Loading...
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 '^�`�