Loading...
HomeMy WebLinkAbout11 - Irvine Avenue 24-inch Water Main ReplacementCITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 11 September 28, 2004 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Sean Crumby 949 -644 -3311 scrumby@city.newport-beach.ca.us SUBJECT: IRVINE AVENUE 24 -INCH WATER MAIN REPLACEMENT - APPROVAL OF PROFESSIONAL SERVICES AGREEMENT WITH TETTEMER & ASSOCIATES RECOMMENDATION: Approve a Professional Services Agreement with Tettemer & Associates, of Irvine, California, for Engineering Services for the Irvine Avenue 24 -Inch Water Main Replacement project at a contract price of $148,308.00 and authorize the Mayor and City Clerk to execute the Agreement. DISCUSSION: As part of the Water Master Plan, the water facilities within Irvine Avenue and Dover Drive were targeted to be replaced due to their age and an increase in the need for capacity. The existing system was built in 1956 and has outlived its useful life. Due to funding constraints, the update of the water system within Irvine Avenue and Dover Drive was split into five smaller projects. The projects are as follows: Phase Proposed Limits Status of Project Work 1 24 -inch Irvine Avenue - University Dr. to Award planned for October 28, 2004 South Bristol St. 2 24 -inch Irvine Avenue - Santiago Drive to Construction Complete. NOC Filed 10/14/2003 University Drive 3 24 -inch Irvine Avenue -Dover Drive to Project Design Considered Under this Contract Santiago Drive 4 24 -inch Dover Drive — Irvine Avenue to Project Design Considered Under this Contract West Cliff Drive 5 12 -inch Irvine Avenue — Dover Drive to Construction Complete. NOC Filed 3/23/2004 Sherin ton Place In an effort to expedite the replacement schedule due to recent failures on Dover Drive, Phases 3 and 4 are recommended to be replaced as one project. The project limits are within Irvine Avenue between Santiago Drive and Dover Drive, and within Dover Drive between Irvine Avenue and Westcliff Drive. Three firms were invited to submit proposals to provide professional engineering services. SUBJECT: Irvine Avenue 244nch Water Main Replacement - Approval of Professional Services Agreement with Tettemer & Associates September 28. 2004 Page 2 Two firms responded to the City's request for proposals; Tettemer & Associates, and HDR, Inc. Staff reviewed the proposals to evaluate each firm's qualifications, past experience on similar projects, and availability before unanimously recommending Tettemer & Associates to complete the Irvine Avenue and Dover Drive 24 -inch Water Main Replacement. Upon selection, staff negotiated with Tettemer & Associates to provide the necessary scope of services for a fee of $148,308.00. Tettemer & Associates has provided similar services competently and professionally on projects for other local agencies in Southern California. The scope of Tettemer & Associates professional engineering services will include: • Setting and locating aerial control targets • Provide an aerial topographic survey • Provide a topographic base map • Conduct utility research • Coordinate an encroachment permit with the City of Costa Mesa • Preparation of Water Main Improvement Plans • Preparation of Traffic Control Plans • Preparation of Project Specifications • Preparation of construction quantities and cost estimates • Assistance during bidding and construction • Preparation of As -Built Plans Funding Availability: Funds for this project are available in the following account: Account Description Account Number Amount Water Enterprise 7501- C55000386 $148,308.00 Environmental Review: Engineering design services are not a project as defined in the California Environmental Quality Act (CEQA) Implementing Guidelines. However, an environmental review and the appropriate documentation will be prepared after the scope of construction work has been finalized. Prepared by: Sean Crumby, P.E. Associate Civil Enginee Attachments: Professional Services Agreement Project Location Map (all phases) Submitted by: �S'tep G. Badum Pu c Works Director PROFESSIONAL SERVICES AGREEMENT WITH TETTEMER & ASSOCIATES CONSULTING ENGINEERS FOR IRVINE AVENUE 24 -INCH WATER TRANSMISSION MAIN CONTRACT NO. 3708 THIS AGREEMENT is made and entered into as of this day of 2004, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "City"), and TETTEMER & ASSOCIATES a corporation whose address is 19 Technology Drive, Irvine, California, 92618 -2334 ( "Consultant "), and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is planning to remove, replace, and /or rehabilitate selected portions of existing Water Transmission Mains within Irvine Avenue between Santiago Drive and Dover Drive, and within Dover Drive between Irvine Avenue and Westcliff Drive. C. City desires to engage Consultant to provide professional civil engineering services and prepare the plans and specifications for the Project, upon the terms and conditions contained in this agreement. D. Consultant possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement. E. The principal member of Consultant for purposes of this Project shall be Robert S. Reid, P.E. F. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and desires to retain Consultant to render professional services under the terms and conditions set forth in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1, TERM The term of this Agreement shall commence on the above written date, and shall terminate on the 31st day of December, 2006, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference. The City may elect to delete certain tasks of the Scope of Services at its sole discretion. 3. TIME OF PERFORMANCE Time is of the essence in the performance of services under this Agreement and Consultant shall perform the services in accordance with the schedule included in Exhibit C. The failure by Consultant to strictly adhere to the schedule may result in termination of this Agreement by City. 4. COMPENSATION TO CONSULTANT City shall pay Consultant for the services on a time and expense not -to- exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Consultant's compensation for all work performed in accordance with this Agreement, including all reimbursable items and subconsultant fees, shall not exceed One Hundred Forty Eight Thousand Three Hundred Eight Dollars and no /100 ($148,308.00) without additional authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. 4.1 Consultant shall submit monthly invoices to City describing the work performed the preceding month. Consultant's bills shall include the name of the person who performed the work, a brief description of the services performed and /or the specific task in the Scope of Services to which it relates, the date the services were performed, the number of hours spent on all work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Consultant no later than thirty (30) days after approval of the monthly invoice by City staff. 4.2 City shall reimburse Consultant only for those costs or expenses specifically approved in this Agreement, or specifically approved in advance by City. Unless otherwise approved, such costs shall be limited and include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services that Consultant agrees to render pursuant to this Agreement, which have been approved in advance by City and awarded in accordance with this Agreement. B. Approved reproduction charges. C. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. FA, 4.3 Consultant shall not receive any compensation for Extra Work without the prior written authorization of City. As used herein, "Extra Work" means any work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Compensation for any authorized Extra Work shall be paid in accordance with the Schedule of Billing Rates as set forth in Exhibit B. 5. PROJECT MANAGER Consultant shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Consultant has designated Robert S. Reid to be its Project Manager. Consultant shall not remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of services upon written request of City. Consultant warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 6. ADMINISTRATION This Agreement will be administered by the Public Works Department. Michael J. Sinacori shall be considered the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of its responsibilities under this Agreement, City agrees to, where applicable: A. Provide access to, and upon request of Consultant, one copy of all existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. Provide blueprinting and other services through City's reproduction company for bid documents. Consultant will be required to coordinate the required bid documents with City's reproduction company. All other reproduction will be the responsibility of Consultant and as defined above. C. Provide usable life of facilities criteria and information with regards to new facilities or facilities to be rehabilitated. k_1 8. STANDARD OF CARE 8.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. 8.2 Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications, insurance and approvals of whatsoever nature that are legally required of Consultant to practice its profession. Consultant further represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any and all licenses, permits, insurance and other approvals that are legally required of Consultant to practice its profession. Consultant shall maintain a City of Newport Beach business license during the term of this Agreement. 8.3 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. HOLD HARMLESS To the fullest extent permitted by law, Consultant shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents and employees (collectively, the "Indemnified Parties) from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to any work negligently performed or services provided under this Agreement (including, without limitation, defects in workmanship or materials and /or design defects [if the design originated with Consultant]) or Consultant's presence or activities conducted on the Project (including the negligent and /or willful acts, errors and /or omissions of Consultant, its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). 12 Notwithstanding the foregoing, nothing herein shall be construed to require Consultant to indemnify the Indemnified Parties from any Claim arising from the active negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Consultant. 10. INDEPENDENT CONTRACTOR It is understood that City retains Consultant on an independent contractor basis and Consultant is not an agent or employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute approval for Consultant or any of Consultant's employees or agents, to be the agents or employees of City. Consultant shall have the responsibility for and control over the means of performing the work, provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Consultant as to the details of the performance or to exercise a measure of control over Consultant shall mean only that Consultant shall follow the desires of City with respect to the results of the services. 11. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Consultant on the Project. 12. CITY POLICY Consultant shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Consultant is responsible for keeping the Project Administrator and /or his /her duly authorized designee informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 47 14. INSURANCE Without limiting Consultant's indemnification of City, and prior to commencement of work, Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Consultant shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with City's at all times during the term of this Agreement. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Acceotab /e Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. D. Coverage Reauirements. Workers' Compensation Coverage. Consultant shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California. In addition, Consultant shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Consultant for City. ii. General Liability Coves. Consultant shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed 2 under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. iii. Automobile Liability Covera e. Consultant shall maintain automobile insurance covering bodily injury and property damage for all activities of the Consultant arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. iv. Professional Errors and Omissions Insurance. Consultant shall maintain professional errors and omissions insurance, which covers the services to be performed in connection with this Agreement in the minimum amount of one million dollars ($1,000,000). E. Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language: The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the Consultant. ii. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Consultant's operations or services provided to City. Any insurance maintained by City, including any self- insured retention City may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either 7 party except after thirty (30) calendar days written notice has been received by City. F. Timely Notice of Claims. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Consultant's performance under this Agreement. G. Additional Insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint- venture or syndicate or cotenancy, which shall result in changing the control of Consultant. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint- venture. 16. SUBCONTRACTING City and Consultant agree that subconsultants may be used to complete the work outlined in the Scope of Services. The subconsultants authorized by City to perform work on this Project are identified in Exhibit A. Consultant shall be fully responsible to City for all acts and omissions of the subcontractor. Nothing in this Agreement shall create any contractual relationship between City and subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. Except as specifically authorized herein, the services to be provided under this Agreement shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 17. OWNERSHIP OF DOCUMENTS Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents'), prepared or caused to be prepared by Consultant, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Consultant or any other party. Consultant shall, at Consultant's expense, provide such Documents to City upon prior written request. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed Documents for other projects and any use of incomplete Documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. Consultant shall provide to City 'As- Built' drawings, and a copy of digital AutoCADD and tiff image files of all final sheets within ninety (90) days after finalization of the Project. For more detailed requirements, a copy of the City of Newport Beach Standard Design Requirements is available from the City's Public Works Department. 18. COMPUTER DELIVERABLES CADD data delivered to City shall include the professional stamp of the engineer or architect in charge of or responsible for the work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other Project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All original drawings shall be submitted to City in the version of AutoCAD used by CITY in ".dwg" file format on a CD, and should comply with the City's digital submission requirements for Improvement Plans. The City will provide AutoCAD file of City Title Sheets. All written documents shall be transmitted to City in the City's latest adopted version of Microsoft Word and Excel. 19. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the services in this Agreement, shall be kept confidential unless City authorizes in writing the release of information. 20. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his /her judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over N competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. 21. INTELLECTUAL PROPERTY INDEMNITY The Consultant shall defend and indemnify City, its agents, officers, representatives and employees against any and all liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. 22. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Consultant under this Agreement. All such records and invoices shall be clearly identifiable. Consultant shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Consultant shall allow inspection of all work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Consultant under this Agreement. 23. WITHHOLDINGS City may withhold payment to Consultant of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his/her designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 24. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than what would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or restoration expense shall be borne by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. lit$] 25. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other Consultants in connection with the Project. 26. CONFLICTS OF INTEREST The Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. 27. NOTICES All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, to City by Consultant and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Attention: Michael J. Sinacori Public Works Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA, 92663 Phone: 949 - 644 -3311 Fax: 949 - 644 -3308 All notices, demands, requests or approvals from CITY to Consultant shall be addressed to Consultant at: Attention: Robert S. Reid Tettemer & Associates 19 Technology Drive Irvine, CA 92618 -2334 Phone: 949 - 923 -6277 Fax: 949 - 923 -6077 11 28. TERMINATION In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days prior written notice to Consultant. In the event of termination under this Section, City shall pay Consultant for services satisfactorily performed and costs incurred up to the effective date of termination for which Consultant has not been previously paid. On the effective date of termination, Consultant shall deliver to City all reports, Documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 29. COMPLIANCE WITH ALL LAWS Consultant shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all work prepared by Consultant shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 30. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 31. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 32. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 12 33. AMENDMENTS This Agreement may be modified or amended only by a written document executed by both Consultant and City and approved as to form by the City Attorney. 34. SEVERABILITY If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 35. CONTROLLING LAW AND VENUE The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 36. EQUAL OPPORTUNITY EMPLOYMENT Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: City Attorney for the City of Newport Beach ATTEST: CITY OF NEWPORT BEACH, A Municipal Corporation IN Mayor for the City of Newport Beach TETTEMER & ASSOCIATES: By: By: LaVonne Harkless, Robert S. Reid City Clerk President Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Project Schedule Ii �gwvpgT of a Proposal Am Tettemer & Associates Irvine Avenue and Dover Drive 3 = 24 -inch Water Main Replacement «oa" Irvine Avenue- Santiago Drive to Dover Drive Dover Drive Irvine Avenue to Westdiff Drive EXHIBIT "A" SCOPE OF SERVICES Tettemer proposes to complete the scope of work as follows: I ENGINEERING DESIGN A. Data Collection/UtilityResearch Tettemer will review reports, record drawings, and other information affecting the project. Sources for such information will include the City's Water Master Plan, street improvement plans, water improvement plans, any available City construction plans and/or specifications, utility information, legal descriptions, or other pertinent information prepared by the City, or others which are related to the project. Tettemer will research and obtain record data from the City of Newport Beach, utility companies, and any other agencies having existing or proposed facilities or jurisdiction in the project area. Besides the City's water and sewer facilities, additional utilities that we will contact include, but are not limited to, natural gas, petroleum, storm drains, telephone, electrical, traffic control facilities, cable television companies, manholes and other structures. Tettemer will coordinate with these agencies to obtain facility information and to verify the horizontal and vertical locations of the existing and any proposed facilities that will parallel or intersect each of the project areas. Tettemer will accurately indicate on the construction plans the locations and elevations of all existing and proposed utilities, improvements, and related facilities. Information pertaining to utilities such as material, size, depth, and horizontal location will also be identified on the construction drawings. We will also describe the water transmission main project to the affected utilities and provide approximate construction dates. In addition to determining the locations of their facilities, we will request the utilities to provide supplemental information of any new construction that is planned. If any utility has construction plans that coincide with the City's water transmission main project, we will coordinate the construction activities. Traffic control and pavement replacement would be essential items to strategically plan if simultaneous construction is planned. Once the proposed alignment has been studied and preliminarily set, Tettemer and the City's project manager will work together to determine strategic locations for potholing to be performed. These locations will predominately be for existing utilities that have the highest probability of posing a problem during construction. These facilities are usually ones that normally are at the same depth as the proposed water main or have large diameters that make them difficult to avoid or relocate. After the City's subcontractor P1345 Page 1 July 29, 2004 Ewe Propose/ Am Tettemer & Associates L^ A Dixsivn N The Kenn CwnVenms fj Irvine Avenue and Dover Drive = 24 -inch Water Main Replacement Irvine Avenue - Santiago Drive to Dover Drive Dover Drive Irvine Avenue to Westcliff Drive has completed the potholing, Tettemer will adjust our base maps to reflect the pothole data. B. Design Surveys Tettemer will be responsible for all field surveying required to properly design the project. The aerial photographs will be included on the final plans for reference. The survey control shall be established using the County's GPS coordinate system. The survey control will conform to N.A.D. 83 California Coordinate System values horizontally, and either N.A.V.D. 29 or 88 vertical datum. Tettemer proposes to use aerial photogrammetric mapping to generate the base maps. Surface control points will be established for the aerial photographs. The control points will serve as the basis for establishing horizontal and vertical control of the proposed water transmission main alignment. Digital maps will be generated from the aerial photographs at a 1' = 20' scale, with 1 foot contour intervals. Mapping limits will be based on sidewalk to sidewalk area along the proposed route. The basis of bearing and benchmark will be indicated on the construction plans. A field investigation will be performed to verify the accuracy of the as -built drawings and the aerial photographs. Our surveyors will gather information on topographic features and culture features such as manhole covers, water valve caps, electrical pull boxes, and curbs. Finally, we will obtain the rim and invert elevations of sewer and storm drain manholes that are along the alignment. C. Corrosion Analysis Our Corrosion Control specialist will conduct representative Wenner 4 -pin soil resistivity test for the proposed pipeline alignment. We will review the soil data and prepare a letter report describing the degree of soil corrosivity relative to the pipe materials to be installed. The report will also include the recommendations for corrosion control and corrosion monitoring systems with cost estimate. The construction drawings will include typical detail installation drawings of the recommended primary corrosion monitoring/corrosion control system components, including test stations, pipe joint bonding, dielectric isolation, anodes, etc. The pipeline stations for the proposed facilities will be shown on the final construction plans. D. Construction Plans All drawings and design specifications shall be prepared in accordance with requirements of the City of Newport Beach Design Criteria, Special Provisions and Standard P2345 Page 2 July 29, 2004 ?ART d o Proposal Tettemer 6 Associates Irvine Avenue and Dover Drive A O 'on vI The Ke M Canpemes = 24 -inch Water Main Replacement Irvine Avenue- Santiago Drive to Dover Drive Dover Drive Irvine Avenue to Westcliff Drive Drawings for Public Works Construction" 2004 edition, which incorporates the "green book" specifications entitled, "Standards Specifications for Public Works Construction," 2003 edition. All specifications and drawings will be subject to final review an acceptance by the City of Newport Beach, Public Works Department. Tettemer will use AutoCAD 2002 to prepare the construction plans. The construction drawings will be plotted at 1" = 20' horizontal scale for the plan and either 1" = 4' or 1" _ 8' vertical scale for the profile. All plans will be drawn on 24" x 36" size sheets and will include the City of Newport Beach's standard title block format. For maximum time and labor efficiencies, and to ensure that the City's input is incorporated into the final design, Tettemer will submit plans and specifications to the District for review at the fifty percent (50 %), ninety percent (90 %), one hundred percent (100 %) and final design milestones. The title sheet of the contract drawings will contain the project title, space for approval signatures, and the date. The index sheet will contain the vicinity map, location map, utility and agency index, list of standard symbols, list of abbreviations, general notes, erosion control notes, sheet index, benchmark and basis of bearings. Tettemer will design the proposed pipeline including the pipe shell structural design. Construction plans and specifications will include pressure class, joint design details, lining and coating details, bedding, and backfill details, anchorage and thrust restraints, material specifications, proper handling during pipe transportation, and pipe installation methods, as necessary. Tettemer will indicate all pipeline appurtenances such as the inter - system connections, blow -off valves, air release -air vacuum valves, corrosion protection, mainline valves, water sampling stations, and telemetry system, including site improvement, vaults, and enclosures that may be required on the construction plans. E. Traffic Control Plans Comprehensive traffic control and detour plans will be completed. We will process the plans through the City of Newport Beach and the City of Costa Mesa. The final traffic control plans will be prepared to the satisfaction of these governing agencies and included in the construction documents. F. Project Specifications Tettemer will prepare contract documents for bidding and construction purposes including bid proposals, specifications, and special provisions. Items such as the bid proposals, specifications, and special provisions will be prepared in most current version of Microsoft Word. PI345 Page 3 .741Y20 Proposal > Irvine Avenue and Dover Drive = 24 -inch Water Main Replacement «oa Irvine Avenue- Santiago Drive to Dover Drive Dover Drive Irvine Avenue to Westcliff Drive AmTettemer & Associates _ A prvision of The KeO C mPen The special provisions will carefully describe the contractor's sequence of work for the water transmission main. The contractor will be instructed of specific requirements and procedures to connect existing water main facilities to the new pipeline, and methods to demolish and abandon portions of the existing water main. Additional requirements will include customer notification procedures, the length of time that the existing water system may be out of operation, deadlines for installing pipelines in critical areas, and the range of hours that construction may occur. G. Estimate of Probable Construction Cost Tettemer will prepare an engineers estimate of probable construction cost for the project, including all other associated appurtenant construction costs. Senior design staff with considerable office design and construction experience will prepare the engineer's estimate. Our experience has shown that these professionals have a better understanding of the construction efforts required. Therefore, the accuracy of the construction cost estimate will be increased. An electronic copy of the construction cost estimate will be submitted to the City in a Microsoft Excel format. H. Meetings Tettemers Project Manger will meet and coordinate work with the City. The Project Manager will also be responsible for coordinating all design efforts and staffing to ensure a successfully completed project on time and under budget. The Project Manager will meet with the City once a month to complete the work within the schedule limits. The number of meetings will vary by individual project. Our labor budget assumes that eight meetings will be required during the design process. I. Design Submittals The 50% Design Review package will include a preliminary title sheet, base plan and profile sheets, sketches of connection details and sections, and preliminary quantities and cost estimates for review and comments from the Public Works Department. Eight (8) copies of the work in progress will be furnished for the submittal reviews. The 90% Design Review package will include the final plans reflecting 50% design review corrections; a complete and detailed cost estimate on the contractor's bid proposal form (with cost estimate back -up detail); complete (and bound) special provisions, contract documents and any appendices for review by the Public Works Department. Eight (8) copies of the work in progress will be furnished for the submittal reviews. P1345 Page 4 July 29, 2004 Am Tettemer & Associates � ee Proposal - ' fi Irvine A venue and Dover Drive 24 -inch Water Main Replacement Irvine Avenue- Santiago Drive to Dover Drive Dover Drive Irvine Avenue to Westc/iffDrive The 100% Design Review package will include the final plans reflecting 90% design review corrections; a complete and detailed cost estimate on the contractor's bid proposal form (with cost estimate back -up detail); complete (and bound) special provisions, contract documents and any appendices, for final review by the Public Works Department. Eight (8) copies of the work in progress will be furnished for the submittal reviews. The Final Approval Review package will include final plans reflecting 100% design review corrections; complete (and bound) special provisions, contract documents and any appendices, for final approval and plan signature by the Public Works Department. In addition, final drawings in digital format in AutoCAD 2002 and one (1) set of original drawings inked on Mylar measuring 24 -inch by 36 -inch will also be provided for the final submittal. J. Permit Processing Tettemer will also process an encroachment permit though the City of Costa Mesa. We will perform the processing required so that the contractor may obtain the actual permit. II CONSTRUCTION SUPPORT SERVICES A. Bid Support It is anticipated that the proposed construction project will be publicly bid. To achieve fair and accurate bids, it is important that all contractors receive their information from the same source. The City's Project Manager will be the primary contractor contact. When requested by the City, Tettemer will respond to bidder's questions during the bid advertisement period and provide information and clarification of bid documents to prospective bidders, including the preparation of complete addenda documentation as required for City issuance and distribution. Tettemer's Project Manager will attend a pre -bid meeting with the City and the contractors. Our Project Manager will also attend the public bid opening. B. Shop Drawing Review Our senior engineers will review shop and work drawings submitted by the Contractor. All correspondence shall be through the City. We will review vendor and lab reports, certifications or material tests and inspections, and correlate such reports with the intentions of the Plans and Specifications. PI345 Page 5 lu/y29, 2004 o a�a o Proposal _ Tettemer 6 Associates e Irvine A venue and Dover Drive aom'dm n�wan �� = 24 -inch Water Main Replacement Irvine Avenue- Santiago Drive to Dover Drive Dover Drive Irvine Avenue to Westdiff Drive C. Respond to RFI's Tettemer will provide clarification of "Requests for Information" (RFI's) from either the project manager or the contractor, including any new detailed drawings. D. Record Drawings Upon completion of construction, Tettemer will prepare record drawings of the new water transmission main. Since the City will carry out the inspection of the project, modifications to the original tracings will be based upon information supplied by the City and its contractor. The record drawings will incorporate any changes between the engineering design and the actual construction. The original tracings, after modification, will become the City's property. The modifications will be made both to the original mylar sheets and to the digital files. P1345 Page 6 July 29, 2004 G d LL a L w C7 C7 V � C Ci S N xo- U y d O Q a m d d d O Y m fi O i a d N O O C Am Tettemer & Associates consulting engineers y�g H m °O Om .°o %QNmoN Q o 00 o Qm o 'j N I`i O N fJ N M1i P P n H N° m' NININ�MIN�M N N MiN N NM M N N N O� I 9 e II II 1o�ll�l o N $'iill� y {p b Om Ob N N I m 1 0 0 0 O G O r e x aim m a r � e _ J M M M M N M M N N N N N N M M N N N�lb ,p SIN W � Nib Q� W r I I I 11 0 II 3 'III i I n QIQ QI � Q N F i 11 I �Q m C m mOJ' N N g Y u I , QI N b NI IN v � rho E WC IV u o Coy Qc °��nN�w U° coq °0 y ,�to• -Bn� �wQ .�sny o Am Tettemer & Associates consulting engineers y�g H Z 0 in < Q1 I1 --------------------------- --- -------------- --------------------------------------------------------------- LU > 0 z L) C 0 u C/) o 0 CL C4 Lu ? x Z'C"o < LU 00 LL co 0 IR 2 0 CL z E2 Q!j N r Z4 Q� 0 a 0 c 0 0 c 0 0 c 0 c 0 0 a 0 0 0 2 0 P5 92 Q N Z;l 4- F- D z F- F- z F- r F- I . . . .. . . . . . . . . . . . . i5 ❑ O 2 7a 0 < �g mO=n .20 r, 2:1 0 E 2 < 72 < ,rn a 0 It m LL m < .0 Ir 0 m < Tettemer & Associates City of Newport Beach - Irvine Avenue & Dover Drive 24 -Inch Water Main Replacement Irvine Avenue - Santiago Drive to Dover Drive; Dover Drive - Irvine Avenue to Westcliff Drive FEE SCHEDULE - Compensation for work performed on a time and materials basis will be computed as follows: MANAGEMENT Hourly Rate President.............................................................................................................. ............................... $165.00 Vice President 11, Vice President I .......................................................................... ............................... 160.00 DirectorIII .............................................................................................................. ............................... 155.00 Director11 ...................................................................................... ............................... .........................150.00 Sr. Project Manager, Supervisor 11 ......................................................................... ............................... 145.00 Project Manager, Director I .................................................................................... ............................... 140.00 SupervisorI ............................................................................................................ ............................... 135.00 Assistant Project Manager ..................................................................................... ............................... 120.00 CIVIL ENGINEERING AND MAPPING SERVICES Sr. Project Surveyor ...................................................................... ............................... .........................146.00 ProjectSurveyor .................................................................................................... ............................... 136.00 Sr. Project Engineer ............................................................................................... ............................... 135.00 Sr. Project Designer ............................................................................................... ............................... 130.00 Project Engineer, Sr. Survey Analyst, Processing Manager .................................. ............................... 125.00 Project Designer, Sr. Design Engineer .................................................................. ............................... 120.00 SurveyAnalyst ....................................................................................................... ............................... 114.00 Sr. Designer ........................................................................................................... ............................... 110.00 DesignEngineer, Designer .................................................................................... ............................... 100.00 Sr. Technician, ResearchlProcessing Coordinator ................................................. ............................... 93.00 Jr. Survey Analyst .................................................................................................... ............................... 90.00 Design Technician, Assistant Engineer, Technician, Jr. Engineer ........................... ............................... 88.00 Jr. Technician, Project Coordinator .......................................................................... ............................... 75.00 Engineering/Survey Aide, Office Work ..................................................................... ............................... 68.00 FIELD SURVEY FieldCoordinator ................................................................................................... ............................... 120.00 SurveyTechnician ................................................................................................... ............................... 92.00 Three Person Crew... .................... $230.00 Three Person GPS Crew ..... ............................... 240.00 Two Person Crew .. .........................199.00 Two Person GPS Crew........ ............................... 210.00 One Person Crew ........................... 145.00 One Person GPS Crew........ ............................... 160.00 PLANNING SERVICES Principal Planner .... .........................125.00 125.00 Sr. Planner ............. ......:..................115.00 109.00 Project Planner ...... .........................105.00 94.00 Planner............... ............................... 95.00 Assistant Planner, Graphic Designer 80.00 Planning Technician .......................... 70.00 CULTURAL RESOURCES Project Mgr /Cultural Resources .......................... 125.00 Archa eol ogist/ Paleontologist ............................... 109.00 Field/Lab Supervisor .............. ............................... 94.00 Field/Lab Technician III .......... ............................... 78.00 Field/Lab Technician II ........... ............................... 73.00 Field /Lab Technician I ............ ............................... 65.00 SPECIAL SERVICES Consultation Re: Litigation ................................................................................... ............................... $375.00 MISCELLANEOUS FEES The tollovvino services are billed at our cost plus 15 %: • Map check fees or filing fees advanced by us. • Transportation. meals and lodging for overnight travel and incidental travel expenses. • Commercial delivery services, including Federal Express. Express Mail, and Messenger Services. • Excessive long distance telephone calls, telegrams, and other costs directly applicable to the project. • Plotting and blueprint services and printing. (The client is encouraged to arrange for printing, other than prints or plots on our blueprint machine and plotters, to be contracted directly with an outside blueprint company acceptable to us.) MILEAGE......................................................................................................... ............................... $ .375 /mile NOTE: EEO obligations of Exec Order 11246 and 41 CFR Parts 60-1.4,613-250.5 and 60 -741.5 are incorporated in non - exempt US Government contractslsubcontracts. e:bu+s.onuxvpmr :wm�.m D:v¢i•n rtrsiamr 80 .IIS83NN0 s a z 0 a W � 3 W c� O 2 cz W � w �.I r/iWI NA Z a LL Q Q Q ZI-- Q W W Z � O O co 0. Q N O Z Z O H W W I-- ♦— co Q 3 � 0. Z O H Q V O J