Loading...
HomeMy WebLinkAboutCash and Associates, Inc. - 1987-09-21 CITY OF HUNTINGTON BEACH 2000 MAIN STREET CALIFORNIA 92648 OFFICE OF THE CITY CLERK IPAI c.{e alua Tl mt- CONNIE BROCKWAY 7D C*S. CITY CLERK CITY CLERK LETTER OF TRANSMITTAL REGARDING ITEM APPROVED BY THE CITY COUNCILIREDEVELOPMENT AGENCY APPROVED ITEM DATE: -t 3 / TO: ATTENTION: Name aml e. tit.. DEPARTMENT: Street o vJ-A , IXy08o / REGARDING: City,S te,Zip See Attached Action Agenda Item 4E-3 Date of Approval .2.0, Enclosed For Your Records Is An Executed Copy Of The Above Referenced Item For Your Records. Connie Brockway City Clerk Attachments: Action Agenda Page ✓ Agreement Bonds Insurance RCA Deed Other Remarks: Name Department RCA Agreement Insurance Other Name Department RCA Agreement Insurance Other Department Q RCA Agreement Insurance Other Risk Management Department Insurance Copy G:Followup/agrmts/transltr (Telephone: 714-536-5227) 0 Agenda 01/20/98 0 (6) Page 6 Council/Agency E-2. (City Council) Approve Acquisition Of Property & Acceptance Of Easement Deed For Goldenwest Street Right-Of-Way -Approval Of Escrow Instructions - John & Mary Schuesler APN 110-210-06 - Holly-Seacliff Development Area - Goldenwest Street And Garfield Avenue - 1. Approve the Acquisition of APN 110-210-06, approve the escrow instructions and authorize the Administrative Services Director to execute; 2. Accept the easement deed from John and Mary Schuesler for the parcel described, and 3. Authorize acceptance by the City Clerk with recording to follow through indicated escrow. Submitted by the Deputy City Administrator-Administrative Services Director [Approved 5-0 (Green: Absent, Garofalo absent from room] E-3. (City Council) Approve First Amendment To The March 21 1998 Engineering Services Contract With Cash & Associates -Water Warehouse Additions And Improvements - CC-719/CC-1058 -Approve Modification To Insurance Requirements - 1. Approve and authorize the Mayor and City Clerk to execute the First Amendment to Engineering Services Contract between the City of Huntington Beach and Cash &Associates, Inc. for Water Warehouse Additions and Improvements (CC-719/CC-1058) for a cost not to exceed $73,000; approve the Settlement Committee recommendation to modify the Indemnification and Hold Harmless Paragraph of the contract; and approve a deductible amount of$50,000 for the Professional Liability Insurance; and 2. Authorize the Pubic Works Director to expend a total of$73,000 including the contract cost of$64,950, estimated contingency costs of$6,500 and estimated supplemental expenditures of$1,550. Submitted the Public Works Director [Approved 5-0 (Green: Absent, Garofalo absent from room] E-4. (City Council) Approve Participation In Orange County Methamphetamine Lab Investigation Team -Approve participation in the Orange County Methamphetamine Lab Investigation Team and authorize increasing the Police Department staffing by one (1) sworn position to replace the officer assigned to the team). Submitted by the Chief of Police (Costs reimbursed to city through Grant from California State Office of Criminal Justice Planning and Drug Asset Forfeiture Program.) [Approved 5-0 (Green: Absent, Garofalo absent from room] E-5. (City Council Approve Regional Services Programs - Budget Amendment - (Traffic Sign Fabrication Traffic Signal Maintenance -Video Inspection Of Sewer And/Or Storm Drain Lines Approve an Amendment to the Current Year Budget by appropriating $69,000 For Regional Services Programs. Submitted by the Public Works Director. (Traffic sign fabrication, traffic signal maintenance, video inspection of sewer and/or storm drain lines.) [Approved 5-0 (Green: Absent, Garofalo absent from room] (6) - mow 11TY OF HUNTINGTON BEACH MEETING DATE: 1/20/98 DEPARTMENT ID NUMBER: PW 98-009 Council/Agency Meeting Held: j/.z0A9g T/ Deferred/Continued to: �7 © Approved ❑ Conditionall A roved ❑ Denied t 2 City Cler s Signature -Oal Council Meeting Date: 1/20/98 Department ID Number: PW 98-009 CITY OF HUNTINGTON BEACH REQUEST FOR COUNCIL ACTION SUBMITTED TO: HONORABLE MAYOR AND CITY COUNCIL MEMBERS SUBMITTED BY: RAY SILVER, Acting City Administrator - PREPARED BY: Les M. Jones II, Director of Public Works T,K- SUBJECT: Approve First Amendment to the March 21 , 1988 Agreement with Cash & Associates - Water Warehouse Additions and Improvements (CC-719/CC-1058) Statement of Issue,Funding Source,Recommended Action,Alternative Action(s),Analysis,Environmental Status,Attachment(s) Statement of Issue: In 1989 when the City Water Operations Warehouse was expanded and other site improvements undertaken, the budget was insufficient to construct all the improvements that were designed by Cash & Associates and included in the bid documents. Replacement of the underground fuel tanks and installation of a new fueling station and a truck wash facility were deferred because of insufficient funds and budgeted for in FY 97- 98. The City now must undertake the underground fuel storage tanks replacement to comply with state and federal Underground Storage Tank regulations by December 22, 1998. The new fueling station and truck wash facility could be undertaken concurrent with the fuel storage tank replacement. The City Council must decide whether to approve the agreement amendment with Cash & Associates. Funding Source: Sufficient funds totalling $520,000 are available in account number EW-PW-921-639, for the relocation of Gas Tanks/Pumps and appurtenant work (Water Warehouse Additions and Improvements) at the Water Operations Yard. 0029522.01 -2- 01/07/98 8:16 AM fQUEST FOR COUNCIL ACTT• MEETING DATE: 1120/98 DEPARTMENT ID NUMBER: PW 98-009 Recommended Action: Motion to: 1. Authorize the Mayor and City Clerk to execute the attached First Amendment to Engineering Services Contract between the City of Huntington Beach and Cash & Associates, Inc. for the Water Warehouse Additions and Improvements (CC-719/CC- 1058) for a cost not to exceed $73,000; approve the Settlement Committee recommendation to modify the Indemnification and Hold Harmless Paragraph of the attached contract; and approve a deductible amount of $50,000 for the Professional Liability Insurance. 2. Authorize the Director of Public Works to expend a total of$73,000 including the contract costs of$64,950, estimated contingency costs of $6,500 and estimated supplemental expenditures of$1,550. Alternative Action(s): 1. Deny approval of the recommended action and direct staff to solicit proposals from other consultants for the desired professional services. 2. Deny approval of the recommended action and direct staff how to proceed. Analysis: An agreement with Cash & Associates was approved by the City Council on March 21,1988 for professional services to prepare plans and specifications for additions to the warehouse and other site improvements at the City's Water Operations Yard. The budget was insufficient to construct all the improvements that were designed by Cash & Associates and included in the bid documents. Replacement of the underground fuel tanks and installation of a new fueling station and truck wash facility were deferred at the time of award of the construction contract in 1989 because of insufficient funds, and were budgeted for in the current fiscal year. The City now must undertake the underground fuel storage tank replacement to comply with state and federal Underground Storage Tank regulations by December 22, 1998. Since Cash & Associates was the original design consultant for the project, it is recommended that the professional services agreement with the firm be amended to include the following services: • Revise the previously prepared construction documents to reflect the changed conditions on the site since the original documents were prepared. • Modify the documents to provide for construction of the fueling station. • Process the construction documents for Building Department plan check and approval. • Prepare the construction specifications and bid documents. • Provide engineering assistance during the construction phase. 0029522.01 -3- 01/08/98 3:06 PM RQUEST FOR COUNCIL ACTIN MEETING DATE: 1/20/98 DEPARTMENT ID NUMBER: PW 98-009 The advantages to the City contracting with Cash & Associates for these services include: • Cash & Associates is uniquely qualified to perform these services, having acquired specific knowledge of the site because of their previous work on the project putting them way ahead of the learning curve compared to other firms who might be brought in at this point. • Cash & Associates was previously selected through a competitive selection process. • For liability reasons, it is unlikely that another firm would be willing to simply revise and update the work previously done by Cash & Associates, which would therefore result in a greater cost to the project. • There would be a time and cost savings by not having to go through a consultant selection process that could take in excess of three months. Cash & Associates' insurance carrier can not provide coverage that meets City's indemnification and Hold Harmless requirements of the City's contract. A request was submitted to the Insurance Settlement Committee for a waiver to our requirements, and on January 8, 1998 a waiver was granted. The following paragraph shows the revised wording approved by the Insurance Settlement Committee. The bold underlined words have been added to the original paragraph of our standard contract. CONSULTANT shall protect, defend, indemnify and hold harmless CITY, its officers, officials, employees, and agents from and against any and all liability, loss, damage, expenses, costs (including without limitation costs and fees of litigation of every nature) to the extent arising out of or in connection with the CONSULTANT'S negligent performance of this agreement or its failure to comply with any of its obligations contained in the agreement, except such loss or damage which was caused by the sole negligence or willful misconduct of the CITY. It is important that the City proceed as quickly as possible with the design and construction of this project because all of the City's underground storage tank facilities must be in compliance with state and federal Underground Storage Tank regulations by December 22, 1998. Environmental Status: Categorically Exempt from the California Environmental Quality Act. 0029522.01 -4- 01/06/98 9:11 AM UEST FOR COUNCIL AC •Q U ACTION MEETING DATE: 1/20198 DEPARTMENT ID NUMBER: PW 98-009 Attachment(s): NumberCity Clerk's Page Description ................................................... .................................................... ................................................... .................................................... ................................................... .................................................... ................................................... 1. Location Map 2. First Amendment to Professional Services Contract between the City and Cash &Associates 3. Approved Certificate of Insurance RCA Author: Kato 0029522.01 -5- 01/06/98 9:11 AM ATTACHMENT 1 Q� S m N �P Fc = BOLSA AVE. O Q cn n cn cn m Mc FADDEN AVE. zEDINGER w cf) U) AVE. N.T.S. J J z Q N Cn 0 �� 00 �HEIL Q � � Q AVE. m z = z Q Q 0 o z m � � 0 of < -i n J � O V) 0 WARNER w CD Jo AVE. CD SLATER AVE. 405 TALBERT AVE. E PACIFIC 9�'i,� o i0 ELLIS AVE. ARFI ELD AVE. — o \ cn v n Q y AVE. ^��� ADA S AVE. cn w Opq ty, = E INDIANAPOLIS AVE. Y Q 0 c/) �L� o OfCD o 0 ATLANTA Q = AVE. m _ 0 cn Q D) PROJEC T L OCA TION m z HAMILTON AVE. OCEAN 00 Ln 'ylCD giy BANNING co AVE. Ln 0 U U 0 Q U Q 0 W Q i= O N O ATTACHMENT # 1 PROJECT LOCATION MAP WATER WAREHOUSE IMPROVEMENTS CC-719/ 1058 CITY OF HUNTINGTON BEACH DEPARTMENT OF PUBLIC WORKS ATTACHMENT 2 .1 • • FIRST AMENDMENT TO ENGINEERING SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND CASH AND ASSOCIATES, INC. FOR WATER WAREHOUSE ADDITIONS AND IMPROVEMENTS [CC-719/CC-1058] THIS AGREEMENT, made and entered into this —')Dd day of 98 19W, by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY", and CASH AND ASSOCIATES, INC., a California corporation, hereinafter referred to as "CONSULTANT." WHEREAS, CITY and CONSULTANT entered into an agreement for design services for the Water Warehouse Project on March 21, 1988. WHEREAS, CITY desires to engage the services of a consultant to provide additional engineering services for Water Warehouse additions and improvements in the City of Huntington Beach; 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 Scope of Work dated May 13, 1997, and subsequently revised on July 29, 1997 and October 21, 1997 (hereinafter 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." 2. CITY STAFF ASSISTANCE CITY shall assign a staff coordinator to work directly with CONSULTANT in the performance of this Agreement. 1 jmp/k/PCD/cash assoc/1/12/98 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 sixteen (16) weeks from the date of this Agreement. These tithes may be extended with the written permission of the CITY. 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT a fee not to exceed Forty-Eight Thousand Dollars ($48,000). 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. 6. METHOD OF PAYMENT A. CONSULTANT shall be entitled to monthly progress payments on the basis of the percentage of completion, toward the fixed 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 jmp/k/PCD/cash assoc/8/29/97 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 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 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. 3 jmp/k/PCD/cash assm/8/29/97 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 notices, 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 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 shall protect, defend, indemnify and hold harmless CITY, its officers, officials, employees and agents from and against any and all liability, loss, damage, expenses, costs (including without limitation costs and fees of litigation of every nature) to the extent arising out of or in connection with the CONSULTANT's negligent performance of this agreement or its failure to comply with any of its obligations contained in the agreement, except such loss or damage which was caused by the sole negligence or willful misconduct of the CITY. 9. 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 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 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. 4 jmp/k/PCD/cash assoc/12/31/97 10. PROFESSIONAL LIABILITY INSURANCE CONSULTANT shall furnish a professional liability insurance policy covering the work performed by it hereunder. Said policy shall provide coverage for CONSULTANT's professional liability in an amount not less than $1,000,000 per occurrence and in the aggregate. A claims made policy shall be acceptable if the policy further provides that: 1. The policy retroactive date coincides with or precedes the professional services contractor's start of work (including subsequent policies purchased as renewals or replacements). 2. Consultant will make every effort to maintain similar insurance during the required extended period of coverage following project completion, including the requirement of adding all additional insureds. 3. If insurance is terminated for any reason, Consultant agrees to purchase an extended reporting provision of at least two (2) years to report claims arising from work performed in connection with this Agreement. 4. The reporting of circumstances or incidents that might give rise to future claims. 11. CERTIFICATES OF INSURANCE. 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 as required by this Agreement; said certificates shall: a. provide the name and policy number of each carrier and policy; b. shall state that the policy is currently in force; and C. shall promise that such policies shall not be suspended, voided or canceled by either party, reduced in coverage or in limits except after thirty days prior written notice; 5 jmp/k/PCD/cash assoc/12/31/97 however, ten days prior written notice in the event of cancellation for nonpayment of premium. 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 the 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. 12. INDEPENDENT CONTRACTOR CONSULTANT is, and shall be, acting at all times in the performance of this Agreement as an independent contractor. CONSULTANT shall secure at its expense, and be responsible for any and all payment 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, 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. 6 jmp/k/PCD/cash assoc/8/29/97 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. 17. NOTICES Any notice 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 Service, addressed as follows: TO CITY: TO CONSULTANT: Ron Winslow, Project Manger Cash &Associates City of Huntington Beach Randy Mason, President 2000 Main Street 5772 Bolsa Avenue, Suite 100 Huntington Beach, CA 92648 Huntington Beach, CA 92649-1134 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 subcontractor work involving legal services, and that such legal services are expressly outside the 7 jmp/k/PCD/cash assoc/8/29/97 scope of services contemplated hereunder. CONSULTANT understands that pursuant to Huntington Beach City Charter Section 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. 20. ATTORNEY'S FEES In the event suit is brought by either party to enforce the terms and provisions of this agreement or to secure the performance hereof, each party shall bear its own attorney's fees. 21. 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 offices the day, month and year first above written. CASH AND ASSOCIATES, INC. CITY OF HUNTINGTON BEACH, A municipal corporation of the State of California ]3y:_"—Z4��4 print name ITS: (circle one)Chairman esiden ice President Mayo AND ATTEST: • r B City Clerk lV>e-I= 112d ,t5 . siM P3y� print name APPROVED AS TO FORM: ITS: (circle one)Secretary hief Financial Offic. /Asst. Secretary-Treasurer ��A- ,p. rney p REVIEWED AND APPROVED: INITIATED ND A OVED: City Administrator --r17 Director of blic orks 8 jmp/k/PCD/cash assoc/8/29/97 EXHIBIT "A" AGREEMENT FOR PROFESSIONAL SERVICES FUEL AND WASH FACILITIES CASH & ASSOCIATES HUNTINGTON BEACH WATER DEPT. Elliott H.Boone [A FUEL&WASH FACILITIES Randy H.Mason Engineering and Architecture WilfridoB.Simbol Job No. 3055.06 May 13, 1997 (Rev. July 29 &October 21, 1997) AGREEMENT FOR PROFESSIONAL SERVICES (Short Form) With this Short-Form Agreement,we offer the following Scope of Services: A. Scope of Work 1. Phase I a. Provide a scaled site plan that allows the traffic flow patterns to be represented. b. Provide concept layouts for the location of the fueling facility. Provide alternative layouts that minimize loss of existing parking spaces. Meet with Water Department personnel to receive input. Finalize site plan layout. C. Administer the physical layout of the fuel facility on the site to obtain comments from drivers. d. Provide topographic surveys of the fuel and wash areas to determine the interface of pavements and surface drainage characteristics. (Bill Carr Survey's Inc.). e. Evaluate as-built conditions as they relate to underground utilities. f. Update the geotechnical report previously made for the Water Warehouse Project. g. Research design/build firms capable of providing the fueling facility and determine the code changes since this facility was specified in 1989. Incorporate all appropriate specifications and criteria. h. Provide an estimate of construction cost for the new facilities. 2. Phase II a. Once layouts are approved, prepare a set of drawings and specifications tailored specifically for the fuel and wash facilities. This is necessary since elements of the design packages are scattered amongst various drawings for the Warehouse and other various project elements, some of which are already built, and others are not. 1) Fuel facility shall include new dispensers, and not utilize existing dispensers as originally planned. 2) Cash & Associates will re-specify wash equipment that better suits the needs of the Water Department. Pressure washer shall not include a soap dispensing unit as part of the equipment. b. Update all structural calculations for the wash facility enclosure as necessary for permit processing. C. Rework project specifications as may be necessary to separate the fuel and wash facilities from unrelated past projects. d. Resubmit entire package to the City of Huntington Beach Building Department for review and approval, if necessary. 5772 Bolsa Avenue, Suite 100 ■ Huntington Beach, CA 92649-1 134 USA ■ TEL: (714) 895-2072 ■ (562) 426-6145 ■ FAX(714) 895-1291 Mail: P0. Box 2715, Huntington Beach, CA 92647-0715 ■ E-mail: cashassoc@aol.com ■ A California Corporation GENERAL CONDITIONS 1. Payment: Delinquent payments shall bear interest from the statement date at the rate of 10 percent per annum. No deduction shall be made from Engineers compensation on account of problems or losses for which Engineer has not been held legally liable. Any payment not received within 30 days of statement date will be cause for cessation by Engineer of all work on the Project. In light of the obvious advantage of resolving questions and disputes regarding Engineer's statements quickly and while recollections are fresh,Client will notify Engineer of any questions or dissatisfaction which it may have regarding any particular statement within 30 days of the statement date;and if Client fails to give Engineer such notice,then Client will have waived its right to dispute the accuracy and appropriateness of the statement and the statement will be binding upon Client. 2. Warranty: Engineer warrants that all of the services provided by and on its behalf pursuant to this Agreement will be performed with care,skill and diligence in accordance with generally and currently accepted engineering and architectural principles and practices. This warranty is in lieu of all other warranties, either express or implied. Further.Engineer shall not be responsible for matters other than its own professional services;and in particular,without limitation,Engineer shall not be responsible for delays beyond its reasonable control,for inaccurate information provided to it by Client or other reasonably reliable sources,for site conditions of which a is not informed,for any failure to investigate or detect hazardous materials or toxic wastes,for construction procedures or safety precautions,for implementing Client's lawful design decisions or instructions,for the actions or inaction of governmental agencies,or for any failures of materials or contractors. 3. Verification of Existing Conditions: Inasmuch as the remodeling and/or rehabilitation of an existing site and/or facility requires certain assumptions to be made regarding existing conditions,and because some of these assumptions may not be verifiable without expending additional sums of money,or destroying otherwise adequate or serviceable portions of the site and/or facility,Engineer will not obtain complete information about existing conditions,and Client shall indemnify Engineer to the fullest extent allowed by law concerning any loss and/or claim which may arise from site conditions of which Engineer has not been informed. 4. Construction Documents: Construction Documents shall be in sufficient detail to enable a knowledgeable general contractor following established industry practices to complete construction with only routine inquiries and clarifications;and where in Engineer's judgment appropriate,they may consist of performance specifications sufficient to enable the affected subcontractors to design and construct their particular portions of the Project. Client acknowledges that changes to the Construction Documents will inevitably be required as a result of minor omissions,ambiguities or inconsistencies in the plans and specifications,and therefore Client agrees to make no claim against Engineer with respect to any payments or to claims by the Project's contractors as a result of such changes to the extent that the total cost of these changes does not exceed 10 percent of the Project's overall construction budget. 5. Opinion of Probable Construction Costs: Since Engineer has no control over the cost of labor,materials or equipment,or over any contractor's method of determining prices or over competitive bidding or market conditions,Engineer's opinions of probable construction costs concerning the Project are based solely upon his informed judgment;and if Client wishes greater assurance as to construction costs,then Client shall employ an independent cost estimator. 6. Site Observation: Engineer will have no site observation responsibilities and no responsibility for the contractor's performance,and Client shall indemnify Engineer to the fullest extent allowed by law concerning any loss and/or claim which may arise out of the contractor's performance. 7. Submittal Review: Appropriate Contractor submittals formally submitted to Engineer will be reviewed with reasonable promptness(usually within 10 working days)for conformance with design concept and compliance with the Construction Documents,only,and not for quantities,constructability or matters within the assumed expertise of the submitting Contractor. 8. Risk Allocation: Client and Engineer have discussed their risks,rewards and benefits of the Project and the Engineer's total fee for services. The risks have been allocated such that the Client agrees that to the fullest extent permitted by law,Engineer's total liability to Client for any and all injuries,claims,losses, expenses,damages or claim expenses arising out of this Agreement from any cause or causes,shall not exceed the total amount of$50,000.00. Such causes include but are not limited to Engineer's negligence,errors,omissions,strict liability,breach of contract or breach of warranty. 9. Indemnification: Engineer will endeavor to stand behind its services by taking reasonable steps to maintain appropriate liability insurance,and by defending and indemnifying Client and Client's principals and employees to the full extent of this insurance from and against any and all claims and/or liability arising out of Engineer's active negligence or willful misconduct in the performance of the services called for by this Agreement. Conversely,in light of the limited nature of Engineers involvement with the Project's overall planning and execution and of the disparity between Engineer's fee and the potential liability for problems or alleged problemswith the Project,should Engineer be subjected to claims and/or become embroiled in litigation concerning the Project but not arising out of Engineer's active negligence or willful misconduct,then Client will to the fullest extent allowed by law defend and indemnify Engineer and Engineer's principals,employees and subconsultants from and against such claims and liability even if they involve allegations of design defects within the meaning of California Civil Code Section 2782. 10. Termination: Because of the importance of a good working relationship between Client and Engineer,it is hereby agreed that either party may terminate this Agreement upon written notice to the other party provided only that this notice is given in a good faith belief that said working relationship is less than satisfactory. Further,Engineer may suspend its performance under this Agreement and/or terminate this Agreement and its related obligations to Client with no liability for so doing at any time if Client allows an invoice to become delinquent pursuant to the compensation provisions of this Agreement. Upon the termination of this Agreement by either party,the Client shall pay the Engineer for services performed and reimbursable costs incurred at rates and for items determined by the applicable terms of this Agreement. 11. All Risk Insurance: Client shall require the Project's general contractor to purchase and maintain during the course of the Project's construction builder's risk"all risk"insurance which names Engineer as an additional insured as its interest may appear. 12. Ownership of Documents: The documents prepared by Engineer pursuant to this Agreement shall become the property of Client upon the completion of the Project,and from that date on Engineer shall have neither rights nor obligations concerning these documents. Should these documents be used on other projects, or on extensions or modifications of the Project,however,then Client shall indemnify Engineer to the fullest extent allowed by law against all claims made against the Engineer or arising from or related to such reuse and for all legal expenses including actual attorney's fees in connection with such claims. 13. Breach Procedures: 1f at any time either party should feel that the other has materially breached this Agreement,then it shall notify that party in writing setting forth clearly what must be done to cure that breach;and thereafter the party so notified shall have 14 calendar days to take the prescribed action. 14. Excluded Services: a. Geolechnical reports and/or evaluations. b. Surveys and topographic mapping. C. Asbestos and toxic material identification and assessment. 15. Miscellaneous: In the event that litigation and/or disputes develop between Engineer and Client concerning or arising out of this Agreement,then the prevailing party shall be entitled to recover from the other reasonable attorney's fees and litigation costs. phis Agreement shall be binding upon and insure to the benefit of the parties hereto and their respective partners,joint ventures,heirs,estates,personal representatives,successors and assigns. This Agreement shall be interpreted and enforced under and pursuant to the laws of the State of California. In the event that any provisions of this Agreement shall be invalid or unenforceable,then the remaining provisions shall be valid and binding on the parties. In the event that this Agreement is for any reason terminated,its indemnity provisions shall remain in full force and effect,and in the event that any indemnification herein called for shall be prohibited by law,then the subject indemnification provisions shall not be void, but rather shall be interpreted as requiring indemnification only to the fullest extent allowed by law. 3. Phase III a. Provide Bid and Construction Services. 1) Standard construction administration services (performance/specification package review, meetings, shop drawing review, RFI response, conflict resolution). B. The Scope of Work outlined above is: Ready to Begin. C. Items Provided by Others: 1. The City of Huntington Beach shall provide Cash &Associates with the original mylar drawings for our use. Cash &Associates will employ a cut& paste method for creating specific documents from the originals. The final product will be a photo process with mylars being the ultimate document. 2. Specification will be provided in hardcopy as well as electronic file. D. Our fees for the Scope of Work outlined above is as follows: Phase 1 $12,500.00 FFP Phase 11 $29,950.00 FFP Phase 111 $22,500.00 T&M, NTE We propose to charge in accordance with Exhibit D,"Rate Schedule" enclosed. This Agreement is subject to the General Conditions on the back of this page. In the event that revised or additional services are required,we will estimate the charges and contact the Client before we start the work. E. Work Stoppage: If work on proposed project is suspended or remains inactive for a period of 180 days, Cash & Associates will assess a fee on a Time & Material basis to reactivate and re-familiarize ourselves with the project requirements. F. Schedule: Phase I -Six(6) Weeks, Phase II - Eight (8) Weeks. If this is acceptable to you, please sign in the space provided below and this Agreement will provide you with the current scope and cost of our services and provide us with the assurance that you understand the obligation to pay for our services. Very truly yours, CASH &ASSOCIATES 114 �-- Client: CITY OF HUNTINGTON BEACH Randy H. Cason, P.E. Public Works Dept. Water Division President Attention: Mr. Doug Kato P.O. Box 190 Huntington Beach, CA 92648 Cash &Associates is authorized to provide the Professional Services. (Signature) Title Date ATTACHMENT 3 DEC 31 '97 14:24 CASH & ASSOCIATES 714 695 1291 P.2 AM)ft 01, R 6Y N•vw. q+ ., 77U THIS CI;"FiCATT IS�1Q— AS A i111A : :rND i CONI�RS NO RIQltir$ UPON THE Ct� ATE HOLDR.R14?HIS CEDOWOp, Iten2*4 Q Assoc)oteo DOES IlOT AkTEMD, EXTBN>D Oti ALT'R rdl COVRRAGE AFFORDE LICOfIS$ CoUG732 OOLlCIES BELQW. _............................ ... ..,... .................. naRmn cc..vc svrra Aso s Aaw CA 0a707 GOMPANIES AFFOADING COVERAGE s...__»...._..�r�.r..... ........w.. IRE A► caipn 6 Ins. Cv. - •... ... ..... ..r.................. . ... T ._�..•.,.... ........... __. . .................. our - •-• 8 d Q�� LEI m >- _,..r.,.r.........r...._..........-................... ............. coaD And Assaeiat-CO EnOocera GOO,/UGy �� C r suite Ica (' lea �....._..................... .............r.,......__.................._._............................ STD Balsa Am. .............. . .......... -W-14: n barb CA 0.s.Ia tF"M D ..•---......•,•.,...................... ............ r E _ 7Hi9 t3 TO CERTIFY 7►tAT 7HE t'OLICItg OF lv$URANOE L!$TED Bt1OW HAVE eP1�v 195Vf'J TO THE INSURED NAM � ttiOtCATF9, r:Q7,v[T}+3T+V(D:NG AtJY ABOVE FOR THE POLICY PERIOD f1t QLlIAE2AENT TEAM OR GOn+DIT10N OP ANY CONTRA,G'i O- pTt1 A OCCVtIrG%T WIT1i R£SPEGT TO WHICH TNIS CERTIRCATg UAY SE t$3VED QH MAY PFATA:V. TM1:INSUAA►aCE AFFORDED ay THE WWCIG$DESCP OED F� IS SUWS TO ALL THE TERMS. U3StON$ At�Q CONOfiiGNS OF$JCH POl)CtE$. vM1T5 SHOWN AdAY VF HA _-___,................... WE REDUCED SY PAID CLAIM& .......... TYAt 7u6Ur�AtrGC pOIIL'Y IWP l3i mP� 'ttJLXX T'>(S�IgAYi 7D/ Y... Pou:y t care (L•�) oAYcts+iwom) `• w+nS 1 » e ........................ Eov Lentlylll p Ord 1.............._..� � �0• ... • :r..•.i^i d CO+trRaGrDrY3 tcr. 1 ........ry....•.�r..�.�. C WM•....I._...IMJ.K 1 1....../ .... • . •r...C............................ t i....•- -.. .-. .....................•_...»......•-__.... .........y.. t t7WF}SF(AiY/OW CIIi0P1'rt ... ........ , E i .... •,.....,..1•Gt NpO$ii+{Qs� .... ............s.............. ...._............ ANY AiltO i Laatt :�O�AUYO$ 1 i i i .............•............................. ................ :..... VJ4=UL50 AUTOe i BODILY"AJRY ................» ........... .ro.........--•-..................... `,G► xm uAg>un ::. .. . . , AS TO FOPA:i _.. ... _»....»......__... MY N Pao � ,��.���......�_�,.,_`....-. G&CH UKKIAA AQRW i »....... s c :Sanen twwUuo FCa .._..._..... EACH ACCIQWT 04t' S ........... . .. ce Gtim" S. Ot6E+3p saps EmI'IAYEb •i Ppplssalen�3 FlStlki"rlya+ OL509901-01 11/OS/9: I1/JT/4� ' :Per claim 1,OeC,OpO �Ar-Ujt Aggregate 1,040,040 ocsoRl"m OF ... . * AE: vro ect 3Q 5.2'� /y atj� a+►i0R PROFESSIONAL LIABILITY COYEKAip THE •, • AGGREGATE LIMIT IS THE M(AL INSURANCE AVAILA86F FOR ALL cOVERED CLAIMS PRESENTED WITHIN THE POLICY PERIOD. THE LIMIT WILL BE ItIDNCED BY PA mew$ FOR INDEMNITY ANO EXAEN3E. 4 riz°t R ° SHOULD A"(1F .,3 C THE AaQVF-DIESCM5ED POL! to E. wI 9F CANCAI.FD BEFORE THE EVIRATION Qatx THpq,: F, TNc ISSUING COS,pV4Y WILL 4TT; 09 tlZlYTJLICTO0 8.'r�cj MAIL-�' OAY3'�Rrrr;u kOPCE TO THE C�-,1,`tCA1'E HOLDER tw,u 7 A*T�'' Ra3A AeAdJAtiS&i�?srr calTlla7pm EO O THE 2000 Ham STRZET u �. 1GRF.C""4 MUNTIXGTON 32AW1 Ca SZ l A 1 ��urrrGAb a... A� [Mo 'd 8(B9 teP HL 'ON XH� • • RCA ROUTING SHEET INITIATING DEPARTMENT: Public Works SUBJECT: Approve Amendment to Cash & Associates Contract - Water Warehouse Additions & Improvements (CC-719/CC-1058) COUNCIL MEETING DATE: January 20, 1998 RCA ATTACHMENTS STATUS Ordinance (w/exhibits & legislative draft if applicable) Not Applicable Resolution (w/exhibits & legislative draft if applicable) Not Applicable Tract Map, Location Map and/or other Exhibits Attached Contract/Agreement (w/exhibits if applicable) (Signed in full by the City Attorney) Attached Subleases, Third Party Agreements, etc. (Approved as to form by City Attorney) Not Applicable Certificates of Insurance (Approved by the City Attorney) Attached Financial Impact Statement (Unbudget, over $5,000) Not Applicable Bonds (If applicable) Not Applicable Staff Report (If applicable) Not Applicable Commission, Board or Committee Report (If applicable) Not Applicable Findings/Conditions for Approval and/or Denial L Not Applicable ........................ . EXPLANATION FOR MISSING ATTACHMENTS REVIEWED RETURNED FORWARDED Administrative Staff ( ) ( ) Assistant City Administrator (Initial) ( ) ( ) City Administrator (Initial) ( ) ( ) City Clerk ( ) EXPLANATION FOR RETURN OF ITEM: (Below • . For Only) RCA Author: Kato f1TY OF HUNTINGTON BEACI MEETING DATE: 1/20/98 DEPARTMENT ID NUMBER:PW 98-009 Council/Agency Meeting Held: Deferred/Continued to: ❑ Approved ❑ Conditionally Approved ❑ Denied City Clerk's Signature Council Meeting Date: 1/20/98 Department ID Number: PW 98-009 CITY OF HUNTINGTON BEACH REQUEST FOR COUNCIL ACTION SUBMITTED TO: HONORABLE MAYOR AND CITY COUNCIL MEMBERS SUBMITTED BY: RAY SILVER, Acting City Administrato PREPARED BY: Ws M. Jones II, Director of Public Works _ SUBJECT: Approve First Amendment to the March 21, 1988 Agreement with Cash & Associates -Water Warehouse Additions and Improvements (CC-719/CC-1058) Statement of Issue,Funding Source,Recommended Action,Alternative Action(s),Analysis,Environmental Status,Attachment(s) Statement of Issue: In 1989 when the City Water Operations Warehouse was expanded and other site improvements undertaken, the budget was insufficient to construct all the improvements that were designed by Cash & Associates and included in the bid documents. Replacement of the underground fuel tanks and installation of a new fueling station and a truck wash facility were deferred because of insufficient funds and budgeted for in FY 97- 98. The City now must undertake the underground fuel storage tanks replacement to comply with state and federal Underground Storage Tank regulations by December 22, 1998. The new fueling station and truck wash facility could be undertaken concurrent with the fuel storage tank replacement. The City Council must decide whether to approve the agreement amendment with Cash & Associates. Funding Source: Sufficient funds totalling $520,000 are available in account number EW-PW-921-639, for the relocation of Gas Tanks/Pumps and appurtenant work (Water Warehouse Additions and Improvements) at the Water Operations Yard. 05 0029522.01 -2- 01/07/98 8:16 AM RAUEST FOR COUNCIL ACTIO1 MEETING DATE: 1/20/98 DEPARTMENT ID NUMBER:PW 98-009 1 Recommended Action: Motion to: 1. Authorize the Mayor and City Clerk to execute the attached First Amendment to Engineering Services Contract between the City of Huntington Beach and Cash & Associates, Inc. for the Water Warehouse Additions and Improvements (CC-719/CC- 1058) for a cost not to exceed $73,000; approve the Settlement Committee recommendation to modify the Indemnification and Hold Harmless Paragraph of the attached contract; and approve a deductible amount of$50,000 for the Professional Liability Insurance. 2. Authorize the Director of Public Works to expend a total of$73,000 including the contract costs of$64,950, estimated contingency costs of$6,500 and estimated supplemental expenditures of$1,550. Alternative Action(s): 1. Deny approval of the recommended action and direct staff to solicit proposals from other consultants for the desired professional services. 2. Deny approval of the recommended action and direct staff how to proceed. Analysis: An agreement with Cash & Associates was approved by the City Council on March 21,1988 for professional services to prepare plans and specifications for additions to the warehouse and other site improvements at the City's Water Operations Yard. The budget was insufficient to construct all the improvements that were designed by Cash & Associates and included in the bid documents. Replacement of the underground fuel tanks and installation of a new fueling station and truck wash facility were deferred at the time of award of the construction contract in 1989 because of insufficient funds, and were budgeted for in the current fiscal year. The City now must undertake the underground fuel storage tank replacement to comply with state and federal Underground Storage Tank regulations by December 22, 1998. Since Cash & Associates was the original design consultant for the project, it is recommended that the professional services agreement with the firm be amended to include the following services: • Revise the previously prepared construction documents to reflect the changed conditions on the site since the original documents were prepared. • Modify the documents to provide for construction of the fueling station. • Process the construction documents for Building Department plan check and approval. • Prepare the construction specifications and bid documents. • Provide engineering assistance during the construction phase. v �� 0029522.01 -3- 01/08/98 3:06 PM RQUEST FOR COUNCIL ACTION MEETING DATE: 1/20/98 DEPARTMENT ID NUMBER:PW 98-009 The advantages to the City contracting with Cash & Associates for these services include: • Cash & Associates is uniquely qualified to perform these services, having acquired specific knowledge of the site because of their previous work on the project putting them way ahead of the learning curve compared to other firms who might be brought in at this point. Cash & Associates was previously selected through a competitive selection process. • For liability reasons, it is unlikely that another firm would be willing to simply revise and update the work previously done by Cash & Associates, which would therefore result in a greater cost to the project. • There would be a time and cost savings by not having to go through a consultant selection process that could take in excess of three months. Cash & Associates' insurance carrier can not provide coverage that meets City's indemnification and Hold Harmless requirements of the City's contract. A request was submitted to the Insurance Settlement Committee for a waiver to our requirements, and on January 8, 1998 a waiver was granted. The following paragraph shows the revised wording approved by the Insurance Settlement Committee. The bold underlined words have been added to the original paragraph of our standard contract. CONSULTANT shall protect, defend, indemnify and hold harmless CITY, its officers, officials, employees, and agents from and against any and all liability, loss, damage, expenses, costs (including without limitation costs and fees of litigation of every nature) to the extent arising out of or in connection with the CONSULTANT'S negligent performance of this agreement or its failure to comply with any of its obligations contained in the agreement, except such loss or damage which was caused by the sole negligence or willful misconduct of the CITY. It is important that the City proceed as quickly as possible with the design and construction of this project because all of the City's underground storage tank facilities must be in compliance with state and federal Underground Storage Tank regulations by December 22, 1998. Environmental Status: Categorically Exempt from the California Environmental Quality Act. 0029522.01 -4- 01/06/98 9:11 AM REQUEST FOR COUNCIL. ACTIOt 4 MEETING DATE: 1/20/98 DEPARTMENT ID NUMBER: PW 98-009 Attachment(s): City Clerk's - . . - NumberDescription Location Map 2. First Amendment to Professional Services Contract between the City and Cash &Associates ,O ' 3. Approved Certificate of Insurance - Ow -11/e RCA Author: Kato �,a s V 0 06/98 9:11 AM 0029522.01 -5- 1/ • • • ATTACHMENT 1 0019517.01 o k$` m �G�o 9�0, �P BOLSA AVE. CO a � cn cn cn m Mc FADDEN AVE. Z EDINGER w N AVE. "'T'� t � 00 pHEIL U Q CD c Lu ¢ AVE. m z a m o r-2 Ln m z rc� cn J a p w o N Q O WARNER N w rn o O AVE. 0 SLATER AVE. V) 405 A TALBERT AVE. �o �1 0 PACIFIC ELLIS . AVE. ARFIEL AVE. — o o TV) c� AVE. 4/ OgST �9 �� ADA S AVE. o VO \'� U) w 04, tK a 9tic INDIANAPOLIS AVE. Y o Q o O w p O o ATLANTA Q oz = AVE. m a _ O N U LiQ PROJECT LOCH TION m z HAMILTON AVE. 00 OCEAN Ln yGjir BANNING 00 AVE. o U U O a U C� 0 W d E O (/7 O ATTACHMENT # 1 PROJECT LOCATION MAP WATER WAREHOUSE IMPROVEMENTS CC-719/ 1058 CITY OF HUNTINGTON BEACH DEPARTMENT OF PUBLIC WORKS • ATTACHMENT 2 FIRST AMENDMENT TO ENGINEERING SERVICES CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND CASH AND ASSOCIATES, INC. FOR WATER WAREHOUSE ADDITIONS AND IMPROVEMENTS [CC-719/CC-1058] THIS AGREEMENT, made and entered into this day of 1997, by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY", and CASH AND ASSOCIATES, INC., a California corporation, hereinafter referred to as "CONSULTANT." WHEREAS, CITY and CONSULTANT entered into an agreement for design services for the Water Warehouse Project on March 21, 1988. WHEREAS, CITY desires to engage the services of a consultant to provide additional engineering services for Water Warehouse additions and improvements in the City of Huntington Beach; 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 Scope of Work dated May 13, 1997, and subsequently revised on July 29, 1997 and October 21, 1997 (hereinafter 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." 2. CITY STAFF ASSISTANCE CITY shall assign a staff coordinator to work directly with CONSULTANT in the performance of this Agreement. wo . jmp/1JPCD/cash assoc/1/12/98 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 sixteen (16) weeks from the date of this Agreement. These times may be extended with the written permission of the CITY. 4. COMPENSATION In consideration of the performance of the services described herein, CITY agrees to pay CONSULTANT a fee not to exceed Forty-Eight Thousand Dollars ($48,000). 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. 6. METHOD OF PAYMENT A. CONSULTANT shall be entitled to monthly progress payments on the basis of the percentage of completion, toward the fixed 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; I�2 so r imp/k/PCD/cash assm/8/29/97 i • 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 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 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. 3 jmp/k/PCD/cash assoc/R29/97 • i 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 notices, 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 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 shall protect, defend, indemnify and hold harmless CITY, its officers, officials, employees and agents from and against any and all liability, loss, damage, expenses, costs (including without limitation costs and fees of litigation of every nature) to the extent arising out of or in connection with the CONSULTANT's negligent performance of this agreement or its failure to comply with any of its obligations contained in the agreement, except such loss or damage which was caused by the sole negligence or willful misconduct of the CITY. 9. 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 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 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. jmp/k/PCD/cash assoc/12/31/97 4 �� 10. PROFESSIONAL LIABILITY INSURANCE CONSULTANT shall furnish a professional liability insurance policy covering the work performed by it hereunder. Said policy shall provide coverage for CONSULTANT's professional liability in an amount not less than $1,000,000 per occurrence and in the aggregate. A claims made policy shall be acceptable if the policy further provides that: 1. The policy retroactive date coincides with or precedes the professional services contractor's start of work (including subsequent policies purchased as renewals or replacements). 2. Consultant will make every effort to maintain similar insurance during the required extended period of coverage following project completion, including the requirement of adding all additional insureds. 3. If insurance is terminated for any reason, Consultant agrees to purchase an extended reporting provision of at least two (2) years to report claims arising from work performed in connection with this Agreement. 4. The reporting of circumstances or incidents that might give rise to future claims. 11. CERTIFICATES OF INSURANCE. 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 as required by this Agreement; said certificates shall: a. provide the name and policy number of each carrier and policy; b. shall state that the policy is currently in force; and C. shall promise that such policies shall not be suspended, voided or canceled by either party, reduced in coverage or in limits except after thirty days prior written notice; 5 jmp/k/PCD/cash assm/12/31/97 however, ten days prior written notice in the event of cancellation for nonpayment of premium. 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 the 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. 12. INDEPENDENT CONTRACTOR CONSULTANT is, and shall be, acting at all times in the performance of this Agreement as an independent contractor. CONSULTANT shall secure at its expense, and be responsible for any and all payment 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, 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. 6 lf� jmp/]c/PCD/cash assoc/8/29/97 15. COPYRIGHTS/PATENTS F 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. 17. NOTICES Any notice 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 Service, addressed as follows: TO CITY: TO CONSULTANT: Ron Winslow, Project Manger Cash &Associates City of Huntington Beach Randy Mason, President 2000 Main Street 5772 Bolsa Avenue, Suite 100 Huntington Beach, CA 92648 Huntington Beach, CA 92649-1134 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 subcontractor work involving legal services, and that such legal services are expressly outside the I� 7 jmp/k/PCD/cash assoc/8/29/97 scope of services contemplated hereunder. CONSULTANT understands that pursuant to Huntington Beach City Charter Section 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. 20. ATTORNEY'S FEES In the event suit is brought by either party to enforce the terms and provisions of this agreement or to secure the performance hereof, each party shall bear its own attorney's fees. 21. 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 offices the day, month and year first above written. CASH AND ASSOCIATES, INC. CITY OF HUNTINGTON BEACH, A municipal corporation of the State of California �- print name Mayor ITS: (circle one)Chairman widen ice President AND ATTEST: By: City Clerk IV/�,� ' I12d �tS- sitij(30 L print name APPROVED AS TO FORM: ITS: (circle one)Secretary hief Financial Offic /Asst. Secretary-Treasurer City A orney p , REVIEWED AND APPROVED: INITIATED ND A OVED: City Administrator Director of blic orks 1 jmp/VPCD/cash assoc/8/29/97 EXHIBIT "A° AGREEMENT FOR PROFESSIONAL SERVICES FUEL AND WASH FACILITIES 1� ��3 HUNTINGTON BEACH WATER DEPT. Elliott H.Boone CASH & ASSOCIATES Randy H.mason Engineering and Architecture FUEL&WASH FACILITIES wilfrido B.Simbol Job No. 3055.06 l May 13, 1997(Rev.July 29 &October 21, 1997) AGREEMENT FOR PROFESSIONAL SERVICES (Short Form) With this Short-Form Agreement,we offer the following Scope of Services: A. Scope of Work 1. Phase I a. Provide a scaled site plan that allows the traffic flow patterns to be represented. b. Provide concept layouts for the location of the fueling facility. Provide alternative layouts that minimize loss of existing parking spaces. Meet with Water Department personnel to receive input. Finalize site plan layout. C. Administer the physical layout of the fuel facility on the site to obtain comments from drivers. d. Provide topographic surveys of the fuel and wash areas to determine the interface of pavements and surface drainage characteristics. (Bill Carr Survey's Inc.). e. Evaluate as-built conditions as they relate to underground utilities. f. Update the geotechnical report previously made for the Water Warehouse Project. 9- Research design/build firms capable of providing the fueling facility and determine the code changes since this facility was specified in 1989. Incorporate all appropriate specifications and criteria. h. Provide an estimate of construction cost for the new facilities. 2. Phase II a. Once layouts are approved,prepare a set of drawings and specifications tailored specifically for the fuel and wash facilities. This is necessary since elements of the design packages are scattered amongst various drawings for the Warehouse and other various project elements,some of which are already built,and others are not. 1) Fuel facility shall include new dispensers, and not utilize existing dispensers as originally planned. ash equipment that better suits the needs of the Water 2) Cash &Associates will re-specify w Department. Pressure washer shall not include a soap dispensing unit as part of the equipment. b. Update all structural calculations for the wash facility enclosure as necessary for permit processing. C. Rework project specifications as may be necessary to separate the fuel and wash facilities from unrelated past projects. d. Resubmit entire package to the City of Huntington Beach Building Department for review and approval,if necessary. f 5772 Bolsa Avenue, Suite 100 ■ Huntington Beach, CA 92649-1 134 USA ■ TEL: (714) 895-2072 ■ (562) 426-6 145 FAX(714) 895-1291 Mail: P.O. Box 2715, Huntington Beach, CA 92647-0715 ■ E-mail: cashassocgaol.com ■ A California Corporation 1 } i • GENERAL CONDITIONS 1. Payment: Delinquent payments shall bear interest from the statement date at the rate of 10 percent per annum. No deduction shall be made from Engineer's compensation on account of problems or losses for which Engineer has not been held legally liable. Any payment not received within 30 days of statement date will be cause for cessation by Engineer of all work on the Project. In light of the obvious advantage of resolving questions and disputes regarding Engineer's statements qu;cldy and while recollections are fresh,Client will notify Engineer of any questions or dissatisfaction which it may have regarding any particular statement within 30 days tithe statement date;and if Client fails to give Engineer such notice,then Client will have waived its right to dispute the accuracy and appropriateness of the statement and the statement will be binding upon Client. 2. Warranty: Engineer warrants that all of the services provided by and on its behalf pursuant to this Agreement will be performed with care,skill and diligence in accordance with generally and currently accepted engineering and architectural principles and practices. This warranty is in lieu of all other warranties, either express or implied.Further.Engineer shall not be responsible for matters other than its own professional services;and in particular,without limitation,Engineer I shall not be responsible for delays beyond its reasonable control,for inaccurate information provided to it by Client or other reasonably reliable sources,for site conditions of which it is not Informed,for any failure to investigate or deled hazardous materials or toxic wastes,for construction procedures or safety precautions,for Implementing Client's lawful design decisions or instructions,for the actions or inaction of governmental agencies,or for any failures of materials or contractors. 3. Verification of Existina Conditions: Inasmuch as the remodeling and/or rehabilitation of an existing site and/or facility requires certain assumptions to be made regarding existing conditions,and because some of these assumptions may not be verifiable without expending additional sums of money,or destroying otherwise adequate or serviceable portions of the site and/or facility,Engineer will not obtain complete information about existing conditions,and Client shall indemnify Engineer to the fullest extent allowed by law concerning any loss and/or claim which may arise from site conditions of which Engineer has not been informed. 4. Construction Documents: Construction Documents shall be in sufficient detail to enable a knowledgeable general contractor following established industry practices to complete lion with only routine inquiries and clarifications;and where in Engineer's judgment appropriate,they may consist of performance specifications sufficient to enable the affected subcontractors to design and construct their particular portions of the Project. Client acknowledges that changes to the Construction Documents will inevitably be required as a result of minor omissions,ambiguities or inconsistencies in the plans and specifications,and therefore Client agrees to make no claim against Engineer with respect to any payments or to claims by the Project's contractors as a result of such changes to the extent that the total cost of these changes does not exceed 10 percent of the Projecl's overall construction budget. 5. Oolnion of Probable Construction Costs:Since Engineer has no control over the cost of labor,materials or equipment,or over any contractor's method of determining prices or over competitive bidding or market conditions,Engineer's opinions of probable construction costs concerning the Project are based solely upon his informed judgment;and if Client wishes greater assurance as to construction costs,then Client shall employ an independent cost estimator. 6. Site Observation: Engineer will have no site observation responsibilities and no responsibility for the contractors performance,and Client shall indemnify Engineer to the fullest extent allowed by law concerning any loss and/or claim which may arise out of the contractor's performance. 7. Submittal Review.Appropriate Contractor submittals formally submitted to Engineer will be reviewed with reasonable promptness(usually within 10 working days)for conformance with design concept and compliance with the Construction Documents,only,and not for quantities,constructability or matters within the assumed expertise of the submitting Contractor. 8. Risk Allocation: Client and Engineer have discussed their risks,rewards and benefits of the Project and the Engineer's total fee for services. The risks have been allocated such that the Client agrees that to the fullest extent permitted by law.Engineer's total liability to Client for any and all injuries,claims,losses, expenses,damages or claim expenses arising out of this Agreement from any cause or causes,shall not exceed the total amount of$50,000.00. Such causes include but are not limited to Engineer's negligence,errors,omissions,strict liability,breach of contractor breach of warranty. 9. Indemnification: Engineer will endeavor to stand behind its services by taking reasonable steps to maintain appropriate liability insurance,and by defending and indemnifying Client and Client's principals and employees to the full extent of this insurance from and against any and all claims and/or liability arising out of Engineer's active negligence or willful misconduct in the performance of the services called for by this Agreement. Conversely,in light of the limited nature of Engineers involvement with the Project's overall planning and execution and of the disparity between Engineer's fee and the potential liability for problems or alleged problems with the Project,should Engineer be subjected to claims and/or become embroiled in litigation concerning the Project but not arising out of Engineer's active negligence or willful misconduct,then Client will to the fullest extent allowed by law defend and indemnify Engineer and Engineer's principals,employees and subconsultants from and against such claims and liability even if they involve allegations of design defects within the meaning of California Civil Code Section 2782. 10. Termination: Because orthe importance of a good working relationship between Client and Engineer,it is hereby agreed that either party may terminate this Agreement upon written notice to the other party provided only that this notice is given in a good faith belief that said working relationship is less than satisfactory. Further.Engineer may suspend its performance under this Agreement and/or terminate this Agreement and its related obligations to Client with no liability for so doing at anytime if Client allows an invoice to become delinquent pursuant to the compensation provisions of this Agreement. Upon the termination of this Agreement by either party,the Crient shall pay the Engineer for services performed and reimbursable costs incurred at rates and for items determined by the applicable terms of this Agreement. 11. All Risk Insurance: Client shall require the Project's general contractor to purchase and maintain during the course of the Project's construction builders risk*all risk'insurance which names Engineer as an additional insured as its interest may appear. 12. Ownership of Documents:The documents prepared by Engineer pursuant to this Agreement shall become the property of Client upon the completion of the Projed,and from that date on Engineer shall have neither rights nor obligations concerning these documents. Should these documents be used on other projects, or on extensions or modifications of the Project,however,then Client shall indemnify Engineer to the fullest extent allowed by law against all claims made against the Engineer or arising from or related to such reuse and for all legal expenses including actual attorneys fees in connection with such claims. 13. Breach Procedures:If at any time either party should feel that the other has materially breached this Agreement,then it shall notify that party in writing setting forth clearly what must be done to cure that breach;and thereafter the party so notified shall have 14 calendar days to take the prescribed action. 14. Excluded Services: a. Geotechnical reports and/or evaluations. b. Surveys and topographic mapping. C. Asbestos and toxic material identification and assessment. 15. Mscellaneous: In the event that litigation and/or disputes develop between Engineer and Client concerning or arising out of this Agreement,then the prevailing party shall be entitled to recover from the other reasonable attorneys fees and litigation costs. This Agreement shall be binding upon and insure to the benefit of the parties hereto and their respective partners,joint ventures,heirs,estates,personal representatives,successors and assigns. This Agreement shall be interpreted and enforced under and pursuant to the laws of the Stale of California. In the event that any provisions of this Agreement shall be invalid or unenforceable,then the remaining provisions shall be valid and binding on the parties. In the event that this Agreement is for any reason terminated,its indemnity provisions shall remain in full force and effect;and in the event that any indemnification herein called for shall be prohibited by law,then the subject indemnification provisions shall not be void but rather shall be interpreted as requiring indemnification only to the fullest extent allowed by law. ' • 3. Phase III a. Provide Bid and Construction Services. 1) Standard construction administration services (performance/specification package review, 1 meetings,shop drawing review, RFI response,conflict resolution). B. The Scope of Work outlined above is: Ready to Begin. C. Items Provided by Others: 1. The City of Huntington Beach shall provide Cash&Associates with the original mylar drawings for our use. Cash &Associates will employ a cut&paste method for creating specific documents from the originals. Ti.- final product will be a photo pros:ss with mylars being the ultimate document. 2. Spacification wi l be provided in hard::apy as well as electronic file. D. Our fees for the Scope of Work outlined above is as follows: Phase 1 $12,500.00 FFP Phase 11 $29,950.00 FFP Phase 111 $22,500.00 T&M, NTE We propose to charge in accordance with Exhibit D,"Rate Schedule"enclosed. This Agreement is subject to the General Conditions on the back of this page. In the event that revised or additional services are required,we will estimate the charges and contact the Client before we start the work. E. Work Stoppage: If work on proposed project is suspended or remains inactive for a period of 180 days,Cash & Associates will assess a fee on a Time & Material basis to reactivate and re-familiarize ourselves with the project requirements. F. Schedule: Phase I-Six(6)Weeks, Phase 11-Eight(8)Weeks. If this is acceptable to you,please sign in the space provided below and this Agreement will provide you with the current scope and cost of our services and provide us with the assurance that you understand the obligation to pay for our services. Very truly yours, CASH&ASSOCIATES Client: CITY OF HUNTINGTON BEACH Randy H. ason, P.E. Public Works Dept.Water Division President Attention:Mr.Doug Kato P.O. Box 190 Huntington Beach,CA 92648 Cash&Associates is authorized to provide the Professional Services. (Signature) Title Date � Iq ON FILE FOR PUBLIC REVIEW IN THE OFFICE OF THE CITY CLERK ATTACHMENT 3 �•3 0019517.01 AMENDMENT NO. 1 TO AGREEMENT BETWEEN THE CITY OF HUNTINGTON BEACH AND CASH & ASSOCIATES ENGINEERS FOR ENGINEERING SERVICES FOR THE WATER WAREHOUSE PROJECT THIS AMENDMENT NO. 1 is entered into this 1,34L day of ' 1989 , by and between the CITY OF HUNTINGTON BEACH, hereinafter referred to as "CITY" and CASH & ASSOCIATES ENGINEERS, hereinafter referred to as "CONTRACTOR" . WHEREAS, since the original agreement , dated March 21, 1988, CITY has requested extra work from CONTRACTOR and CONTRACTOR has agreed to perform such additional work; NOW THEREFORE, it is agreed by and between CITY and CONTRACTOR as follows : 1 . CONTRACTOR shall provide to CITY additional services as follows : a . Bid assistance (Phase 3) not to exceed Sixteen Thousand, Four Hundred ($16,400) Dollars . b. Construction support (Phase 4) not to exceed Fifty Eight Thousand ($58 , 000) Dollars . C . Seismic evaluation not to exceed Eight Thousand, Five Hundred ($8, 500) Dollars d. Extend contract through the end of construction. Such services shall be compensated by CITY to CONTRACTOR on a time and material basis as set forth on Exhibit "A" attached hereto and incorporated herein by this reference. 2 . All other terms and conditions of the original agreement shall remain in full force and effect . - 1 - IN WITNESS WHEREOF, the parties hereto have executed this Amendment No . 1 as of the date hereinabove set forth. CONTRACTOR: CITY: CASH & ASSOCIATES ENGINEERS CITY OF HUNTINGTON BEACH a California corporation a municipal corpo ati A. Ross Cash, President Mayor ­741 Wilf do B. Simbol, Secy. ATTEST: APPROVED AS TO FORM: City Clerk City Attorney -wAn REVIEWED AND APPROVED: �INIT ATED A 'D APPROVED: J, WI� City Administrator Direct r of Public Works 2 - I —J CASH&ASSOCIATES ENGINEERS May 4, 1987 A CALIFORNIA CORPORATION 2599 East 28th Street P.O. Box 38 Long Beach, CA 90801 (213) 426-6145 City of Huntington Beach 10 2000 Main Street Huntington Beach, CA 92648 Attention: Mr. Les Evans City Engineer Subject: PROPOSAL FOR ARCHITECTURAL AND ENGINEERING SERVICES WATER WAREHOUSE PROJECT (C&A Proposal No. 93055.00) Dear Mr. Evans: It is our pleasure to submit this proposal for the City of Huntington Beach Water Warehouse Project. Our project team has developed a thorough understanding of the project requirements as a result of several meetings with key Water Department staff. We have identified a number of important issues, which are I discussed in some depth in this proposal. We also have responded with a project work plan and a group of experienced professionals who are well prepared to develop a carefully planned and professionally executed project of which we can all be proud. Per your Request for Proposal, our proposed fee for these services has been submitted in a separate, sealed envelope. Both Randy Mason, P.E. , our proposed project manager, and I will be available at your convenience to discuss the project and our proposal. It is our sincere desire to provide excellent service to you, the Water Department and to the City of Huntington Beach on this exciting project and we look forward to your response. Very truly yours, CASH & ASSOCIATES ENGINEERS ,/L C<4-- A. Ross Cash, P.E. President ARC:gla Enclosures TABLE OF CONTENTS SCOPE OF WORK PROJECT WORK PLAN Project Management Approach Technical Approach Schedule SIMILAR PROJECT EXPERIENCE ORGANIZATION AND KEY PERSONNEL CERTIFICATE OF INSURANCE FEE SCOPE OF WORK CURRENT FACILITY DESCRIPTION The existing water department facility is composed of the following basic elements: 1. Water operations building that includes offices, dispatch, facility moni- toring., lunch/meeting room, and the meter shop. 2. Repair shop and distribution warehouse that includes an office area and rest rooms with adjoining air compressor. 3. Existing warehouse that currently serves distribution, production and miscellaneous other city departments (transportation). 4. Fuel island and truck wash area. The existing truck wash area is designated for truck wash with available water only. 5. Overmyer Reservoirs #1 and #2. 6. Pump stations #1 and #2 and adjacent chemical injection tanks. 7. A skid-mounted temporary office. 8. A city-owned rental home with adjacent garage. 9. Bulk civil road-patch material yard. 10. Site parking with a perimeter chain-link fence. The City Water Department is composed of approximately 25 vehicles of various types. There are a total of five (5) exterior entrance gates and one (1) interior gate. Exhibit 1 illustrates our understanding of the existing facility. Several site facility meetings and discussions with Mr. Jeff Renna, Mr. Ed Barckley, and Ms. Debbie Harper have given us insight into the interrelationships between the project elements listed above and the basic need to expand the water department's capability to store and control the inventory of parts and supplies. Currently, parts required for "distribution" are housed in either one of two warehouse buildings or laying- in unprotected outside storage areas. Ability to manage and control these parts is made difficult due to location on the site and the limited staff available for this effort. Current issues regarding outside pipe storage, traffic flow as it relates to facility adjacencies, parking and entrance gates were also discussed and are made part of the Scope of Work. The Water Department will soon be receiving a PC-based computer system that will integrate inventory control and the purchasing function with the City of Huntington Beach's current centralized city system. The Water Department operates 24 hours a day having impact on inventory control, security, and energy conservation issues. 1 STATED SCOPE OF WORK The requested Scope of Work as per Exhibit "A" of the Request for Proposal includes the following facility enhancements: o New 8,600 sf distribution warehouse o New 1,200 sf covered oil storage area o New emergency generator o New acoustical enclosure for the air compressor o New covered storage canopy for outdoor PVC pipe o New covered truck port o New vehicle wash facility o New yard lighting and security system o Renovate the existing repair shop/distribution warehouse to include: - New front facade - New storage room layout - Evaluation of existing office/restroom layout - New heating system for the repair shop o Evaluation of parking, traffic and drainage systems o Re-design of kitchen area in the water operations building A summary of the items listed above as they. relate to the project site plan is illustrated in Exhibit II. Please note that this is only a depiction of basic requirements and does not preclude the detailed evaluation to come in the subse- quent phases of work regarding the optimum locations for all project elements. All items above have been discussed between the Cash & Associates design team and the City Water Department Management. As a result of these discussions - several additional concerns have surfaced which we believe should be considered and incorporated into the overall evaluation process: o Industrial engineering evaluation of the interrelationships between existing and anticipated project elements o Underground oil storage option o Enclosed structure for truck wash o Evaluation of structural need for berm around Reservoir #1 o Integration of new computerized inventory/purchasing system to the planned facility o Perimeter block wall o Air conditioning for the renovated warehouse space In our discussion with the Water Department's management team, we have identi- fied several major project issues which we feel deserve special attention by the design consultant. The following section will enumerate these issues. SPECIAL PROJECT ISSUES EFFICIENT OPERATIONS There are several important issues which contribute to the overall efficiency of this renovated facility. Effort will be given to minimize the time that field per- sonnel require in preparation to leave the facility to provide their normal daily functions. The overall layout of the facility and the specific layout of the ware- houses should take into account the mode and nature of the dispatching process 2 so as not to create "Bottle-Necks". The warehousing storage layout should be arranged in a way that accounts for small and large items, fast and slow movers, handearry and hoist assisted handling. ENERGY EFFICIENCY The Water Department operates 24 hours a day. Opportunities exist in the area of site lighting to provide an energy efficient lighting system that also serves the needs of security. TRAFFIC FLOW The Water Department facility has evolved through the years and, as a result, has created some inherent traffic flow problems. With the addition of the new warehouse and enclosures, the issue becomes even more severe. We will evaluate alternative placement of structures to mitigate this potential problem as well as evaluate the necessity of the berm around Reservoir #1. AESTHETICS The Water Department sits within a developed area composed of residential and industrial complexes as well as bounded by a major city street (Garfield). Considerations will be given to visual elements so that they reflect the department's desire to have an attractive facility. WAREHOUSE EXPANDABILITY Considerations for future expandability incorporating a minimum amount of initial expenditure to create ease of expansion acid minimizing future disruption of operations. CIVIL EMERGENCY CONTINGENCY PLANS The City wishes to put into effect a plan to provide emergency generation of power in time of a major disaster. This involves an in-depth study of critical systems required to stay online, duration of emergency generation, and fuel storage site location. INTEGRATION OF INVENTORY CONTROL INTO FACILITY LAYOUT AND PLAN Since the Water Department is currently awaiting a computerized inventory and purchasing system, this is an excellent opportunity to integrate this system into the overall operations of the complex. UNATTENDED SECURED AREA CONTROL There are times during Water Department operation when areas of the facility may be unattended. Measures will be evaluated to assess the risk vs. value with alternative security plans for the Water Department's evaluation. 3 PROJECT FUNDING, PHASING AND SCHEDULING As described in the Request for Proposal, budgetary constraints may require separating project elements and phasing their construction over time. . Design will proceed allowing project elements to be separated in bid documents. This approach requires more drawings to describe the necessary work. 4 PROJECT WORK PLAN Cash & Associates Engineers (C&A) proposes to provide architectural and engi- neering services for the planning, preparation of construction documents, bidding and construction phase services and move-in/start-up of the Water Warehouse project for City of Huntington Beach at the water operations yard. An experi- enced multidisciplinary team of qualified professionals from Cash & Associates Engineers, Eugene Akridge Associates (EAA) , F.Y. Tso Electrical Engineering (FYT) and Malcolm Lewis Associates (MLA). The services to be provided by each of the team members are summarized on the Team Responsibilities Chart, Exhibit III, which follows. PROJECT MANAGEMENT APPROACH The experience of Cash & Associates in leading and managing multidisciplinary project teams in complex projects will mean a well managed, thoroughly docu- mented project which meets the quality, deadlines, and budget constraints estab- lished by the City of Huntington Beach. C&A's approach is to assign a project manager who acts as the single point of contact with the client organization and who is responsible for: o Day to day management of the project team, o Coordination with the review agencies involved in the project, o Review of the performance of the project team with regard to meeting the technical quality, cost and schedule commitments. Weekly meetings will be held with the project team to exchange information, make assignments and plan the manpower needed for the week's work activities. Upon receipt of the "Notice to Proceed", the project manager and other key team members will meet with the Water Department staff to review the project and verify the basic parameters of the work. The manager will then prepare a written project description, which will address the scheduling of tasks and which will be distributed to all members of the project team. This project description will delineate all aspects of the project and schedules for various tasks. A scoping meeting will be held with all team members to clarify the project description, deliverables and finalize assignment of tasks and schedules. The information developed in these meetings will be the basis of a written basis of design to be presented at the completion of the Preliminary Phase. TECHNICAL APPROACH Our technical approach for evaluating the Water Department facility is composed of several important phases including your review and comment at the conclusion of each phase. There are three major project phases as illustrated in the Project Flow Chart, Exhibit IV. These phases are composed of the following: Industrial Engineering Development Basic Architectural and Engineering Services _ Nlove-in and Start-up 5 0 EXHIBIT III CASH AND ASSOCIATES ENGINEERS TEAM PROJECT RESPONSIBILITIES PROJECT MANAGEMENT INDUSTRIAL ELECTRICAL MECHANICAL ARCHITECTURAL ICIVIL TEAM MEMBERS ! STRUCTURAL CASH 6 ASSOCIATES 0 O EUGENE AKRIDGE & ASSOCIATES F. TSO ELECTRICAL ENGINEERS O MALCOLM LEWIS MECHANICAL ENGINEERS LEGEND WATER OPERATIONS WAREHOUSE CITY OF HUNTINGTON BEACH 40 PRIMARY RESPONSIBILITY 0 SUPPORT These phases are then further broken down into subtask phases as demonstrated in the project flow chart. The following is a brief description of the planned effort. INDUSTRIAL ENGINEERING DEVELOPMENT We plan to carry out this part of the project by completing several discrete steps, each of which is briefly described below. The steps are presented sequen- tially in the general order in which they will be performed. For study efficiency, however, there may be some instances in which more than one step will be under way at the same time. We will be somewhat flexible in our study approach in order to accommodate the schedules of those who need to participate in the study and working conditions at the Water Operations facilities. Basic Data Review - Phase I 1. Our first step will be a brief orientation which will include identifying and meeting with the person who will serve as our key point of contact with Water Operations, conducting brief interviews with one or two individuals who can describe the present situation and touring the facilities. Based on the results of this orientation, we will adjust this study approach, as appropriate, and establish agreement to a schedule for conducting the study, particularly those steps requiring on-site work. Finally, we will identify most of the documents needed and establish the procedures for i their collection. During this orientation, it would be appropriate to notify the employees about the study and how it will be conducted. Our past experience suggests that this is important in order to avoid misunder- standings and potential apprehension and to set the stage for constructive suggestions. 2. We will conduct iii-depth interviews with selected management acid staff personnel and with a few workers experienced in warehouse maintenance and yard activities. These interviews will focus on two key objectives. First, we want to ensure that we gain a full appreciation of management's perspective of warehousing, maintenance and yard operations, including the present situation, perceived strengths and weaknesses and both short and long-term objectives. Second, the thrust of the worker interviews will be toward gaining an understanding of the various work tasks performed, the purpose of each, sequencing, and perceived problems and opportunities. These interviews are particularly important to the study since they typi- cally provide insight which is difficult to obtain through other study techniques. 3. We will collect and review selected documents which help describe the current situation. For example, we will be interested in documents such as organization charts and manning tables, position descriptions, union con- tracts, vehicle and equipment lists, management reports, warehouse grid inventory data (receipts, stock, issues), and others. In addition to help- ing us understand current practices, these documents will also aid us in identifying the type and size of the facilities needed. ti Block Plan, Master Site Plan Development - Phase II 1. We will conduct on-site observations of the various activities and conditions which occur in the warehouse maintenance and yard areas. During these observations, we will collect information regarding the following: o The work tasks performed, work methods, task sequencing, number of workers participating in various tasks, equipment required by workers, work space and conditions, approximate time required to perform selected tasks, coordination among workers and tasks, etc. o Work station arrangement and tasks performed at each station. o Traffic patterns in the yard and around the existing warehouse and maintenance buildings. o Total time required by the crews in yard at the beginning and end of their work day, particularly including any nonproductive and/or idle time resulting from traffic congestion or warehousing operations. o Other events, activities and conditions which may help define the most appropriate facilities and their arrangement. The thrust of these observations will be toward warehouse, maintenance and yard operations. In particular, we will be alert to opportunities for improving operat- ing effectiveness and efficiency through an optimum facility plan that provides smooth traffic flow and facilitates the performance of yard, warehouse and mainte- nance activities. The observations conducted during this step will be sufficient to provide information which can be used confidently for defining current con- ditions and developing study conclusions and recommendations. These observa tions, along with the interviews and the document reviews will be the major thrust of our fact-finding effort. Design Program - Space Planning - Phase III 1. Once we have completed the majority of the fact-finding, we will prepare a description of the present situation, analyze current practices, and develop and evaluate alternative facility plans and building layouts for warehousing and maintenance. An early phase of this step will focus upon defining the "most efficient and effective" arrangement. Each alternative will be evalu- ated to determine order-of-magnitude costs and benefits, both from the standpoint of cost savings and service improvements. Some identified improvements may be stand-alone while others may require a combination of changes before substantial benefits accrue. We understand that the adopted facility plan may be implemented in a single construction effort or it may be phased in through multiple steps. Thus, we will consider how the plan can be economically phased so that operating disruptions will be minimized and the most significant benefits will be realized early. 7 2. Next, we will develop our study conclusions regarding the practical improvements which can be achieved and what, if any, steps should precede implementation. Thus, this step will focus upon key strengths and weak- nesses of the present practices and a pragmatic facility plan which offers improved operations. These conclusions will be the basis for specific study recommendations. 3. We will develop our facility plan recommendations and define how that plan will improve operating efficiency and effectiveness. These recommendations will be organized in relation to the appropriate timing for implementation and ranked in accord with the cost/benefit evaluations conducted during the analysis step. 4. The study and its results will be documented in a brief written report which will be suitable for use as a guide during the design, engineering and construction phases. We will, first, develop a draft report for use in reviewing the study results with management and, then, we will prepare our final report. The review of a draft report helps ensure that our final report includes accurate and complete facts about the present situation and fully explains our rationale and assumptions which underlie the conclusions and recommendations. The present practices, the facility plan and the practical improvements will be documented with in-depth descriptions, flow charts, tables and evaluations, as appropriate. Potential benefits and implementation costs will be quantified wherever practical and difficult- to-qualify benefits will be identified. Throughout this study, we will work closely with management to keep them informed about our progress, the emerging study results, and to help ensure satisfactory response to particular issues of interest. While the study will have a forward looking thrust toward the facility plan for the future, we will also be alert to pragmatic solutions which can be imple- mented near term. This will help Water Operations achieve benefits which we expect will more than offset study cost during the first year or less. We are highly experienced in implementation efforts and provide strong support and encouragement for prompt achievement of benefits wherever possible. BASIC ARCHITECTURAL AND ENGINEERING SERVICES Preliminary Design - Phase IV With the industrial engineering study complete and reviewed by the Water Depart- ment, the preliminary design may begin. The preliminary design is composed of the following: o Review the topographical map and soils report generated during the Indus- trial Engineering Development phase. o Evaluate the detailed design criteria outlined in the industrial engineering report. o Evaluate the proposed Industrial Engineering Development Report conclusions for code compliance. 8 o Prepare concept sketches, equipment selection, identify long lead items, and provide an approach to meet design criteria objectives. o Provide a preliminary opinion of probable construction cost to establish the construction budget and make strategic decisions regarding construction bid procedures and phasing. o Submit preliminary design package composed of a basis of design, prelimi- nary drawings, outline specifications and two or three alternative concepts sufficient to describe the architectural, structural, mechanical and electrical systems. Construction Documents - Phase V With approval from the Water Department of the preliminary submittal, the con- struction document phase will begin. Drawings and specifications developed in this phase will be suitable for competitive bid and construction. The construction document phase will be composed of: o Detailed architectural, civil, structural, mechanical and electrical drawings. o Narrative book-type specifications. o Calculations necessary for City of Huntington Beach plan check submittal. o Instruction to bidders and City of Huntington Beach "Boiler-Plate" general conditions provided by the City. o Revised opinion of probable construction cost. o Proposed job construction and phasing schedule (optional). o Administer the plan check and agency approval process. Bid and Construction Phase - Phase VI With the approval of final construction documents and the conclusion of the permit process, documents will be ready for bid and construction. Tasks associated with this effort include: o Prepare the bid documents in conjunction with budget limitations and possi- ble phasing plans. o Provide six (6) sets of construction documents for the bid process. o Evaluate the bids for completeness and compliance with the instructions. o Make recommendations as to the apparent successful bidder. o Make interpretations of the documents on an as-needed basis. o Review shop drawings and submittals. o Attend periodic site meetings during construction. 9 o Review all proposed field modifications including- cost of change orders. Move-In and Start-Up - Phase VII If the Water Department desires, Cash & Associates Engineers can develop a program and schedule for the move, occupancy and start-up. This phase can include the development of an operational and maintenance program for the whole facility as well as integration of the inventory control system. SCHEDULE Exhibit V shows the schedule estimated for the project and includes the major tasks and subtasks, and the critical submittal milestones for all project phases. The schedule includes the anticipated start date of July 7, 1987, project phases as enumerated previously, and Water Department review periods. The schedule was generated on a Critic�d Path Method (CPM) Scheduling Program. This program will be utilized for all scheduling functions to integrate all design, agency approval, bid and construction phase elements. 10 1/4 A. Ross Cast Elliott H. Boone Rand} H. Mason Wilfrido B. Simboi C;SH a;ASSOCIATES ENGENEERS May 4, 1987 _:99 East =fith P.O. Eno\ ?F Bca.h. CA 1XIS01 City of Huntington Beach Water Department Water Warehouse Project Fee Structure The following fee proposal is based on the "Request for Proposal - Water Warehouse Project" dated April 3, 1987. Fees are also based on our assessment that the Water Department would benefit from a comprehensive facility plannnning- effort, not specifically requested in the RFP. This service is itemized for your rep-iew.. Discussions with Water Department staff at several facility visits have given our team greater in-sight into the needs of the facility and the intent of the stated Scope of Work. We look forward to further discussions 'A'ith the Water Department regarding our interpretation of the Scope of Services and related fees. The folloyriney fees a-re proposed based on our understanding of the W'ork: Phase 1 , II, II1 - Inidustrial Engineering Development . . . . . . . . . $9,84 0 (Eugene Akridge and Associates with support from CAA) Phase I1' - I'z•eliminary Design Documents(1) (See Detaileu Fee Breakdown: - Exhibit Al . . . . . $28,600 Phase V - Construction Documents(l) (See Detailed Fee Breakdown - Exhibit A) . . $42,900 $71757 $71 ,000 Phase `Y 1 - Bid and Construction Phase(2) . . . . . . . . . . . . (See footnote) Phase VII - Move-in and .Start-up(3) . . . . . . . . . . . . (See footnote) EXHIBIT A Ciity of Huntington BeL Cash & At` ittes Engineers Water Department � May 4 , 190 Water Warehouse Project heir.:burseable Items: t Travel Auto at $0.25/mile Reproduction (cost + 10%) Photo copying Drawing reproduction Telephone - N/C ' Our procedure is to invoice at the end of the month for work completed during r the month, or upon completion of the work if completed within thirty days. Our terms are Net 30 Days from date of invoice. Interest will be chai•gea at ten percent per annum beginning 30 days after- date of invoice. If the design phases ~4 of th. s project are not complete by December 1987, the fee will be subject to renegotiation. Excluded items: 1. Plan check & permit fees . . . . . . . est. Y5 ,000 2. As-built drawings . . . . . . . . . . est. $1,500 {- Topographic survey wtih aerial photograph . . . . . . . . . . . . . est. $3 ,500 '-` 4 . Soils report . . . . . . . . . . . . . est. $5 ,7 50 u: z • i 1At the completion of the Industrial Engineering Development Phase, a clear statement of Scope of Design Services can be established. At that time, the fees for Phase: IV & V should be re-evaluated and adjusted accordingly. The fees stated in Phase iV & V represent our interpretation of the Water Department's RFP dated April 3 , 1987. 2Cash Associates proposes that Phase V1 be contracted on a Time & Material basis since the specific involvement of our team is ui.determined at this time. " It is also our feeling that one (1) site visit for our tear, per week during " the construction effort is excessive and can be reduced substantially and stiL meet the needs of the project. We propose a daily rate of $520/day for 8 hour/day involvement during the construction effort for professional team members. 'We propose Phase VII services be performed by Eugene Akridge & Associates on an "as-needed" basis at a daily rate of $800/day, if requested. S EXHIBIT A v Detailed Fee Breakdown Phase IV & V Preliminaries and Construction Documents Design Fees 1. 8600 SF warehouse with crane .$38,400 2 . Warehouse renovation including air compressor . . . . . . 7,500 y 3 . Covered pipe storage 2,500 .4 . Truck port (20 to 25 vehicles - 300 ft. ) . . , . , . . 'r ,400 5 . Truck wash (minimal facility with water, concrete pad, sand ana grease trap) . . . . . . . . . . . . . . . 3 ,200 6 . Area lighting . . . . . . . . . . . . . . . . . . . . 1,200 7 . Oil storage (aboveground with contaiiunent) . . . . . . . 4,200 8 . Emergency generation system 1,100 9. Site Fork (paving and drainage). 6 ,000 $71 ,500 T CASH ASSOCIATES ENGINEERS January 6, 1987 A CAl6ORW LOAPORW 11 2599 East 28th Street P.O. Box 38 Long Beach, CA 90801 (213) 426-6145 City of Huntington Beach Public Works Water Department 19001 Huntington Street P.O. BOX 190 Huntington Beach, CA 92648 Attention: Mr. Jeff Renna/Mr. Don Noble Subject: WATER WAREHOUSE PROJECT RE-EVALUATION OF PROJECT SCOPE (C&A Project No. 3055.00) D . Gentlemen: Cash & Associates Engineers has re-evaluated the Project Scope based on the In M results of the Industrial Engineering Report submitted in December 1987. This re-evaluation effort was described and made part of the agreement for design services between the City of Huntington Beach and Cash & Associates Engineers dated September 21, 1987. We have also evaluated the impact of designing all structures utilizing masonry walls, rather than the anticipated Pre-engineered Metal Building approach. Construction costs have also been estimated for the different alternative approaches to give the Water Department the parameters necessary to make decisions regarding the design and construction approach desired. The following is a brief summary of Exhibit A which identifies design and construction costs for all elements of the project as originally contracted and as altered by subsequent reports and/or Water Department requests. A 10% contingency hes been included in all construction cost estimates and will be further evaluated at later stages of the design process. 1.0 Design Fee-Original Contract . . . . . . , . . . $ 92,090.00 1.1 Construction Cost Est. - Conceptual . . . . . . . $1,424,000.00 2.0 Design Fee-Based on IE Report . . . . . . . . $ 122,740.00 2.1 Construction Cost Est. - Conceptual . . . . . . . $1,617,550.00 3.0 Design Fee - IE Report & HB Masonry Req . . . . $ 168,880.00 3.1 Construction Est. - Conceptual . . . . . . . . . $1,733,875.00 City of Huntington B* WATER-W*HOUS.E PROJECT Mr. Jeff Renna/Mr. Don Noble RE-EVALUATION OF PROJECT__SCOPE January 6, 1987 (C&A Project No. 3055.00) Page 2 Cash & Associates Engineers originally proposed to design the facility based on the understanding from the Water Department that funds were extremely limited and the construction would most probably be phased over a period of fiscal budget years. With this knowledge, we proposed to design the facility utilizing a Pre-engineered Metal Building concept for the new warehouse and independent canopy structures. This type of building is very common in the light industrial and warehouse markets and requires a minimum design effort for the structural shell of the building thus resulting in reduced design effort and cost. Advantages: Pre-engineered Metal Building 1. Low construction cost 2. Easily expandable 3. Reduced construction time 4. Lowest design cost (performance specification) Disadvantages: 1. Perimeter security 2. Limited exterior wall aesthetic alternatives 3. Poor thermal insulation characteristics as compared to other building materials At the completion of the IE Study and Report period, as previously described, a re-evaluation of the Scope of Work and Construction Cost occurs to define how suggested ideas affect design and construction costs. The following changes in the original program have been identified as follows: 1. New Warehouse square footage increase - 490 sf 2. Warehouse addition of covered storage, covered parking, flammable storage, toxic and cement storage as well as a mezzanine over the office area. 3. The covered storage area at the west boundary of the facility increased in size by 1,120sf. 4. The truck port to cover 20 to 25 vehicles was replaced by five separate canopies located around the site. The number of canopies was subsequently reduced to three in a meeting between J. Renna and R. Mason. 5. Relocate the fuel pump and truck wash areas. The full impact of this item is not fully known at this time due to the possible requirements of unearthing the existing tanks and providing secondary contain- ment. C&A will contact the City of Huntington Beach to determine requirements. 6. Rework area drainage near the Meter Shop as well as creating a covered Meter Wash Station adjacent to the Meter Shop. City of.Hu-n-tington- B* WATER W&HOUSE PROJECT Mr.-Jeff Reiina_/Mr._ Don. Noble. . _ _. . RE-EVALUATION OF PROJECT- SCOPE -- January 6, 1987 (C&A Project No. 3055.00) Page 3 7. Create a utility equipment area within the east face of berm at- Reservoir No. 1 for Power Poles, Gas Meter, Air Compressor, LPG tanks requiring a retaining wall structure and underground piping and conduit runs. 8. Additional outdoor covered storage for the Production and Repair Shop facility. 9. Perimeter block wall around the site. In addition to these suggestions, emanating from the Industrial Engineeruig report of December 1987 and accepted by the Water Department, J. Renna requested C&A to investigate the impact to design and construction if the walls of the new warehouse and canopy structures are designed using masonry, to match the existing construction and design of the Administration Building, in lieu of the proposed Pre-engineered Building concept. The following are advantages to the masonry-type alternative: 1. Increased security 2. Aesthetic continuity of buildings on property The following are basic disadvantages: 1. Increased design and construction periods 2. Increased overall costs 3. Not as easily expandable For cost impacts of all items discussed, please refer to Exhibit A. CONCLUSIONS AND RECOMMENDATIONS It is our opinion that a Pre-engineered Metal Building best suits the needs and cost constraints of this project and, if properly specified, will result in an aesthetically pleasing facility. A masonry approach for the warehouse would essentially be hidden from view by the reservoirs and the warehouse's extended approach canopy. We feel there is merit in combining the perimeter block wall with the canopies for both security and aesthetic reasons, although this would increase overall con- struction costs. This approach is also subject to approval by the Huntington Beach Planning Department and should, in any event, be limited to only work bounded by Garfield and Huntington Avenue. Cash & Associates Engineers is prepared to commence work immediately upon receipt of the following information: o Location of the warehouse based on the possible relocation of the 6-inch oil line. City of Huntington Be* - - WATER WOHOUSE PROJECT Mr._,.Jeff, Renna/Mr. -Don Noble RE-EVALUATION -OF PROJECT SCOPE -- January 6, 1987 (C&A Project No. 3055.00) Page 4 o Definition of the Project Scope as presented to the Water Department in this document. o Discussions with the Huntington Beach Planning Department regarding construction of canopies on or adjacent to the properly lilies as well as requirements for underground tank containment. The Soils Consultant and Surveyor are ready to begin as soon as we can define those items described above. We hope that the information supplied is sufficient for you to make your decisions. We are available to meet with you at your convenience to discuss all aspects of the project. We look forward to your response and commencing the design effort. Thank you, CASH & ASSOCIATES ENGINEERS Randy H. Mason, P.E. Project Manager RHM:gla Enclosures J\ A.Ross Cash -- Elliott H.Boone Randy H.Mason CASH T;ASSOCIATES ENGINEERS Wilfrido B.Simbol Larry W.Nye October 3 , 1989 Huntington Beach Water Department V, i _ DIVISION 2000 Main St. P.O. Box 190 �� E ��8� Huntington Beach, CA 92648 Attention: Jeff Renna/Eric Charlonne CITY OF HUNTINGTON BEACH Subject: WATER WAREHOUSE PROJECT ADDITIONAL SERVICES (C&A Project No. 3055. 00) Gentlemen: Attached are our worksheets and assessments of work scope for the following items: 1. Bid Services 2 . Construction Services 3 . Seismic Structural Evaluation of Repair Shop/Warehouse Each estimate is composed of two sheets - an hour break-down followed by fee calculations. (Total = 6 sheets) Please review and we can discuss our involvement at our next meeting. We suggest a Time & Material, Not-to-Exceed contract with a detailed accounting of all hours and expenses incurred per month, submitted with our invoice. Thank You, CASH & ASSOCIATES ENGINEERS )e !� 1447 Randy H. Mason, P.E. Project Manager RHM:gla Enclosure A California Corporation 2599 East 28th Street P.O.Box 38 Long Beach,CA 90801 (213)426-6145 FAX(213)424-5459 ESTIMATE ESTIMATEN,, ------------------------------------------------------------------------------------------------------- n ASSISTANCE 5A"; ,. 27-Sep-6 ---------------------------------------------------------------------------------------------------------- ---------------------------------------------------------------------------------------------------------- ---------------------------------------------------------------------------------------------------------- G %cNFRA1, .............................................................. PROJECT MANAGFMENT ................................................. G AGENCY CONSULTATION/RFVIFWIAP?ROVAI ........................................... `',,TENT ".li!^^;RR4C'. ............................................ ........ STROCmnRAL DES:C'NICALCI!`A"ONS ............................................................ i, 9IDDIN"'ll 4 .................... ?F ...................... G' ADDENDA. ,n:c.;i A DISIPLINRSI i2 .... 16 `.4 LYSIS r A_. '�NA ES(Si9S"I"L'T'ONS .......... ............................... �03 WKX S e .................................................... KID IVALUATION ............................... TYPING ...............................I...I.............,...I........ C TRAVE', ......................................I...... ;gr I'll IF r' ?v SIr.NS .................................................... S S;EC. lcA 'IONS 24 .......................................... 8 TC R I lb .......... 4 .......... .L .....,.1.............. GSTRM MA .....I........................ 20 ...................... E ARC": "RA.i. .................... 28 ................................ ._j MI:hsIANICAL ............................ iL ...................... C ELE_TRIC;AL .................... 24 ................................ --------------------------------------------------------------------------------------------------------- • -- - -- - ---------------------------------------------------------------------------------------------- AID A.SSTSIAN 274,89 -------—------------------------------------------------------------------------------------- PRO ECT MANAGER......................... 34 M/ RS e SiiI ulG $7,140.01 G,...:. ............................... 4 4 OSp 00 :,.... '................................ b MirRS = ti: ,40i'.Oi -.,n:` ........ ........................ �,�.,�5 � '7 " 0 C " •.i e.:................................. tJ 7 M/ERS � ,.ii.u„ i4f.ui. ---------------------------------------------------------------------------------------------- S;'o-TOTd[ N '('':5F...................... 256 m1HRS $ 6,36D.i; ---------------------------------------------------------------------------------------------- -----------------------——-------------------------------------------—---------------------- BL i1r iti�� I ...... ................... WORD PROCSSS ?......................... V!'R:S a ;.0. 0 = $0.0I cosy ".ILcn��:l��?AVEL..........................---$�;'.';l?�- MISPF.io..ANE ,!S....... a, .,..,.I.:,,..., : , ---------------------------------------------------------------------------------------------- TAL U MB:RSARI E.. ......:......... . YEN TFAI IN OM T- ...,. ---------------------------------------------------------------------------------------------- I;�,omY ac hu AMCLh;'- ---------------------- ---------- (�i -------------------- ---------- ;TSiD R P3t:5 11! .I;\S...............::` -------------------- ---------- (?) 1. . OB ............................ - -------------------- ---------- (2 -------------------- ---------- G) -------------------- ---------- PLAN ,.EF C;1 PEES........................ ------------------------------------------------------------------------ SOB-T(2T'A�- IRi' PARTY SERVICES.............................. ;i).:iC ------------------------------------------------------------------------ i0 P;P.CENT �0.00 ------------------------------------------------------------------------ T0TAL .H LRU PA RT Y §ERY 10ES.................................. `0.0G, ---------------------------------------------------------------------------------------------- TOTAL AND THIRD "ARTY SERVES........................................ 0.00, ---------------------------------------------------------------------------------------------- SDB-TOTAL JOB EXPENSES.................... $16,410.00 ------------------------------------------------------ CONTIN GENIC Y AT .... PERCENT TGTAL ...................... $ii;,4li;.00 ESTIMATE OF ENGIIIBERiAG MAN-HOURS ESTIMATE08.3 --------------------------------------------------------------------------------------------------------- PHASE 4 JOB 10: 3055.00 CONSTRUCTION PHASE SERVICES 8 MONTHS DATE: 27-Sep-89 ---------------------------------------------------------------------------------------------------------- ` ---------------------------------------------------------------------------------------------------------- P/MGR ENGR ARCH DES DRAFT CLER ---------------------------------------------------------------------------------------------------------- G GENERAL-PROJECT MANAGEMENT 16 .................................................... P .............................................................. P CONSTRUCTION CONTRACT AGREEMENTS 8 .................................................... P DOCUMENT INTERPRETATIONS 16 11 12 ................................ P RFI RESPONSES 16 16 16 16 ............ 11 P SHOP DWG REVIEW 8 16 60 80 ...................... G TEST RESULTS REVIEW 8 8 .......................................... P CHANGE ORDER PROCESSIIG . 16 .......... 14 ...................... 8 P .............................................................. G PROGRESS MEETINGS (2/MO) 71 .................................................... G SITE VISITS 6 REPOR' (2/MO) 72 i6 24 .................I.... 16 G .......................................I...................I. C PUNCH LIST 8 ..............I........................... 4 C RECORD DOCUMENTS 4 .......... 24 24 ............ 4 GTRAVEL 60 .................................................... GOTHER .............................................................. EOTHER .............................................................. EOTHER .............................................................. DOTHER .............................................................. D OTHER ............................................ .................. fOTHER ...........................................I.................. ---------------------------------------------------------------------------------------------------------- TOTAL: 304 68 160 120 0 44 f� r ESTIMATE OF ENGINEERING FEE Rate Schedule: ilia—'8$— ESTIMATE08.3 ---------------------------------------------------------------------------------------------- PHASE 4 JOB NO: 3055.00 CONSTRUCTION SERVICES DATE: 27-Sep-89 ---------------------------------------------------------------------------------------------- PROJECT MANAGER......................... 304 M/HRS 1 $85.00 = $25,940.00 ENGINEER................................ 68 M/HRS 1 $70.00 = $4,760.00 ARCHITECT............................... 160 M/HRS 1 $60.00 = $9,600.00 DESIGNER................................ 120 M/HRS 1 $50.00 = $6,no.00 DRAFTER................................. 0 M/HRS 1 $37.00 = $0.00 CLERICAL................................ 44 M/HRS 1 $37.00 = $1,628.00 ---------------------------------------------------------------------------------------------- SUB-TOTAL IN HOUSE...................... 696 M/HRS $47,-t28.00 ---------------------------------------------------------------------------------------------- ---------------------------------------------------------------------------------------------- REIMBURSABLES DRAFTING (CAD).......................... C/HRS 1 $10.00 = $0.00 COMPUTER................................ C/HRS Q $10.00 = S0.00 WORD PROCESSOR.......................... C/HRS $10.00 = $0.00 IN HOUSE REPRODUCTION................... $500.00 = S5CC.00 MILEAGE/TRAVEL.......................... $250.00 = 5250.00 PHOTOGRAGHS, MISC $750.00 = $150.00 ---------------------------------------------------------------------------------------------- TOTAL REIMBDRSABLES.................... $1,500.00 TOTAL IN HOUSE....... $47,E28.00 ---------------------------------------------------------------------------------------------- THIRD PARTY SERVICES NAME AMOUNT -------------------- -------------------- ---------- -------------------- -------------------- ---------- SDBCONTRACTORS......................(1) F. TSO ELECTRICAL $2,500.00 (2) MLA $1,500.00 (3) GEOFON $2,500.00 OUTSIDE REPRODUCTIONS...............(1) (2) (3) JOBSHOP............................(1) (2) (3) PLAN CHECK FEES........................ ------------------------------------------------------------------------ SUB-TOTAL THIRD PARTI SERVICES.............................. $6,500.00 ------------------------------------------------------------------------ MARK-DP................................. 10 PERCENT $650.00 ------------------------------------------------------------------------ TOTALTHIRD PARTY SERVICES.................................. $7,150.00 ---------------------------------------------------------------------------------------------- TOTALREIMBDRSABLES AND THIRD PAZTI SERVES........................................ $1,654.00 SUBTOTAL JOB EIPENSES.................... $54.471.00 ----------------------------------------------------- FEE ESCALATION-90 2.72 PERCENT $1,531.20 ------------------------------------------------------ ------------------------------------------------------ TOTAL FEE ...................... $51,114.20 ESTIMATE OF ENGINEERING MAN-HOURS ESTIMAT108.3 ---------------------------------------------------------------------------------------------------------- PHASE 1 JOB NO: 3055.00 REPAIR SHOP SEISMIC EVALUATION STUDY DATE: 21-Sep-89 --------------------------------------------------------------------------------------------------------- ---------------------------------------------------------------------------------------------------------- P/NGR ENGR ARCH DES DRAFT CLEF ---------------------------------------------------------------------------------------------------------- GCONTRACT REVIEW .............................................................. G GENERAL 2 .................................................... GAGENCY CONSULTING .............................................................. P PROJECT MANAGEMENT 4 .................................................... G CONSDLTING .............................................................. G DATA COLLECTION .......... .......... 1 ...................... G DESIGN RESEARCH .......... 4 .......................................... G ANALYSIS OF ALTERNATIVES ..............•............................................... GFLOW DIAGRAM .............................................................. G EXISTING SURVEYS/SITE RECONNAISSANCE .......... 8 .......... 8 1..................... G TOPOGRAPHICAL SURVEY (FIELD) ........................................I..................... G CLIENT CONFERENCES 2 2 .......................................... GMINI DRAWINGS .............................................................. T COMPUTER APPLICATIONS (CALCULATIONS) ......................I....................................... T COMPUTER AIDED DESIGN .............................................................. G STILL PHOTOGRAPHY .............................................................. G COORDINATION WITH OTHERS .............................•...•............................ P ARCHITECTURAL DRAWINGS SUPERVISION 0 0 0 ................................ D ARCHITECTURAL DESIGN/DOCUMENTATION .............................................................. D ARCHITECTURAL DRAFTING .............................. 0 0 .......... G ARCHITECTURAL CHECK ............. ..............................I.............. P STRUCTURAL DRAWINGS SUPERVISION 0 0 0 ................................ E STRUCTURAL DESIGA/CALCULATIONS .......... 24 ............••.••. •.••••. .. D STRUCTURAL DRAFTING 0 0 .......... G SKETCHES .......... 4 .......... 12 ...................... P MECHANICAL DRAWINGS SUPERVISION 0 0 0 ................................ E MECHANICAL DESIGN/CALCULATIONS ..................•.....•........•.................. D MECHANICAL DRAFTING •......•.......•...........••. 0 .......... GNECHANICAL CRECI .............................................................. P CIVIL DRAWINGS SUPERVISION 0 0 0 ................................ ECIVIL DESIGI/DOCDMENTATION/CALCOLATIONS ...............................I.............................. D CIVIL DRAFTING .............................. 0 0 .......... GCIVIL CRICK .............................................................. PSCHEDULING .............................................................. GSTATEMENT OF PROBABLE CONSTRUCTION COST .......... 8 .......................................... GPRISEITATIOIS 4 4 .......................................... GTRAVEL 2 4 .......................................... SREPORT 2 16 .......... 4 ...................... CNORD PROCESSING/TIPIIG ........................................ 6 •......... ---------------------------------------------------------------------------------------------------------- TOTAL: 16 78 0 26 6 0 ESTIMATE OF ENGINEERING FEE Rate Schedule: .Jai='BBJ ESTIKATE08.3 ---------------------------------------------------------------------------------------------- PHASE 1 JOB 10: 3055.00 REPAIR SHOP SEISMIC EVALUATION DATE: 27-Sep-89 ---------------------------------------------------------------------------------------------- PROJECT MANAGER......................... 16 M/HRS ! $85.00 $1,360.00 EIGIBEER................................ 78 MARS 1 $70.00 = $5,460.00 ARCHITECT................................ 0 M/HRS 1 $60.00 = $0.00 DESIGIER................................ 26 KARS 4 $50.00 = $1,300.00 DRAFTER................................. 6 M/HRS 1 $37.00 = $222.00 CLER'CAL................................ 0 M/HRS 1 $37.00 = $0.00 ---------------------------------------------------------------------------------------------- SUB-C,I'AL IN ROUSE...................... 116 M/HRS $8,342.00 ---------------------------------------------------------------------------------------------- ---------------------------------------------------------------------------------------------- REIKBURSABLES DRAFTING (CAD).........................._ C/HRS 1 $10.00 $0.00 COMPZ ER................................ CIBRS 1 $10.00 = $0.00 FORD PROCESSOR.......................... C/HRS 1 $10.00 = $0.00 I1 EODSE REPRODUCTION................... $50.00 = $50.00 MILEAGE/TRAVEL.......................... $25.00 = $25.00 PEOTOGRAGHS, MISC $100.00 = $100.00 ---------------------------------------------------------------------------------------------- TC`AI REIMBURSABLES.................... $115.00 .OTAL IN ROUSE....... $8,342.00 ---------------------------------------------------------------------------------------------- THIRD PARTY SERVICES NAME AMOUNT -------------------- -------------------- ----------- -------------------- -------------------- ----------- SDBC0/12ACTORS......................(1) (2) (3) OUTSIDE REPRODUCTIONS...............(1) (2) (3) JOB SNOP............................(1) (2) (3) PLATCRECI FEES........................ ----------------------------------------------------------------------- SOB-TOTAL THIRD PARTY SERVICES.............................. $0.00 ------------------------------------------------------------------------ KAR1-DP................................. 10 PERCEPT $0.00 TOTALTHIRD PARTY SERVICES.................................. $0.00 -------------------------------------------------------------------------------_--------------- MALHEIMBURSABLES AND THIRD PART1 SERVES..........................I............. $175.00 ---------------------------------------------------------------------------------------------- SOB-TOTAL JOB grITRW.................... $8,517.00 ------------------------------------------------------ CONTIBGEBCI AT ..... PERCENT $0.00 ------------------------------------------------------ TOTALM ...................... $8,517.00 -.mait— "'DD/YY - 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 POLICIES BELOW. The Dougherty Company,. I n C. _ P. O. BOX 7277 3 Long Beach, California 90807- COMPANIES AFFORDING COVERAGE COMPANY A American .Alliance Insurance CompanLETTER y INSURED COM ANY B American National Fire- Insurance Company LEER Cash S Associates Engineers COMPANY Associated Indemnity Corporation P.O. BOX 38 LETTER C+ em yor ID . Long Beach, California 90801 COMPANY 1 _ LETTER \ COMPANXL Y E LETTER COVERAGES, THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOWTHE 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 CONDI TIONS OF SUCH POLICIES. LIABILITY LIMITS IN THOUSANDS .CO POLICY EFFECTIVE POLICY EXPIRATION a ' LTR TYPE OF INSURANCE POLICY NUMBER DATE(MMIDONY) DATE{EXPIRA IO1 1 OCCURRENC ems, EACH E AGGREGATE $+ GENERAL LIABILITY - BOOILY X COMPREHENSIVE FORM - INJURY $ $ X PREMISES/OPERATIONS PROPERTY UNDERGROUND DAMAGE X EXPLOSION&COLLAPSE HAZARD $ $ X PRODUCTS/COMPLETED OPERATIONS A X CONTRACTUAL PAC' 2798842 11 /1 /89 7/1 /90 BI11PINED $ 1 , 000 $ 1 , 000 COMB X INDEPENDENT CONTRACTORS . X BROAD FORM PROPERTY DAMAGE X PERSONAL INJURY PERSONAL INJURY $ I ncl. - X DQeS Not IncII,dP Professional Liability AUTOMOBILE LIABILITY BO y k t tam X ANY AUTO (PER PERSON) $ rpfh 'kaq s ALL OWNED AUTOS(PRIV. PASS.) MY � �� � r' B X ALL OWNED AUTOS(OTHER THAN CAP 0948420 1 1 /1 /8 9 7/1 /9 0 km IPaCd�Nr1 $ , PRIV. PASS X HIRED AUTOS sMa PROPERTY X NON-OWNED AUTOS DAMAGE GARAGE LIABILITY d BI 3 COMBINED $ z_i "` r�rr EXCESS LIABILITY " UMBRELLA FORM BI&PO .. - ''.. COMBINED $ $ �„ OTHER THAN UMBRELLA FORM - STATUTORY 7F77 WORKERS' COMPENSATION t 7. $ ACH ACCIDENT) >>z C AND WCP 80408020 7/1 /89 7/1 /90 1 _ EMPLOYERS' LIABILITY x $ n n DISEASE-POLICY LIMIT) $ ISEASE-EACH EMPLOYEE) OTHER -,OO>� ;I 01 �: e9 r ^ rG`Z� �OrY1 e DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS _ O +� RE: No. 93600 cI ' Additional Insured Endorsements Attached. N 0 • • City Of Huntington Beach SHOULD ANY OF THE An7 41H DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- "� 2000 Main Street' PIRATION DATE THEREOF. THE ISSUING COMPANY WILL XWz'XXJXIXXTX; MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE i- Huntington Beach, California 92648 LEFT,EM I)OXYOWK3A3� ► IPsr �cl�t r rA4� C � L ►L4 Y Attn: Louis F Sandoval °� '� RrG1 �24iKi12SLAA �k • AUTHORIZED PR IVE . • - e s -e o-• e - e INSURED O Y NUMBER' CASH S ASSOCIATES, ENGINEERS PAC 2798842 EFFECTIVE DATE POLICY PERIOD AUTHORIZED E SENT VE A [ 11 /1 /89 1 11 /1 /89 to 7/1 /90 GZFATAI ERICAN Complete the above spaces iJ this endorsement i not ttach p icy when issued. INSURANCE COMPANIES GENERAL ENDORSEMENT ADDITIONAL INSURED (CONTRACTING OPERATIONS) IN CONSIDERATION OF AN ADDITIONAL PREMIUM OF INCLUDED, IT IS AGREED THAT SUCH INSURANCE AS IS AFFORDED BY THE POLICY FOR BODILY INJURY LIABILITY AND FOR PROPERTY DAMAGE LIABILITY APPLIES TO: CITY OF HUNTINGTON BEACH AS ADDITIONAL INSURED(S) , BUT ONLY WITH RESPECT TO OPERATIONS PERFORMED FOR SUCH ADDITIONAL INSURED(S) BY THE NAMED INSURED. AS RESPECTS THE ADDITIONAL INSUREDS, THE FOLLOWING ADDITIONAL EXCLUSIONS AND CONDITIONS APPLY: A. EXCLUSIONS: THE INSURANCE DOES NOT APPLY TO: 1 . DAMAGES ARISING OUT OF ANY PROFESSIONAL SERVICES PERFORMED BY OR FOR THE ADDITIONAL INSURED(S) , INCLUDING: (A) THE PREPARATION OR APPROVAL OF MAPS, PLANS, OPINIONS, REPORTS, SURVEYS, DESIGNS OR SPECIFICATIONS AND (B) SUPERVISORY, INSPECTION OR ENGINEERING SERVICES. 2. LIABILITY ASSUMED BY ADDITIONAL INSURED(S) . B. CONDITIONS: 1 . THE INCLUSION OF ADDITIONAL INSURED(S) SHALL NOT INCREASE THE LIMITS OF THE COMPANY'S LIABILITY UNDER THIS POLICY. 2. THE LIMITS OF LIABILITY AFFORDED TO THE ADDITIONAL INSUREDS) SHALL NOT EXCEED THE LIMITS SET FORTH ON THE CERTIFICATE OF INSURANCE ISSUED TO THE ADDITIONAL INSURED(S) . THE AFOREMENTIONED LIMITATIONS APPLY . IRRESPECTIVE OF THE LIMITS PROVIDED BY THE POLICY(IES). THIS POLICY IS SUBJECT OTHERWISE TO ALL ITS TERMS. F.14004H-4-73 INSURED P Y NUMBER CASH S ASSOCIATES ENGINEERS CAP 0948420 EFFECTIVE DATE POLICY PERIOD AUTHORIZ REP E TIVE 11 /1 /89 Ill /l /89 to 7/1 /90 GZEATANERICAN Complete the above spaces i/this endorsement is no attached policy when issued. INSURANCE COMPANIES GENERAL-ENDORSEMENT ADDITIONAL INSURED (CONTRACTING OPERATIONS) IN CONSIDERATION OF AN ADDITIONAL PREMIUM OF INCLUDED, IT IS AGREED THAT SUCH INSURANCE AS IS AFFORDED BY THE POLICY FOR BODILY INJURY LIABILITY AND FOR PROPERTY DAMAGE LIABILITY APPLIES TO: CITY OF HUNTINGTON BEACH AS ADDITIONAL INSURED(S) , BUT ONLY WITH RESPECT TO OPERATIONS PERFORMED FOR SUCH ADDITIONAL INSURED(S) BY THE NAMED INSURED. AS RESPECTS THE ADDITIONAL INSUREDS, THE FOLLOWING ADDITIONAL EXCLUSIONS AND CONDITIONS APPLY: A. EXCLUSIONS: THE INSURANCE DOES NOT APPLY TO: 1 . DAMAGES ARISING OUT OF ANY PROFESSIONAL SERVICES PERFORMED BY OR FOR THE ADDITIONAL INSURED(S) , INCLUDING: (A) THE PREPARATION OR APPROVAL OF MAPS, PLANS, OPINIONS, REPORTS, SURVEYS, DESIGNS OR SPECIFICATIONS AND (B) SUPERVISORY, INSPECTION OR ENGINEERING SERVICES. 2. LIABILITY ASSUMED BY ADDITIONAL INSURED(S) . B. CONDITIONS: 1 . THE INCLUSION OF ADDITIONAL INSUREDS) SHALL NOT INCREASE THE LIMITS OF THE COMPANY'S LIABILITY UNDER THIS POLICY. 2. THE LIMITS OF LIABILITY AFFORDED TO THE ADDITIONAL INSUREDS) SHALL NOT EXCEED THE LIMITS SET FORTH ON THE CERTIFICATE OF INSURANCE ISSUED TO THE ADDITIONAL INSURED(S) . THE AFOREMENTIONED LIMITATIONS APPLY IRRESPECTIVE OF THE LIMITS PROVIDED BY THE POLICY(IES) . THIS POLICY IS SUBJECT OTHERWISE TO ALL ITS TERMS F.14004H-4-73 2 Of is ® ISSUE DATE(MM/DD/YY) ' 1 PRODUCER 1/03/89 ❑ 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 POLICIES BELOW. f ' R. D. Crowell Insurance Agency 3151 Airway Avenue, Suite . B3 a Costa Mesa, CA 92626 COMPANIES AFFORDING COVERAGE COMPANY ?y. LETTER A COMPANY - INSURED LETTER a3 Cash & Associates Engineers COMPANY C LETTER .w P. O. Box 38 2599 E. 28th Street COMPANY LETTER D Long Beach CA 90801 COMPALETTERNY E a , fe 1s In THIS IS TO CERTIFY THAT 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 CONDI- TIONS OF SUCH POLICIES. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION E, LTR DATE(MM/DDIYY) DATE(MM/DOW) ALL LIMITS IN THOUSANDS GENERAL LIABILITY GENERAL AGGREGATE $ �a COMMERCIAL GENERAL LIABILITY PRODUCTS CornwoPs AGGREGATE CLAIMS MADE ❑OCCURRENCE PERSONAL&ADVERTISING INJURY $ I OWNERS&CONTRACTORS PROTECTIVE EACH OCCURRENCE $ $'' FIRE DAMAGE(ANY ONE FIRE) $ MEDICAL EXPENSE'ANY ONE PERSON) $ AUTOMOBILE LIABILITY ANY AUTO For pT• fessional liability coverage, the� y� $ ,1- ALL OWNED AUT b BODILY a gregat limit is the total insurance avail BODIINJULY �! SCHEDULED AUTO�gle forall covered claims presented within(PER PERSON) $ HIRED etthe poli y period. The limit will be reduced.l�°D"At NON-OWNEDAUTeS• payme is of indemnity and expense. (PER 'ate GARAGE LIABILITY y PROPERTY`.. - DAMAGE $ EXCESS LIABILITY EACH AGGREGATE 1 n., $ OCCURRENCE $ i OTHER THAN UMBRELLA FORM �. WORKERS'COMPENSATION I STATU@UTORY AND $ (EACH ACCIDENT) EMPLOYERS'LIABILITY $ (DISEASE-POLICY LIMIT) yy�� C, �p (DISEASE-EACH EMPLOYEE) ` E OTHER PL44156001 1 1/01/89 11/01/90 PROFESSIONAL LIAR $500, EA CLAIM AND IN THE AGGREGATE DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS a Re: Project 3055 ' **EXCEPT IF POLICY IS CANCELLED FOR NON-PAYMENT OF PREMIUM, THEN 10 DAYS" NOTICE WILL BE GIVEN. e c _ _ SHOULD ANY OF THE ABOVE DESCRIBED POLICIES K CANCELLED BEFORE THE EX '' EXX_M4.'X'M C 1 t y of Huntington Beach P'RaTION DATE THEREOt TuE $SUING COMPANY WILL Attu: Don Noble ,i 'AA;,L20 DA1 RF N ._T L O h CERTURCATE HOLDER NAMED ;0 THE u P. O. Box 190 LEFT EIJSX�aUXXXX4XX M X,XA-UX�XAiX, :X.XX:X XCaal XA IX12iX ,.XXvYXXXXXXrXdS�X �4Y� �rXXX�4 ..Huntington Beach, Ca 92646 AUTHORIZED REPRESENTATIVE IZZIA f� r CITY OF HUNTINGTON BEACH ENGINEERING SERVICES AGREEMENT WATER WAREHOUSE PROJECT THIS AGREEMENT, made and entered into this ifs day of 1988 , by and between the CITY OF HUNTINGTON BEACH, a municipal corporation of the State of California, herein- after referred to as "CITY, " and CASH & ASSOCIATES ENGINEERS, a California Corporation, hereinafter referred to as "CONTRACTOR. " WHEREAS, CITY desires to engage the services of an engineering consultant to provide construction contract documents for the con- struction of a water warehouse, in the City of Huntington Beach; and CONTRACTOR has been selected to perform said services, NOW, THEREFORE, it is agreed by CITY and CONTRACTOR as follows : 1 . WORK STATEMENT CONTRACTOR shall provide all engineering services as described in the Request for Proposal and Technical Proposal and Fee Proposal , dated May 4, 1987 , as submitted by CONTRACTOR (here- inafter referred to as Exhibit "A" ) ; and the letter from CONTRACTOR to CITY dated January 6 , 1987 (hereinafter referred to as Exhibit "A-111 ) which is attached hereto and incorporated into this Agreement by this reference . Said services shall sometimes hereinafter be referred to as "PROJECT. " CONTRACTOR hereby designates Randy Mason, who shall represent it and be its sole contact and agent in all consulta- tions with CITY during the performance of this Agreement . 2 . CITY STAFF ASSISTANCE CITY shall assign a staff coordinator to work directly -1- with CONTRACTOR in the prosecution of this Agreement . 3 . TIME OF PERFORMANCE Time is of the essence of this Agreement . The services of CONTRACTOR are to commence as soon as practicable after the execution of this Agreement and all tasks specified in Exhibits "A" and "A-1" shall be completed no later than three ( 3 ) months from the date of this Agreement . This time may be extended with the written permission of CITY . The time for performance of the tasks identified in Exhibit "A" and "A-l" 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 CITY and CONTRACTOR. 4 . COMPENSATION In consideration of the performance of the engineering services described in Section 1 above, CITY agrees to pay CON- TRACTOR a fee not to exceed One Hundred Sixty Eight Thousand Eight Hundred Seventy Nine and no/100th Dollars ($168,879 .00 ) . 5 . EXTRA WORK In the event of authorization, in writing by CITY, of changes from the work described in Exhibits "A" and "A-l" or for other written permission authorizing additional work not contemplated herein, additional compensation shall be allowed for such Extra Work, so long as the prior written approval of CITY is obtained. 6 . METHOD OF PAYMENT A. CONTRACTOR shall be entitled to monthly progress payments, on the basis of the percentage of completion, toward the lump sum, set forth in Section 4 herein in accordance with the -2- progress and payment schedule set forth in Exhibits "A" and "A-1 . " B . Delivery of work product : A copy of every technical memo and report prepared by CONTRACTOR shall be submitted to 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 . CONTRACTOR shall submit to 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 payment due; 4 ) Include a certification by a principal member of CONTRACTOR' 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 CONTRACTOR 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 CITY does not approve an invoice, CITY shall notify CONTRACTOR 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 -3- past performance by CONTRACTOR is in, or has been brought into compliance, or until this Agreement is terminated pursuant to Section 12 hereof . D . Any billings for extra work or additional services authorized by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required under para- graph 6C, and in additional 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 satis- fied 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 perform- ance of the remainder of this Agreement . 7 . DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CITY acknowledges that CONTRACTOR' S plans and specifi- cations are instruments of professional service; nevertheless, CONTRACTOR 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 and shall become its property upon PROJECT completion or earlier termination of this Agreement . In the event this Agreement is terminated, said materials may be used by CITY in completion of the PROJECT; however , CITY agrees to hold harmless, indemnify and defend CONTRACTOR against all damages , claims and losses, including defense costs, arising out of CITY ' S re-use of CONTRACTOR 'S plans and specifications, except in the completion of -4- the PROJECT in the case of termination hereof, without CONTRACTOR' S prior written authorization. 8 . INDEMNIFICATION, DEFENSE, HOLD HARMLESS CONTRACTOR hereby agrees to defend, indemnify and hold harmless city, its officers and employees from and against any and all liability, damages, costs, losses, claims and expenses, however caused, arising from contractor ' s negligence or willful misconduct in their performance of this agreement . Any concurrent negligence or willful misconduct of city, its officers and employees shall in no way diminish CONTRACTOR' s obligations hereunder . 9 . WORKERS ' COMPENSATION CONTRACTOR shall comply with all of the provisions of the Workers ' Compensation Insurance and Safety Acts of the State of California, the applicable provisions of Divisions 4 and 5 of the California Labor Code and all amendments thereto; and all similar state or federal acts or laws applicable; and shall indem- nify, 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 CONTRACTOR under this Agreement . 10 . INSURANCE In addition to the Workers ' Compensation Insurance and CONTRACTOR' S covenant to indemnify CITY, CONTRACTOR shall obtain -5- and furnish to CITY the following insurance policies covering the PROJECT: A. General Liability Insurance . A policy of general public liability insurance, in the amount of $1 ,000 ,000 including motor vehicle coverage . Said policy shall name CITY, its officers and employees as additional insureds, and shall specifically pro- vide that any other insurance coverage which may be applicable to the PROJECT shall be deemed excess coverage and that CONTRACTOR' S insurance shall be primary. B . Professional Liability Insurance. CONTRACTOR shall acquire a professional liability insurance policy in the amount of $500 ,000 per occurrence and in the aggregate covering the work performed by it hereunder . Certificates of Insurance for said policies shall be approved in writing by the City Attorney prior to the commencement of any work hereunder . All Certificates of Insurance (and the policies of insurance or endorsements thereof ) shall provide that any such certificates and policies shall not be cancelled without thirty (30 ) days ' prior written notice to CITY . 11 . INDEPENDENT CONTRACTOR CONTRACTOR is, and shall be, acting at all times in the performance of this Agreement as an independent contractor . CON- TRACTOR 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 CONTRACTOR and its officers , agents and employees and all business licenses , if any, in connection with the services to be performed hereunder . -A- • • 12 . TERMINATION OF AGREEMENT Ail work required hereunder shall be performed in accord- ance with the standards of the profession for similar profes- sionals performing services in this area at this time. CITY may terminate CONTRACTOR'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 City Engineer , notice of which shall be delivered to CONTRACTOR as provided in Section 16 herein . 13 . ASSIGNMENT AND SUBCONTRACTING This Agreement is a personal service contract and the supervisory work hereunder shall not be delegated by CONTRACTOR to any other person or entity without the consent of CITY . 14 . COPYRIGHTS/PATENTS CONTRACTOR shall not apply for a patent or copyright on any item or material produced as a result of this Agreement . 15 . CITY EMPLOYEES AND OFFICIALS CONTRACTOR 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 California Government Code Sections 1090 , et seq. 16 . NOTICES Any notices or special instructions required to be given in writing under this Agreement shall be given either by personal delivery to CONTRACTOR'S agent (as designated in Section 1 herein- above) or to CITY 'S Director of Public Works , as the situation shall warrant, or by enclosing the same in a sealed envelope, -7- postage prepaid, and depositing the same in the United States Postal Service, addressed as follows: TO CITY: TO CONTRACTOR Mr . Paul Cook Mr . A. Ross Cash Director of Public Works President CITY OF HUNTINGTON BEACH CASH & ASSOCIATES 2000 Main Street 2599 E . 28th Street Huntington Beach, CA 92648 Long Beach, California 90801 17 . ENTIRETY The foregoing, and Exhibits "A" and "A-1" attached hereto, set forth the entire Agreement between the parties . IN WITNESS WHEREOF, the parties hereto have caused this Agree- ment to be executed by and through their authorized officers the day, month, and year first above written. CONTRACTOR: CITY OF HUNTINGTON BEACH CASH & ASSOCIATES ENGINEERS a �LCo_� A. Ross Cash, President Mayor .., Simbol, Secy . �S Wilfr►c10 S . ATTEST: APPROVED AS TO FORM: City Clerk Cit Attorn ����� REVIEWED AND APPROVED: INITIATED AND APP OVED: � . G- EV c City Administrator Director of Public o /_s -8- FEE SCHEDULE Water Warehouse Project City of Huntington Beach (C&A Job No. 3055.00) Revision No. 1 Description Fee A. Phases I, II, & III 1. Industrial Engineering Report 9,840 B. Phases IV & V 1. 9,000 sf masonry warehouse including flamable, paint and cement storage plus mezzanine 69,320 2. Repair shop renovation 7,500 3. Covered pipe storage (masonry construction) 4,500 4. Vehicle canopies, test equipment storage, production storage (masonry construction), truck wash cover, retaining structure within berm and perimeter block wall 36,949 5. Truck wash 3,200 6. Area lighting 2,700 7. Oil storage facility (masonry construction) 4,200 8. Emergency power system 1,100 9. Paving and drainage 8,000 10. Relocate fuel island 3,400 11. Relocate utilities (xfmrs, gas, air compressor and fuel tanks) 3,420 C. Additional Items 1. Topographic map and aerial 6,000 2. Soils Report incorporating all structures 7,250 3. As-built drawings 1,500 $ 168,879 ARC:ed A. Ross Cash, President CASK & ASSOCIATES ENGINEERS 1'4 A. Ross Cash F, Elliott H. Boone Randy H. Mason Wilfrido B. Sin.boi C11SH F-16SOCIATES ENGINEERS May 4, 1987 2199 Easi 281h St,eet P.O. Boy +8 L:,)nc Bea.h, CA 190801 (213) 4_6-6145 City of Huntington Beach Water Department Water Warehouse Project Fee Structure The following fee proposal is based on the "Request for Proposal - Water Warehouse Project" dated April 3, 1987. Fees are also based on our assessment that the Water Department would benefit from a comprehensive facility plannuig effort, not specifically requested in the RFP. This service is itemized for youi review. Discussions with Water Department staff at several facility visits have given our team greater i1 sight into the needs o ' the facility and the intent of the stated Scope of Wurk. We look forward to further discussions with the Water Department regarding- our interpretation of the Scope of Services and related fees. h e following fees are proposed based on our understanding of the Work: Phase 1 , II, III - Industrial Engineering Development . . . . . . . . . . . $9,84 0 (Eugene Akridge and Associates with support from C&A) Phase I1' - P,eliminary Design Documents(1) (See Detailed Fee Breakdown. - Exhibit Al , . . . . $28,600 Phase V - Construction Docur-,ents(1) (See Detailed Fee E reakaown - Exhibit A) . . . . . . $42,900 $71,500 Phase IV-1 - Bid and Construction Phase(2) . . . . . . . . . . . . (SEe footnote) Phase ti'ii - Move-in and Start-up(3) . . . . . . . . . . . . . . (See footnote) EXHIBIT A C;i,*v of Huntington Be Cash & A iates Engineers Water Department May 4, 19 Water Warehouse Project heir.:burseable Items: Travel Auto at $0.25/mile Reproduction (cost + 10%) Photo copying Drawing reproduction Telephone - N/C Our procedure is to invoice at the end of the month for work completed during the month, or upon completion of the work if completed within thirty days. Our terms are Net 3U Lays front; date of invoice. Interest will be chargea at ten percent per annum beginning 30 days after date of invoice. If the design phases of this project are not complete by December 1987, the fee will be subject to rer e gotiatiun. Excluded items: i. Plan check & permit fees . . . . . . . est. SV5,000 2. As-built drawings . . . . . est. $1,500 3. Topographic survey wtih aerial photograph . . . . . . . . . . . . . . est. $3,500 4. Soils report . . . . . . . . . . . . . est. $5,i 50 At the completion of the Industrial Engineering Development Phase, a clear statement of Scope of Design Services can be established. At that time, the fees for Phase IV & V should be re-evaluated and adjusted accordingly. The fees stated in Phase iV & V represent our interpretation of the Water Department's RFP dated April 3, 1987. 2Cash & Associates proposes that Phase V1 be contracted on a Time & Material basis since the specific involvement of our team is undetermined at this time. It is also our feeling that one (1) site visit for our tear.-, per week during the construction effort is excessive and can be reduced substantially and still meet the needs of the project. We propose a daily rate of $520/day for 8 hour/day involvement during the construction effort for professional team members. 'We propose Phase VII services be performed by Eugene Akridge & Associates on an "as-needea" basis at a daily rate of $800/day, if requested. EXHIBIT A Detailed Fee Breakdown Phase IV & V Preliminaries and Coi.struction Documents Design Fees 1. 8600 SF warehouse with crane . . . . . . . . . . . . . .$38,400 2. Warehouse renovation including air compressor. . . . . . 7,500 3. Covered pipe storage . . . . . . . . . . . . . . . . . . �,500 4. T ruck port (20 to 25 vehicles - 300 ft.) . . . . . . . . 1 ,400 5. Truck wash (minimal facility with water, concrete pad, sand ano grease trap) . . . . . . . . . . . . . . . 3,200 6. Area lighting . . . . . . . . . . . . . . . . . . . . . 1,200 7. Oil storage (aboveground with containment) . . . . . . . 4,200 8. Emergency generation system . . . . . . . . . . . . . . 1,100 9. Site work (paving and drainage). . . . . . . . . . . • 6,000 $fir-,M �'Xbl bil' i4— l CASH&ASSOCIATES ENGINEERS January 6, 1987 A CALIFORNIA CORPORATION 2599 East 28th Street P.O. Box 38 Long Beach, CA 90801 (213)426-6145 City of Huntington Beach Public Works Water Department 19001 Huntington Street P.O. Box 190 Huntington Beach, CA 92648 Attention: Mr, Jeff Renna/Mr. Don Noble Subject: WATER WAREHOUSE PROJECT RE-EVALUATION OF PROJECT SCOPE (C&A Project No. 3055.00) Gentlemen Cash & Associates Engineers has re-evaluated the Project Scope based on the results of the Industrial Engineering Report submitted in December 1987. This re-evaluation effort was described and made part of the agreement for design services between the City of Huntington Beach and Cash & Associates Engineers dated September 21, 1987. We have also evaluated the impact of designing all structures utilizing masonry walls, rather than the anticipated Pre-engineered Metal Building approach. Construction costs have also been estimated for the different alternative approaches to give the Water Department the parameters necessary to make decisions regarding the design and construction approach desired. The following is a brief summary of Exhibit A which identifies design and construction costs for all elements of the project as originally contracted and as altered by subsequent reports and/or Water Department requests. A 10% contingency has been included in all construction cost estimates and will be further evaluated at later stages of the design process. 1.0 Design Fee-Original Contract . . . . . . . . . . $ 92,090.00 1.1 Construction Cost Est. - Conceptual . . . . . . . $1,424,000.00 2.0 Design Fee-Based on IE Report. . . . . . . . . . $ 122,740.00 2.1 Construction Cost Est. - Conceptual . . . . . . . $1,617,550.00 3.0 Design Fee - IE Report & HB Masonry Req . . . . $ 168,880.00 3.1 Construction Est. - Conceptual . . . . . . . . . $1,733,875.00 City of Huntington Be* WATER WOHOUSE PROJECT Mr. Jeff Renna/Mr. Don Noble RE-EVALUATION OF PROJECT SCOPE January 6, 1987 (C&A Project No. 3055.00) Page 2 Cash & Associates Engineers originally proposed to design the facility based on the understanding from the Water Department that funds were extremely limited and the construction would most probably be phased over a period of fiscal budget years. With this knowledge, we proposed to design the facility utilizing a Pre-engineered Metal Building concept for the new warehouse and independent canopy structures. This type of building is very common in the light industrial and warehouse markets and requires a minimum design effort for the structural shell of the building thus resulting in reduced design effort and cost. Advantages: Pre-engineered Metal Building 1. Low construction cost 2. Easily expandable 3. Reduced construction time 4. Lowest design cost (performance specification) Disadvantages: 1. Perimeter security 2. Limited exterior wall aesthetic alternatives 3. Poor thermal insulation characteristics as compared to other building materials At the completion of the IE Study and Report period, as previously described, a re-evaluation of the Scope of Work and Construction Cost occurs to define how suggested ideas affect design and construction costs. The following changes in the original program have been identified as follows: 1. New Warehouse square footage increase - 490 sf 2. Warehouse addition of covered storage, covered parking, flammable storage, toxic and cement storage as well as a mezzanine over the office area. 3. The covered storage area at the west boundary of the facility increased in size by 1,120sf. 4. The truck port to cover 20 to 25 vehicles was replaced by five separate canopies located around the site. The number of canopies was subsequently reduced to three in a meeting between J. Renna and R. Mason. 5. Relocate the fuel pump and truck wash areas. The full impact of this item is not fully known at this time due to the possible requirements of unearthing the existing tanks and providing secondary contain- ment. C&A will contact the City of Huntington Beach to determine requirements. 6. Rework area drainage near the Meter Shop as well as creating a covered Meter Wash Station adjacent to the Meter Shop. City of Huntington Be* WATER W*HOUSE PROJECT Mr. Jeff Renna/Mr. Don Noble RE-EVALUATION OF PROJECT SCOPE January 6, 1987 (C&A Project No. 3055.00) Page 3 7. Create a utility equipment area within the east face of berm at Reservoir No. 1 for Power Poles, Gas Meter, Air Compressor, LPG tanks requiring a retaining wall structure and underground piping and conduit runs. 8. Additional outdoor covered storage for the Production and Repair Shop facility. 9. Perimeter block wall around the site. In addition to these suggestions, emanating from the Industrial Engineering report of December 1987 and accepted by the Water Department, J. Renna requested C&A to investigate the impact to design and construction if the walls of the new warehouse and canopy structures are designed using masonry, to match the existing construction and design of the Administration Building, in lieu of the proposed Pre-engineered Building concept. The following are advantages to the masonry-type alternative: 1. Increased security 2. Aesthetic continuity of buildings on property The following are basic disadvantages: 1. Increased design and construction periods 2. Increased overall costs 3. Not as easily expandable For cost impacts of all items discussed, please refer to Exhibit A. CONCLUSIONS AND RECOMMENDATIONS It is our opinion that a Pre-engineered Metal Building best suits the needs and cost constraints of this project and, if properly specified, will result in an aesthetically pleasing facility. A masonry approach for the warehouse would essentially be hidden from view by the reservoirs and the warehouse's extended approach canopy. We feel there is merit in combining the perimeter block wall with the canopies for both security and aesthetic reasons, although this would increase overall con- struction costs. This approach is also subject to approval by the Huntington Beach Planning Department and should, in any event, be limited to only work bounded by Garfield and Huntington Avenue. Cash & Associates Engineers is prepared to commence work immediately upon receipt of the following information: o Location of the warehouse based on the possible relocation of the 6-inch oil line. t City of Huntington Be WATER WA&OUSE PROJECT Mr. Jeff Renna/Mr. Don Noble RE-EVALUATION OF PROJECT SCOPE January 6, 1987 (C&A Project No. 3055.00) Page 4 o Definition of the Project Scope as presented to the Water Department in this document. o Discussions with the Huntington Beach Planning Department regarding construction of canopies on or adjacent to the properly lines as well as requirements for underground tank containment. The Soils Consultant and Surveyor are ready to begin as soon as we can define those items described above. We hope that the information supplied is sufficient for you to make your decisions. We are available to meet with you at your convenience to discuss all aspects of the project. We look forward to your response and commencing the design effort. Thank you, CASH & ASSOCIATES ENGINEERS Randy H. Mason, P.E. Project Manager RHM:gla Enclosures ''P ISSUE DATE(MMIOOVYY) • 7/1/87 •PROOOCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEN. a: EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. The Dougherty Company, Inc. - P.O. Box 7277 COMPANIES AFFORDING COVERAGE Long Beach, California 90807 i LETTER COMPANY A Fireman's Fund Ins ante Company a COMPANY ;NSURED LETTER B Cash & Associates Engineers COMPANY 2599 East 28th Street ' LETTER C Tp gpRl� ' rey Signal Hill, California 90806 CcMPANv p ey LETTER AttOTIl v COMPANY E BY LETTER • THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY P£AI00INDICATED. 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,AMC)CONOI- TIONS OF SUCH POLICIES. co I xX;Cy.F;EC IvE LIABILITY LIMITS IN THOUSANDS TYPE OF INSURANCE � ? ?OLC/=XPFIATIDN LrR OUCY NUMBER 7A'E MMMDrr� JA E.MMIDD Yy1 ,A N OCCURPENCE AGGREGATE I GENERAL LIABILITY i 9000.Y COMP9E�E:4SNE -0RM j. I iruuRY $ $ I� PQEMISE.OPERATIONS ;)NOERGRCUNO PRCPERTY (P1_.',S;CY 3 CCI PSE 4ALAPO oA $ $ i. I i ?RCOUCTS,C�^MP�E-_D )PIPATIONS 1 CONTRAC"UALB CIOMBINED' ($ INDEPENDENT ,ONTRACTORS I I 9RCA0 cCF.M I9CPERTY DAMAGE F -~ PERSONAL NJURY PERSONAL !NJURV $ AUTOMOBILE LIABILITY 30011 oi j ANY AUTO N,A;RY i _y xa x?WNI 1 $ ALL uW*.ED AUTOS.P9N 'ASS i ALL )WNED AUTOS 1 SRN SASS Y CE.4^�$ HIPED PRCP-EP I VON-iWNED AUTOS ICAMAGE I$ I '3ARAGE _.A81L rf i i '91 S?0 i COMBINED i is EXCESS LIABILITY i :1M8REL_A ORM BI i I OTHER 'HAN JMBRELLA =CRM WORKERS' COMPENSATION ,rAn rCRv Ai AND WP 80275566 7/1 /87 7/1 /88 VALH ACCIDENT) i i $ 1 .0 010SEASE'OL.CY LMITI EMPLOYERS' LIABILITY $ SEASE EACH EMPLOYEE, ;OTHER j - I I i DESCRIPTION OF OPERATIONSILOCATICNSNEHICLES/SPEGAL ITEMS ALL OPERATIONS - U.S.A. City of Huntington Beach SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- PIRATION DATE THEREOF, THE ISSUING COMPANY WILL)EXOD&M0111i Insurance and Benefits; Division MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE P.O. Box 190 LEFT,RWkW*Wk'A* iMR4 # Huntington Beach, California 92648 AUTHORIZED R E A Attention: Don Noble, Contract Admini for e • • IT I Of , ISSUE DATE(MMIDDIYY) . < 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 POLICIES BELOW. The Dougherty Company, Inc. P.O. Box 7277 COMPANIES AFFORDING COVERAGE Long Beach, California 90807 COMPANY s > LETTER A American National Fire Insurance Company INSURED CRY B Fireman's Fund Insurance Company Cash 6 Associates Engineers LETTERNY C P.O. Box 38 Long Beach, California 90801 COMPANY D LETTER COMPANY E t LETTER r r \J THIS IS TO CERTIFY THAT 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 CONOI- r ir' TIONS OF SUCH POLICIES. .. LIABILITY LIMITS IN THOUSANDS CO POLICY EFFECTIVE POLICY EXPIRATION TYPE OF INSURANCE POLICY NUMBER fi LTR DATE(MM/DD/YY) DATE(MM/00/Y1') _ EACH AGGREGATE ;r OCCURRENCE Y GENERAL LIABILITY BODILY COMPREHENSIVE FORM INJURY $ $ PREMISES/OPERATIONS PROPERTY >; UNDERGROUND DAMAGE A EXPLOSION 6 COLLAPSE HAZARD PAC 6002292 11/1 /86 11/1 /87 I$ $ PRODUCTS/COMPLETED OPERATIONS Ell a Po 1 000 1,000 CONTRACTUAL . I COMBINED $ $ INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE I I /��� c' f. PERSONAL INJURY PER JURY $ 1,000 AUTOMOBILE LIABILITY 30DILY INJURY ANY AUTO )PER PERSON) $ is A ALL OWNED AUTOS(PRIV. PASS.) BA 2913114 12/1 /86 12/1/87av p AJU ALL OWNED AUTOS(OTHER THAN 1 (PER ACCIDENT) $ 1 PRIV. PASS./ HIRED AUTOS zt:f' PROPERTY - NON-OWNED AUTOS DAMAGE $ GARAGE LIABILITY BI a PO COMBINED 4,000 EXCESS LIABILITY UMBRELLA FORM 81 a PO COMBINED $ $ OTHER THAN UMBRELLA FORM ,x I STATUTORY y> WORKERS'COMPENSATION s $ (EACH ACCIDENT) B AND WP 80179339 7/1/86 7/1/87 $ 0(DISEASE-POLICY LIMIT) kSY EMPLOYERS' LIABILITY $ OOO(DISEASE-EACH EMPLOYEE) OTHER ra' DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS l ALL OPERATIONS-U.S.A. sC Lr ' SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- City of Hunting Beach O PIRAT DATE THEREOF, THE ISSUING COMPANY WILL 1l WMA )MI Insurance and Benefits Division MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE rrt, LEFT,aoiWf P.O. Box xaoRv7P�Dax�k4H09QTx7E�eUMx x�E[Q18KC4c�ax s� 190 x»��a�uatxmmxx � � � Huntington Beach, California 92648 AUTHO DY4PRE Attn: o NQb1e ® . ISSIA OotTE Ialwor,vvI �., 5/13/87 POKDIX ER THIS CERTIFICATE N ISSUED AS A MATTER Of INFOfM1ATMN ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE ANWMO BY THE PODS BELOW, R.D. Crowell Insurance Agen* CEINEO 3151 Airway, B-3 COMPANIES AFFORDING COVERAGE Costa Mesa, Ca 92626 MAY 141967 r (714)557-5234 COMPANY AR CW & W S� Design Professionals Insurance Company COMPANY INSURED LETTER CASH 6 ASSOCIATES, ENGINEE COMPANY 2599 East 28th Street LETTER Long Beach, Ca 90801 COMPANY D LETTER COMPANY E — LETTER e THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LSSTED BELOW HAVE BEEN ISSUED TO THE WSUREO NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONOETION 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 CONDI- TIONS OF SUCH POLICIES. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION ALL LIMBS IN THOUSANDS LTR DATE(MWOON`) DATE(MWOONY) v GENERAL LIABILITY GENERAL AGGREGATE $ COMMERCIAL GENERAL LIABILITY PRODUCTS-COMPIOPS AGGREGATE $ CLAIMS MADE QOCCURRENCE PERSONAL&ADVERTISING INJURY $ OWNER'S 6 CONTRACTORS PROTECTIVE EACH OCCURRENCE $ FIRE DAMAGE ZANY ONE FIRE) $ MEDICAL EXPENSE(ANY ONE PERSON) $ AUTOMOBILE LIABILITY ANY AUTO CSL $ ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (PER PERSON) $ HIRED ALTOS It(vPEfap NON-OWNED AUTOS ODENT) I$ GARAGE LIABILITY PROPERTY DAMAGE $ EXCESS LIABILITY OCCEACH AGGAM"TE $ $ OTHER THAN UMBRELLA FORM STATUTORY WORKERS'COMPENSATION $ (EACH ACCIDENT) AND EMPLOYERS'LIABILITY $ (DISEASE-POLICY LMIIT) $ 0SEASE-EACH EMPLOYEE) OTHER A Professional $500, ea claim and in Liability PL 620 450 01 11/l/86 11/l/87 the aggregate DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS Re: Project :3055 For professional liability coverage, the aggregate limit is the total insurance available fo claims presented within the ppolic period for all operations of the insured. The limit will r be reduced b a ents of in —ni and inense. o e • Ex-ATTN: DON NOBLE, CONTRACT ADMINISTRATOR BHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF HUNTINGTON BEACH PIRATION DATE THEREOF, THE ISSUING COMPANY WILL P•O• BOX 190 MAIL 30 DAYS WRITTEN NOTICE TO THE CERTWICATE HOLDER NAMED TO THE HUNTINGTON BEACH 92646 LEFT, REPRE NTA V y . Nancy Marsh s= tor SSUE DATE ;MM/DD/YY) ?RCCOCER I 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 POLICIES BELOW. The Dougherty Company, Inc. P.O. Box 7277 COMPANIES AFFORDING COVERAGE Long Beach, California 90807 COMPANY A LETTER Fireman s Fund Ins Vance Company _ COMPANY ;NSURED LETTER B Cash S Associates Engineers COMPANY 2599 East 28th Street LETTER C TO1{'ORM' nej Signal Hill, California 90806 COMPANY A'p C1 OAIL gUT' .:1 City Attorney LETTER D CCMPANY E By' LETTER IlTia THIS IS TO CERTIFY THAT 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 CONDI- TIONS OF SUCH POLICIES. CID POLICY=FFECTNE POLICY EXPIRATION LIA8ILITY LIMITS IN THOUSANDS LTR TYPE OF 'NSURANCE POLICY NUMBER i 'DATE MMl00lYY) DATE.MMIODYr JC E+CH URPENCE gGGPEGATE GENERAL LIABILITY BODILY COMPREHENSIVE FORM Nluav $ $ PREMISE SiOPERATIONS PROPERTY UNDERGRCUNO j DAMAGE $ $ EXP'_OSION 3 COLLAPSE HAZARD PRODUCT&COMPLETED OPERATIONS CONTRAC'UAL +COMBINED $ $ INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE PERSONAL .INJURY I PERSONAL INJURY $ AUTOMOBILE LIABILITY BDDILr j NQURY $ ANY AUTO PER�ERSm) ALL OWNED AUTOS.PRIV SASS 30OIL' ALL OWNED AUTOS(OTH RPASSN)PRI I 9P $ HIRED AUTOS 1 I (PROPERTY NON4)WNEO AUTOS DAMAGE $ j GARAGE LIABILITY BI'1 PO COMBINED $ EXCESS LIABILITY UMBREL.A ORM j COM8INED $ $ OTHER THAN JMBRELLA FORM gTATU7pRv WORKERS COMPENSATION AND WP 80275566 7/1 /87 7/1 /88 $ • ACH ACCIDENT) EMPLOYERS' LIABILITY $ . SEASE-POLICY LIMIT( $ 1,000SEASE EACH EMPLOY" OTHER- — ------ -- --- _----- j DESCR!PT!CN OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS ALL OPERATIONS - U. S.A. EX- City of Huntington Beach SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- Y g PIRATION DATE THEREOF, THE ISSUING COMPANY WILL)eX0E&YD XD( Insurance and Benefits Division MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE P.0. Box 190 LEFT, fc9t�il9RhtA�t iL�t+A�4tiMR§�fcl Huntington Beach, California 92648 AUTTHHORIZED R E AT Attention: Don Noble, Contract Admini for l CITY OF HUNTINGTON BEACH ENGINEERING SERVICES AGREEMENT WATER WAREHOUSE PROJECT THIS AGREEMENT, made and entered into this '1700' day of , 1987 , by and between the CITY OF HUNTINGTON BEACH, a municipal corporation of the State of California, herein- after referred to as "CITY, " and CASH & ASSOCIATES ENGINEERS, a California Corporation, hereinafter referred to as "CONTRACTOR. " WHEREAS, CITY desires to engage the services of an engineering consultant to provide construction contract documents for the con- struction of a water warehouse, in the City of Huntington Beach; and CONTRACTOR has been selected to perform said services, NOW, THEREFORE , it is agreed by CITY and CONTRACTOR as follows ; 1 . WORK STATEMENT CONTRACTOR shall provide all engineering services as described in the Request for Proposal and Technical Proposal and Fee Proposal, dated May 4 , 1987 , as submitted by CONTRACTOR (here- inafter 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. " CONTRACTOR hereby designates Randy Mason, who shall represent it and be its sole contact and agent in all consulta- tions with CITY during the performance of this Agreement . 2 . CITY STAFF ASSISTANCE CITY shall assign a staff coordinator to work directly with CONTRACTOR in the prosecution of this Agreement . -1- L • • 3 . TIME OF PERFORMANCE Time is of the essence of this Agreement . The services of CONTRACTOR 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 three (3 ) months from the date of this Agreement. This time may be extended with the written per- mission of 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 CITY and CONTRACTOR. 4 . COMPENSATION In consideration of the performance of the engineering services described in Section 1 above, CITY agrees to pay CON- TRACTOR a fee not to exceed Ninety Two Thousand, Ninety Dollars ( $92 ,090 ) . 5 . EXTRA WORK In the event of authorization, in writing by CITY, of changes from the work described in Exhibit "A, " or for other written permission authorizing additional work not contemplated herein, additional compensation shall be allowed for such Extra Work , so long as the prior written approval of CITY is obtained. 6 . METHOD OF PAYMENT A . CONTRACTOR shall be entitled to monthly progress payments, on the basis of the percentage of completion, toward the lump sum, set forth in Section 4 herein in accordance with the progress and payment schedule set forth in Exhibit "A. " -2- B . Delivery of work product : A copy of every technical memo and report prepared by CONTRACTOR shall be submitted to 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 . CONTRACTOR shall submit to 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 payment due; 4 ) Include a certification by a principal member of CONTRACTOR'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 CONTRACTOR 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 CITY does not approve an invoice, CITY shall notify CONTRACTOR 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 -3- past performance by CONTRACTOR is in, or has been brought into compliance, or until this Agreement is terminated pursuant to Section 12 hereof. D . Any billings for extra work or additional services authorized by CITY shall be invoiced separately to CITY. Such invoice shall contain all of the information required under para- graph 6C , and in additional 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 satis- fied 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 perform- ance of the remainder of this Agreement . 7 . DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CITY acknowledges that CONTRACTOR'S plans and specifi- cations are instruments of professional service; nevertheless, CONTRACTOR 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 and shall become its property upon PROJECT completion or earlier termination of this Agreement. In the event this Agreement is terminated, said materials may be used by CITY in completion of the PROJECT; however , CITY agrees to hold harmless, indemnify and defend CONTRACTOR against all damages, claims and losses, including defense costs, arising out of CITY 'S re-use of CONTRACTOR'S plans and specifications, except in the completion of -4- the PROJECT in the case of termination hereof, without CONTRACTOR' S prior written authorization. 8 . INDEMNIFICATION, DEFENSE, HOLD HARMLESS CONTRACTOR hereby agrees to defend, indemnify and hold harmless city, its officers and employees from and against any and all liability, damages, costs, losses, claims and expenses, however caused, arising from contractor ' s negligence or willful misconduct in their performance of this agreement . Any concurrent negligence or willful misconduct of city, its officers and employees shall in no way diminish CONTRACTOR' s obligations hereunder . 9 . WORKERS ' COMPENSATION CONTRACTOR shall comply with all of the provisions of the Workers ' Compensation Insurance and Safety Acts of the State of California, the applicable provisions of Divisions 4 and 5 of the California Labor Code and all amendments thereto; and all similar state or federal acts or laws applicable; and shall indem- nify, 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 CONTRACTOR under this Agreement . 10 . INSURANCE In addition to the Workers ' Compensation Insurance and CONTRACTOR' S covenant to indemnify CITY, CONTRACTOR shall obtain -5- and furnish to CITY the following insurance policies covering the PROJECT: A. General Liability Insurance. A policy of general public liability insurance, in the amount of $1,000 ,000 including motor vehicle coverage. Said policy shall name CITY, its officers and employees as additional insureds, and shall specifically pro- vide that any other insurance coverage which may be applicable to the PROJECT shall be deemed excess coverage and that CONTRACTOR' S insurance shall be primary. B . Professional Liability Insurance . CONTRACTOR shall acquire a professional liability insurance policy in the amount of $500 ,000 per occurrence and in the aggregate covering the work performed by it hereunder . Certificates of Insurance for said policies shall be approved in writing by the City Attorney prior to the commencement of any work hereunder . All Certificates of Insurance ( and the policies of insurance or endorsements thereof ) shall provide that any such certificates and policies shall not be cancelled without thirty (30 ) days ' prior written notice to CITY . 11 . INDEPENDENT CONTRACTOR CONTRACTOR is, and shall be, acting at all times in the performance of this Agreement as an independent contractor . CON- TRACTOR 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 CONTRACTOR and its officers, agents and employees and all business licenses, if any, in connection with the services to be performed hereunder . -6- 12 . TERMINATION OF AGREEMENT All work required hereunder shall be performed in accord- ance with the standards of the profession for similar profes- sionals performing services in this area at this time. CITY may terminate CONTRACTOR' 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 City Engineer, notice of which shall be delivered to CONTRACTOR as provided in Section 16 herein. 13 . ASSIGNMENT AND SUBCONTRACTING This Agreement is a personal service contract and the supervisory work hereunder shall not be delegated by CONTRACTOR to any other person or entity without the consent of CITY . 14 . COPYRIGHTS/PATENTS CONTRACTOR shall not apply for a patent or copyright on any item or material produced as a result of this Agreement . 15 . CITY EMPLOYEES AND OFFICIALS CONTRACTOR 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 California Government Code Sections 1090, et seq. 16 . NOTICES Any notices or special instructions required to be given in writing under this Agreement shall be given either by personal delivery to CONTRACTOR'S agent (as designated in Section 1 herein- above) or to CITY 'S Director of Public Works, as the situation shall warrant, or by enclosing the same in a sealed envelope, -7- postage prepaid, and depositing the same in the United States Postal Service, addressed as follows: TO CITY : TO CONTRACTOR Mr . Paul Cook Mr . A. Ross Cash Director of Public Works President CITY OF HUNTINGTON BEACH CASH & ASSOCIATES 2000 Main Street 2599 E . 28th Street Huntington Beach, CA 92648 Long Beach, California 90801 17 . 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 Agree- ment to be executed by and through their authorized officers the day, month, and year first above written. CONTRACTOR: CITY OF HUNTINGTON BEACH CASH & ASSOCIATES ENGINEERS a /1� Cd_'_4 A. Ross Cash, President William Simbol, Secy/Treas . ATTEST: APPROVED AS TO FORM: City Clerk _�12ICeit Attorney 6-C,1.1- REVIEWED AND APPROVED: INITIATED AND APPROVED: fs�`J City Administr for - v Director of Public Works -8- . f 5 � • A. Ross trash Elliott H. Boone. Randy H. Mason Wilfrido B. Simboi CASH &ASSG'CI.ATES ENGINEERS May 4, 1987 caurny;:F coPoae,ov 21.99 East 281h Strict P.O. Box 38 UmE Beach, CA 90801 (213) 426-61.45 City of Huntington Beach Water Department Water Warehouse Project Fee Structure The following fee proposal is based on the "Request for Proposal - Water Warehouse Project" dated April 3, 1987. Fees are also based on our assessment that the 4`�ater Department would benefit from a comprehensive facility planning effort, not specifically requested in the RFP. This service is itemized for youi review. Discussions with Water Department staff at several facility visits have given our team, greater insight into the needs of the facility and the intent of the stated Scope of Work. We look forward to further discussions with the Water Department regarding our interpretation of the Scope of Services and related fees. The following fees are proposed based on our understanding of the Work: Phase I, II, III - Industrial Engineering Development . . . . . . $9,840 (Eugene Akridge and Associates with support from C&A) Phase IV - Preliminary Design Documents(l) (See Detailed Fee Breakdown - Exhibit Al . . . . . $28,600 Phase V - Construction Documents(l) (See Detailed Fee Breakdown - Exhibit A) . . . . . . $42,900 T7=1 $71,500 Phase VI - Bid and Construction Phase(2) . . . . . . . . . . . . (See footnote) Phase VII - Move-in and Start-up(3 . . . . . . . . . . . . . . (See footnote) EAn Igo"'IT r City of huntington Be* Cash & Aseates Engineers Water Department May 4, 1987 Water Warehouse Project Reir. burseable Items: Travel Auto at $0.25/mile Reproduction (cost + 10%) Photo copying Drawing reproduction Telephone - N/C Our procedure is to invoice at the end of the month for work completed during the month, or upon completion of the work if' completed witbdn thirty days. Our terms are Net 30 Days from date of invoice. Interest will be chargea at ten percent per annum beginning 30 days after date of invoice. If the design phases of this project are not complete by December 1987, the fee will be subject to renegotiation:. Excluded items: 1. Plan check & permit fees . . . . . . . est. $5,000 2. As-built drawings . . . . . est. $1,500 3. Topographic survey wtih aerial photograph . . . . . . . . . . . . est. $3,500 4. Soils report . . . . . . . . . . . . . est. $5,750 At the completion of the Industrial Engineering Development Phase, a clear statement of Scope of Design Services can be established. At that time, the fees for Phase IV & V should be re-evaluated and adjusted accordingly. The fees stated in Phase iV & V represent our interpretation of the Water Department's RFP dated April 3, 1987. 2Cash & Associates proposes that Phase VI be contracted on a Time & baterial basis since the specific involvement of our team is undetermined at this time. It is also our feeling that one (1) site visit for our team per week during the construction effort is excessive and can be reduced substantially and still meet the needs of the project. We propose a daily rate of $520/day for 8 hour/day involvement during the construction effort for professional team members. 'We propose Phase VII services be performed by Eugene Akridge & Associates on an "as-needed." basis at a daily rate of $800/day, if requested. EXHIBIT A Detailed Fee Breakdown Phase IV b V Preliminaries and Construction Documents Design Fees 1. 8600 SF warehouse with crane . . . . . . . . . . . . .$38,400 2. Warehouse renovation including air compressor. . . . . . 7,500 3. Covered pipe storage . . . . . . . . . . . . . . . . . . 4,500 4. Truck port (20 to 25 vehicles - 300 ft.) . . . . . . . . I ,400 5. Truck wash (minimal facility with water, concrete pad, sand and grease trap) . . . . . . . . . . . . . . . 3,200 6. Area lighting . . . . . . . . . . . . . . . . . . . . . 1,200 7. Oil storage (aboveground with containment) . . . . . . . 4,200 8. Emergency generation system . . . . . . . . . . . . 1,100 9. Site work (paving and drainage). . . . . . . . . 6,000 $71,500 TO: City of Huntington Beach DATE May 28 , 1987 2000 Main Street Post Office Box 190 Huntington Beach, CA 92648 Cq k pROJECT NO 3 0 S S . 0 0 A.7*.. Don Noble pROjECr Water Warehouse Project WE aAN5W., hamth, ❑ ,per y0w-.n'q� ❑ ur;dff sef� comer VIA,: im Dt 5. x4d ❑ hand ❑ otkr TtiE FOLLOWING., ❑ ❑ 5pXYiCaffonj ❑ Addenda, ❑ Diazo Wrut< int3 ❑ lalcuCations ❑ CCarifrcatron Abtice ❑ I�CCum, In ❑ Re� ❑ Change Qr(arr ❑ ftye5ter Int�rnre kte� ❑ JF p draw 00) ❑ J COPIE5 DATE REV. DE50uproN 7UE56 AJW 7XAM3MITTED A5 CUECW (36LOW: ❑ Far vw tim ❑ Returned w/ =nment5 ❑ Resubmit copies ❑ For� A rothC ❑ Returned, W/o contment3 ❑ jtt6mit COpteS ❑ Far.review and comment ❑ &U."ed jZv- ccvrectiom ❑ 2etwn carrected cTi5 ❑ Remari5 Per your request of May 22 , 1987 , C&A Fee Schedule for the above project in the total amount of $92 , 090 . 00 , signed by our President . 1 43E 5KW AW J FeOn RanM, H. Mason W17H COPWE TO: Cwtth encConaye� ) CA5u 4 A"XIATES 6KINEEW ❑ Z599 East 26 a ftwt ❑ P.O. COX 33 ❑ (3mdf, 9030L ❑ 7e'l fine C2b1#5 It endo:we� are not x� noted, yCea5e not w5 immediate R E Ak 7 Dr-PIT,OF Far,., , _ '� FcAl J A. Ross Cash Elliott H. Boone UN 11987 Randy H. Mason Wilfrido B. Simbol 101Y7NCd7Y7M BEACK CALIF CASK &ASSOCIATES FEE SCHEDULE ENGINEERS A CALIFORNIA C°RP°RAT'°" Water Warehouse Project 2599 East 28th Street City of Huntington Beach P.O. Box 38 (C&A Job No . 3055.00 ) Long Beach, CA 90801 (213) 426-6145 Description Fee Phases I, II , III $ 9, 840 . 00 Phases IV & V 1 . 8600 S .F. warehouse with crane 38, 400 . 00 2 . Warehouse renovation including air compressor 7, 500 . 00 3 . Covered pipe storage 2, 500 . 00 4 . Truck port ( 20 to 25 vehicles - 300 feet ) 7, 400 . 00 5. Truck wash (minimal facility with water, 3, 200 . 00 concrete pad, sand and grease trap) 6 . Area lighting 1, 200 . 00 7 . Oil storage (above ground with containment ) 4, 200 . 00 8 . Emergency generation system 1,100 . 00 9 . Site work (paving and drainage ) 6, 000 . 00 Additional Items 1 . As-built drawings 1, 500 . 00 2 . Topographic survey with aerial photograph 3, 500 . 00 3 . Soils report 5, 750 . 00 TOTAL 92, 090 . 00 A. Ross Cash, President --• O� ISSUE DATE(MM/DDNY) 4 22 87 Rev. PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS Aw NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. The Dougherty Company, Inc. P.O. Box 7277 rn COMPANIES AFFORDING COVERAGE Long Beach California 90807COMPA ETTERNY A American National Fire Insurance Company INSURED ETTERNY 13 Fireman's Fund Insurance Company Cash E Associates Engineers COMPANY C P.O. Box 38 Long Beach, California 90801 COMPANY LETTER COMPANY E r LETTER V\J • THIS IS TO CERTIFY THAT 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 CONDI. TIONS OF SUCH POLICIES. CO i POLICY EFFECTIVE POLICY EXPIRATION LIABILITY LIMITS IN THOUSANDS LTR TYPE OF INSURANCE POLICY NUMBER DATE(MWDDNY) DATE(MM/DDNY) EACH OCCURRENCE AGGREGATE GENERAL LIABILITY BODILY COMPREHENSIVE FORM INJURY $ $ PREMISES/OPERATIONS PROPERTY UNDERGROA EXPLOSION U&DCOLLAPSE HAZARD DAMAGE $ $ PAC 6002292 11/1/86 1 1/1 /87 PRODUCTS/COMPLETED OPERATIONS CONTRACTUAL COMBINED $1,000 $ 1,000 INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE 1 OOO PERSONAL INJURY C4$�JURY $ AUTOMOBILE LIABILITY BODILY NJURY ANY AUTO (PER PERSON) $ A ALL OWNED AUTOS(PRIV. PASS.) BA 2 9131 14 12/1 /86 12/1 /87 DILLY RY ALL OWNED AUTOS OTHER THAN 1 IPER ACCIDENT) $ PRIV. PASS HIRED AUTOS PROPERTY NON-OWNED AUTOS DAMAGE $ GARAGE LIABILITY 018 PD COMBINED 1,000 EXCESS LIABILITY UMBRELLA FORM BI&PO COMBINED $ $ OTHER THAN UMBRELLA FORM STATUTORY WORKERS' COMPENSATION $ I UUU(EACH ACCIDENT) B AND WP 80179339 7/1/86 7/1/87 $ 1r (DISEASE-POLICY LIMIT) EMPLOYERS' LIABILITY OOO$ (DISEASE-EACH EMPLOYEE) OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLESISPECIAL ITEMS ALL OPERATIONS-U.S.A. City of Hunting Beach SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- PIRATIQN DATE THEREOF, THE ISSUING COMPANY WILL FCX)XAXM)M Insurance and Benefits Division MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDEI DIED TO THE P.O. Box 190 LEFT,o xa o ax�x acern�xw�e�o ►ca�xxxxxxxXX-X ��a�u�aexaawa��x �aal�aw°7 '�cxar�wt��ax �r�,xxxx Huntington Beach, California 92648 AUTHO D PRE Attn: on Noble act Administrator ISSUE DATE (MM/DD/YY) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS if NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND, The Dougherty Company, Inc. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. Box 7277 COMPANIES AFFORDING COVERAGE Long Beach, California 90807 COMPANY LETTER Fireman's Fund Insurance Company COMPANY INSURED LETTER B Cash 6 Associates Engineers _-OMPANY 2599 East 28th Street LETTER C Signal Hill, California 90806 COMPANY LETTER COMPANY E LETTER • THIS IS TO CERTIFY THAT 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 CONDI- TIONS OF SUCH POLICIES. CO TR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIABILITY LIMITS IN THOUSANDS LTR DATE(MM/DD/YY( DATE(MM/DD/YY) EACH AGGREGATE OCCURRENCE GENERAL LIABILITY BODILY COMPREHENSIVE FORM INJURY $ $ PREMISES/OPERATIONS PROPERTY UNDERGROUND DAMAGE $ $ EXPLOSION&COLLAPSE HAZARD PRODUCTS/COMPLETED OPERATIONS PD CONTRACTUAL BI 8 COMBINED $ $ INDEPENDENT CONTRACTORS BROAD FORM PROPERTY DAMAGE PERSONAL INJURY PERSONAL INJURY $ AUTOMOBILE LIABILITY BOLY INJURY ANY AUTO (PER PERSON) $ ALL OWNED AUTOS(PRIV PASS.) BODILY NAM ALL OWNED AUTOS(OTHER PASS.R THAN I IPER AMNn $ PRIVHIRED AUTOS PROPERTY NON-OWNED AUTOS DAMAGE $ GARAGE LIABILITY BI&PD COMBINED $ EXCESS LIABILITY UMBRELLA FORM BI&PD COMBINED $ $ OTHER THAN UMBRELLA FORM STATUTORY WORKERS' COMPENSATION AND WP 80275566 7/1 /87 7/1 /88 $ CH ACCIDENT) $ 1 r OOOSEASE-POLICY LIMIT) EMPLOYERS' LIABILITY $ 1, SEASE-EACH EMPLOYEE) OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS ALL OPERATIONS - U.S.A. C 1 t o f Huntington n t i n ton Beach SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- City g PIRATION DATE THEREOF, THE ISSUING COMPANY WILL 704=AX0EDC]CfX Insurance and Benefits Division MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE P.O. Box 190 LEFT,IR3t*jj%AStW*)@ 4tT""ViMR(ft�l°x°@�t�k Huntington Beach, California 92648 AUTHORIZED E Attention: Don Noble, Contract Admini ator IssuE Oh TE 5/13/87 PRDOUC,ER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RICINTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND, B.D. Crowell Insurance AgenffCEIVED EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 3151 Airway, B-3 COMPANIES AFFORDING COVERAGE Costa Mesa, Ca 92626 MAY 1 41967 (714)557-5234 COMPR Y A CASH G IAT �E Design Professionals Insurance Com an COMPANY B INSURED LETTER CASH & ASSOCIATES, ENGINEE COMPANY C 2599 East 28th Street LETTER Long Beach, Ca 90801 COMPANY LETTER COMPANY E — LETTER THIS IS TO CERTIFY THAT POLICIES,OF INSURANCE LISTED BELOW HAVE BEEN fjSUED TO THE INSURED NAMED ABOVE FOR T HE POLICi 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 CONDI- TIONS OF SUCH POLICIES. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION ALL LIMITS IN THOUSANDS LTR DATE(MM/DDNY) DATE(MMIDp/V11 GENERAL LIABILITY GENERAL AGGREGATE $ COMMERCIAL GENERAL LIABILITY PRODUCTS COMPIOPS AGGREGATE $ CLAIMS MADE aOCCURRENCE PERSONAL A ADVERTISING INJURY $ GINNER S&CONTRACTORS PROTECT!VE EACH OCCURRENCE $ SIRE DAMAGE ZANY ONE FIRE) $ MEDICAL EXPENSE(ANY ONE PERSON, $ AUTOMOBILE LIABILITY ANY AUTO CSL $ ALL OWNED AUTOS BODILY MJURY SCHEDULED AUTOS (PER PERSON) $ HIRED AUTOS (�PPE MyNON-OWNED AUTOS X"'NT) $ GARAGE LIABILITY PROPER,, OAMAGE $ EXCESS LIABILITY EA04 AOo GATE OCCURRENCE $ OTHER THAN UMBRELLA FORM STATUTORY WORKERS'COMPENSATION v $ (EACH ACCIDENT) AND EMPLOYERS'LIABILITY $ IDISEASE POLICY LIMIT) $ (DISEASE-EACH EMPLOYEE) OTHER A Professional $500, ea claim and in Liability PL 620 450 01 11/l/86 11/l/87 the aggregate DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES/RESTRICTIONS/SPECIAL ITEMS Re: Project :3055 For professional liability coverage, the aggregate limit is the total insurance available fo j claims presented within the ppolicy period for all operations of the insured. The limit will be reduced b payments of indemnit and exDense. ATTN: DON NOBLE, CONTRACT ADMINISTRATOR SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX. CITY OF HUNTINGTON BEACH PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ]0UUK§J00V= P.O. BOX 190 MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE HUNTINGTON BEACH 92646 LEFT AUTH VREPRErNTAIWNancy Marsh 0 ! CITY OF HUNTINGTON BEACH 2000 MAIN STREET CALIFORNIA 92648 OFFICE OF THE CITY CLERK November 20, 1989 Cash & Associates Engineers 2599 East 28th Street Long Beach, CA 90801 Enclosed is an executed copy of Amendment No. 1 to Agreement between the City of Huntington Beach and Cash & Associates Engineers for engineering services for the water warehuse project. Connie Brockway City Clerk CB:bt Enc. (Telephone:714-536-5227) z a, REQUE,* FOR CITY COUNCIDACTION Date November 13, 1989 Submitted to: Hoaorable Mayor and City Council Submitted by: Paul E. Cook, City Administrator vec� Preflared by: Louis F. Sandoval , Director of Public forks Subject: WATER WAREHOUSE IMPROVEMENTS : CC719 APPROVED By CITY COUNCIL 19 Consistent with Council Policy? [X] Yes [ ] New Policy or Exce tion � a.. Statement of Issue, Recommendation, Analysis, Funding Source, Alternative Actions, achmer - -- STATEMENT OF ISSUE: Cash and Associates Engineers has completed the project plans and specifications (Phase 2 ) for the Water Warehouse and Yard Improvements Project. Per the Consultant' s Proposal , Phases 3 and 4 were subject to negotiations upon completion of the Plans and Specifications. The Seismic Structural Evaluation of the existing Repair Shop is an additional service not a part of the original proposal . RECOMMENDATION• 1 . Approve the amendment to the Contract as follows: A. Add Phase 3 , "bid assistance, " for a fee not to exceed $16, 400 .00 . B. Add Phase 4, "construction support, " for a fee not-to-exceed $58, 000 . 00. C. Add Seismic Evaluation of Repair Shop for a fee not-to-exceed $8, 500 .00 . D. Extend contract through the end of construction. Compensation for items A, B, and C will be on a time and material basis. 2. Establish an additional project budget of $82 , 900. 00 . 3. Authorize the Mayor and City Clerk to execute the attached Amendment to the Consultant Agreement with Cash and Associates for a total fee not-to-exceed $82, 900 .00 . ANALYSIS• On September 21, 1987, Council authorized Cash and Associates Engineers to prepare the Contract Plans and Specifications for the P10 5/85 Page two Water Warehouse Improvements November 13, 1989 Water Warehouse and Yard Improvements (Phase 2 ) . The Consultant' s Proposal , dated May 4, 1987, called or Phase 3 , "bid assistance, " and Phase 4, "construction support, " to be evaluated and negotiated upon completion of Phase 2. The Seismic Structural Analysis was not included in the City' s original Request for Proposal for the existing Repair Shop, but included this needed work as part of the amendment. On October 3, 1989, the City received the Consultant' s Proposal for these additional services and feel the fees stipulated are reasonable based on type of construction and the Engineer' s Cost Estimate of work to be performed. Therefore, pursuant_to Chapter 3 . 03 "Professional Services" of the Municipal Code, the Public Works Department recommends the Contract be amended. FUNDING SOURCE: Sufficient encumbered funds are available in Account No. E-EW-PW- 921-6-31-00 leaving a fund balance of $217,100 . 00 . ALTERNATIVE ACTION: 1 . Request new proposals. 2. Deny this request. ATTACHMENTS: 1 . Consultants Proposal dated May 4, 1989. 2 . Additional Services Proposal dated October 3, 1989. 3 . Contract Amendment. LFS:JRR: EC:bb 3/3d 1- 0 A-" f F,,- r REQU E FOR CITY COUNCFACTIONI Date March 9, 1988 Submitted to: Honorable Mayor and City Council Submitted by: Paul E. Cook, City Administrato��✓"' Prepared by: Les G. Evans, Acting Director of Public WorksL-6'0�1 CASH CONTRACT NO. 719: DESIGN SERVICES FOR--i�}`�T; (�L?PrRTHBNV-- Subject: WAREHOUSE AND MAINTENANCE YARD ADDITI QVEMENTS ................... -� Consistent with Council Policy? [X] Yes [ ] New Policy or Excepti n CITY!cL Statement of Issue, Recommendation,Analysis, Funding Source,Alternative Actions,Attachments: r STATEMENT OF ISSUE: The scope of the subject project needs to be modified based on the results of the industrial engineering report prepared as part of the preliminary project scope. RECOMMENDATION: Approve the new contract with Cash and Associates Engineers as outlined below and increase the allowable contract expenditure amount to $185, 800 . ANALYSIS: On September 21 , 1987 , Council approved the selection of Cash and Associates Engineers to provide design services for the construction of a new Water Department Warehouse and various maintenance yard additions and improvements . Included in the design services agreement was the preparation of an industrial engineering evaluation of the interrelationships between existing and future program elements to improve the effectiveness and efficiency of the water utility operation. Based on the results of this study, the preliminary project scope would be reviewed and any changes in services identified as a part of the evaluation would be recommended. The industrial engineering evaluation report has been completed and project scope modifications have been recommended by the consultant. Upon review of the report, it was determined that the scope of the work has changed significantly. The changes make it necessary for the City to enter into a new contract for the project. These changes, as well as those necessary to comply with the City' s Ordinance Code, are listed below: 1 ) Provide a masonry warehouse building design in lieu of a pre-engineered metal building design and increase square footage by 490 . 2 ) Add warehouse exterior accessory rooms for flammable material , hazardous material and cement storage. / I P10 5/85 Page two CASH CONTRACT NO. 719 DESIGN SERVICES FOR WATER DEPARTMENT WAREHOUSE AND MAINTENANCE YARD ADDITIONS/IMPROVEMENTS March 8 , 1988 3 ) Increase the "covered only" storage area by 1120 . 4) Modify the site configuration of the truck ports originally presented. 5 ) Relocate the fuel dispensing area to improve safety and improve onsite circulation. 6 ) Add a covered "meter wash station" to meet waste discharge requirements. 7 ) Create a centralized utility equipment area for utility transformers, utility metering, air compressor, emergency generators, and standby LPG fuel tanks . 8 ) Add additional outdoor covered storage for the production. repair facility. 9) Provide a perimeter block wall around the site where none now exists. Staff concurs with the recommended scope modifications. Operational improvements to be gained by these changes will include corrections in material handling and warehousing (a major weakness ) , creation of focal points for the major programs of the water utility, a centralizing of storage needs, strengthened supervision, on-site travel improvements through removal of obstacles to efficient traffic flow and an improved ability to maintain a favorable public image. The work to be done on this contract involves design services only. The construction of the project is intended to be done using a phased approach with the first phase consisting of the new warehouse building. It is projected at this time that the phasing will be spread over a four (or more) year period depending on funding available. FUNDING SOURCE: The Council action taken on September 21 , 1987 , allocated $100, 000 to the project budget from Account No. 921639 ( Improvements/other) . The additional $85, 800 requested is proposed to be funded through the transfer of monies from Account No. 921689 (Downtown Transmission Pipeline) . The contract for the construction of the pipeline has been let and the amount proposed to be transferred is surplus. ALTERNATIVE ACTIONS: 1 ) Do not authorize the modification to the scope of work, thereby reducing options available to improve operational effectiveness. 2 ) Change the direction of the project by directing staff on how to proceed. LE:JRR:bb Doc1-p26 CITY OF HUNTINGTON BEACH 2000 MAIN STREET CALIFORNIA 92648 OFFICE OF THE CITY CLERK Mr. Ranoy Mason Cash and Associates 2599 East 28th Street Long Beach, CA 90801 Dear Mr. Mason: Enclosed is a duly executed copy of the contract between your firm and the City of Huntington Beach which was approved by the City Council on March 21, 1988. ALICIA M. WENTWORTH, CITY CLERK By: Connie Brockway, Deput City Clerk MW:CB:me Enclosure 1 Telephone:714536-5227) CITY OF HUNTINGTON BEACH 2000 MAIN STREET CALIFORNIA 92648 Paul E. Cook Public Works Department Director (714) 536-5431 February 29, 1988 f2599 anoy Mason and Associates East 28th Street Beach CA 9080.1� Subject: Water Warehouse Project Dear Randy: Enclosed, per our telephone conversation, is a new contract for the Water Warehouse Project. As noted, the Fee Schedule submitted for the original contract must be revised to re- flect a payment of $168,879.00. Should you have any question or concern regarding this new contract document, please telephone me at (714) 536-5441. Very truly yours, Don Nob le Contract Administrator DN:ik RECEIVED enclosure M AR 2 1988 cc: Jeff Renna CMH & ASSOCI,ATM JECEIViED ATFR 01VISIO;N �. CITY OF HUNTINGTONE '(, �q�a u� INTER-DEPARTMENT COMMUNICATION HUNnNGTON BEACH CITY OF H.-UNTINGTON ACH To Jeff Renna From Jeff Abramowitz Water Division Superintendent Assistant Planner Subject PROPOSED EXPANSION TO Date January 26, 1988 WATER OPERATIONS FACILITY The following comments and concerns were brought up at the Conceptual Design Review Committee on January 19, 1988. The Committee viewed the proposal as a conceptual masterplan which provided an opportunity to give early feedback on the project and proposed site plan. Specific evaluation of building elevations and materials will be made at a later date when presented before the Committee. I. Site Pl n a. Concerns were expressed about the location of the new truck wash and fuel island along Garfield Avenue, especially as related to the adjacent driveway. Applicant agreed to explore alternate locations. b. A twenty-four (24) foot fire lane around the facility shall be required. Posting shall be provided. Either a turn-around behind the new warehouse structure shall be provided, or the Fire Department may review and approve the access around the reservoir. c. When the oil drum storage facility is built, the setback and landscaping should closely match that which exists for the'structure to the north. d. Building Division/Fire Department should be consulted with respect to occupancy rating for oil storage facility. If possible, structure could be designed with a zero side setback adjacent to Cambro Manufacturing. e. Public Works recommended that the sidewalk along Huntington Street be modified to match the adjacent walks. (Solid concrete at curbside.) 2. Fencing. a. The Committee indicated that they wanted to see sample building materials for the perimeter security walls. They felt that six foot high would be adequate adjacent to Garfield Avenue. Where the wall would actually be the back support of a storage structure, landscaping should be provided to mitigate aesthetic concerns. Any openings or gates in the perimeter wall should have slats. b. For the western property line adjacent to the railroad right-of-way, the Committee recommended that the existing chain link fence be replaced by a block wall for security, noise and aesthetic reasons. Prop. Expansion to Water Operations Facility January 26, 1988 Page 2 of 2 3. Structures a. Elevations/building materials of new 9000 square feet warehouse structure must come back before the Committee. Members are not totally opposed to metal construction due to the building's location on the site and the provision of adequate screening walls and landscaping. Dennis Krecji suggested that the applicant check with the Building Division regarding acceptable materials for a building to be used to store hazardous chemicals. If constructed of masonry block, any roof-mounted mechanical equipment must be screened. b. Any facade changes to the existing buildings shall be approved by the CDRC. 4. Lighting a. The design of light standards shall be such that there is no spillage onto adjacent streets or properties. JA:gbm c r- . �'t •, (9915d) Ffl CITY OF HUNTINGTON BEACH 2000 MAIN STREET CALIFORNIA 92648 OFFICE OF THE CITY CLERK September 22 , 1987 Mr. A . Ross Cash President CASH & ASSOCIATES 2599 E . 28th Street Long Beach , California 90801 The City Council of the City of Huntington Beach On September 21 , 1987 approved an Engineering Services Agreement with your firm, relative to the water warehouse additional improvements . Enclosed is a duly executed copy of said agreement and a copy of the insurance certificates which you submitted . Please call the Department of Public Works for further infor- mation - 536-5431 ALICIA M. WENTWORTH , City Clerk vCJ� City Clerk Deputy AW : cb : bas 1 Tele phone:714-536-5227 REQUER FOR CITY COUNCOACTION Date September 11, 1997 Submitted to: Honorable Mayor and City Council U�GxY. Submitted by: Paul E. Cook, Interim City Adininistrato GL1: GO �Y 9 Prepared by: Paul E. Cook, Interim City Administrator -%���e� �,� 1 " Subject: Water Warehouse Additions/Improvements Consistent with Council Policy? [X] Yes [ ] New Policy or Excep n Statement of Issue, Recommendation, Analysis, Funding Source, Alternative Actions, Attachments: Statement of Issue: On May 4, 1987, staff received proposals from qualified architectural firms for the preparation of the Water Warehouse additions/improvements. Recommendation: Approve the selection of Cash and Associates Fngineers to design the Water Warehouse additions/improvements and thereby authorize; (a) staff to establish a budget of $100,000 (this will include consultant agreement and misce llaencus costs as required ) ° (b) the Mayor and City Clerk to execute the attached consultant agreement with Wash and Associates Engineers for a fee not to exceed $92,090.00. Analysis: Planned improvements at the city's Water Operations Facility include the construction of an 8,600 square feet warehouse, 1,200 square feet oil storage building, housing for a standby generator and air compression covered storage area for pipe, a wash rack, truck port area, and yard lighting/security system. Plans and specifications and cost estimates for these improvements have not been prepared and therefore, pursuant to Chapter 3.03, "Professional Services" of the Municipal Code, requests were solicited from qualified architectural firms to prepare the construction documents. Proposals were received on May 4, 1987. Staff has reviewed each of the proposals and recanmends the selection of Cash and Associates. Funding Source: Revenues of $100,000 for the preparation of these plans, specifications and cost estimates are available in fiscal account 921639 (Improvements/Other) . Alternative Action: Deny selection of Cash and Associates Engineers and forego preparation of needed contract documents. Attachments: Consultant Agreement. PEC:EB:lw PIO 5/85