recommended that Hail & Foreman
Inc. be awarded •the project:
Alternatives
Hire additional City staff to &asign the project or postpone construction
of this much needed storm drain until after next year's winter season.:
Funding Source
The cost of the professional service will be funded from the Gas Tax fund.
HEH: P-tL: jy
P10 3/76
31W 'i3a
a
r
--, � r� �� N7`✓3.6 NOI�JNIiNr1H '^�`�