Loading...
HomeMy WebLinkAboutC-2931(A) - Birch Street Bridge Widening Over State Route 73 (Corona del Mar Freeway/San Joaquin Hills Tollway)PROFESSIONAL SERVICES AGREEMENT FOR CIVIL ENGINEERING SUPPORT DURING CONSTRUCTION OF BIRCH STREET OVERCROSSING AT STATE ROUTE 73 IMPROVEMENTS THIS AGREEMENT, entered into this ZL day of _1997, by and between CITY OF NEWPORT BEACH , a Municipal Corporation (hereinafter referred to as "City "), and WILLDAN ASSOCIATES whose address is 888 South West Street, Suite 300, Anaheim, California 92802, (hereinafter referred to as "Consultant "), 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 the City. B. City is planning to implement an improvement project to widen the Birch Street Overcrossing at State Route 73 which is identified as Contract No. 2931 and is hereinafter referred to as "Project ". C. City desires to engage Consultant to provide support during construction relative to the Project's final design in the areas of civil engineering, structural engineering, traffic and lighting engineering, upon the terms and conditions contained in this Agreement. D. The principal members of Consultant for purpose of this Project are Teresa 1 0 • Kelley, P.E. Jaime Chang, P.E., and Lew Gluesing, P.E. E. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and desires to contract with Consultant under the terms and conditions provided 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 1 st day of August 1997, and shall terminate on the 30th day of June, 1998, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the duties set forth herein: 2.1 Review shop drawings and other contractor submittals for conformance with the plans and specifications, and make recommendations for acceptance, denial, or for resubmittal as requested by the City's Project Administrator. 2.2 Review requests for information as requested by the Project Administrator and make recommendations or provide information as appropriate. 2.3 Review change order requests and make recommendations as requested by the Project Administrator. 2.4 Observe construction operations and attend meetings as requested by the Project Administrator. 2 3. COMPENSATION TO CONSULTANT City shall pay Consultant for the services in accordance with the provisions of this Section, and the scheduled billing rates set forth in Exhibit "A" attached hereto and incorporated herein by reference. No rate changes shall be made during the term of this Agreement without prior written approval of the City Engineer. Consultant's compensation for all work performed in accordance with this Agreement shall not exceed the total contract price of twenty -two thousand dollars ($22,000). 3.1 Consultant shall maintain accounting records of its billings which includes the name of the employee, type of work performed, times and dates of all work which is billed on an hourly basis and all approved incidental expenses including reproductions, computer printing, postage and mileage. 3.2 Consultant shall submit monthly invoices to City payable by City within thirty (30) days of receipt of invoice subject to the approval of the City Engineer. 3.3 Consultant shall not receive any compensation for extra work without prior written authorization of the City Engineer. Any authorized compensation shall be paid in accordance with the schedule of the billing rates as set forth in Exhibit W. 3.4 City shall reimburse Consultant only for those costs or expenses which have been specifically approved in this Agreement, or specifically approved in advance by City. Such cost shall be limited and shall include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services which Consultant agrees to render pursuant to this Agreement which have 3 E 6 been approved in advance by City and awarded in accordance with the terms and conditions of this Agreement. B. Approved computer data processing and 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. 4. STANDARD OF CARE 4.1 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 the 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. Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications and approvals required of its profession. Consultant further represents and warrants that it shall keep in effect all such licenses, permits and other approvals during the term of this Agreement. 4.2 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, or any other 51 0 0 delays beyond Consultant's control or without Consultant's fault. 5. INDEPENDENT PARTIES City retains Consultant on an independent contractor basis and Consultant is not an 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 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 details in means of performing the work provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement which may appear to give City the right to direct Consultant as to the details of the performance of the services or to exercise a measure of control over Consultant shall mean that Consultant shall follow the desires of City only in the results of the services. 6. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator, and any other agencies which may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Consultant on the Project. 7. PROJECT MANAGER Consultant shall assign the Project to 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 Project term. Consultant has designated Teresa Kelley to be its Project Manager. 4 0 0 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 the City Engineer. Consultant warrants it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 8. TIME OF PERFORMANCE Time is of the essence in the performance of the services under this Agreement and the services shall be performed by Consultant in accordance with the schedule prepared by the construction contractor and upon the request of the Project Construction Manager. 9. CITY POLICY Consultant will discuss and review all matters relating to policy and project direction with the Project Administrator in advance of all critical decision points in order to ensure that the Project proceeds in a manner consistent with City goals and policies. 10. CONFORMANCE TO APPLICABLE REQUIREMENT All work prepared by Consultant shall conform to applicable city, county, state and federal law, regulations and permit requirements and be subject to approval of the Project Administrator and City Council. 11. PROGRESS Consultant is responsible to keep the Project Administrator and /or his /her duly authorized designee informed on a regular basis regarding the status and progress of the work, activities performed and planned, and any meetings that have been scheduled or are desired. 12. HOLD HARMLESS R 0 0 Consultant shall indemnify, defend, save and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all negligent acts or omissions of Consultant, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Agreement. This indemnity shall apply even in the event of negligence (active or passive) of City, or its employees, or other contractors, on a comparative basis of fault and responsibility between Consultant and City, excepting only the sole negligence or willful misconduct of City, its officers or employees, and shall include attorneys' fees and all other costs incurred in defending any such claim. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Agreement. Irrespective of the above indemnities, neither Consultant nor City shall be responsible to the other for consequential damages. 13. INSURANCE Without limiting consultant's indemnification of City, and prior to commencement of work, Consultant shall obtain and provide and maintain at its own expense during the term of this Agreement policy or policies of liability insurance of the type and amounts described below and satisfactory to City. Certification of all required policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with City prior to exercising any right or performing any work pursuant to this Agreement. Except FA • • workers' compensation and errors and omissions, all insurance policies shall add City, its elected officials, officers, agents, representatives and employees as additional insured for all liability arising from Consultant's services as described herein. All insurance policies shall be issued by an insurance company certified to do business in the State of California, with original endorsements, with Best's A VII or better carriers, unless otherwise approved by the City Risk Manager. A. Workers' compensation insurance covering all employees and principals of Consultant, per the laws of the State of California. B. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of $1 million combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial general liability insurance or other form with a general aggregate is used, either the general aggregate shall apply separately to this Project, or the general aggregate limit shall be twice the occurrence limit. C. Commercial auto liability and property insurance covering any owned and rented vehicles of Consultant in a minimum amount of $1 million combined single limit per accident for bodily injury and property damage. D. 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). Said policy or policies shall be endorsed to state that coverage shall not be V 0 0 canceled by either party, except after thirty (30) days' prior notice has been given in writing to City. Consultant shall give to City prompt and timely notice of claim made or suit instituted arising out of Consultant's operation hereunder. 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. Consultant agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Consultant or City with respect to the services of Consultant herein, a waiver of any right of subrogation which any such insurer of said Consultant may acquire against City by virtue of the payment of any loss under such insurance. 14. PROHIBITION AGAINST TRANSFERS Consultant shall not assign, sublease, hypothecate or transfer this Agreement or any of the services to be performed under this Agreement, directly or indirectly, by operation of law or otherwise without prior written consent of City. Any attempt to do so without consent of City shall be null and void. 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, shall be construed as an assignment of this Agreement. Control means fifty percent (50 %) or more M 0 of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint-venture. 15. OWNERSHIP OF DOCUMENTS Each and every report, draft, work product, map, record and other document reproduced, prepared or caused to be prepared by Consultant pursuant to or in connection with this Agreement shall be the exclusive property of City. 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 ;lability 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 as 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, at such time and in such forms as City may require, furnish reports concerning the status of services required under this Agreement. 16. CONFIDENTIALITY The information, which results from the services in this Agreement, is to be kept confidential unless the release of information is authorized by City. 17. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of his responsibilities under this 10 0 Agreement, City agrees to provide the following: A. City will provide access to and upon request of Consultant, provide one copy of all existing record information on file at City. Consultant shall be entitled to rely upon the accuracy of data information provided by City or others without independent review or evaluation. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. Provide blueprinting, CADD plotting, copying and other services necessary to accommodate the agreed upon scope of work. 18. ADMINISTRATION This Agreement will be administered by the Publics Work Department. The City Engineer 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. 19. 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. All such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business hours to examine, audit and make transcripts or copies of such records. 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 under this 11 9 Agreement. 20. WITHHOLDINGS 0 City may withhold payment 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 for a period of thirty (30) days from the date of withholding as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of seven percent (7 %) per annum from the date of withholding of any amounts found to have been improperly withheld. 21. 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 would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or a 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. 22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other consultants in connection with the Project. 23. CONFLICTS OF INTEREST A. 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 1 fe: 0 0 persons to disclose 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. B. 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 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. 24. SUBCONSULTANT AND ASSIGNMENT A. Except as specifically authorized under this Agreement, the services included in this Agreement shall not be assigned, transferred, contracted or subcontracted without prior written approval of City. 25. NOTICES All notices, demands, requests or approvals to be given under this Agreement shall be given in writing 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: 13 0 0 Attention: William Patapoff, City Engineer City of Newport Beach 3300 Newport Boulevard P. O. Box 1768 Newport Beach, CA, 92658 -8915 (714) 644 -3311 Fax 644 -3318 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attention: Teresa Kelley, P.E. Willdan Associates 888 S. West Street, Suite 300 Anaheim, CA 92802 (714) 563 -3200 FAX: (714) 563 -3299 26. TERMINATION In the event either party hereto fails or refuses to perform any of the provisions hereof at the time and in the manner required hereunder, 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) days, or if more than two (2) days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) days after receipt by defaulting party from the other party of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the nondefaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 26.1 City shall have the option, at its sole discretion and without cause, of terminating this Agreement by giving seven (7) days' prior written notice to Consultant as 14 0 0 provided herein. Upon termination of this Agreement, City shall pay to the Consultant that portion of compensation specified in this Agreement that is earned and unpaid prior to the effective date of termination. 27. COMPLIANCES Consultant shall comply with all laws, state or federal and all ordinances, rules and regulations enacted or issued by City. 28. 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. 29. 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 hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Consultant. 30. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his 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 competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to 15 contractor bids or actual cost to City. 31. CADD DELIVERABLES CADD data delivered to City shall not include the professional stamp or signature of an engineer or architect. 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 ;ADD 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. 32. PATENT INDEMNITY The Consultant shall indemnify City, its agents, officers, representatives and employees against 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. 16 • IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: By: Robin Clauson Assistant City Attorney City of Newport Beach ATTEST: LaVonne Harkless City Clerk t /g ro u p s/p u bwo r ks /98 -a g m t\w i l l d a n 17 CITY OF NEWPORT BEACH A Municipal Corporation By: City Manageif City of Newport each CONSULTANT Willdan Associates By� AMENDMENT NO. 3 TO CONSULTANT AGREEMENT FINAL DESIGN OF BIRCH STREET BRIDGE WIDENING OVERCROSSING STATE ROUTE 73 FREEWAY THIS AMENDMENT NO. 3 TO CONSULTANT AGREEMENT, entered into this COI� day of ��;:,�� 1997, by and between the CITY OF NEWPORT BEACH, a municipal corporation, (hereinafter referred to as "CITY ") and WILLDAN ASSOCIATES, a California corporation, whose address is 888 South West Street, Suite 300, Anaheim, California 92802 -1845, (hereinafter referred to as "CONSULTANT'), is made with reference to the following: RECITALS: A. On February 12, 1996, a Consultant Agreement was entered into by and between CITY and CONSULTANT, hereinafter referred to as "AGREEMENT". B. CITY and CONSULTANT mutually desire to amend AGREEMENT as provided herein. NOW, THEREFORE, the parties hereto agree as follows: 1. The scope of services to be performed by CONSULTANT is expanded to include additional services, as set forth in Exhibit "A ". and is attached hereto and incorporated herein by reference. 2. Compensation to be paid to CONSULTANT for such additional scope of services is $15,000, thereby increasing the not -to- exceed compensation amount for AGREEMENT from $306,418.0 to $321,418. I 0 0 3. Except as expressly modified herein, all other provisions, terms, and covenants set forth in AGREEMENT shall remain the same and continue to be in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT NO. 3 to AGREEMENT on the date first above written. CITY OF NEWPORT BEACH, a municipal corporation BY: AP i,Q� C? AS TO FORM: -- City Attorney CONSULTANT BY. I dan Associates ATTEST: City Clerk f:\groups\oubworks\agmts\wilidan3.doc 2 0 EXHIBIT A E ADDITIONAL SERVICES PERFORMED BY CONSULTANT i. Revisions to sewer force main design. 2. Redesign of bridge flare s. Conversion of bridge mounted sign plan sheet to metric. a. Inclusion of County of Orange Bristol Street left turn lane plan with project plans. s. Preparation of Bid Addendum No. 1 to include Birch Street Widening plans into construction contract. s. Revision to Birch Street Widening plans as requested by City. 3 t Q3S cH December 9, 1996 . DEC S CITY COUNCIL AGENDA i ITEM NO. 6 TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: BIRCH STREET BRIDGE WIDENING OVER STATE ROUTE 73 CONTRACT NO. 2931 RECOMMENDATIONS: 1. Approve Amendment No. 2 to Consultant Agreement with Willdan Associates for additional civil engineering services and increase the compensation by $34,309. 2. Authorize the Mayor and the City Clerk to sign Amendment No. 2 on behalf of the City. • DISCUSSION: On February 12, 1996, the City Council approved a Consultant Agreement with Willdan Associates to provide final design services related to the Birch Street Bridge Widening over the Corona del Mar Freeway (now part of the San Joaquin Hills Tollway [State Route 73] ) for an amount of $264,595.00 plus a 10% contingency in the amount of $26,459.50. During the course of performing their work under this agreement, the need to prepare an expanded seismic analysis in conformance with new Caltrans requirements (implemented after initial work by Consultant had begun) was identified, and Amendment No. 1 in the amount of $7,514 (less than the 10% contingency) was approved by the Public Works Director on August 8, 1996. Willdan has substantially completed the work authorized by both the initial agreement and Amendment No. 1. Since approval of Amendment No. 1, more additional work items have been identified and Willdan has requested additional compensation for their increased scope of services in the amount of $34,309. A summary of the additional work items is as follows: 0 0 SUBJECT: BIRCH STREET BRIDGE WIDENING OVER STATE ROUTE 73 December 9, 1996 Page 2 1. Design of a Costa Mesa Sanitary District sewer force main to be installed within the new, widened portion of the bridge. This cost will be paid by the Orange County Development Agency (OCDA) by separate agreement (on tonight's agenda). 2. Convert the completed hydrology and hydraulic report to metric units as required by Caltrans during their review. 3. Review the parkway width and the street alignment geometrics on the westerly side of Birch Street. This revision was directed by City staff to reduce the amount of on- site driveway reconstruction. 4. Detail a Type 6 railing on the widened portion of the bridge to match the existing railing on the other side. Since Caltrans no longer includes this railing in their standard plans, Willdan had to convert the former standard to metric units. 5. Willdan was required to revise their design plans for the bridge widening to add a flare to increase sight distance, as required by Caltrans during their review of the final plans. This requirement was not identified by Caltrans during their review of the Project Study Report. 6. At the request of City staff, Willdan revised the street widening plans to use a commercial Type III driveway to facilitate vehicular ingress and egress. Staff has reviewed the additional work identified by Willdan and the corresponding additional compensation requested. Both appear to be justified and Amendment No. 2 is recommended for approval. The total compensation will become $306,418. A summary is listed below: Contract $ 264,595 Amendment No. 1 $ 7,514 Amendment No. 2 $ 34.309 Total $ 306,418 • 0 Ir 'i 9 0 SUBJECT: BIRCH STREET BRIDGE WIDENING OVER STATE ROUTE 73 December 9, 1996 • Page 3 Funds to cover the additional costs are available in the current Fiscal year 1996 -1997 budget in the following amounts: Account. No. 7181- C5100065 7261- C5100065 7251- C5100065 Total * This budget amount will Amount Fund $12,528 Gas Tax $12,527 Circulation & Transportation 9,254 OCDA Contribution $34,309 be established after execution of Three Party Agreement Respectfulllly� �submitted, PUBLIC WORKS DEPARTMENT • Don Webb, Director by: �ru Emmet Berker� Project Management Consultant Attachment: Willdan Letter Consultant Agreement Amendment No. 1 • AMENDMENT NO. 2 TO CONSULTANT AGREEMENT FINAL DESIGN OF BIRCH STREET BRIDGE WIDENING OVERCROSSING STATE ROUTE 73 FREEWAY THIS AMENDMEy� NO. 2 TO CONSULTANT AGREEMENT, entered into this 7 L day of ` l/J�( �VI ze�'—'1996, by and between the CITY OF NEWPORT BEACH, a municipal corporation, (hereinafter referred to as "CITY ") and WILLDAN ASSOCIATES, a California corporation, whose address is 888 South West Street, Suite 300, Anaheim, California 92802 -1845, (hereinafter referred to as "CONSULTANT "), is made with reference to the following: RECITALS: A. On February 12, 1996, a Consultant Agreement was entered into by and between CITY and CONSULTANT, hereinafter referred to as "AGREEMENT ". B. CITY and CONSULTANT mutually desire to amend AGREEMENT as provided herein. NOW, THEREFORE, the parties hereto agree as follows: 1. The scope of services to be performed by CONSULTANT is expanded to include additional services, as set forth in CONSULTANT's letter dated October 28, 1996, which is marked as Exhibit "A" and is attached hereto and incorporated herein by reference. 2. Compensation to be paid to CONSULTANT for such additional scope of services is $34,309.00, thereby increasing the not -to- exceed compensation amount for AGREEMENT from $272,109.00 to $306,418.00. 3. Except as expressly modified herein, all other provisions, terms, and covenants set forth in AGREEMENT shall remain the same and continue to be in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT NO. 2 to AGREEMENT on the date first above written. CITY OF NEWPORT BEACH, a municipal corporation BY: M o AMOS TO FORM: City Attorney ATTEST: City Clerk fAgroups \pubworks \agmts \wil Ida n 1.doc CONSULTANT BY: A�� , Ildan Associates WIL *AN ASSOCIATES ❑ EiNGAVS & PLANNERS NovembL3 X19 6 Professional Consulting Services Since 1964 Mr. Emmet Berkery Project Manager City of Newport Beach 3345 Newport Boulevard Newport Beach, CA 92663 RE: Birch Street /SR73 Overcrossing PS &E - Revised Request for Additional Funds Dear Mr. Berkery: In the last couple of months several items of work for inclusion in the aforementioned subject's PS &E package have been completed that were not included in Willdan's original scope of work and fee. In discussions with Gail Pickart and yourself I identified these items and it was agreed that we would wait to submit our original request for additional funds for these items until the scope of work for providing the PS &E for the sewer force main was identified. That scope of work was identified in a meeting held on September 26, 1996. In addition, we agreed to wait to receive continents on our recent 100% PS &E submittal. As I indicated to you we have not received significant comments from Clatrans. However, we did receive some comments from you that is requiring us to perform additional work. Thus we are submitting this revised Request for Additional Funds. A detailed scope of work and fee breakdown for each of the following items have been included in the enclosed attachments: Sewer Force Main $9,254 Hydrology/Hydraulic Metric Conversion ! $2,416 Increase Birch Street Parkway and Revise Right Turn. Taper 1 $8,505 I Type 6 Railing I $1,562 I Bridge Deck Flare I $10,9301 Revise Type II Driveways to Type III Driveways I $1,642 Totes! If you have any questions please contact me. 888 S. WEST STREET • SUITE 300 • ANAHEIM, CALIFORNIA 92302 -1845 • (714) 563 -3200 • FAX (714) 563 -3299 0 Mr. Emmet Berkery Page 2 November 23, 1996 Respectfully yours, Teresa A. Kelley, P.E. Supervising Engineer TAK/tak Enclosures (6) Cc: Dave Anderson Dave Hunt Ken Steele Jamie Chang Steve Leathers Jim Sauer 0 Sewer Force Main P In a meeting held on September 26, 1996 (see enclosed meeting minutes) we discussed the scope of work for incorporating the 8 -inch sewer force main. Willdan will provide final plans, specifi- cations and estimates to complete the work discussed. The limits of the work to be completed will be from the 16 -inch high pressure gas line (a distance in accordance with Caltrans' policies) across the bridge and North Bristol Street to Birch Street's BCR. The work will require coordi- with Caltrans' DOS and District 12, the City and Costa Mesa Sanitation District (CMSD). The plans and specifications will be completed in metric. We have assumed in our estimate that a maximum of three standard drawings will require conversion to metric and put on the plans as details. We would complete this work by scanning the drawings and converting the numbers and notes to metric. The following is our estimate to complete this work: 11123/96 0 0 lfydr0109j /Hydraulic Metric Conversion When preparing the proposal for this project it was our understanding that Caltrans was not requiring that the hydrology and hydraulic data and calculations be completed in metric. It was our understanding that because historic hydrology data was not available in metric that Caltrans would accept hydrology and hydraulic data and calculations in English and only require metric conversion of the final drainage facilities' sizes used in design. Caltrans has since required that hydrology/hydraulic data and calculations be shown and completed in metric. We completed research trying to locate hydraulic metric programs but none were to be found. Thus, we had to convert all the hydrology input to English to use in the hydraulic programs and reconvert the output back to metric. We had to convert all of our Hydrology spread sheets to metric and convert the hydrology input into metric for use in the spread sheets. The following is our fee for completing this work: 11/23/96 r I PERSONAI CLASSIiTCA TTONI fSi3CiIbS1ZE �i TO AT s� Division Manager $120.00; $o Supervising Engineer �I 2{ $110.00: $220 Senior Engineer $99,001 so Senior Survey Analyst $85.001 $0 Senior Design Engineer 261 $76.001 $1,976 Senior Drafter $66.00 $0 Word Processing 1 $40.00 $0 Project Manager I 21 $110.001 $220 11/23/96 0 0 Increase Birch Street Parkway and Revise Right Turn Taper On August 21, 1996 the City instructed Willdan to increase the parkway width from 2.1 meters to 2.4 meters on the west side of Birch Street. The right -of -way maps and documents, design alignments, driveway profiles and quantities required revising as the result of this request. During the week of November 11 the City decided to revise the right turn lane taper location and length to avoid reconstruction of Newport Car Wash's driveway. Relocation of the taper required investigations, calculations and revisions to the layout, profile, drainage, and striping pla In addition, the right -of -way maps and documents required revisions and minor adjustments to quantities were made. The following is our fee for completing this work: 11/23196 0 Type 6 Railing 0 Willdan proposed to use Type 6 Railing currently in use on the overcrossing to provide compati- bility. This was acceptable to the City with the understanding that Willdan was required to con- vert Caltrans Type 6 railing standard plan to metric since Caltrans will not be converting this plan to metric because they no longer use Type 6 Railing. The following is our fee for com- pleting this work: 11/23/96 Bridge Deck Flare During the design phase of this project Willdan received information from Caltrans requiring us to incorporate new design criteria for the sight distance across the overcrossing at the North Bristol Street intersection. The result of this criteria and the delay in receiving confirmation of our design until after the Type Selection required us to redesign the superstructure section to in- corporate a tapered bridge railing design. The tapered design could not be simply incorporated into the bridge deck. Two new drawings had to be added due to the deck flare within Pier 2 and Abutment 3, Abutment 1 and 3 required separate detailing, the girder layout sheet was modified to cover the flare detail and a girder layout detail was added to show additional sections of the flare. The following is our fee for completing this work: 11/23/96 PERSONAL .CT.ASSIFTCATION 1 HOi RS { RATE l TOa Af (Division Manager $120.0011 $0 Supervising Engineer 41 $110.0011 $440 Senior Engineer 38 $99.00. $3,762 Survey Analyst $85,00i $0I !Senior Senior Design Engineer 48 $76.001 $3,6481 Senior Drafter 40 $66001 $2,640 j Word Processing i $40.00; $0j Project Manager �1 4 i $110.001 $440j 11/23/96 0 0 Revise Tv�e II Driveways to Type III Drivew� Our 65% submittal included callouts for Type II driveways per the City's standard. Review comments did not indicate that the Type II driveways were not acceptable. Thus, Willdan proceeded to calculate and prepare construction details for Type If driveways. In addition, Willdan had to redraft the City's Type II standard plan from English to metric. The recent submittal comments indicated that Type III driveways are now required instead of Type If driveways. Our work to complete this request includes recalculating details and revisions to the layout and construction detail sheets. The following is our fee to complete this work: 11/23/96 Revise Tyne H Driveways to Type III Driveways Our 65% submittal included callouts for Type II driveways per the City's standard. Review comments did not indicate that the Type II driveways were not acceptable. Thus, Willdan proceeded to calculate and prepare construction details for Type II driveways. In addition, Willdan had to redraft the City's Type 11 standard plan from English to metric. The recent submittal comments indicated that Type III driveways are now required instead of Type 11 driveways. Our work to complete this request includes recalculating details and revisions to the layout and construction detail sheets. The following is our fee to complete this work: 11/23/96 $120.00' $0 Division Manager Supervising Engineer � 5110.00 $01 Senior Engineer $99.00 $0 Senior Survey Analyst $85.00 $0 Two -Man Survey Crew L13.5 $156.00 $0 Senior Design Engineer $76.00 $1,026 Senior Drafter $66.00 $396 Word Processing $40.00 $0 ProjectMana er $110.00 $220 11/23/96 i • 11/23/96 AMENDMENT NO. 1 TO CONSULTANT AGREEMENT FINAL DESIGN OF BIRCH STREET BRIDGE WIDENING OVERCROSSING STATE ROUTE 73 FREEWAY THIS AMENDMENT NO. 1 TO .CONSULTANT AGREEMENT, entered into this day of / 1('s� , 1996, by and between the CITY OF NEWPORT BEACH, a municipal corporation, (hereinafter referred to as "CITY ") and WILLDAN ASSOCIATES, a California corporation, whose address is 888 South West Street, Suite 300, Anaheim, California 92802 -1845, (hereinafter referred to as "CONSULTANT "), is made with reference to the following: RECITALS: A. On February 12, 1996, a Consultant Agreement was entered into by and between CITY and CONSULTANT, hereinafter referred to as "AGREEMENT ". B. CITY and CONSULTANT mutually desire to amend AGREEMENT as provided herein. NOW, THEREFORE, the parties hereto agree as follows: 1. The scope of services to be performed by CONSULTANT is expanded to include a seismic analysis of the existing Birch Street bridge, based on a new California Seismic Hazard Fault Map and a new Site Specific Acceleration Response Curve, as set forth in CONSULTANT's letter dated July 15, 1996, which is marked as Exhibit "A" and is attached hereto and incorporated herein by reference. 2. Compensation to be paid to CONSULTANT for such additional scope of services is $7,514.00, thereby increasing the not -to- exceed compensation amount for AGREEMENT from $264,595.00 to $272,109.00. 0 0 3. Except as expressly modified herein, all other provisions, terms, and covenants set forth in AGREEMENT shall remain the same and continue to be in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT NO. 1 to AGREEMENT on the date first above written. Kk,.a6 TO FORM: CITY OF NEWPORT BEACH, a municipal corporation BY: Public Works Director CONSULTANT Idan Associates ATTEST: i City Clerk f: \groups \pubworks \agmts \willdan 1.doc 'A7 WILTDAN ASSOCIATES ❑ ENGIM�ERS & PLANNERS Professional Consulting Services Since 1964 July 15, 1996 Mr. Gail Pickart Project Management Consultant City of Newport Beach 3345 Newport Boulevard, Suite 215 Newport Beach, CA 92663 Subject: Birch Street Overcrossing Widening at State Route 73 - City Reference E006501 Request for Additional Funds for Seismic Analysis Dear Mr. Pickart: At the close of our June 25, 1996 PDT Meeting I discussed our request for additional fixnds for the Birch Street Overcrossing seismic analysis. As you will recall at our initial PDT Meeting held on March 13, 1996 Mr. Be Nguyen of Caltrans Department of Structures (DOS) informed us that there was a new California Seismic Hazard Fault Map and as a result a new Site Specific Acceleration Response Spectrum (ARS) Curve required to be included in the foundation report. Willdan completed a seismic analysis on the overcrossing during the preparation of the Advance Planning Study completed during the Combined PSR/PR phase. The results of that analysis indicated that the existing overcrossing did not require seismic retrofitting. Therefore, Willdan did not include a scope and fee to complete a seismic analysis during Type Selection. However, as mentioned above Caltrans' seismic map had been recently revised and thus, a new ARS Curve and seismic analysis had to be completed during Type Selection. We have completed 90% of the Bridge Type Selection task and it is apparent that we are unable to absorb the additional hours it took us to complete the seismic analysis. In addition, Earth Mechanics, Inc. (EMI) (our geotechnical subconsultant) incurred additional hours creating the Site Specific ARS Curve and obtaining Caltrans approval of the curve. Willdan also had a few hours coordination time between Caltrans and EMI necessary to obtain approval of the curve. We are now requesting approval to obtain additional funds for the above work and in accordance with the following breakdown: EXHIBIT "A" 888 S. WEST STREET • SUITE 300 • ANAHEIM, CALIFORNIA 92802 -1845 • (714) 563 -3200 • FAX (714) 563 -3299 0 Task Description Supervising Engineer 98 Word Processing 5 Total Task Hours Total Task Fee Project Management 6 6 $588 Coordination with Caltrans and EMI 4 4 $392 Seismic Analysis 40 40 $3,920 Re ort 8 2 10 854 Hours 58 2 60 &illdan F $5A4 70 $5,754 EMI 16 hours at 110/hour 11,7601 Total $7,514 If you have any questions regarding this request please contact me at 310 -597 -7896. Sincerely yours, / �� i Teresa A. Kelley, P.E. 0 0 FINAL DESIGN OF BIRCH STREET BRIDGE WIDENING OVERCROSSING STATE ROUTE 73 FREEWAY THIS AGREEMENT, entered into this /afh day of _1996, by and between the CITY OF NEWPORT BEACH, a municipal corporation, (hereinafter referred to as "CITY ") and Wilidan Associates, a California corporation, whose address is 888 S. West Street, Suite 300, Anaheim, CA 92802 -1845, (hereinafter referred to as "CONSULTANT ") is made with reference to the following: 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 the City. B. CONSULTANT is a corporation organized to provide professional services to public agencies and private entities in the areas of civil, structural, and traffic engineering. C. CITY and CONSULTANT entered into a Consultant Agreement dated February 23, 1994, whereby CONSULTANT prepared a combined Project Study Report and Project Report (PSR /PR) for the Birch Street Bridge Widening Overcrossing State Route 73 Freeway (hereinafter referred to as "PROJECT ") which covers improvements identified as resulting in substantial public benefits. The PSR /PR has been satisfactorily completed. D. CITY has conducted a qualification based selection process to choose a private firm to provide professional engineering services to prepare final design for PROJECT consisting of Plans, Specifications and Estimates (PS &E). E. CONSULTANT has submitted a Proposal dated January 25, 1996, setting forth the scope of services and associated fees and costs to prepare PS &E for the PROJECT. 25, 1996. F. CITY desires to accept CONSULTANT'S Proposal dated January NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 0 SECTION 1. TERM 0 The term of this Agreement shall commence on the date of execution of this Agreement and shall terminate on June 30, 1997, unless terminated earlier as set forth herein. CONSULTANT shall complete all services and work as set forth herein and more fully described in the Proposal dated January 25, 1996 which is attached and identified as Exhibit "A" and incorporated herein by this reference. CITY shall provide CONSULTANT with full information regarding its requirements for PROJECT if not identified in CONSULTANT's Proposal and shall furnish, without charge or cost to CONSULTANT, any information, data, plans, specifications, maps and records which are available to CITY and are necessary for CONSULTANT to fulfill the tasks and services set forth in this Agreement. CONSULTANT shall be compensated for services performed pursuant to this Agreement in the amount set forth in Exhibit "A ", the Proposal, which is attached hereto and incorporated herein by this reference. The maximum fee and reimbursable costs shall not exceed $264,595.00 without further written authorization in the form of an Amendment to this Agreement signed by both CONSULTANT and CITY. City's Public Works Director has authority to approve amendments increasing CONSULTANT's compensation up to 10% of the total maximum fee and reimbursable costs. CONSULTANT anticipates submitting invoices on a monthly basis for work performed during the previous month. CITY agrees to pay all undisputed invoice amounts within thirty (30) calendar days after receipt of the invoice. CONSULTANT agrees to perform all services hereunder in a manner commensurate with the community professional standards and agrees that all services shall be performed by qualified and experienced personnel who are not employed by the CITY nor have any contractual relationship with the CITY. SECTION 6. INDEPENDENT PARTIES CITY and CONSULTANT intend that the relation between them created by this Agreement is that of employer- independent contractor. The manner and means of conducting the final design work are under the control of CONSULTANT, except to the extent they are limited by statute, rule or regulation and the express terms of this Agreement. 2 i pate [ • 7 i l [ • ] •7 : T 1 I � ri 1�9 CONSULTANT shall indemnify and hold harmless CITY, its CITY Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, suits, costs and expenses whatsoever, including reasonable attorneys' fees, arising out of CONSULTANT's negligent performance of services or work conducted or performed pursuant to this Agreement. • ;14 • • Without limiting the CONSULTANT's indemnification of CITY, CONSULTANT shall obtain and 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 satisfactory to the CITY. Such policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with the CITY prior to exercising any right or performing any work pursuant to this Agreement. All insurance policies, except workers' compensation and professional liability, shall add as insured the CITY, its elected officials, officers and employees for all liability arising from CONSULTANT's services as described herein. Prior to the commencement of any services hereunder, CONSULTANT shall provide to CITY, certificates of insurance from an insurance company certified to do business in the State of California with original endorsements and copies of policies, if requested by CITY, of the following insurance with carriers having a Best's rating of Class B or better: 1. Workers' compensation insurance covering all employees and principals of the CONSULTANT, per the laws of the State of California; 2. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of $1 million combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial general liability insurance or other form with a general aggregate is used, either the general aggregate shall apply separately to this project, or the general aggregate limit shall be twice the occurrence limit; 3. Commercial auto liability and property insurance covering any owned and rented vehicles of CONSULTANT in a minimum amount of $1 million combined single limit per accident for bodily injury and property damage. 3 4. Professional liability insurance which includes coverage for the professional acts, errors, and omissions of the CONSULTANT in the amount of at least $ 1,000,000. Said policy or policies shall be endorsed to state that coverage shall not be suspended, voided or canceled by either party, or reduced in coverage or in limits except after thirty (30) days' prior notice has been given in writing to CITY. CONSULTANT shall give to CITY prompt timely notice of claim made or suit instituted arising out of CONSULTANT's operation hereunder. 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. CONSULTANT agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that CONSULTANT shall look solely to its insurance for recovery. CONSULTANT hereby grants to CITY, on behalf of any insurer providing comprehensive general and automotive liability insurance to either CONSULTANT or CITY with respect to the services of CONSULTANT herein, a waiver of any right of subrogation which any such insurer of said CONSULTANT may acquire against CITY by virtue of the payment of any loss under such insurance. _•• • , • With the exception of workers' compensation and professional liability insurance, CITY, its City Council, boards and commissions, officers, and employees shall be named as an additional insured under all insurance coverage required by this Agreement. The naming of an additional insured shall not affect any recovery to which such additional insured would be entitled under this policy if not named as such additional insured. An additional insured named herein shall not be held liable for any premium, deductible portion of any loss, or expense of any nature on this policy or any extension thereof. Any other insurance held by an additional insured shall not be required to contribute anything toward any loss or expense covered by the insurance provided by this policy. • 'i•■ • : CONSULTANT shall not assign, sublease, hypothecate, or transfer this Agreement or any interest therein directly or indirectly, by operation of law or otherwise without the prior written consent of CITY. Any attempt to do so without said consent shall be null and void, and any assignee, sublessee, hypothecate or 4 0 0 transferee shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. 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, shall be construed as an assignment of this Agreement. Control means fifty percent (50 %) or more of the voting power of the corporation. SECTION 10. PERMITS AND LICENSES CONSULTANT, at its sole expense, shall obtain and maintain during the term of this Agreement, all appropriate permits, licenses and certificates that may be required in connection with the performance of services hereunder. SECTION 11. REPORTS Each and every report, draft, work - product, map, record and other document reproduced, prepared or caused to be prepared by CONSULTANT pursuant to or in connection with this Agreement shall be the exclusive property of CITY. CITY shall make no use of materials prepared by CONSULTANT pursuant to this Agreement, except for construction, maintenance and repair of the Project. Any use of such documents for other projects or other purposes, and any use of uncompleted documents, shall be at the sole risk of the CITY and without liability or legal exposure of the CONSULTANT. No report, information or other data given to or prepared or assembled by the CONSULTANT pursuant to this Agreement shall be made available to any individual or organization by the CONSULTANT without prior approval by CITY. CONSULTANT shall, at such time and in such form as CITY may require, furnish reports concerning the status of services required under this Agreement. SECTION 12. RECORDS CONSULTANT shall maintain complete and accurate records with respect to costs, expenses, receipts and other such information required by CITY that relate to the performance of services required under this Agreement. CONSULTANT shall maintain adequate records of services provided in sufficient detail to permit an evaluation of services. All such records shall be maintained in accordance with generally accepted accounting principles and shall be clearly identified and readily accessible. CONSULTANT shall provide free access to the representatives of CITY or its designees at all proper times to such books and records, and gives CITY the right to examine and audit same, and to make transcripts therefrom as necessary, and to allow inspection of all work, data, 5 documents, proceedings and activities related to this Agreement. Such records, together with supporting documents, shall be kept separate from other documents and records and shall be maintained for a period of three (3) years after receipt of final payment. SECTION 13. NOTICES All notices, demands, requests or approvals to be given under this Agreement shall be given in writing and conclusively shall be deemed served when delivered personally or on the second business day after the deposit thereof in the United States mail, postage prepaid, registered or certified, addressed as hereinafter approved. All notices, demands, requests, or approvals from CONSULTANT to CITY shall be addressed to CITY at: City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Don Webb, Director of Public Works (714) 644 -3311 All notices, demands, requests, or approvals from CITY to CONSULTANT shall be addressed to CONSULTANT at: C. Michael Ofenstein, Senior Vice President Willdan Associates 888 S. West Street, Suite 300 Anaheim, CA 92802 -1845 Attention: Ms. Terry Kelley (714) 563 -3200 SECTION 14. TERMINATION Either party may terminate this Agreement at any time and for any reason by giving the other party seven (7) days' prior written notice; notice shall be deemed served upon deposit in the United States Mail, postage prepared, addressed to the other party's business office. In the event of termination due to the fault of CONSULTANT, CITY shall be obligated to compensate CONSULTANT for only those authorized services which have been completed and accepted by CITY. If this Agreement is terminated for any reason other than fault of CONSULTANT, CITY agrees to compensate CONSULTANT for the actual services performed up to the effective date of the Notice of Termination, on the basis of fee schedule contained above, subject to any maximum amount to be received for any specific service. 3 SECTION 15. COST OF LITIGATION If any legal action is necessary to enforce any provision hereof or for damages by reason of an alleged breach of any provisions of this Agreement, the prevailing party shall be entitled to receive from the losing party all costs and expenses in such amount as the court may adjudge to be reasonable attorneys' fees. SECTION 16. COMPLIANCES CONSULTANT shall comply with all laws, state or federal, and all ordinances, rules and regulations enacted or issued by CITY. SECTION 17. WAIVER A waiver by CITY 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. 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 hereof. Any modification of this Agreement will be effective only by written execution signed by both CITY and CONSULTANT. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first above written. ATTEST: City Clerk APZVED AS TO FORM: ty Attorney CITY OF NEWPORT BEACH, a municipal corporation BY: ? 1 MAYOR CONSULTANT BY: Willdan Associates 7 'A7 January 25, 1996 WILLAN ASSOCIATES ❑ ENGAERS & PLANNERS Mr. Gail Pickart Project Management Consultant City of Newport Beach P.O. Box 1768 Newport Beach, CA 92659 -1768 Professional Consulting Services Since 7964 Subject: Proposal for Preparation of Final Plans, Specifications, and Estimates for Birch Street Overcrossing Bridge Widening Dear Mr. Pickart: Willdan Associates is pleased to submit this proposal to provide professional engineering services for the preparation of the final Plans, Specifications, and Estimates (PS &E) for the aforementioned project. Willdan and Earth Mechanics, Inc. (EMI), our geotechnical subconsultant will provide a highly skilled and experienced team prepared to perform the project tasks for the City in accordance with Caltrans' policies, procedures, and standards. We are prepared to commit our most talented and experienced staff to successfully complete all tasks of the project. Ms. Teresa Kelley, P.E., our proposed Project Manager, completed the Project Study Report/Project Report for the Birch Street overcrossing bridge widening. In the past four years, she has managed nine final PS &E projects on Caltrans highway systems. All nine of these projects have been constructed or are under construction. Three projects were completed on an accelerated schedule. We believe you will not find a more qualified manager for this project. Organization of this proposal follows the requirements given in your letter of December 7, 1995, and the draft Cooperative Agreement you sent on December 20, 1995. We appreciate the interest you have shown in Willdan Associates and thank you for the opportunity to submit our proposal. If you have any questions about the team or other elements of this proposal, please contact Terry Kelley, Ken Steele or me. Respectfully submitted, WILLDAN ASSOCIATES C. Michael Ofenstein, P.E. Senior Vice President KS:sp E'IPRON%1=05,w Enclosures EXHIBIT "A" 888 S. WEST STREET • SUITE 300 • ANAHEIM, CALIFORNIA 92802 -1845 • (714) 563 -3200 • FAX (714) 563 -3299 City of Newport Beach PROJECT SCOPE The following is our proposed Project Scope for the final design of the Birch Street overcrossing widening at State Route (SR) 73. The following outline lists, with brief descriptions of work, the items of work by task for Project Management, Preliminary Plans, Final PS &E, and Construction Phases. Each phase also includes a list of deliverables. PHASE I -PROJECT MANAGEMENT 1.1 Administration 1.1.1 Caltrans Requirements The Willdan team fully understands the policies, standards, and procedures required by Caltrans. PS &E will be prepared based upon Caltrans current criteria. 1.1.2 Uniform File System Throughout this project, Willdan will maintain the project documents in accordance with Caltrans' Uniform File System. 1.1.3 Master Schedule Within 30 calendar days of the Notice to Proceed, Willdan will submit a detailed master schedule. 1.1.4 Research and Reviews Obtain and review existing as- builts, reports, environmental documentation, utility plans, right -of -way documents, and other information pertinent to this project. 1.1.5 Encroachment Permits Encroachment permit applications will be submitted to Caltrans after receipt of the Notice to Proceed to obtain approval for consultant personnel to enter the right -of- way and perform necessary studies, investigations, and surveys. Team personnel will observe all Caltrans safety requirements while on the jobsite. Willdan Associates 0 0 City of Newport Beach 1.1.6 Progress Reports and Invoices Monthly progress reports will be submitted each month and will include invoices for work completed and updated schedules. 1.2 Meetings Willdan will attend and chair monthly Project Development Team (PDT) meetings with the City, Caltrans, and other organizations (i.e., Orange County EMA) and attend progress meetings, design reviews, design coordination meetings, workshops, and other meetings with the City, Caltrans, other consultants, and other organizations as may be necessary to accomplish project objectives. 1.3 Cooperation and Coordination Willdan will cooperate, coordinate, and participate in project meetings with other local governmental agencies involved and affected by the project and to interface this project with the other projects on Birch Street, Bristol Street, and SR73. Ongoing liaison with the affected agencies, as well as utility companies with services within the project limits, will be maintained on a continuous basis. The City and Caltrans will be made aware of communications with organizations and utility companies and will immediately be informed of any issue that could possibly affect the project schedule and/or design. 1.4 Quality Control Willdan has long recognized the importance of quality control and its direct relationship to the success of a project. It has been standard company practice to follow a specific quality control plan for every project as specified in Willdan's Quality Assurance Manual. 1.5 Phase 1- Deliverables ♦ Master schedule ♦ Monthly progress reports and invoices ♦ Monthly updated schedule ♦ Cooperative Agreement comments Willdan Associates 2 City of Newport Beach ♦ Meeting minutes Project documents filed under Caltrans' Uniform Filing System PHASE 2 - PRELIMINARY DESIGN 2.1 Design Survey All design survey and aerial topography will be performed electronically and in accordance with Caltrans requirements and procedures. 2. 1.1 Assemble survey data from the City, County of Orange, and Caltrans. 2.1.2 Establish horizontal and vertical control throughout the limits of the project. 2.1.3 Establish ground control for aerial mapping. 2.1.4 Provide aerial planimetric mapping of SR73 and of Birch Street (metric scale 1:500). SR73 - from 610 meters northwest of Birch Street to 610 meters southeast of Birch Street. Width of strip - from 30 meters southwest of the right -of -way line of Southeast Bristol to 30 meters northeast of the northeast right -of -way line of North Bristol. Birch Street - from 60 meters southwest of the centerline of Southeast Bristol to 400 meters northeast of the centerline of southeast Bristol Street. Width of strip - from 30 meters southeast of centerline to 30 meters northwest of centerline. 2.1.5 Provide cross section as follows: 1. Southeast Bristol Street - from Birch Street to Spruce Avenue - 1/2 sections from centerline northeasterly to the top of slope. 2. North Bristol Street - from Birch Street southeast to 122 meters southeast of Birch Street - 1/2 sections from centerline southwesterly to the top of slope. 3. Birch Street - from Southeast Bristol Street to 335 meters northeast of Southeast Bristol Street - full sections from proposed right -of -way line to proposed right -of -way line. 4. Intersection of Southeast Bristol Street and Birch Street. 5. Intersection of North Bristol Street and Birch Street. 6. SR73 - Three cross sections - 1) along the northwest edge of Birch Street bridge, 2) along the centerline of Birch Street bridge, and 3) along the southeast edge of the bridge consisting of elevations at southwest bridge abutment to the southwest edge of the southbound travel lane, median - edge of travel lane, three elevations in median area and edge of travel lane Wi Idan Associates • y City of Newport Beach northbound traffic, from edge of the northbound travel lane, northeasterly to the northeast bridge abutment. 2.2 Preliminary Plans Willdan will prepare preliminary plans in accordance with Caltrans procedures which will include the following: ♦ roadway plan and profiles; ♦ horizontal and vertical roadway geometrics; ♦ vertical clearance dimensions; and ♦ typical cross sections. All plans will be prepared in metric scales in accordance with Caltrans procedures. 2.3 Materials/Foundation Reports 2.3.1 Geotechnical Tasks To satisfy the requirements of the project, EMI's work can be divided into three major tasks: 1. Collect and Review Existing Subsurface Information 2. Geotechnical Investigation and Reports for Bridge and Pavement Design and Construction 3. Surface Lead Testing 2.4 Drainage Through our work on numerous Caltrans projects completed in Orange County, Willdan has the drainage expertise to complete the following: ♦ Hydrology map for project area ♦ Draft drainage report in accordance with Caltrans procedures Willdan Associates 4 City of Newport Beach ♦ Final drainage report Drainage study and analysis of only onsite drainage improvements will be required for this project. Caltrans will provide copies of available hydrology and hydraulic data for the project limits, and Willdan will perform field investigations to verify the data and existing drainage facilities. Bristol Street's existing drainage patterns will not be affected by this project. 2.5 Utilities Willdan will coordinate utility research information with the utility companies. Willdan will prepare utility plans identifying existing utility locations. Potholing of utilities will be the responsibility of the utility owner or the City. Willdan will coordinate the potholing effort and obtain the elevations. It is anticipated there will be no relocation or undergrounding of existing utilities within the project limits. 2.6 Landscape Landscaping will consist of replacement planting and reconstruction or relocation of existing irrigation. 2.7 Preliminary Quantity and Construction Cost Estimates A preliminary construction cost estimate will be completed upon completion of the plans and draft bridge type selection report. 2.8 Bridge Type Selection The following items will be prepared by Willdan for the bridge type selection process: Bridge Foundation Report in accordance with Caltrans procedures and requirements ♦ Bridge Type Selection Report and falsework opening requirements ♦ Bridge General Plan 2.9 Phase 2 - Deliverables Survey field notes Willdan Associates 5 City of Newport Beach ♦ Survey field cross sections ♦ Construction staking survey map ♦ Draft geometric approval plans (11 "x17 ") ♦ Final geometric approval plans (11 "xl7 ") ♦ Draft Materials Report ♦ Final Materials Report ♦ Draft Structures/Foundation report ♦ Final Structures/Foundation report ♦ Surface Lead Testing ♦ Log of test borings ♦ Hydrology map ♦ Draft hydrology/hydraulic report ♦ Final hydrology/hydraulic report ♦ Utility Plans ♦ Landscape preliminary plan ♦ Preliminary quantity and construction cost estimates ♦ Draft Bridge Type Selection Report ♦ Final Bridge Type Selection Report and General Plan ♦ Final approved Bridge Type Selection Report and General Plan PHASE 3 - FINAL PS &E 3.1 Draft PS &E Wilidan Associates 6 • 0 City of Newport Beach Upon receiving approval of the Phase 2 deliverables, Willdan will prepare and submit two separate draft PS &E packages. One package will be prepared for Caltrans and City review, the other package will be for City review only. The package prepared for City review only will include the portion of Birch Street outside Caltrans right -of -way. The remainder of the project will be included in the package submitted to Caltrans and the City. The draft PS &E submittal will include the following drawings: The plans for both PS &E packages will be prepared on Caltrans base sheets in accordance with their current CADD Users Manual, Drafting and Plans Manual, and Highway Design Manual. Draft special provisions for the Caltrans PS &E package will be prepared in accordance with the Caltrans PS &E Guide using their Standard Special Provisions and Standard Specifications. We will prepare the special provisions for the City PS &E package using a combination of the above Willdan Associates City of Newport Beach mentioned Caltrans criteria, the Standard Specifications for Public Works Construction and the City Standard Special Provisions. Quantities and estimates for the Caltrans PS &E package will be completed using Caltrans bid item codes and descriptions. Quantities and estimates for the City PS &E package will be completed using typical City estimate format. We will update the construction estimate as work progresses through the PS &E phase, and provide it to the City. 3.2 Final ME Upon receiving comments on the Draft PS &E, the final PS &E package will be prepared, assembled, and submitted. The final PS &E package will include: ♦ final plans (revised per comments received); final special provisions (revised per comments received); final quantities and estimate (revised per comments received); 3.3 Phase 3 - Deliverables ♦ Draft PS &E (11 "x17' drawings) ♦ Final PS &E (11 "x17' drawings) ♦ Final approved PS &E (24 "x36" drawings) ♦ Quantity calculations 3.4 Bidding Assistance Willdan will provide the following construction bidding services during the contract advertising period: Attend a prebid meeting. Willdan Associates 8 0 0 City of Newport Beach Provide responses to bidders' questions regarding the bid documents. ♦ Assist in preparation of addenda to the bid comments. PHASE 4 - CONSTRUCTION 4.1 Construction Support Phase Willdan can provide the following construction support to Caltrans and the City during the project construction, up to the time that the Caltrans construction branch recommends acceptance of, and completion of record drawings for the project: ♦ Attend the preconstruction meeting. ♦ Review shop drawings and other contractor submittals for conformance with the plans and specifications, and make recommendations for acceptance, denial, or resubmittals if so requested. ♦ Additional drawings at Caltrans' or the City's request. ♦ Attend scheduled jobsite visits, as requested. ♦ Review proposed change orders and make recommendations, if requested. ♦ Prepare record drawings. A detailed scope and fee will be negotiated at the time of construction contract award. Willdan Associates Fee Proposal City of Newport Beach Phase 1 - Project Management (Lump Sum) $23,132 Phase 2 - Preliminary Plans (Lump Sum) $68,747 Phase 3 - Final PS &E (Lump Sum) $152,716 Reimbursables (Time & Material plus 5 1/6) $20,000 Total Fee $264,595 Wd1dan Associates 10 0 0 City of Newport Beach WILLDANASSOC14TES BIRCH STREET PROJECT SCHEDULE OF HOURLY RATES July 1, 1995 - June 30, 1996 Fee Rate Class {Tcation Per Hour ENGINEERING Principal Engineer 125.00 Division Manager 120.00 Supervising Engineer 98.00 Sr. Engineer 82.00 Sr. Project Manager 82.00 Project Manager 77.00 Associate Engineer 76.00 Sr. Designer (CADD) 76.00 Designer (CADD) 68.00 Sr. Designer 68.00 Sr. Design Engineer 64.00 Design Engineer 59.00 Sr. Drafter 59.00 Designer 59.00 Sr. Drafter (CADD) 58.00 Drafter (CADD) 54.00 Drafter 54.00 Technical Aide 35.00 Sr. Survey Analyst 71.00 Sr. Calculator 71.00 Calculator II 61.00 Calculator I 50.00 Survey Analyst II 61.00 Survey Analyst I 51.00 Spvsr. - Survey 78.00 Survey Party Chief 74.00 Two -Man Field Party 130.00 Three -Man Field Party 175.00 Willdan Associates 11 City of Newport Beach Fee Rate Classication Per Hour LANDSCAPE ARCHITECTURE Principal Landscape Architect 85.00 Sr. Landscape Architect 66.00 Associate Landscape Architect 57.00 Assistant Landscape Architect 50.00 Computer Data Entry 35.00 Personal Computer Time 10.00 Clerical 35.00 Word Processing 35.00 Bluelines $0.11 per square foot Xerox 8' /z" x 11" $0.11 each 8 %:" x 14" $0.11 each 11" x 17" $0.22 each Additional billing classifications may be added to the above listing during the year as new positions are created. The above schedule is for straight time. Overtime will be charged at 1.25 times the standard hourly rates. Sundays and holidays will be charged at 1.70 times the standard hourly rates. Blueprinting, reproduction, messenger services, and printing will be invoiced at cost plus fifteen percent (5 %). A subconsultant management fee of fifteen percent (5 %) will be added to the direct cost of all subconsultant services to provide for the cost of administration, consultation, and coordination. These hourly rates are effective through June 30, 1996, and may be adjusted after that date to compensate for labor adjustments and other increases in costs. Willdan Associates 12 PROJECT SCHEDULE City of Newport Beach The following is our proposed preliminary schedule which has been prepared in accordance with the City's guidelines and the Project Approach section of this proposal. We are fully committed to meeting this schedule. W111dan Associates 13 n *111 L§ a 2i ■ ` �( aA $! k/! ELk /k 0! \i2 _\ \| ; ®! !!�!! w ui ■ 2!!! 2!!ilf�£cocrw i 2 \I �I� 2!i! x x _ x �� m f c S s n • L_J 0 TO: Mayor and Members of City Council FROM: Public Works Department February 12, 1996 CITY COUNCIL AGENDA ITEM NO. 10 I SUBJECT: APPROVE CONSULTANT AGREEMENT WITH WLZTYAN ASSOCIATES CONTRACT NO. 2931(A) FOR FINAL DESIGN SERVICES RELATED TO BIRCH STREET BRIDGE WIDENING OVERCROSSING RECOMMENDATIONS: Approve a Consultant Agreement with Willdan Associates for final design services related to the Birch Street Bridge Widening Overcrossing State Route 73 in the amount of $264,595.00, plus a 10% contingency, per the Agreement; Contract No. 2991(A). 2. Authorize the Mayor and the City Clerk to sign the Consultant Agreement on behalf of the City. DISCUSSION: A combined Project Study Report and Project Report (PSR/PR) has been prepared for the Widening of the Birch Street Bridge Overcrossing State Route 73, the Corona del Mar Freeway (see attached exhibit for project location). The PSR/PR was prepared by Willdan Associates in accordance with a Consultant Agreement dated February 23, 1994, and it has been satisfactorily completed. The PSR/PR includes the determination that this project is categorically exempt from further environmental review or evaluation. Funding for final design and construction of the widening project is included in the City's F.Y. 1995 -96 budget; however, the majority of the construction funding, which is approved in the Orange County Combined Transportation Funding Program (OCCTFP), is being deferred to F.Y. 1996 -97. This deferral of funds facilitates the advancement of funding for the MacArthur Boulevard Widening Project. In view of these circumstances, it seems appropriate to begin final design of the planned improvements which, in the Caltrans project development process, is defined as the preparation of Plans, Specifications, and Estimates (PS &E) for the work to be constructed. The Public Works Department Staff initiated a "qualification based selection" process to select a private civil engineering firm to prepare the necessary PS &E. From the group of consulting firms who expressed interest in performing the final design work, three were invited to appear before an interview panel to present their particular qualifications and experience relative to the Birch Street Bridge Widening project. On December 14, 1995, Willdan Associates, Boyle Engineering Corporation, and Moffatt & Nichol were interviewed by a three - member panel consisting of one Caltrans representative and two City SUBJECT: APPROVE CONSULTANT AGREEMENT WITH WILLDAN ASSOCIATES CONTRACT NO. 2931(A) FOR FINAL DESIGN SERVICES RELATED TO BIRCH STREET BRIDGE WIDENING OVERCROSSING February 12, 1996 Page 2 • representatives. Based upon these interviews Willdan Associates received the highest ranking due in part to their familiarity and understanding of the project gained by preparation of the PRS /PR. Negotiations were than commenced with Willdan to define a more specific and detailed scope of work and to establish a budget for their corresponding fees and costs. The geotechnical engineering services necessary to support final design are included in the scope of work. The agreed upon scope of work and fee amounts are attached as an exhibit to a standard form Consultant Agreement and are incorporated into the agreement by reference. Final design work is expected to take 8 - 10 months, including review time by Caltrans. The project will then be advertised for public competitive bidding in late 1996 or early 1997 so that award of the construction contract can be made during F.Y. 1996 -97, consistent with the approved funding in the OCCTFP. Funds for Willdan Associates' final design work are included in the current F.Y. 1995 -96 budget in the Gas Tax and Circulation and Transportation funds as follows: FUND ACCOUNT AMOUNT Gas Tax 7181- C5100065 $145,527 Circulation and Transportation 7261- C5100065 145,527 TOTAL $291,054 Respect fu s mitted, PUBLIC WORKS DEPARTMENT Don Webb, Director Gail Pickart Project Management Consultant Attachment • • I \.,•'_. t ry J I. v oP Ve 10 - i NO i � I lu W J O Z N W m ��f W Lu ��J —� U cc m i � I , • CONSULTANT AGREEMENT • Final Design of Birch Street Bridge Widening Overcrossing State Route 73 Freeway THIS AGREEMENT, entered into this day of 1996, by and between the CITY OF NEWPORT BEACH, a municipal corporation, (hereinafter referred to as "CITY ") and Willdan Associates, a California corporation, whose address is 888 S. West Street, Suite 300, Anaheim, CA 92802 -1845, (hereinafter referred to as "CONSULTANT ") is made with reference to the following: 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 the City. B. CONSULTANT is a corporation organized to provide professional services to public agencies and private entities in the areas of civil, structural, and traffic engineering. C. CITY and CONSULTANT entered into a Consultant Agreement dated February 23, 1994, whereby CONSULTANT prepared a combined Project Study Report and Project Report (PSR /PR) for the Birch Street Bridge Widening Overcrossing State Route 73 Freeway (hereinafter referred to as "PROJECT ") which covers improvements identified as resulting in substantial public benefits. The PSR /PR has been satisfactorily completed. D. CITY has conducted a qualification based selection process to choose a private firm to provide professional engineering services to prepare final design for PROJECT consisting of Plans, Specifications and Estimates (PS &E). E. CONSULTANT has submitted a Proposal dated January 25, 1996, setting forth the scope of services and associated fees and costs to prepare PS &E for the PROJECT. 25, 1996. F. CITY desires to accept CONSULTANT'S Proposal dated January NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: • 0 3 SECTION 1. TERM • The term of this Agreement shall commence on the date of execution of this Agreement and shall terminate on June 30, 1997, unless terminated earlier as set forth herein. • SECTION 2. SERVICES TO BE PERFORMED BY THE CONSULTANT CONSULTANT shall complete all services and work as set forth herein and more fully described in the Proposal dated January 25, 1996 which is attached and identified as Exhibit "A" and incorporated herein by this reference. SECTION 3. SERVICES TO BE PERFORMED BY CITY CITY shall provide CONSULTANT with full information regarding its requirements for PROJECT if not identified in CONSULTANT's Proposal and shall furnish, without charge or cost to CONSULTANT, any information, data, plans, specifications, maps and records which are available to CITY and are necessary for CONSULTANT to fulfill the tasks and services set forth in this Agreement. SECTION 4. COMPENSATION TO CONSULTANT CONSULTANT shall be compensated for services performed pursuant to this Agreement in the amount set forth in Exhibit "A ", the Proposal, which is attached hereto and incorporated herein by this reference. The maximum fee and • reimbursable costs shall not exceed $264,595.00 without further written authorization in the form of an Amendment to this Agreement signed by both CONSULTANT and CITY. City's Public Works Director has authority to approve amendments increasing CONSULTANT's compensation up to 10% of the total maximum fee and reimbursable costs. CONSULTANT anticipates submitting invoices on a monthly basis for work performed during the previous month. CITY agrees to pay all undisputed invoice amounts within thirty (30( calendar days after receipt of the invoice. SECTION 5. STANDARD OF CARE CONSULTANT agrees to perform all services hereunder in a manner commensurate with the community professional standards and agrees that all services shall be performed by qualified and experienced personnel who are not employed by the CITY nor have any contractual relationship with the CITY. • SECTION 6. INDEPENDENT PARTIES CITY and CONSULTANT intend that the relation between them created by this Agreement is that of employer- independent contractor. The manner and means of conducting the final design work are under the control of CONSULTANT, except to the extent they are limited by statute, rule or regulation and the express terms of this Agreement. 3 • •HOLD SECTION 7. HARMLESS CONSULTANT shall indemnify and hold harmless CITY, its CITY Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, suits, costs and expenses whatsoever, including reasonable attorneys' fees, arising out of CONSULTANT's negligent performance of • services or work conducted or performed pursuant to this Agreement. SECTION 8. INSURANCE A. REQUIRED COVERAGE Without limiting the CONSULTANT's indemnification of CITY, CONSULTANT shall obtain and 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 satisfactory to the CITY. Such policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with the CITY prior to exercising any right or performing any work pursuant to this Agreement. All insurance policies, except workers' compensation and professional liability, shall add as insured the CITY, its elected officials, officers and employees for all liability arising from CONSULTANT's services as described herein. Prior to the commencement of any services hereunder, CONSULTANT shall • provide to CITY, certificates of insurance from an insurance company certified to do business in the State of California with original endorsements and copies of policies, if requested by CITY, of the following insurance with carriers having a Best's rating of Class B or better: 1. Workers' compensation insurance covering all employees and principals of the CONSULTANT, per the laws of the State of California; 2. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of $1 million combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial general liability insurance or other form with a general aggregate is used, either the general aggregate shall apply separately to this project, or the general aggregate limit shall be twice the occurrence limit; • 3. Commercial auto liability and property insurance covering any owned and rented vehicles of CONSULTANT in a minimum amount of $1 million combined single limit per accident for bodily injury and property damage. M 4. Professional liability insurance which includes coverage for the professional acts, errors, and omissions of the CONSULTANT in the amount of at least $1,000,000. Said policy or policies shall be endorsed to state that coverage shall not be • suspended, voided or canceled by either party, or reduced in coverage or in limits except after thirty (30) days' prior notice has been given in writing to CITY. CONSULTANT shall give to CITY prompt timely notice of claim made or suit instituted arising out of CONSULTANT's operation hereunder. 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. B. SUBROGATION WAIVER CONSULTANT agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that CONSULTANT shall look solely to its insurance for recovery. CONSULTANT hereby grants to CITY, on behalf of any insurer providing comprehensive general and automotive liability insurance to either CONSULTANT or • CITY with respect to the services of CONSULTANT herein, a waiver of any right of subrogation which any such insurer of said CONSULTANT may acquire against CITY by virtue of the payment of any loss under such insurance. C. ADDITIONAL INSURED With the exception of workers' compensation and professional liability insurance, CITY, its City Council, boards and commissions, officers, and employees shall be named as an additional insured under all insurance coverage required by this Agreement. The naming of an additional insured shall not affect any recovery to which such additional insured would be entitled under this policy if not named as such additional insured. An additional insured named herein shall not be held liable for any premium, deductible portion of any loss, or expense of any nature on this policy or any extension thereof. Any other insurance held by an additional insured shall not be required to contribute anything toward any loss or expense covered by the insurance provided by this policy. • SECTION 9. PROHIBITION AGAINST TRANSFER CONSULTANT shall not assign, sublease, hypothecate, or transfer this Agreement or any interest therein directly or indirectly, by operation of law or otherwise without the prior written consent of CITY. Any attempt to do so without said consent shall be null and void, and any assignee, sublessee, hypothecate or 4 ouch transferee shall acre no right or interest by reason attempted assignment, hypothecation or transfer. 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, shall be construed as an assignment of this Agreement. Control means fifty percent (50 %) or more of the voting power of the corporation. SECTION 10. PERMITS AND LICENSES CONSULTANT, at its sole expense, shall obtain and maintain during the term of this Agreement, all appropriate permits, licenses and certificates that may be required in connection with the performance of services hereunder. SECTION 11. REPORTS Each and every report, draft, work - product, map, record and other document reproduced, prepared or caused to be prepared by CONSULTANT pursuant to or in connection with this Agreement shall be the exclusive property of CITY. CITY shall make no use of materials prepared by CONSULTANT pursuant to this Agreement, except for construction, maintenance and repair of the Project. Any use of such documents for other projects or other purposes, and any use of • uncompleted documents, shall be at the sole risk of the CITY and without liability or legal exposure of the CONSULTANT. No report, information or other data given to or prepared or assembled by the CONSULTANT pursuant to this Agreement shall be made available to any individual or organization by the CONSULTANT without prior approval by CITY. CONSULTANT shall, at such time and in such form as CITY may require, furnish reports concerning the status of services required under this Agreement. SECTION 12. RECORDS CONSULTANT shall maintain complete and accurate records with respect to costs, expenses, receipts and other such information required by CITY that relate to the performance of services required under this Agreement. CONSULTANT shall maintain adequate records of services provided in sufficient detail to permit an evaluation of services. All such records shall be • maintained in accordance with generally accepted accounting principles and shall be clearly identified and readily accessible. CONSULTANT shall provide free access to the representatives of CITY or its designees at all proper times to such books and records, and gives CITY the right to examine and audit same, and to make transcripts therefrom as necessary, and to allow inspection of all work, data, 5 • is • documents, proceedis and activities related to this Agreement: Such records, together with supporting documents, shall be kept separate from other documents and records and shall be maintained for a period of three (3) years after receipt of final payment. SECTION 13. NOTICES Ail notices, demands, requests or approvals to be given under this Agreement shall be given in writing and conclusively shall be deemed served when delivered personally or on the second business day after the deposit thereof in the United States mail, postage prepaid, registered or certified, addressed as hereinafter approved. All notices, demands, requests, or approvals from CONSULTANT to CITY shall be addressed to CITY at: City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Don Webb, Director of Public Works (714) 644 -3311 All notices, demands, requests, or approvals from CITY to CONSULTANT shall be addressed to CONSULTANT at: C. Michael Ofenstein, Senior Vice President Willdan Associates 888 S. West Street, Suite 300 Anaheim, CA 92802 -1845 Attention: Ms. Terry Kelley (714) 563 -3200 SECTION 14. Either party may terminate this Agreement at any time and for any reason by giving the other party seven 17) days' prior written notice; notice shall be deemed served upon deposit in the United States Mail, postage prepared, addressed to the other party's business office. In the event of termination due to the fault of CONSULTANT, CITY shall be obligated to compensate CONSULTANT for only those authorized services which have been completed and accepted by CITY. If this Agreement is terminated for any reason other than fault of CONSULTANT, CITY agrees to compensate CONSULTANT for the actual services performed up to the effective date of the Notice of Termination, on the basis of fee schedule contained above, subject to any maximum amount to be received for any specific service. 6 SECTION 150=T OF LITIGATION • If any legal action is necessary to enforce any provision hereof or for damages by reason of an alleged breach of any provisions of this Agreement, the prevailing party shall be entitled to receive from the losing party all costs and expenses in such amount as the court may adjudge to be reasonable attorneys' • fees. SECTION 16. COMPLIANCES CONSULTANT shall comply with all laws, state or federal, and all ordinances, rules and regulations enacted or issued by CITY. SECTION 17. WAIVER A waiver by CITY 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. SECTION 18. 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 hereof. Any modification of this Agreement will be effective only by written execution signed by both CITY and CONSULTANT. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first above written. ATTEST: City Clerk APPROVED AS TO FORM: City Attorney CITY OF NEWPORT BEACH, a municipal corporation BY: MAYOR CONSULTANT BY: Willdan Associates 7 • Fee Proposal • Phase 1 - Project Management (Lump Sum) Phase 2 - Preliminary Plans (Lump Sum) Phase 3 - Final PS &E (Lump Sum) Reimbursables (Time & Material plus 5 %) Total Fee • City Of $23,132 $68,747 $152,716 $20,000 $264,595 Willdan Associates 10 Tf'1LLDANASSOCIATES BIRCHSTREET PROJECT SCHEDULE OFHOURLYRA TES • July 1, 1995 - June 30,1996 Fee Rate Class' rcation Per Hour Principal Engineer 125.00 Division Manager 120.00 Supervising Engineer 98.00 Sr. Engineer 82.00 Sr. Project Manager 82.00 Project Manager 77.00 Associate Engineer 76.00 Sr. Designer (CARD) 76.00 Designer (CADD) 68.00 Sr. Designer 68.00 Sr. Design Engineer 64.00 Design Engineer 59.00 • Sr. Drafter 59.00 Designer 59.00 Sr. Drafter (CADD) 58.00 Drafter (CARD) 54.00 Drafter 54.00 Technical Aide 35.00 SURVEYING Sr. Survey Analyst 71.00 Sr. Calculator 71.00 Calculator II 61.00 Calculator I 50.00 Survey Analyst II 61.00 Survey Analyst I 51.00 Spvsr. - Survey 78.00 Survey Party Chief 74.00 Two -Man Field Party 130.00 Three -Man Field Party 175.00 • Willdan Associates 11 • �lass�ation LANDSCAPE ARCHITECTURE Principal Landscape Architect Sr. Landscape Architect Associate Landscape Architect Assistant Landscape Architect r� LJ COMPUTER SERVICES Computer Data Entry Personal Computer Time Clerical Word Processing Bluelines Xerox 8' /z" x 11" 11" x 17" Fee Rate Per Hour 85.00 66.00 57.00 50.00 35.00 10.00 35.00 35.00 $0.11 per square foot $0.11 each $0.11 each $0.22 each Additional billing classifications may be added to the above listing during the year as new positions are created. The above schedule is for straight time. Overtime will be charged at 1.25 times the standard hourly rates. Sundays and holidays will be charged at 1.70 times the standard hourly rates. Blueprinting, reproduction, messenger services, and printing will be invoiced at cost plus fifteen percent (5 1/o). A subconsultant management fee of fifteen percent (5 %) will be added to the direct cost of all subconsultant services to provide for the cost of administration, consultation, and coordination. These hourly rates are effective through June 30, 1996, and may be adjusted after that date to compensate for labor adjustments and other increases in costs. Wflldan Associates 12 County o0range • Public Facilities & Resources Department John W. Sibley, Director November 2, 2000 Mike Sinacori, Manager, Utilities Section 3300 Newport Blvd. P.O. Box 1768 Newport Beach, CA 92659 -1768 SUBJECT: Sewer Infrastructure Improvements for the Santa Ana Heights Area Dear Mike: Transmitted to the City of Newport Beach is the fully executed Amendment No. 1 to Agreement No. D96 -192 between the Orange County Development Agency (OCDA), the Costa Mesa Sanitary District (CMSD), and the City of Newport Beach (City) for your files. If you or your staff have any questions or require further information, please give me a call at (714)834- 2599. Very PWword /Projects /Santa Ana Heights /Sewer Improvements /Ur to Sinacori 02Nov0000.doc Cc: J. A. Miller LOCATION: MAILING ADDRESS: TELEPHONE. FAX 300 N. FLOWER ST P.O. BOX 4048 FAX 834 -5302 SANTA ANA, CALIFORNIA SANTA ANA, CA 92702 -4048 F # 834 -2395 0 0 ORANGE COUNTY BOARD OF SUPERVISORS Acting as Orange County Development Agency and Board of Supervisors, MINUTE ORDER October 24, 2000 Submitting Agency/Department: PLANNING AND DEVELOPMENT & PUBLIC FACILITIES & RESOURCES Acting as Orange County Development Agency - Approve amended agreement D96 -162 with Newport Beach and Costa Mesa Sanitary District for construction of sewer infrastructure improvements, Santa Ana Heights Redevelopment Project area; and make California Environmental Quality Act and other findings - Acting as the Board of Supervisors - Make California Environmental Quality Act and other findings - District 5 The following is action taken by the Board of Supervisors: APPROVED AS RECOMMENDED ® OTHER 0 Unanimous 0 (1) SMITH: Y (2) SILVA: Y (3) SPITZER: Y (4) COAD: Y (5) WILSON: X Vote Key: Y= Yes; N =No; A= Abstain; X= Excused; B.O. =Board Order Documents accompanying this matter: 0 Resolution(s) 0 Ordinances(s) 0 Contract(s) Item No. 71 Special Notes: Copies sent to: G 4'o /� algD , P SOLI'37 RECEIVED OCT 2 6 20M 0 ?� h5 I certify that the foregoing is a true and correct copy of the Minute Order adopted by the Board of Supervisors, Acting as Orange County Development Agency and Board of Supervisors, Orange County, State of California. DARLENE J. BLOOM, Clerk of the Board By. Deputy -0/122 Tho B. Mathews, D ector DA Vicki I Wilson, Director PlartrAing & Development Services Department Public Facilities & Resources Department AGENCYIDEPT. USE CLERK USE ONLY AGENDA ITEM TRANSMITTAL CEO REV* CONSEP ❑ ?� DISCt1311SION ® ®C �r LA--' �; P ! ^.EC- a FAISAL iE i ❑ ijO ❑ Do Not Cm TO: BOARD OF3UPBRViS %LINTY OF ORANGE - n CONTACT FOR INFORMATION PHONE FROM: PFRD & PDSD Phil Jones (PFRD) 714- 834 -2599 FILE E00497 and EC30488 George Britton (PDSD) a 714- 834 -5312 MEETING DATE SUBJECT Santa Ana Heights Redevelopment Project Area Infrastructure SUPV. GIST. Improvements — Sewer Improvements Area 2 Outfall Facilities and South Bristol 5 October 24, 2000 Flow Reversal SUMMARY OF REQUEST (Description for agmda) The Public Facilities and Resources Department and the Planning and Development Services Department request that the Board of Supervisors, acting in the capacity of both the Local Legislative body and the Orange County Development Agency (OCDA), approve Amendment No. 1 to Agreement D96 -162 with the City of Newport Beach (City) and the Costa Mesa Sanitary District (CMSD) for the design and construction of sewer infrastructure improvements in the Santa Ana Heights Redevelopment Project Area. ADDITIONAL DATA On January 14, 1997, your Board approved Agreement D96 -162 between the Orange County Development Agency, the City of Newport Beach, and the Costa Mesa Sanitary District for the design and construction of sewer infrastructure improvements within the Santa Ana Heights Redevelopment Project Area The sewer improvements included the Area 2 Outfall Facilities and the South Bristol Flow Reversal as identified in the Santa Ana Heights Redevelopment Project Area Comprehensive Infrastructure Implementation Plan (CIIP), approved by your Board on July 10, 1990. The CIIP and the original agreement identified specific sewer infrastructure pipeline sizing. During the Design process,-it was determined that the CIIP pipeline sizing would not meet current sewer design codes and standards. c ti ued reverse PREVIOUS RELEVANT BOARD ACTIONS ON THIS SPECIFIC REM: Minute Order dated January 14, 1997 approving Agreement No. D96 -162. FUNDING SOURCE(S) CURRENT YEAR COST ANNUAL COST BUDGETED? 0YES ONO OCDA - 100% $67,500 N/A WILL PROPOSAL REQUIRE ADDITIONAL PERSONNEL? CONSISTENT WITH BOARD POLICY? ® NO IF YES. STATE NUMBER PERMANENT UMrTED TERM YES NEW REM OR EXCEPTION RECOMMENDED ACTION ACTING IN THE CAPACITY OF THE BOARD OF SUPERVISORS: 1. Find that Final EIR No. 508A, previously certified on October 27, 1987, was considered prior to approval of the project, was determined as adequate to serve as a program EIR for this project, and satisfies all requirements of CEQA. The Final EIR reflects the independent judgment of the lead agency. 2. Find that Resolution No. 97 -18, previously adopted on January 14, 1997, determines that FEIR 508A serves as a program EIR for the Santa Ana Heights Redevelopment Project Area, adopts FEIR 508A, and adopts appropriate CEQA findings. In addition, Resolution No. 97 -18 determines that no other reasonable means of financing the construction area available to the community. continued on reverse CONCURRENCES (it applCble) ATTACHMENTS Paul Lanning, CEO 1. Location Map and Original Agreement D96 -162 2. Amendment No. 1 to Agreement No. D96 -162 3, Resolutions Nos. 97 -18 & OCDA R97 -1 -0/122 Tho B. Mathews, D ector DA Vicki I Wilson, Director PlartrAing & Development Services Department Public Facilities & Resources Department 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 • Wendment No. 1 to Agreement No. X96 -1E_l A M E N D M E N T THIS AMENDMENT, for purposes of identification he/re[b,y� numbered Amendment No. 1 to Agreement No. D96 -162, and dated theo2L day of - `'(� �' (/(/ 2000, is BY AND BETWEEN AND AND The Orange County Development Agency hereinafter referred to as "OCDA ", The Costa Mesa Sanitary District hereinafter referred to as "CMSD", The City of Newport Beach hereinafter referred to as "CNB" W I T N E S S E T H WHEREAS, OCDA, CMSD, and CNB entered into Agreement No. D96 -162 on January 14, 1997, hereinafter referred to as AGREEMENT, for the purposes of designing and constructing specific sewer infrastructure improvements for the Santa Ana Heights area, consisting of: the South Bristol Street Flow Reversal; a Sanitary Sewer Pump Station; an 8 -inch Diameter Force Main from the pump station across the Birch Street Bridge; and a 15 -inch Diameter Gravity Sewer Main along Birch Street (within the City of Newport Beach) from the Birch Street Bridge to MacArthur Boulevard (also known as the Area 2 Outfall facility). The above infrastructure improvements, hereinafter referred to as "PROJECT," are required to mitigate OCDA's proposed redevelopment of the Santa Ana Heights Area, and have been identified in a report prepared by BSI, Inc. entitled, "Santa Ana Heights Redevelopment Project Area Comprehensive Infrastructure Improvement Plan, Dated April 23, 1990," hereinafter referred to as "PLAN "; and WHEREAS, OCDA, CMSD, and CNB require an amendment to the AGREEMENT for the following reasons: 1 9 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 • 6-endment No. 1 to Agreement No. D96 -1E: 1. Per the AGREEMENT, the CMSD was required to design the South Bristol Street Flow Reversal and the Area 2 Outfall facilities within nine (9) months from the execution of the AGREEMENT, and due to no fault of CMSD in acquiring PROJECT permits and reviews, the design of the PROJECT has been delayed well beyond the required nine months; 2. Due to current sewer infrastructure design criteria, the size of the 15 -inch diameter gravity sewer main must be increased to an 18 -inch diameter main; 3. In order to construct the new 18 -inch diameter sewer main within Birch Street, an existing CNB sewer main must be abandoned and its existing laterals connected to the new mainline. 4. Per the AGREEMENT, the PROJECT contractor was to submit monthly progress payment invoices to CMSD inspector for review, who in turn, was to submit invoices to CMSD management for review and processing, who in turn, was to submit invoices to OCDA staff for review and approval. Upon OCDA approval of each monthly invoice from CMSD, OCDA was to pay each monthly invoice to CMSD for disbursement to the PROJECT contractor within thirty (30) calendar days. However, California Public Contract Code Section 20104.50.(a) stipulates the following, "Any local agency which fails to make any progress payment within 30 days after receipt of an undisputed and properly submitted payment request from a contractor on a construction contract shall pay interest to the contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure." Per the process as set forth in the AGREEMENT, it is highly unlikely that CMSD and OCOA would be able to process, review, and approve monthly invoices within thirty (30) 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 • •.mendment No. 1 to Agreement No. D9E -`.i calendar days. In order to comply with the Code and avoid penalty interest payments to the PROJECT contractor, the AGREEMENT must be amended. NOW, THEREFORE IT IS AGREED by and between the parties hereto that Agreement No. D96 -162 is amended as follows: A. All references made to EMA, Director of Public Works; Director of Public Works; or DIRECTOR shall be amended to read, Chief Engineer of the Orange County Public Facilities and Resources Department, or his duly appointed designee, hereinafter referred to as "CHIEF ENGINEER." B. Page 1, Second Paragraph shall be deleted and replaced as follows: "WHEREAS, PLAN indicates the need to design and construct the South. Bristol Street Flow Reversal; a new sanitary sewer pump station; fl- inch diameter force main (pressure flow) across Birch Street Bridge; and an 18 -inch diameter gravity sewer main and abandonment of an existing sewer main along Birch Street (within the City of Newport Beach) to MacArthur Boulevard to interconnect with the Orange County Sanitation District (OCSO) Von Karman Truck Sewer Main (see Exhibit A) to mitigate OCDA's proposed redevelopment of the Santa Ana Heights area and its impact to CMSD existing facilities ;" C. Page 2, I. Part 1 - Area 2 Outfall and Bristol Street Flow Reversal, Section A. Plans, Specifications, and Engineer's Estimate, Paragraph 3 shall be deleted and replaced as follows: "CMSD agrees to complete PROJECT design(s) within three (3) months after acquiring all necessary PROJECT permits and reviews, which shall be k, 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 • wendmEnt No. 1 to Agreement No. D96 -16:' sought with all due diligence, and CMSD shall begin advertisement of the PROJECT for public bid within two (2) months thereafter." ! D. Page 3, I. Part 1 - Area 2 Outfall and Bristol Street Flow Reversal, Section A. Plans, Specifications, and Engineer's Estimate, Paragraph 8 shall be deleted and replaced as follows: "CNB agrees to assist CMSD in obtaining CalTrans and CNB Permits for PROJECT. In addition, CNB agrees to conduct and complete PS &E review subsequent to the date of execution of Amendment No. 1 of this AGREEMENT and return written comments to CMSD within six (6) weeks of PS &E submittal by CMSD to CNB. An extension of time beyond the six (6) week comment period will require a written notice by CNB to CMSD with a revised completion date, or submittal will be considered as approved." E. Page 9 and 5, Part 1 - Area 2 Outfall and Bristol Street Flow Reversal, Section B. Advertisement for Bids and Construction: Delete Paragraphs Nos. 2 and 3 and shall be deleted and replaced as follows: "Subsequent to award of CONSTRUCTION CONTRACT(S), CMSD shall submit an invoice, subject to Section H of this Amendment, to OCDA for review, approval, and payment. Upon receipt and approval of invoice, OCDA shall make payment to CMSD for the CONSTRUCTION CONTRACT(S) award sum, subject to the provisions of paragraph no. 1 of this section of the AGREEMENT, within sixty (60) calendar days." F. Page 5, Part 1 - Area 2 Outfall and Bristol Street Flow Reversal, Section B. Advertisement for Bids and Construction: Delete Paragraph No. 9 shall be deleted and replaced as follows: "All parties agree that CONSTRUCTION CONTRACT(S) change orders for payment by OCDA shall be reviewed and approved by the CHIEF ENGINEERI 9 9 1' 2 3 41 51 6i 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 - - • Wendment No. 1 to Agreement No. D96 -`_6_- prior to implementation by the contractor(s). OCDA reserves the right to deny payment of any CONSTRUCTION CONTRACT(S) change order performed or installed without OCDA approval. OCDA agrees to reimburse CMSD for the cost of all CONSTRUCTION CONTRACT(S) change orders to a total maximum not to exceed amount of Sixty Seven Thousand Five Hundred Dollars ($67,500). Change orders that exceed the total maximum amount above shall be the responsibility of CMSD." G. Page 5 and 6, Part 1 - Area 2 Outfall and Bristol Street Flow Reversal, Section C. Construction Administration and Inspection: Delete Paragraph Nos. 3 and 9 and replace with the following: "Upcn completion of construction and recordation of a Notice of Completion in the County Recorder's office for the CONSTRUCTION CONTRACT(S), CMSD shall submit an invoice, subject to the provisions of Section of this Amendment, for construction administration and inspection costs to OCDA for review, approval, and payment. Upon receipt and approval of invoice and copy of recorded Notice of Completion for CONSTRUCTION CONTRACT(S), OCDA agrees to make payment to CMSD within. sixty (60) calendar days, subject to the provisions of Paragraph No. 2 of this section of the AGREEMENT." H. Page 6, Part 1 - Area 2 Outfall and Bristol Street Flow Reversal: Add the following: "D. Processing of Invoices: There will be two types of invoices submitted to OCDA for processing: one will be Invoice for Award of CONSTRUCTION CONTRACT(S) and the other will be Invoice for Construction Administration and Inspection or Contract Change Orders. All invoices submitted to OCDA for payment shall include an accounting report containing the following information: 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 • W.-timent No. 1 to Agreement No. D96 -16LI Invoice for Award of CONSTRUCTION CONTRACT(S): 1. Title of Construction Contract or Project including location, areas, and /or limits and type of construction. 2. Copy of successful bidder's bid result and any relevant backuc information, such as: contractor's proposal, breakdown of unit costs for individual bid items or schedule of values if applicable to invoice. 3. All items shall be summed and totaled to equal the invoice amount requested. Invoice for Construction Administration and Inspection or Contract Change Orders: 1. CMSD shall submit a Final Accounting Report and invoice to OCDA for payment within sixty (60) calendar days of the filing of the Notice of Completion for the CONSTRUCTION CONTRACT(S). CMSD shall attach the following support and backup information: - a. Title of Construction Contract or Project including location, areas, and /or limits and type of construction; I.D. number of the Contract Change Order (if applicable), and type and description of work performed. b. List of CMSD staff and /or contracted staff involved, their title, total number of hours for each employee worked, and cost per hour of each, separating out overhead and labor burden into different columns, summed and totaled to equal the invoice amount requested. C. Copy of all construction progress payments made or invoices paid to contractor where applicable. (OCDA 6 d 1i 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 • 7 •Amendment No. 1 to Agreement No. n96 -16:' agrees to pay for only those costs actually expended by CMSD and backed -up by appropriate paperwork.) d. Copy of all construction change orders approved by the CHIEF ENGINEER and all supporting paperwork (including all change orders for work or bid items deleted from or credited to the PROJECT). The Final Accounting Report submitted by CMSD to OCDA shall detail and tally all debits and credits incurred by CMSD for PROJECT and add all values for a total invoice sum to be paid by or to OCDA depending on whether there is a balance due or need for a refund. 3. Any refund or overpayment shall be made to CODA within sixty (60) calendar days of the filing of the Notice of Completion for the CONSTRUCTION CONTRACT(S)." I. Page 10, IV. Part 4 - Agreement To Hold Harmless, Paragraph Nos. 3 and 4 shall be deleted and replaced as follows: 3. That neither. CMSD nor any officer or employee thereof shall be responsible for any damage or liability by reason of anything done to, omitted to be done by CNB under or in connection with any work, authority or jurisdiction not delegated to CMSD under this agreement. It is also understood and agreed that, pursuant to Government Code Section 695.4 CNB shall fully indemnify, defend, and hold harmless CMSD from any liability imposed for injury (as defined by Government Code Section 810.8), occurring by reason of anything done or omitted to be done by CNB under this agreement. 7 G 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 • Wendment No. 1 to Agreement No. D96 -16:1 4. That neither CNB nor any officer or employee thereof shall be responsible for any damage or liability by reason of anything done to, omitted to be done by CMSD under or in connection with any work, authority or jurisdiction not delegated to CNB under this agreement. It is also understood and agreed that, pursuant to Government Code Section 895.4 CMSD shall fully indemnify, defend, and hold harmless CNB from any liability imposed for injury (as defined by Government Code Section 810.8), occurring by reason of anything done or omitted to be done by CMSD under this agreement." J. Page 10, Add V. Part 5 - General Conditions: 111. Amendments No alterations or variations of the terms of this AGREEMENT shall be valid unless made in writing and signed by the parties hereto, and no oral understanding or agreement not incorporated herein shall be binding on any of the parties hereto. 2. Successors and Assigns The terms and provisions of this AGREEMENT shall be binding upon and inure to the benefit of the parties hereto and their successors and assigns. 3. Entirety This AGREEMENT contains the entire agreement between the parties with respect to the matters provided for herein. 4. Severability If any part of this AGREEMENT is held, determined, or adjudicated to be illegal, void, or unenforceable by a court of competent jurisdiction, the remainder of this AGREEMENT 8 1 2 3 4 5 6 7I 8 911 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 L J 5 M *Amendment No. 1 to Agreement No. D96 -16_i shall be given effect to the fullest extent reasonably possible. Binding Obligation The parties to this AGREEMENT represent and warrant that this AGREEMENT has been duly authorized and executed and constitutes the legally binding obligation of their respective organization or entity enforceable in accordance with its terms. Governing Law and Venue This AGREEMENT has been negotiated and executed in the State of California and shall be governed by and construed under the laws of the State of California. In the event of any legal action to enforce or interpret this AGREEMENT, the sole and exclusive venue shall be a court of competent jurisdiction located in Orange County, California, and the parties hereto agree to and do hereby submit to the jurisdiction of such court, notwithstanding Code of Civil Procedure, Section 399. Furthermore, the parties have specifically agreed, as part of the consideration given and received for entering into this AGREEMENT, to waive any and all rights to request that an action be transferred for trial to another County under Code of Civil Procedure, Section 399." All other terms and conditions of Agreement No. D96 -162 shall remain in full force and effect. 01 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 0 ledment No. 1 to Agreement No. IN WITNESS WHEREOF, the parties hereto have caused this AMENDMENT to be executed by their officers thereunto duly authorized on the date first written above: City of Newport Beach A Municipal En ity Date: '� /� ,� l(:, (--, By Date: 1 )'3 -tlo Date: /6 1 - a (Date: 10 APPROVED AS TO FORM LAURENCE M. WATSON COUNTY COUNSEL By Deputy Approved as to form:, By City Attorney Costa Mesa Sanitary District A Body Corporate and.Politic n. I _ N M Art Pe By i4j ' A_y \M OTt! K1 I U Secretary Orange County Development Agency A Body Corporate and Politic By Chairman SIGNED AND CERTIFIED THAT A COPY OF THIS AGREEMENT HAS BEEN DELIVERED TO THE CHAIRMAN OF THE BOARD �q� °' op7 2 C1 n By D LENE J. BLOOM Clerk of the Board of Supervisors of Orange County, California Dated: �, /' 10 Q - -a c SEWER PUMP STATION SOUTH BRISTOL, FLOW REVERSAL FORCE MAIN -` ,S FWY. BRIDGE p� ? 0 _ate i � 4L P i o°e ORANGE COUNTY PUBLIC FACILITIES & RESOURCES DEPARTME14T EXHIBIT A SANTA ANA HEIGHTS SEWER INFRASTRUCTURE IMPROVEMENTS AGREEMENT NO. D96-162 I AMENI)mENT NO.1 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 • SLent No. 1 to Agreement No. D96 -1E A M E N D M E N T THIS AMENDMENT, for purposes of identification hereby numbered Amendment No. 1 to Agreement No. D96 -162, and dated the _ day of 2000, is BY AND BETWEEN MM AND The Orange County Development Agency hereinafter referred to as "OCDA ", The Costa Mesa Sanitary District hereinafter referred to as "CMSD", The City of Newport Beach hereinafter referred to as "CNB" W I T N E S S E T H WHEREAS, OCDA, CMSD, and CNB entered into Agreement No. D96 -162 on January 14, 1997, hereinafter referred to as AGREEMENT, for the purposes of designing and constructing specific sewer infrastructure improvements for the Santa Ana Heights area, consisting of: the South Bristol Street Flow Reversal; a Sanitary Sewer Pump Station; an 8 -inch Diameter Force Main from the pump station across the Birch Street Bridge; and a 15 -inch Diameter Gravity Sewer Main along Birch Street (within the City of Newport Beach) from the Birch Street Bridge to MacArthur Boulevard (also known as the Area 2 Outfall facility). The above infrastructure improvements, hereinafter referred to as "PROJECT," are required to mitigate OCDA's proposed redevelopment of the Santa Ana Heights Area, and have been identified in a report prepared by BSI, Inc. entitled, "Santa Ana Heights Redevelopment Project Area Comprehensive Infrastructure Improvement Plan, Dated April 23, 1990," hereinafter referred to as "PLAN "; and WHEREAS, OCDA, CMSD, and CNB require an amendment to the AGREEMENT for the following reasons: 1 • Odment No. 1 to Agreement No. D96 -162 1 1. Per the AGREEMENT, the CMSD was required to design the South Bristol 2 Street Flow Reversal and the Area 2 Outfall facilities within nine 3 (9) months from the execution of the AGREEMENT, and due to no fault_ 4 of CMSD in acquiring PROJECT permits and reviews, the design of the 5 PROJECT has been delayed well beyond the required nine months; 6 2. Due to current sewer infrastructure design criteria, the size of the 7 15 -inch diameter gravity sewer main must be increased to an 18 -inch 8 diameter main; 9 3. In order to construct the new 18 -inch diameter sewer main within 10 Birch Street, an existing CNB sewer main must be abandoned and its 11 existing laterals connected to the new mainline. 12 4. Per the AGREEMENT, the PROJECT contractor was to submit monthly 13 progress payment invoices to CMSD inspector for review, who in turn, 14 was to submit invoices to CMSD management for review and processing, 15 who in turn, was to submit invoices to OCDA staff for review and 16 approval. Upon OCDA approval of each monthly invoice from CMSD, 17 OCDA was to pay each monthly invoice to CMSD for disbursement to the 18 PROJECT contractor within thirty (30) calendar days. However, 19 California Public Contract Code Section 20104.50.(a) stipulates the 20 following, "Any local agency which fails to make any progress 21 payment within 30 days after receipt of an undisputed and properly 22 submitted payment request from a contractor on a construction 23 contract shall pay interest to the contractor equivalent to the 24 legal rate set forth in subdivision (a) of Section 685.010 of the 25 Code of Civil Procedure." Per the process as set forth in the 26 AGREEMENT, it is highly unlikely that CMSD and OCDA would be able to process, review, and approve monthly invoices within thirty (30) 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 1] Odment No. L to Agreement No. D96 calendar days. In order to comply with the Code and avoid penalty interest payments to the PROJECT contractor, the AGREEMENT must be amended. NOW, THEREFORE IT IS AGREED by and between the parties hereto that Agreement No. D96 -162 is amended as follows: A. All references made to EMA, Director of Public Works; Director of Public Works; or DIRECTOR shall be amended to read, Chief Engineer of the Orange County Public Facilities and Resources Department, or his duly appointed designee, hereinafter referred to as "CHIEF ENGINEER." B. Page 1, Second Paragraph shall be deleted and replaced as follows: "WHEREAS, PLAN indicates the need to design and construct the South Bristol Street Flow Reversal; a new sanitary sewer pump station; 8- inch diameter force main (pressure flow) across Birch Street Bridge; and an 16 -inch diameter gravity sewer main and abandonment of an existing sewer main along Birch Street (within the City of Newport Beach) to MacArthur Boulevard to interconnect with the Orange County Sanitation District (OCSD) Von Karman Truck Sewer Main (see Exhibit A) to mitigate OCDA's proposed redevelopment of the Santa Ana Heights area and its impact to CMSD existing facilities;" C. Page 2, I. Part 1 - Area 2 Outfall and Bristol Street Flow Reversal, Section A. Plans, Specifications, and Engineer's Estimate, Paragraph 3 shall be deleted and replaced as follows: "CMSD agrees to complete PROJECT design(s) within three (3) months after acquiring all necessary PROJECT permits and reviews, which shall be 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 11 Iltlment No. 1 to Agreemen[ No. D96 -16 sought with all due diligence, and CMSD shall begin advertisement of the PROJECT for public bid within two (2) months thereafter." D. Page 3, I. Part 1 - Area 2 Outfall and Bristol Street Flow Reversal, Section A. Plans, Specifications, and Engineer's Estimate, Paragraph 8 shall be deleted and replaced as follows: "CNB agrees to assist CMSD in obtaining CalTrans and CNB Permits for PROJECT. In addition, CNB agrees to conduct and complete PS &E review subsequent to the date of execution of Amendment No. 1 of this AGREEMENT and return written comments to CMSD within six (6) weeks of PS &E submittal by CMSD to CNB. An extension of time beyond the six (6) week comment period will require a written notice by CNB to CMSD with a revised completion date, or submittal will be considered as approved." E. Page 4 and 5, Part 1 - Area 2 Outfall and Bristol Street Flow Reversal, Section B. Advertisement for Bids and Construction: Delete Paragraphs Nos. 2 and 3 and shall be deleted and replaced as follows: "Subsequent to award of CONSTRUCTION CONTRACT(S), CMSD shall submit an invoice, subject to Section H of this Amendment, to OCDA for review, approval, and payment. Upon receipt and approval of invoice, OCDA shall make payment to CMSD for the CONSTRUCTION CONTRACT(S) award sum, subject to the provisions of paragraph no. 1 of this section of the AGREEMENT, within sixty (60) calendar days." F. Page 5, Part 1 - Area 2 Outfall and Bristol Street Flow Reversal, Section B. Advertisement for Bids and Construction: Delete Paragraph No. 4 shall be deleted and replaced as follows: "All parties agree that CONSTRUCTION CONTRACT(S) change orders for payment by OCDA shall be reviewed and approved by the CHIEF ENGINEEP 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 *dment No. 1 to Agreement No. D96 -1 prior to implementation by the contractor(s). OCDA reserves the right to deny payment of any CONSTRUCTION CONTRACT(S) change order performed or installed without OCDA approval. OCDA agrees to reimburse CMSD for the cost of all CONSTRUCTION CONTRACT(S) change orders to a total maximum not to exceed amount of Sixty Seven Thousand Five Hundred Dollars ($67,500). Change orders that exceed the total maximum amount above shall be the responsibility of CMSD." G. Page 5 and 6, Part 1 - Area 2 Outfall and Bristol Street Flow Reversal, Section C. Construction Administration and Inspection: Delete Paragraph Nos. 3 and 4 and replace with the following: "Upon completion of construction and recordation of a Notice of Completion in the County Recorder's office for the CONSTRUCTION CONTRACT(S), CMSD shall submit an invoice, subject to the provisions of Section H of this Amendment, for construction administration and inspection costs to OCDA for review, approval, and payment. Upon receipt and approval of invoice and copy of recorded Notice of Completion for CONSTRUCTION CONTRACT {S), OCDA agrees to make payment to CMSD within sixty (60) calendar days, subject to the provisions of Paragraph No. 2 of this section of the AGREEMENT." H. Page 6, Part 1 - Area 2 Outfall and Bristol Street Flow Reversal: Add the following: "D. Processing of Invoices: There will be two types of invoices submitted to OCDA for processing: one will be Invoice for Award of CONSTRUCTION CONTRACT(S) and the other will be Invoice for Construction Administration and Inspection or Contract Change Orders. All invoices submitted to OCDA for payment shall include an accounting report containing the following information: 5 • •dment No. 1 to Agreement No. D96 -16 1 Invoice for Award of CONSTRUCTION CONTRACT(S): 2 1. Title of Construction Contract or Project including location, 3 areas, and /or limits and type of construction. 4 2. Copy of successful bidder's bid result and any relevant backup 5 information, such as: contractor's proposal, breakdown of unit_ 6 costs for individual bid items or schedule of values if 7 applicable to invoice. 8 3. All items shall be summed and totaled to equal the invoice 9 amount requested. 10 Invoice for Construction Administration and Inspection or Contract 11 Change Orders: 12 1. CMSD shall submit a Final Accounting Report and invoice to 13 OCDA for payment within sixty (60) calendar days of the filing 14 of the Notice of Completion for the CONSTRUCTION CONTRACT(S). 15 CMSD shall attach the following support and backup 16 information: 17 a. Title of Construction Contract or Project including 18 location, areas, and /or limits and type of construction; 19 I.D. number of the Contract Change Order (if 20 applicable), and type and description of work performed. 21 b. List of CMSD staff and /or contracted staff involved, 22 their title, total number of hours for each employee 23 worked, and cost per hour of each, separating out 24 overhead and labor burden into different columns, summed 25 and totaled to equal the invoice amount requested. 26 C. Copy of all construction progress payments made or invoices paid to contractor where applicable. (OCDA 6 7 • Odment No. 1 to Agreement No. D96 -16 1 agrees to pay for only those costs actually expended by 2 CMSD and backed -up by appropriate paperwork.) 3 d. Copy of all construction change orders approved by the 4 CHIEF ENGINEER and all supporting paperwork (including 5 all change orders for work or bid items deleted from or 6 credited to the PROJECT). 7 2. The Final Accounting Report submitted by CMSD to OCDA shall 8 detail and tally all debits and credits incurred by CMSD for 9 PROJECT and add all values for a total invoice sum to be paid 10 by or to OCDA depending on whether there is a balance due or 11 need for a refund. 12 3. Any refund or overpayment shall be made to OCDA within sixty 13 (60) calendar days of the filing of the Notice of Completion 14 for the CONSTRUCTION CONTRACT(S)." 15 I. Page 10, IV. Part 4 - Agreement To Hold Harmless, Paragraph Nos. 3 16 and 4 shall be deleted and replaced as follows: 17 "3. That neither CMSD nor any officer or employee thereof 18 shall be responsible for any damage or liability by 19 reason of anything done to, omitted to be done by CNB under or in connection with any work, authority or 20 jurisdiction not delegated to CMSD under this agreement. 21 It is also understood and agreed that, pursuant to 22 Government Code Section 895.4 CNB shall fully indemnify, 23 defend, and hold harmless CMSD from any liability 24 imposed for injury (as defined by Government Code 25 Section 810.8), occurring by reason of anything done or 26 omitted to be done by CNB under this agreement. 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 Odment No. 1 to Agreement No. 096 -16 4. That neither CNB nor any officer or employee thereof shall be responsible for any damage or liability by reason of anything done to, omitted to be done by CMSD under or in connection with any work, authority or jurisdiction not delegated to CNB under this agreement. It is also understood and agreed that, pursuant to Government Code Section 895.4 CMSD shall fully indemnify, defend, and hold harmless CNB from any liability imposed for injury (as defined by Government Code Section 810.8), occurring by reason of anything done or omitted to be done by CMSD under this agreement." J. Page 10, Add V. Part 5 - General Conditions: 111. Amendments No alterations or variations of the terms of this AGREEMENT shall be valid unless made in writing and signed by the parties hereto, and no oral understanding or agreement not incorporated herein shall be binding on any of the parties hereto. 2. Successors and Assigns The terms and provisions of this AGREEMENT shall be binding upon and inure to the benefit of the parties hereto and their successors and assigns. 3. Entirety This AGREEMENT contains the entire agreement between the parties with respect to the matters provided for herein. 4. Severability If any part of this AGREEMENT is held, determined, or adjudicated to be illegal, void, or unenforceable by a court of competent jurisdiction, the remainder of this AGREEMENT 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 • odment No. 1 to Agreement No. D96 -16 shall be given effect to the fullest extent reasonably possible. 5. Binding Obligation The parties to this AGREEMENT represent and warrant that this AGREEMENT has been duly authorized and executed and constitutes the legally binding obligation of their respective organization or entity enforceable in accordance with its terms. 6. Governing Law and Venue This AGREEMENT has been negotiated and executed in the State of California and shall be governed by and construed under the laws of the State of California. In the event of any legal action to enforce or interpret this AGREEMENT, the sole and exclusive venue shall be a court of competent jurisdiction located in Orange County, California, and the parties hereto agree to and do hereby submit to the jurisdiction of such court, notwithstanding Code of Civil Procedure, Section 394. Furthermore, the parties have specifically agreed, as part of the consideration given and received for entering into this AGREEMENT, to waive any and all rights to request that an action be transferred for trial to another County under Code of Civil Procedure, Section. 394." All other terms and conditions of Agreement No. D96 -162 shall remain in full force and effect. W 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 • odment No. 1 to Agreement No. D96 IN WITNESS WHEREOF, the parties hereto have caused this AMENDMENT to be .executed by their officers thereunto duly authorized on the date first written above: City of Newpo t Beach A Municipal F�ritity Date: 'y/ '� ';/Cc By Approved as to form By ]i(iWVi' City Attorney Costa Mesa Sanitary District A Body Corpora�_e raid Politic Date: t7- I3- BY �,,,n -A 1 c _. Art Pe`� Jr y, Pre ;ident By v�u Orange County Development Agency A Body Corporate and Politic Date: By Chairman SIGNED AND CERTIFIED THAT A COPY OF THIS AGREEMENT HAS BEEN DELIVERED TO THE CHAIRMAN OF THE BOARD Date: By DARLENE J. BLOOM Clerk of the Board of Supervisors of Orange County, California APPROVED AS TO FORM LAURENCE M. WATSON COUNTY COUNSEL By //)?,,z v/ /!Y Dated: Deputy 10 U. I f August 22, 2000 AUG c 2 ._ CITY COUNCIL AGENDA APPROVED ITEM NO. 9 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: AMENDMENT TO THREE PARTY AGREEMENT BETWEEN THE CITY OF NEWPORT BEACH, COSTA MESA SANITARY DISTRICT, AND ORANGE COUNTY DEVELOPMENT AGENCY — CONTRACT NO. 2931 B RECOMMENDATION: Authorize the Mayor and City Clerk to execute an amendment to the three party agreement which adjusts the location of the proposed Bristol Street Pump Station and abandons a City sewer on Birch Street and allows connection to the proposed Costa Mesa Sanitary District gravity sewer. BACKGROUND: On December 9, 1996, the City Council approved a three party agreement between the City of Newport Beach, Costa Mesa Sanitary District (CMSD), and the Orange County Development Agency (OCDA) for improvements to the sanitary sewers in the Santa Ana Heights area. The County of Orange, through the OCDA, is required to upgrade the sewers in the area as part of the redevelopment approvals obtained in the early 1990's. A study prepared for the County by BSI Consultants in 1990, (The Santa Ana Heights Redevelopment Project Area Comprehensive Infrastructure Plan) identified certain deficiencies in the existing CMSD system and gravity sewer main. The study recommended the installation of new facilities, including a pump station, a force main, and gravity sewer, which would ultimately connect to the Orange County Sanitation District's Von Karman Avenue trunk sewer main. These facilities are needed to provide the additional capacity generated by the redevelopment of the Santa Ana Heights area. DISCUSSION: During the design phases of this project it became obvious that the vast number of utilities in South Bristol Street between Campus Drive and Birch Street would make it very difficult to construct the proposed force main. The proposed pump station was originally planned adjacent to the Newport Beach Golf Course on Irvine Avenue just south of Bristol Street South (see attached exhibit). After further study, a new and improved location of the proposed pump station was chosen. However, this new location or the pump station would encroach approximately 10 feet into the Caltrans 73 Freeway right -of -way. Several meetings were held with the Caltrans officials, CMSD, SUBJECT: AMENDMENT REE PARTY AGREEMENT BETWEEN THE CI NEWPORT BEACH, COSTA MESA SANITARY (STRICT, AND ORANGE COUNTY DEVELOPMEN GENCY — CONTRACT NO. 29318 August 22, 2000 Page 2 the City, and OCDA officials. After much deliberation Caltrans conceptually approved the new location at Birch Street and South Bristol. A second design change was necessary because of interfering storm drains and water lines on Birch Street at Dove Street. Because of the utilities, the CMSD was forced to take the alignment of the existing gravity sewer on Birch Street at Dove Street. This prompted a discussion of a joint facility on Birch Street from North Bristol to MacArthur Boulevard. The CMSD would maintain and operate a joint sewer and allow the City to connect its laterals on Birch Street to the new main and abandon a 30 -year old sewer (located under the northerly parkway) that has been subject to root infiltration. To formalize the intended project design changes to the location of the pump station and joint gravity sewer, a revised agreement between the three parties is required. Attached is the agreement, which has been prepared by the County and approved by the CMSD. The new location will permit easier maintenance and operation of the pump station since it will be located completely outside any traveled area adjacent to the freeway right -of -way. In addition, emergency response to the station with vactor equipment, emergency generators, or bypass pumps would be better at this location than the previously proposed Irvine Avenue location. The proposed location of the new station reduces the length of force main required and eliminates the need to traverse the interfering utilities within South Bristol Street. In summary, a joint gravity sewer on Birch Street will eliminate a current maintenance problem for the City and replace a 30 -year old sewer at no cost, except for connection of the laterals. Staff recommends approval. Resp Ily su itted, 1 -Z" PUBLIC WORKS DEPARTMENT Don Webb, Director By: Eldon Davidson Utilities Services Manager Attachment: Project Site Map Amendment to Three Party Agreement Z i L2 CC 0 Lu tu Val AQ) 1 3 3 Hl S LLJ 4 H 0 H 1 9 o co cc O ti ca Co co sz i 3DNVH0 AlNnOD q) - -40 L2 CC 0 Lu tu Val AQ) 1 3 3 Hl S LLJ 4 H 0 H 1 9 o co cc -11,11, I n A N 3 3 I N I /I Wo LL Q. Q. If I ti U- Q) Ct ri go Q- Lu Cn CZ m¢ ti co 3DNVH0 AlNnOD --- ----- - - -40 cc HO V39 16fOdM3N 30 A110 to EE -11,11, I n A N 3 3 I N I /I Wo LL Q. Q. If I ti U- Q) Ct ri go Q- Lu Cn CZ m¢ County oftrange o Public Facilities & Resources Department John W. Sibley, Director July 18, 2000 Mike Sinacori, Manager, Utilities Section 3300 Newport Blvd. P.O. Box 1768 Newport Beach, CA 92659 -1768 SUBJECT: Sewer Infrastructure Improvements for the Santa Ana Heights Area Dear Mike: U,- 2 0 . Transmitted to the City of Newport Beach is the partially executed Amendment No. 1 to Agreement No. D96 -192 between the Orange County Development Agency (OCDA), the Costa Mesa Sanitary District (CMSD), and the City of Newport Beach (City) for execution by your City Council. The Costa Mesa Sanitary District Board executed Amendment No. I on July 13, 2000, and has signed and embossed all five (5) signature pages. OCDA and CMSD respectfully request that you present the Amendment to your City Council for approval at your earliest convenience. Upon approval by your Council, the Orange County Board of Supervisors, acting as the Orange County Development Agency, will execute the Amendment and issue a wet copy to each party of the Agreement for your records. If you or your staff have any questions or require further information, please give me a call at (714)834- 2599. Wkword/Projects /Santa Ana Heights/Sewer Improvements/Ltr to Sinacori I81u100.doc Cc: J. A. Miller LOCATION: 300 N. FLOWER ST SANTA ANA, CALIFORNIA MAILING ADDRESS: P.O. BOX 4048 SANTA ANA, CA 927024048 TELEPHONE: (714) 834 -5302 FAX # 834 -2395 c. . AmJeent No. 1 to Agreement No. D96 -16 1 2 A M E N D M E N T 3 THIS AMENDMENT, for purposes of identification hereby numbered Amendment 4 No. 1 to Agreement No. D96 -162, and dated the _ day of 2000, is 5 BY AND BETWEEN 6 The Orange County Development Agency hereinafter referred to as "OCDA ", 7 AND 8 The Costa Mesa Sanitary District 9 hereinafter referred to as "CMSD", 10 AND 11 The City of Newport Beach hereinafter referred to as "CNB ". 12 13 W I T N E S S E T H 14 WHEREAS, OCDA, CMSD, and CNB entered into Agreement No. D96 -162 on January 15 14, 1997, hereinafter referred to as AGREEMENT, for the purposes of designing and 16 constructing specific sewer infrastructure improvements for the Santa Ana Heights 17 area, consisting of: the South Bristol Street Flow Reversal; a Sanitary Sewer Pump 18 Station; an 8 -inch Diameter Force Main from the pump station across the Birch Street 19 Bridge; and a 15 -inch Diameter Gravity Sewer Main along Birch Street (within the City 20 of Newport Beach) from the Birch Street Bridge to MacArthur Boulevard (also known as 21 the Area 2 Outfall facility). The above infrastructure improvements, hereinafter 22 referred to as "PROJECT," are required to mitigate OCDA's proposed redevelopment of 23 the Santa Ana Heights Area, and have been identified in a report prepared by BSI, Inc. 24 entitled, "Santa Ana Heights Redevelopment Project Area Comprehensive Infrastructure 25 Improvement Plan, Dated April 23, 1990," hereinafter referred to as "PLAN "; and 26 WHEREAS, OCDA, CMSD, and CNB require an amendment to the AGREEMENT for the following reasons: 1 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 • *invent No. 1 to Agreement No. D96 -16i 1. Per the AGREEMENT, the CMSD was required to design the South Bristol Street Flow Reversal and the Area 2 Outfall facilities within nine (9) months from the execution of the AGREEMENT, and due to no fault of CMSD in acquiring PROJECT permits and reviews, the design of the PROJECT has been delayed well beyond the required nine months; 2. Due to current sewer infrastructure design criteria, the size of the 15 -inch diameter gravity sewer main must be increased to an 18 -inch diameter main; 3. In order to construct the new 18 -inch diameter sewer main within Birch Street, an existing CNB sewer main must be abandoned and its existing laterals connected to the new mainline. 4. Per the AGREEMENT, the PROJECT contractor was to submit monthly progress payment invoices to CMSD inspector for review, who in turn, was to submit invoices to CMSD management for review and processing, who in turn, was to submit invoices to OCDA staff for review and approval. Upon OCDA approval of each monthly invoice from CMSD, OCDA was to pay each monthly invoice to CMSD for disbursement to the PROJECT contractor within thirty (30) calendar days. However, California Public Contract Code Section 20104.50.(a) stipulates the following, "Any local agency which fails to make any progress payment within 30 days after receipt of an undisputed and properly submitted payment request from a contractor on a construction contract shall pay interest to the contractor equivalent to the legal rate set forth in subdivision (a) of Section 685.010 of the Code of Civil Procedure." Per the process as set forth in the AGREEMENT, it is highly unlikely that CMSD and OCDA would be able to process, review, and approve monthly invoices within thirty (30) 2 V • AmEont No. 1 to Agreement No. D96 -16 1 calendar days. In order to comply with the Code and avoid penalty 2 interest payments to the PROJECT contractor, the AGREEMENT must be 3 amended. 4 5 NOW, THEREFORE IT IS AGREED by and between the parties hereto that 6 Agreement No. D96 -162 is amended as follows: 7 A. All references made to EMA, Director of Public Works; Director of 8 Public Works; or DIRECTOR shall be amended to read, Chief Engineer 9 of the Orange County Public Facilities and Resources Department, or 10 his duly appointed designee, hereinafter referred to as "CHIEF 11 ENGINEER." 12 B. Page 1, Second Paragraph shall be deleted and replaced as follows: 13 "WHEREAS, PLAN indicates the need to design and construct the South 14 Bristol Street Flow Reversal; a new sanitary sewer pump station; 8- 15 inch diameter force main (pressure flow) across Birch Street Bridge; 16 and an 18 -inch diameter gravity sewer main and abandonment of an 17 existing sewer main along Birch Street (within the City of Newport 18 Beach) to MacArthur Boulevard to interconnect with the Orange Count} 19 Sanitation District (OCSD) Von Karman Truck Sewer Main (see Exhibit 20 A) to mitigate OCDA's proposed redevelopment of the Santa Ana 21 Heights area and its impact to CMSD existing facilities;" 22 C. Page 2, I. Part 1 - Area 2 Outfall and Bristol Street Flow Reversal, 23 Section A. Plans, Specifications, and Engineer's Estimate, 24 Paragraph 3 shall be deleted and replaced as follows: "CMSD agrees 25 to complete PROJECT design(s) within three (3) months after 26 acquiring all necessary PROJECT permits and reviews, which shall be 3 • Odment No. 1 to Agreement No. D96 -16 1 sought with all due diligence, and CMSD shall begin advertisement of 2 the PROJECT for public bid within two (2) months thereafter." 3 D. Page 3, I. Part 1 - Area 2 Outfall and Bristol Street Flow Reversal, 4 Section A. Plans, Specifications, and Engineer's Estimate, 5 Paragraph 8 shall be deleted and replaced as follows: "CNB agrees 6 to assist CMSD in obtaining CalTrans and CNB Permits for PROJECT. 7 In addition, CNB agrees to conduct and complete PS &E review 8 subsequent to the date of execution of Amendment No. 1 of this 9 AGREEMENT and return written comments to CMSD within six (6) weeks 10 of PS &E submittal by CMSD to CNB. An extension of time beyond the 11 six (6) week comment period will require a written notice by CNB to 12 CMSD with a revised completion date, or submittal will be considered 13 as approved." 14 E. Page 4 and 5, Part 1 - Area 2 Outfall and Bristol Street Flow 15 Reversal, Section B. Advertisement for Bids and Construction: 16 Delete Paragraphs Nos. 2 and 3 and shall be deleted and replaced as 17 follows: "Subsequent to award of CONSTRUCTION CONTRACT(S), CMSD 18 shall submit an invoice, subject to Section H of this Amendment, to 19 OCDA for review, approval, and payment. Upon receipt and approval 20 of invoice, OCDA shall make payment to CMSD for the CONSTRUCTION 21 CONTRACT(S) award sum, subject to the provisions of paragraph no. 1 22 of this section of the AGREEMENT, within sixty (60) calendar days." 23 F. Page 5, Part 1 - Area 2 Outfall and Bristol Street Flow Reversal, 24 Section B. Advertisement for Bids and Construction: Delete 25 Paragraph No. 4 shall be deleted and replaced as follows: "All 26 parties agree that CONSTRUCTION CONTRACT(S) change orders for payment by OCDA shall be reviewed and approved by the CHIEF ENGINEER 4 6 • Ameont No. 1 to Agreement No. D96 -16 prior to implementation by the contractor(s). OCDA reserves the right to deny payment of any CONSTRUCTION CONTRACT(S) change order performed or installed without OCDA approval. OCDA agrees to reimburse CMSD for the cost of all CONSTRUCTION CONTRACT(S) change orders to a total maximum not to exceed amount of Sixty Seven Thousand Five Hundred Dollars ($67,500). Change orders that exceed the total maximum amount above shall be the responsibility of CMSD." G. Page 5 and 6, Part 1 - Area 2 Outfall and Bristol Street Flow Reversal, Section C. Construction Administration and Inspection: Delete Paragraph Nos. 3 and 9 and replace with the following: "Upor completion of construction and recordation of a Notice of Completior in the County Recorder's office for the CONSTRUCTION CONTRACT(S), CMSD shall submit an invoice, subject to the provisions of Section F of this Amendment, for construction administration and inspection costs to OCDA for review, approval, and payment. Upon receipt and approval of invoice and copy of recorded Notice of Completion for CONSTRUCTION CONTRACT(S), OCDA agrees to make payment to CMSD withir sixty (60) calendar days, subject to the provisions of Paragraph No. 2 of this section of the AGREEMENT." H. Page 6, Part 1 - Area 2 Outfall and Bristol Street Flow Reversal:. Add the following: "D. Processing of Invoices: There will be two types of invoices submitted to OCDA for processing: one will be Invoice for Award of CONSTRUCTION CONTRACT(S) and the other will be Invoice for Construction Administration and Inspection or Contract Change Orders. All invoices submitted to OCDA for payment shall include ai accounting report containing the following information: 5 11 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 • *ment No. 1 to Agreement No. D96 -1 Invoice for Award of CONSTRUCTION CONTRACT(S): 1. Title of Construction Contract or Project including location, areas, and /or limits and type of construction. 2. Copy of successful bidder's bid result and any relevant backup information, such as: contractor's proposal, breakdown of unit costs for individual bid items or schedule of values if applicable to invoice. 3. All items shall be summed and totaled to equal the invoice amount requested. Invoice for Construction Administration and Inspection or Contract Change Orders: 1. CMSD shall submit a Final Accounting Report and invoice to OCDA for payment within sixty (60) calendar days of the filing of the Notice of Completion for the CONSTRUCTION CONTRACT(S). CMSD shall attach the following support and backup information: a. Title of Construction Contract or Project including location, areas, and /or limits and type of construction;' I.D. number of the Contract Change Order (if applicable), and type and description of work performed. b. List of CMSD staff and /or contracted staff involved, their title, total number of hours for each employee worked, and cost per hour of each, separating out overhead and labor burden into different columns, summed and totaled to equal the invoice amount requested. C. Copy of all construction progress payments made or invoices paid to contractor where applicable. (OCDA 6 ,D 7 • Am *ent No. 1 to Agreement No. D96 -1i 1 agrees to pay for only those costs actually expended by 2 CMSD and backed -up by appropriate paperwork.) 3 d. Copy of all construction change orders approved by the 4 CHIEF ENGINEER and all supporting paperwork (including 5 all change orders for work or bid items deleted from or 6 credited to the PROJECT). 7 2. The Final Accounting Report submitted by CMSD to OCDA shall 8 detail and tally all debits and credits incurred by CMSD for 9 PROJECT and add all values for a total invoice sum to be paid 10 by or to OCDA depending on whether there is a balance due or 11 need for a refund. 12 3. Any refund or overpayment shall be made to OCDA within sixty 13 (60) calendar days of the filing of the Notice of Completion 14 for the CONSTRUCTION CONTRACT(S)." 15 I. Page 10, IV. Part 4 - Agreement To Hold Harmless, Paragraph Nos. 3 16 and 4 shall be deleted and replaced as follows: 17 "3. That neither CMSD nor any officer or employee thereof 18 shall be responsible for any damage or liability by 19 reason of anything done to, omitted to be done by CNB under or in connection with any work, authority or 20 jurisdiction not delegated to CMSD under this agreement. 21 It is also understood and agreed that, pursuant to 22 Government Code Section 895.4 CNB shall fully indemnify, 23 defend, and hold harmless CMSD from any liability 24 imposed for injury (as defined by Government Code 25 Section 810.8), occurring by reason of anything done or 26 omitted to be done by CNB under this agreement. 7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 ► J ed-ent No. 1 to Agreement No. 4. That neither CNB nor any officer or employee thereof shall be responsible for any damage or liability by reason of anything done to, omitted to be done by CMSD under or in connection with any work, authority or jurisdiction not delegated to CNB under this agreement. It is also understood and agreed that, pursuant to Government Code Section 895.4 CMSD shall fully indemnify, defend, and hold harmless CNB from any liability imposed for injury (as defined by Government Code Section 810.8), occurring by reason of anything done or omitted to be done by CMSD under this agreement." J. Page 10, Add V. Part 5 - General Conditions: 111. Amendments No alterations or variations of the terms of this AGREEMENT shall be valid unless made in writing and signed by the parties hereto, and no oral understanding or agreement not incorporated herein shall be binding on any of the parties hereto. 2. Successors and Assigns The terms and provisions of this AGREEMENT shall be binding upon and inure to the benefit of the parties hereto and their successors and assigns. 3. Entirety This AGREEMENT contains the entire agreement between the parties with respect to the matters provided for herein. 4. Severability If any part of this AGREEMENT is held, determined, or adjudicated to be illegal, void, or unenforceable by a court of competent jurisdiction, the remainder of this AGREEMENT 8 IL 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 AmE ent No. 1 to Agreement No. D96 -16 shall be given effect to the fullest extent reasonably possible. 5. Binding Obligation The parties to this AGREEMENT represent and warrant that this AGREEMENT has been duly authorized and executed and constitutes the legally binding obligation of their respective organization or entity enforceable in accordance with its terms. 6. Governing Law and Venue This AGREEMENT has been negotiated and executed in the State of California and shall be governed by and construed under the laws of the State of California. In the event of any legal action to enforce or interpret this AGREEMENT, the sole and exclusive venue shall be a court of competent jurisdiction located in Orange County, California, and the parties hereto agree to and do hereby submit to the jurisdiction of such court, notwithstanding Code of Civil Procedure, Section 394. Furthermore, the parties have specifically agreed, as part of the consideration given and received for entering into this AGREEMENT, to waive any and all rights to request that an action be transferred for trial to another County under Code of Civil Procedure, Section 394." All other terms and conditions of Agreement No. D96 -162 shall remain in full force and effect. t 13 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 • *ment No. 1 to Agreement No. D96 -1 IN WITNESS WHEREOF, the parties hereto have caused this AMENDMENT to be executed by their officers thereunto duly authorized on the date first written above: City of Newport Beach A Municipal Entity Date: Date Date: Date: (7 - 13 -00 APPROVED AS TO FORM LAURENCE M. WATSON COUNTY COUNSEL 91 Approved as to form: L-E Mayor City Attorney Costa Mesa Sanitary District A Body Corpora,.era4jd Politic By (� Ar*_ Pe ry`, �P;resident By %��,�► Secretary Orange County Development Agency A Body Corporate and Politic By Chairman SIGNED AND CERTIFIED THAT A COPY OF THIS AGREEMENT HAS BEEN DELIVERED TO THE CHAIRMAN OF THE BOARD am DARLENE J. BLOOM Clerk of the Board of Supervisors of Orange County, California By �q� / /!i Dated: Deputy 10 �4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 • Ameent No. 1 to Agreement No. D96 -1 IN WITNESS WHEREOF, the parties hereto have caused this AMENDMENT to be executed by their officers thereunto duly authorized on the date first written above: City of Newport Beach A Municipal Entity Date: Date: 1. 13'0() Date: Date: M Mayor Approved as to form: By City Attorney Costa Mesa Sanitary District A Body Corporate a Politic By- �� - -` Art Perry, resident n By + Secretar� Orange County Development Agency A Body Corporate and Politic Chairman SIGNED AND CERTIFIED THAT A COPY OF THIS AGREEMENT HAS BEEN DELIVERED TO THE CHAIRMAN OF THE BOARD By DARLENE J. BLOOM Clerk of the Board of Supervisors of Orange County, California APPROVED AS TO FORM LAURENCE M. WATSON COUNTY COUNSEL 1/. By 4,74 Dated: Deputy 10 r�i 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 • A&ment No. 1 to Agreement No. D96 -1 IN WITNESS WHEREOF, the parties hereto have caused this AMENDMENT to be executed by their officers thereunto duly authorized on the date first written above: City of Newport Beach A Municipal Entity Date: Date Date: Date: ,j3-00 APPROVED AS TO FORM LAURENCE M. WATSON COUNTY COUNSEL i By ' "n Deputy By Mayor Approved as to form: By M By City Attorney Costa Mesa Sar.�.itary District A Body Corporate qn� . Politic Art: U " Secretary Orange County Development Agency A Body Corporate and Politic By Chairman SIGNED AND CERTIFIED THAT A COPY OF THIS AGREEMENT HAS BEEN DELIVERED TO THE CHAIRMAN OF THE BOARD By DARLENE J. BLOOM Clerk of the Board of Supervisors of Orange County, California Dated: W 10 �b 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 Ame )on t No. 1 to Agreement No. D96- IN WITNESS WHEREOF, the parties hereto have caused this AMENDMENT to be executed by their officers thereunto duly authorized on the date first written above: City of Newport Beach A Municipal Entity Date: Date: IDate: IDate: -13 -0 By Mayor Approved as to form: By City Attorney Costa Mesa Sanitary District A Body Corporate and Politic M Art Perry, By j v Secretary Orange County Development Agency A Body Corporate and Politic By Chairman SIGNED AND CERTIFIED THAT A COPY OF THIS AGREEMENT HAS BEEN DELIVERED TO THE CHAIRMAN OF THE BOARD Z DARLENE J. BLOOM Clerk of the Board of Supervisors of Orange County, California APPROVED AS TO FORM LAURENCE M. WATSON COUNTY COUNSEL By — /� �z' Dated: 6 Deputy 10 i1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 ]went No. 1 to Agreement No. D96 -1 IN WITNESS WHEREOF, the parties hereto have caused this AMENDMENT to be executed by their officers thereunto duly authorized on the date first written above: City of Newport Beach A Municipal Entity Date: Date: Date: Date: n-13 -0(" APPROVED AS TO FORM LAURENCE M. WATSON COUNTY / j� OCOUNSEL�7 By Z °Z '- Deputy By Mayor Approved as to form: By City Attorney Costa Mesa Sar..itary District A Body Corporate and Politic By LrA orange County Development Agency A Body Corporate and Politic By Chairman SIGNED AND CERTIFIED THAT A COPY OF THIS AGREEMENT HAS BEEN DELIVERED TO THE CHAIRMAN OF THE BOARD By DARLENE J. BLOOM Clerk of the Board of Supervisors of Orange County, California Dated: 10 B BY THE CITY COUNCIL December 9 1996 CITY OF NEA'PORT BEACH ' • `� 9 C TY COUNCIL AGENDA ITEM NO. 5 r , TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: THREE PARTY AGREEMENT AMONG THE CITY OF NEWPORT BEACH, COSTA MESA SANITARY DISTRICT, AND ORANGE COUNTY DEVELOPMENT AGENCY -CONTRACT NO. 2931 LB RECOMMENDATIONS: 1. Approve the three party agreement concerning design and construction of sanitary sewer facilities within Birch Street and Bristol Street and reimbursement of associated costs. 2. Authorize the Mayor and the City Clerk to sign the agreement on behalf of the City. 3. Authorize a budget amendment to reflect a $231,000 contribution from the Orange • County Development Agency. DISCUSSION: The City has budgeted funds in the amount of $2,100,000 in the FY 1996 -97 Capital Improvement Program for the widening of the Birch Street bridge over State Route 73 (Corona del Mar Freeway /San Joaquin Hills Tollway) as a cooperative project. This construction will also accommodate the future widening and realignment of Mesa /Birch between Irvine Avenue and Bristol Street South by the County of Orange. The County project is funded through the Orange County Development Agency (OCDA) as part of the Santa Ana Heights Redevelopment Project area. When completed, the two projects together will address existing and projected traffic capacity deficiencies by adding additional lanes and provide an alternative to Irvine Avenue /Campus Drive arterial access to both the Santa Ana Heights Redevelopment area and the Airport Business area. Sanitary sewer service to Santa Ana Heights is provided by Costa Mesa Sanitary District (CMSD). A 1990 County study, prepared by B.S.I. Consultants, titled "Santa Ana Heights Redevelopment Project Area Comprehensive Infrastructure Improvement Plan, identified, among other things, certain deficiencies in the existing CMSD system and recommended the installation of new facilities including a pump station, force main • and gravity sewer main which would ultimately connect to the Orange County Sanitation District's Von Karman trunk sewer main. These facilities are needed to provide the additional capacity generated by the redevelopment of the Santa Ana Heights area. SUBJECT: THREE PARTY AGREEMENT AMONG THE CITY OF NEWPORT BEACH, COSTA MESA SANITARY DISTRICT AND ORANGE COUNTY DEVELOPMENT AGENCY December 9, 1996 Page 2 • Staff and consultants from all three agencies (City, County and CMSD) agree it would be most beneficial if the design and construction of these facilities are coordinated and implemented with the City and County projects. OCDA funds are available to pay for the design and construction of the proposed sanitary sewer facilities. The proposed three party agreement provides for the following items which concern the City's project: 1. The design and installation of an 8 -inch sewer force main within the widened portion of the Birch Street bridge. The design will be done by the City's civil engineer consultant for the Birch Street project, Willdan Associates. OCDA will reimburse the City up to $11,000 for design and $170,000 for construction. The City will include the installation of the force main in its construction bid specifications. 2. The City will also include in its construction bid the construction of a left -turn lane for Bristol Street South (design will be provided by the County). OCDA will reimburse the City up to $50,000 for this construction. In a related agenda report, staff is recommending approval of an amendment to Willdan's design contract for Birch Street to include, among other items, the design of the force main within the bridge widening. . Approval and execution of this three party agreement will provide the authority for the City's consultants to begin the design of the force main and include it in the bid specifications. The agreement was approved by the Costa Mesa Sanitary District Board of Directors on November 15, 1996. Respectfully submitted, 00 PUBLIC WORKS DEPARTMENT Don Webb, Director e by: Emmet Berkery Project Consultant Attachments • M NO. BA- 020 BUDGET AMENDMENT 1996 -97 AMOUNT: 5231,000.00 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase in Budgetary Fund Balance Increase Budget Appropriations AND Decrease in Budgetary Fund Balance Transfer Budget Appropriations No effect on Budgetary Fund Balance SOURCE: N EXPLANATION: from e)dsting budget appropriations from additional estimated revenues from unappropriated fund balance This budget amendment is requested to provide for the following: To appropriate an additional $231,000 for the Birch Street Bridge widening project to reflect additional contributions from the Orange County Development Agency (OCDA). ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description 250 3605 Fund Balance Control REVENUE APPROPRIATIONS (3601) Fund/Division Account 250 5901 EXPENDITURE APPROPRIATIONS (3603) Description Private Donations and Contributions Description Division Number 7251 Contributions Fund Account Number C5100065 Birch Street Bridge Wdening Project Division Number Account Number Division Number Account Number Division Number Account Number Signed: Financial Approval: Fina ce Director Signed: A m nisi ative Ap . ro City Manager gned: City Council Approval: City Clerk Amount Debit Credit $231,000.00 $231,000.00 /--) -a2-0;�; Date /z -a Date Date Ih 0 County oftrange J2� z Public Facilities & Resources Department C9LIFORN�P John W. Sibley, Director March 18, 1997 Emmet Berkery, P.E. 3345 Newport Boulevard, Suite 215 Newport Beach, CA 92663 SUBJECT: Three -Party Agreement No. D96 -162 by and between the Costa Mesa Sanitary District, the City of Newport Beach, and the Orange County Development Agency Dear Mr. Berkery: Transmitted to the City of Newport Beach is fully executed Agreement No. D96 -162 for your records. If you or your staff have any questions or require further information, please call me at (714)834 -2599. Very truly yours, it Jon s, Sr. Ci it Eng. Flood Co t 1 De an PMJ:wps03l8l997 Cc: G. Britton III, OCDA LOCATION: MAILING ADDRESS: INFORMATION: 300 N. FLOWER ST. P.O. BOX 4048 (714) 834 -2300 SANTA ANA, CALIFORNIA SANTA ANA, CA 92702 -4048 FAX# 834 -5188 l 2 3 4 5 6 7 8 9 10 11 12 13 14 w LLB; 15 ° 0 ° 16 w 4 > ° 2 oi� 00 17 u 18 19 20 21 0 N N T LL 22 23 24 25 26 27 M C,j g i r RESOLUTION OF THE ORANGE COUNTY BOARD OF SUPERVISORS OF ORANGE COUNTY, CALIFORNIA January 14, 1997 On motion of Supervisor Wilson duly seconded and carried, the following Resolution was adopted: WHEREAS, the orange County Board of Supervisors (the "County ") adopted and approved a Redevelopment Plan (the "Plan") for the Santa Ana Heights Redevelopment Project Area (the "Project Area"); and WHEREAS, pursuant to the Community Development Law of the State of California (Health and Safety Code Section 33000, et, sec.), the Orange County Development Agency (the "Agency ") is implementing the Plan for the Project Area; and WHEREAS, on July 10, 1990, the County received the Santa Ana Heights Redevelopment Project Area Comprehensive Infrastructure Implementation Plan (CIIP) which evaluated the deficiencies and needs for a variety of infrastructure improvements throughout the Project Area; and WHEREAS, pursuant to Section 33445 of the Health and Safety Code, the Agency may, with consent of the County, pay the costs of design and construction of public improvements if the County makes certain determinations; and WHEREAS, in furtherance of the redevelopment of the Project Area, the Agency and the County desire a certain public improvement known as the "Area 2 Outfall Facilities and South Bristol Flow Reversal" (the "Improvement "), and the Agency will pay for all costs related to said construction; and WHEREAS, the Improvement is of benefit to the Project Area and the immediate neighborhood of the Project Area in that it will increase the safety and quality of life by providing adequate sewer capacity; and WHEREAS, no other reasonable means of financing the construction of said Improvement is available to the community in that the cost of the Improvement is not the jurisdictional responsibility of the cities of Newport Beach or Costa Mesa or the Costa Mesa Sanitary District, is not within the budget of the County, exceeds the financial ability of the County to fund future capital activities, and no private sources of funding are available. Traditional methods of financing, such as the issuance of general obligation bonds by the County, are unavailable as a practical matter because of the extraordinary majority voter approval requirement of two - thirds of the electorate. Special assessment financing would also be unavailable because said Improvement has a more general (rather than special) benefit and would also overburden property owners; and Resolution No. 97 -18 Determines FEIR Serves as a Program EIR for Redev. Project -- Santa Ana Hts. Project Area -- Adopts FEIR 508 -A & Makes CEQA Findings NSC:ep 1. 2 3 4 5 6 8 9 10 11 12 13 14 W of 15 �o WOV W 16 4'u 0 z a 'o 0 17 V 18 19 20 21 22 23 24 25 N 26 N N 0 27 LL ® 28 WHEREAS, the payment of funds for said improvement will assist with the elimination of one or more blighting conditions in the Project Area in that it will assist with correcting sanitary sewer system deficiencies which were determined to be a condition of blight in the Report of the orange County Development Agency to the Board of Supervisors for the Santa Ana Heights Redevelopment Plan which was adopted in July 1986. Furthermore, the payment of funds for said Improvement was contemplated in and is consistent with the Santa Ana Heights Redevelopment Project Area Five -Year Imolementation Plan adopted by the Agency on October 25, 1994; and WHEREAS, the Orange County Board of Supervisors adopted a resolution certifying Final Environmental Impact Report (FEIR) 508 -A on October 27, 1987 as the appropriate CEQA documentation for the Santa Ana Height Specific Plan including Redevelopment Plan projects. As part of the previous actions, the Board adopted Findings with respect to Significant Environmental Effects and a Statement of Overriding Consideration. NOW, THEREFORE, BE IT RESOLVED that this Board has considered Final EIR 508 -A and determined that the FEIR serves as a Program EIR for the proposed project. BE IT FURTHER RESOLVED that this Board hereby determines that the construction of said Improvement is of benefit to the Project Area and the immediate neighborhood which is located in the Project Area, and that no other reasonable means of financing the construction of said Improvement is available to the community, and hereby consents to the construction of said Improvement. The determination that the Improvement will benefit the Project Area is based upon the fact that it will assure adequate sewer capacity in the Project Area and thereby improve the safety of the neighborhood for Project Area residents. 2. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 Cl CN3 This Agreement, numbered D96 -162, entered into this /06(day of 1 1997, BY AND BETWEEN ORANGE COUNTY DEVELOPMENT AGENCY, hereinafter referred to as "OCDA• AND COSTA MESA SANITARY DISTRICT, hereinafter referred to as "CMSD" AND CITY OF NEWPORT BEACH, hereinafter referred to as "CNB• R E C I T A L S WHEREAS, OCDA desires to redevelop the Santa Ana Heights Community, including the South Bristol Flow Reversal and Area 2 outfall sewer improvements set forth in the BSI report, titled "Santa Ana Heights Redevelopment Project Area Comprehensive Infrastructure Improvement Plan, dated April 23, 1990," hereinafter referred to as "PLAN•; and WHEREAS, PLAN indicates the need to design and construct a new sanitary sewer pump station; 8 -inch diameter force main (pressure flow) across the Birch Street Bridge; and a 15 -inch diameter gravity sewer main along Birch Street (within the City of Newport Beach) to MacArthur Boulevard to interconnect with the County Sanitation Districts of orange County (CSDOC) von Karman Trunk Sewer Main to mitigate OCDA's proposed redevelopment of the Santa Ana Heights area and its impact to CMSD existing facilities; and WHEREAS, PLAN indicates that the design and construction of a flow reversal to the sewer line along South Bristol Street between Irvine Avenue and Birch Street will be needed to relieve CMSD's Tustin Avenue Pumping Station from excessive flows caused by OCDA's proposed redevelopment and have the conveyance of sewage flow by gravity to the new pump station; and WHEREAS, CNB desires that all infrastructure improvements constructed 1 within the Santa Ana Heights redevelopment area be constructed to meet CNB construction and design standards due to the possibility that CNB may in the future annex the redevelopment area or portions thereof; and WHEREAS, OCDA, CMSD, and CNB desire to cooperate in the design and construction of the aforementioned improvements as set forth in the PLAN, hereinafter referred to as "PROJECT ". A G R E E M E N T NOW, THEREFORE IT IS MUTUALLY AGREED, by and between OCDA, CMSD, and CNB as follows: I. PART 1 - AREA 2 OUTFALL AND BRISTOL STREET FLOW REVERSAL A. PLANS, SPECIFICATIONS, AND ENGINEER'S ESTIMATE 1. CMSD agrees to prepare or cause to be prepared Plans, Specifications and Estimates, hereinafter referred to as "PS &E," for the PROJECT in accordance with CNB standards, where feasible, due to the possible future annexation of the Santa Ana Heights area by CNB. 2. CMSD agrees to hold a PROJECT concept design meeting prior to preparation of PS &E to ensure agreement between CMSD, CNB, and OCDA of PROJECT direction. 3. CMSD agrees to complete PROJECT design(s) nine (9) months after execution of this AGREEMENT and to begin construction of PROJECT as soon as possible thereafter. 4. CMSD agrees to coordinate PROJECT design and construction with CNB's Birch Street Bridge Widening, OCDA's Mesa -Birch 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 0 0 Re- alignment, Orange County Water District's (OCWD) Green Acres project, and CSDOC for sewer interconnect, where feasible. 5. CMSD agrees to provide three sets of PS &E to OCDA and CNB at the 60% completion point of the design process, and the 100% completion point of the design process for review and approval by the CNB, City Engineer or his appointed agent and /or designee, and County of Orange, Director of Public Works, or his appointed agent and /or designee, hereinafter referred to as "DIRECTOR," for conformance with the PLAN and CUB sewer facility standards prior to advertisement for bid. 6. OCDA and CNB agree to review and approve all PS &E for the PROJECT prior to advertisement for bid, to verify conformity with the PLAN and CNB standards. 7. CMSD agrees to obtain all necessary permits for the design and construction of the project, including all permits required in connecting the gravity sewer line to CSDOC's Von Karman Trunk Sewer at Birch Street and MacArthur Avenue, and any permits required for the construction and operation of the new sanitary sewer pump station. 8. CNB agrees to assist CMSD in obtaining CalTrans Permits for the Birch Street overcrossing of the force main (if required), and to incorporate any portions of PROJECT into CNB's Birch Street Bridge Widening Project over the Corona Del Mar (73) Freeway, where feasible. 9. OCDA agrees to assist CNB and CMSD in obtaining all necessary County Public Property Permits for the design and construction of the project, if required. 3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 10. OCDA agrees to reimburse CMSD for the cost of PS &E of PROJECT as set forth in the PLAN not to exceed $225,000. 11. Upon receipt of invoicing, OCDA agrees to pay CMSD for PS &E by invoiced progress on a monthly basis within sixty (60) calendar days. All invoicing shall be subject to approval for payment by OCDA in accordance with the progress of the PROJECT. All invoicing shall include: the project title, agreement number, work -order number (to be supplied by OCDA), names of staff involved, level of staff involved, number of hours involved and dates work was accomplished, and not to exceed ninety percent (90 %) of the entire PROJECT. 12. OCDA agrees to make final payment of the remaining ten percent (10 %) within sixty (60) calendar days to CMSD after the submittal and approval by CMSD and OCDA of a Final Accounting Report which shall contain: a certification signed by CMSD and the DIRECTOR or his designee, that all expenditures and tasks applicable to the PROJECT have been completed, and that all invoices and warrants on file with CMSD have been made available to OCDA for its review and approval. B. ADVERTISEMENT FOR BIDS AND 1. After approval of PROJECT by OCDA and CNB, CMSD agrees to advertise PROJECT for public bid(s) and award PROJECT contract(s) to the lowest responsible bidder(s) not to exceed a coat of $2,250,000, hereinafter referred to as CONTRACT(S)." 2. After verification by CMSD staff that contractor's bid quantities have been properly incorporated into PROJECT, CMSD agrees to submit all construction contractor's invoice(s) to OCDA by the 4 20th of each month during the construction phase(s). 1 3. OCDA agrees to pay each monthly invoice to CMSD for disbursement 2 to the contractor within thirty (30) calendar days after receipt 3 of contractor's invoice from CMSD. 4 4. All parties agree that CONSTRUCTION CONTRACT(S) change orders for 5 payment by OCDA shall be reviewed and approved by the DIRECTOR 6 prior to implementation by the contractor's). OCDA reserves the 7 right to deny payment of any CONSTRUCTION CONTRACThS) change order 8 performed without DIRECTOR approval. 9 C. CONSTRUCTION ADMINISTRATION AND INSPECTION 10 1. CMSD agrees to administrate and inspect CONSTRUCTION CONTRACT(S) 11 during the construction phase(s) for conformance with CMSD's PS &E. 12 2. OCDA agrees to reimburse CMSD for the cost of construction 13 administration and construction inspection of CONSTRUCTION 14 CONTRACT(S) as set forth in the PLAN not to exceed $225,000. 15 3. Upon receipt of invoicing, OCDA agrees to pay CMSD for 16 construction administration and construction inspection by 17 invoiced progress payments on a monthly basis, each payment by 18 OCDA shall be made within sixty (60) calendar days of receipt of 19 invoice from CMSD. All invoicing shall be subject to approval for 20 payment by OCDA in accordance with the progress of the 21 CONSTRUCTION CONTRACT(S). All invoicing shall include: the 22 project title, agreement number, work -order number (to be supplied 23 by OCDA), names of staff involved, level of staff involved, number 24 of hours involved and dates work was accomplished, and not to 25 exceed ninety percent (90W) of the entire PROJECT. 26 4. OCDA agrees to make final payment of the remaining ten percent 27 28 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 r (10 %) within sixty (60) calendar days to CMSD after the submittal and approval by CMSD and OCDA of a Final Accounting Report which shall contain: a certification signed by CMSD and the DIRECTOR or his designee, that all expenditures and tasks applicable to the PROJECT have been completed, and that all invoices and warrants on file with CMSD have been made available to OCDA for its review and approval. II. PART 2 - 8" FORCE MAIN A. PLANS, AND ENGINEER'S ESTIMATE 1. CNB agrees to design 8" force main as identified in PLAN. 2. CMSD agrees to provide CNB with design criteria for eight inch (8 ") force main, and CNB agrees to include force main in its construction plans and specifications for the construction contract for the widening of Birch Street over the Corona Del Mar (73) Freeway. 3. OCDA and CMSD agree to approve design for eight -inch (8 ") force main prior to advertisement for bids. 4. OCDA agrees to reimburse CNB for design costs incurred for inclusion of eight -inch (811) force main in CNB's Birch Street Bridge Widening project not to exceed $11,000. 5. Upon completion of design and advertisement for bids for the bridge widening project, CNB agrees to submit an invoice to OCDA for reimbursement of design costs. Upon receipt of the invoice and upon review, verification, and approval of invoice by OCDA, OCDA agrees to reimburse CNB within sixty (60) calendar days. B. ADVERTISEMENT FOR BIDS AND CONSTRUCTION 1. CNB agrees to include in its advertisement for bids for the 6 I • • widening of Birch Street over the Corona Del Mar (73) Freeway the 1 eight inch (811) force main as identified in PLAN. 2 2. Upon completion of construction of the eight inch (811) force main 3 through the bridge, CNB agrees to submit an invoice to OCDA for 4 reimbursement of costs incurred by CNB in conjunction with the 5 construction work for this improvement. OCDA agrees to reimburse 6 CNB in an amount not to exceed $170,000 (not including OCDA 7 approved construction contract change orders) for these costs. 8 3. Upon receipt of the invoice and upon review, verification, and 9 approval of invoice by OCDA, OCDA agrees to reimburse CNB within 10 sixty (60) calendar days. 11 4. CNB agrees that all construction contract change orders associated 12 with the 8" force main shall be approved by the DIRECTOR in 13 advance and prior to any work performed by the contractor. 14 III.PART 3 - BRISTOL STREET LEFT HAND TURN LANE 15 A. PS &E AND CONSTRUCTION 16 1. CNB agrees to include in its construction contract for the 17 widening of Birch Street over the Corona Del Mar (73) Freeway the 18 construction of a left -hand turning lane for South Bristol Street. 19 2. OCDA agrees to provide CNB with design of the left -hand turning 20 lane. 21 3. Upon completion of construction of the turning lane, CNB agrees to 22 submit an invoice to OCDA for reimbursement of costs incurred by 23 CNB in conjunction with the construction work for this 24 improvement. OCDA agrees to reimburse CNB in an amount not to 25 exceed $50,000 (not including OCDA approved construction contract 26 change orders) for these costs. 27 211 7 1' 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 4. Upon receipt of the invoice and upon review, verification, and approval of invoice by OCDA, OCDA agrees to reimburse CNB within sixty (60) calendar days. 5. CNB agrees that all construction contract change orders associated with the South Bristol left -hand turning lane shall be approved by the DIRECTOR in advance and prior to any work performed by the contractor. IV. PART 4 - AGREEMENT TO HOLD HARMLESS A. OCDA 1. As a condition of the financial support furnished by OCDA pursuant to this agreement, CNB agrees to indemnify, defend and save harmless OCDA and the County of Orange, their officers and employees from and against any and all claims, demands, losses, defense costs, or liability of any kind or nature which may be imposed upon them for injury to or death of persons or damages to property as a result of, arising out of, or caused by CNB's intentional or negligent acts or omissions in performance of this Agreement. 2. As a condition of the financial support furnished by OCDA pursuant to this agreement, CMSD agrees to indemnify, defend and save harmless OCDA and the County of Orange, their officers and employees from and against any and all claims, demands, losses, defense costs, or liability of any kind or nature which may be imposed upon them for injury to or death of persons or damages to property as a result of, arising out of, or caused by CMSD's intentional or negligent acts or omissions in performance of this Agreement. 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 • • 3. That neither OCDA nor any officer or employee thereof shall be responsible for any damage to liability occurring by reason of anything done or omitted by CNB under this agreement. It is also understood and agreed that, pursuant to Government Code Section 895.4 CNB shall fully indemnify, defend, and hold OCDA harmless from any liability imposed for injury (as defined by Government Code section 610.8), occurring by reason of anything done or omitted to be done by CNB under this agreement. 4. That neither OCDA nor any officer or employee thereof shall be responsible for any damage to liability occurring by reason of anything done or omitted by CMSD under this agreement. It is also understood and agreed that, pursuant to Government Code Section 895.4 CMSD shall fully indemnify, defend, and hold OCDA harmless from any liability imposed for injury (as defined by Government Code section 810.8), occurring by reason of anything done or omitted to be done by CMSD under this agreement. B. CNB AND CMSD 1. That neither CNB nor any officer or employee thereof shall be responsible for any damage or liability by reason of anything done to, omitted to be done by OCDA under or in connection with any work, authority or jurisdiction not delegated to CNB under this agreement. It is also understood and agreed that, pursuant to Government Code Section 895.4 GCDA shall fully indemnify, defend, and hold harmless CNB from any liability imposed for injury (as defined by Government Code Section 810.6), occurring by reason of anything done or omitted to be done by OCDA under this agreement. 2. That neither CMSD nor any officer or employee thereof shall be E responsible for any damage or liability by reason of anything done 1 to, omitted to be done by OCDA under or in connection with any 2 work, authority or jurisdiction not delegated to CMSD under this 3 agreement. It is also understood and agreed that, pursuant to 4 Government Code Section 895.4 OCDA shall fully indemnify, defend, 5 and hold harmless CMSD from any liability imposed for injury (as 6 defined by Government Code Section 810.8), occurring by reason of 7 anything done or omitted to be done by OCDA under this agreement. 8 3. That neither CMSD nor any officer or employee thereof shall be 9 responsible for any damage or liability by reason of anything done 10 to, omitted to be done by CNB under or in connection with any 11 work, authority or jurisdiction not delegated to CMSD under this 12 agreement. It is also understood and agreed that, pursuant to 13 Government Code Section 895.4 CNB shall fully indemnify, defend, 14 and hold harmless from any liability imposed for injury (as 15 defined by Government Code Section 810.8), occurring by reason of 16 anything done or omitted to be done by CNB under this agreement. 17 4. That neither CNB nor any officer or employee thereof shall be 18 responsible for any damage or liability by reason of anything done 19 to, omitted to be done by CMSD under or in connection with any 20 work, authority or jurisdiction not delegated to CNB under this 21 agreement. It is also understood and agreed that, pursuant to 22 Government Code Section 895.4 CMSD shall fully indemnify, defend, 23 and hold harmless from any liability imposed for injury (as 24 defined by Government Code Section 810.8), occurring by reason of 25 anything done or omitted to be done by CMSD under this agreement. 26 27 28 10 r� 0 IN WITNESS WHEREOF, the parties hereto have caused this agreement to be executed by their officers thereunto duly authorized on the date first written above. Dated: V. 1997 Dated: /,.— /�) - '4' Dated: k / 46- SIGNED AND CERTIFIED THAT A COPY OF THIS DOCUMENT HAS BEEN DELIVERED TO THE CHAIRMAN OF THE BOARD PrEs ORANGE COUNTY DEVELOPMENT AGENCY By: uxe-b� m. Chairman CITY OF NEWPORT BEACH By: By: COSTA MESA SANITARY DISTRICT By i "�'L' James M. Ferryman, resident Darlene J. Bloom, v Clerk.. -of the. -Board of Supervisors of Orange County, California 11 APPROVED AS TO FORM: LAURENCE M. WATSON COUNTY COUNSEL ORANGE COUNTY, CALIFORNIA Dated S r1 LJ TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: BIRCH STREET OVERCROSSING (S.R. 73) RECOMMENDATIONS: . e -a y31 January 27, 1997 CITY COUNCIL AGENDA ITEM NO. 9 6'Y THE CITY 1110: r; CITY OF NEE`A P,­ �.;; JAN 2 71997 1. Approve Cooperative Agreement No. 12 -308 with Caltrans for Oversight of the Birch rS Street Overcrossing (S.R. 73) Construction. 2. Authorize the Mayor and the City Clerk to execute the Agreement on behalf of the City. DISCUSSION: On February 12, 1996, the City Council approved Cooperative Agreement No. 12 -284 which provided for their oversight of the Birch Street Overcrossing (bridge widening over the Corona Del Mar Freeway) project design. Recital No. 11 on page 11 of that agreement stipulated that oversight by Caltrans relative to construction of the project would be the subject of a separate future agreement. Design of the Birch Street Overcrossing is now substantially complete. Bidding of the construction work is scheduled for April 1997, with actual construction operations expected to begin in July 1997. Prior to the start of construction work, encroachment permits need to be issued by Caltrans. A prerequisite to the issuance of the encroachment permits is that a cooperative agreement between the City and Caltrans for construction oversight be entered into by the two agencies. Cooperative Agreement No. 12 -308 has been prepared to fulfill the above described requirements. A summary of the key provisions follows: A. CITY agrees to: 1. Advertise, award and administer the construction contract. 2. Be responsible for construction surveying, materials testing, quality control, and adherence to contract plans and specifications through a Resident Engineer. . 3. Fund 100% of the construction cost. 4. Make progress payments, prepare all accounting and provide as -built plans. SUBJECT: BIRCH STREET OVERCOING (S.R. 73) January 27, 1997 Page 2 \J B. STATE agrees to: 1.,, lssuq,,encroachment permits at no cost to City and /or City's construction contractor. 2. Provide personnel for construction oversight at Caltran's expense. C. CITY and STATE mutually agree that: 1. Caltrans will accept maintenance responsibility for the bridge structure and the Bristol Street North and south frontage roads between Campus Drive - Irvine Avenue and Jamboree Road. 2. City will accept maintenance responsibility of the bridge deck surface. 3. City and Caltrans will continue to share the maintenance expense for the traffic signals at Birch Street and Bristol North and Bristol South. Cooperative Agreement No. 12 -308 is similar in form to other previous cooperative agreements entered into between the City and Caltrans. The terms of the agreement are . reasonable and fair, and staff recommends its approval. Respectfully submitted, 0& PUBLIC WORKS DEPARTMENT Don Webb, Director by: Emmet Berkery / Consultant Project Manager • 013761 c --�? y3/ 12- ORA -73 R5.5 Birch Street Overcrossing Widening at Rte 73 12209 - 044501 District Agreement No. 12 -308 COOPERATIVE AGREEMENT This AGREEMENT entered into on 7_11CC4,r �% , 19 9 I is between the STATE OF CALIFORNIA, acting by and through its Department of Transportation, referred to herein as STATE, and CITY OF NEWPORT BEACH a body politic and a municipal corporation of the State of California, referred to herein as CITY District Agreement No. 12 -308 RECITALS (1) STATE and CITY, pursuant to Streets and Highways Code Section 130, are authorized to enter into a Cooperative Agreement for improvements to State highway within CITY. (2) CITY desires to construct State highway improvements consisting of overcrossing widening and modifications to Bristol Street frontage roads on Route 73 at Birch Street, referred to herein as PROJECT, and is willing to fund one hundred percent (100 %) of all capital outlay and staffing costs, except that costs of STATE's oversight of construction activities will be borne by STATE. (3) CITY desires to prepare the contract documents and advertise, award and administer the construction contract for PROJECT in order to bring about the earliest possible completion of PROJECT. (4) STATE is agreeable to CITY's proposal to prepare the contract documents and advertise, award and administer the construction contract for PROJECT. (5) The parties hereto intend to define herein the terms and conditions under which PROJECT is to be constructed, financed and maintained. (6) Project development responsibilities for PROJECT were covered in a prior District Cooperative Agreement No. 12 -284 executed by STATE and CITY on April 16th , 1996 Document No. 13807. H • •', District Agreement No. 12 -308 SECTION I CITY AGREES: (1) To advertise, award and administer the construction contract for PROJECT in accordance with requirements of the Local Agency Public Construction Act and the California Labor Code, including its prevailing wage provisions. Workers employed in the performance of work contracted by the CITY, and /or performed under encroachment permit, are covered by provisions of the Labor Code in the same manner as are workers employed by STATE's Contractors. CITY shall obtain applicable wage rates from the State Department of Industrial Relations and shall adhere to the applicable provisions of the State Labor Code. Violations shall be reported to the State Department of Industrial Relations. (2) To apply for necessary encroachment permits for required work within State highway rights of way, in accordance with STATE's standard permit procedures, as more specifically defined in Articles (2), (3), (4), (5) and (6) of Section III of this Agreement. (3) To require that the construction contractor furnish both a payment and performance bond in CITY name with both bonds complying with the requirements set forth in section 3 -1.02 of STATE's current Standard Specifications. (4) To construct PROJECT in accordance with plans and specifications of City to the satisfaction of and subject to the approval of STATE. (5) Contract Administration procedures shall conform to the requirements set forth in STATE's Construction Manual, Local Assistance Procedures Manual and the Encroachment permit for construction of PROJECT. 2 District Agreement No. 12 -308 (6) Construction within the existing or ultimate STATE right of way shall comply with the requirements in STATE's Standard Specifications and PROJECT Special Provisions, and in conformance with methods and practices specified in STATE'S Construction Manual. (7) If CITY uses own staff to perform surveys, such surveys shall conform to the methods, procedures, and requirement of STATE's Surveys Manual and STATE's Staking Information Booklet. (8) Material testing and quality control shall conform to the State Construction Manual and the State Material Testing Manual, and be performed, at CITY expense, by a certified material tester acceptable to the STATE. Independent assurance testing, specialty testing, and off -site source inspection and testing shall be performed by STATE, at no cost to CITY except as noted herein. CITY shall reimburse STATE for any additional travel expenses incurred by STATE for off - site inspection and testing performed by STATE which is more than 300 airline miles from both Sacramento and Los Angeles. Approval of the type of asphalt and concrete plants shall be by STATE, at STATE expense. (9) To furnish, at CITY expense and subject to approval of STATE, a field site representative who is a licensed Civil Engineer in the State of California, to perform the functions of a Resident Engineer. If the PROJECT plans and specifications were prepared by a private engineering company, the Resident Engineer shall not be an employee of that company. The Resident Engineer shall also be independent of the construction contractor. (10) To pay one hundred percent (100 %) of the actual costs of construction required for satisfactory completion of PROJECT, including changes pursuant to contract change orders concurred 91 ! ! District Agreement No. 12 -308 with by the STATE representative and any "State Furnished Material ". (11) At CITY expense, to furnish qualified support staff, subject to approval of STATE, to assist the Resident Engineer in, but not limited to, construction surveys, soils and foundation tests, measurement and computation of quantities, testing of construction materials, checking shop drawings, preparation of estimates and reports, preparation of As -built drawings, and other inspection and staff services necessary to assure that the construction is being performed in accordance with the plans and specifications. Said qualified support staff shall be independent of the design engineering company and construction contractor, except that the PROJECT designer may check the shop drawings, do soils foundation tests, test construction materials, and do construction surveys. (12) To make progress payments to the contractor using CITY funds and pay all costs for required staff services as described in Article (9) and (11) of this Section I. The STATE representative shall review all contract progress pay schedules. STATE does not assume responsibility for accuracy of itemization on progress pay schedules. (13) Within sixty (60) days following the completion and acceptance of the PROJECT construction contract, to furnish STATE a complete set of acceptable full -sized film positive reproducible As -Built plans and all contract records, including survey documents and microfilm copy of all structure plans. (14) Upon completion of work under this Agreement, CITY will assume maintenance and the expense thereof for any part of PROJECT located outside of current STATE right of way until acceptance of any such part of PROJECT into the STATE highway system by 4 District Agreement No. 12 -308 STATE, approval by the Federal Highway Administration, if required, and conveyance of acceptable title to STATE. (15) If CITY terminates PROJECT prior to completion of the construction contract for PROJECT, STATE may require CITY, at CITY's expense, to return right of way to its original condition or to a condition of acceptable permanent operation. I£ CITY fails to do so, STATE reserves the right to finish PROJECT or place PROJECT in satisfactory permanent operation condition. STATE will bill CITY for all actual expenses incurred and CITY agrees to pay said expenses within thirty (30) days or STATE, acting through the State Controller, may withhold an equal amount from future apportionments due CITY from the Highway User Tax Fund. (16) To be responsible, at CITY expense, for the investigation and remediation of any potential hazardous waste and /or underground tanks encountered during construction of project outside the existing state highway right of way. SECTION II STATE AGREES (1) To issue at no cost to CITY and CITY's contractor, upon proper application by CITY and by CITY's contractor, the necessary encroachment permits for required work within State highway right of way, as more specifically defined in Article (2), (3), (4), (5) and (6) of Section III of this Agreement. (2) To provide, at no cost to CITY, a qualified STATE representative who shall have authority to accept or reject work and materials or to order any actions needed for public safety or preservation of property and to assure compliance with all provisions of the encroachment permit(s) issued to 5 District Agreement No. 12 -308 CITY and CITY's contractor. (3) To provide, at CITY expense, any "State- furnished material" as shown on the plans for PROJECT and as provided in the Special Provisions for PROJECT. (4) To be responsible, at STATE expense, for the investigation and remediation of potential hazardous waste and /or underground tanks encountered during construction of project within existing state highway right of way, if it is determined that source of contamination is within the existing state highway right of way and that the contamination represents a threat to public health or environment regardless of being disturbed or not. CITY intends to perform the investigation and any necessary remediation for STATE and STATE will reimburse CITY for actual cost incurred by CITY in satisfactory performance of such work. CITY shall comply with appropriate regulatory agencies requirements and obtain STATE's approval prior to performance of any remediation work. SECTION III IT IS MUTUALLY AGREED: (1) All obligations of STATE under the terms of this Agreement are subject to the appropriation of resources by the Legislature and the allocation of resources by the California Transportation Commission. (2) Construction by CITY of improvements referred to herein which lie within STATE highway rights of way or affect STATE facilities, shall not be commenced until CITY's original 0 • • District Agreement No. 12 -308 contract plans involving such work and plan for utility reallocations have been reviewed and approved by signature of STATE's District Director of Transportation, or the District Director's delegated agent, and until an encroachment permit to CITY authorizing such work has been issued by STATE. (3) CITY shall obtain aforesaid encroachment permit through the office of State District Permit Engineer and CITY's application shall be accompanied by seven (7) sets of reduced construction plans of aforesaid STATE approved contract plans. Receipt by CITY of the approved encroachment permit shall constitute CITY's authorization from STATE to proceed with work to be performed by CITY or CITY's representatives within proposed STATE rights of way or which affects STATE facilities, pursuant to work covered by this Agreement. CITY's authorization to proceed with said work shall be contingent upon CITY's compliance with all provisions set forth in this Agreement and said encroachment permit. (4) CITY's construction contractor shall also be required to obtain an encroachment permit from STATE prior to commencing any work within STATE rights of way or which affects STATE facilities. The application by CITY's contractor for said encroachment permit shall be made through the office of State District Permit Engineer and shall include proof said contractor has payment performance surety bonds covering construction of PROJECT. (5) CITY shall provide a right of way certification prior to granting of said encroachment permit by STATE, to certify that legal and physical control of rights of way were acquired in accordance with applicable State and Federal laws and regulations. VA District Agreement No. 12 -308 (6) CITY's construction contractor shall maintain in force, until completion and acceptance of the PROJECT construction contract, a policy of Contractual Liability insurance, including coverage of Bodily Injury Liability and Property Damage Liability in accordance with Section 7 -1.12 of State Standard Specifications. Such policy shall contain an additional insured endorsement naming STATE, its officers, agents and employees as additional insured. Coverage shall be evidenced by a Certificate of insurance in a form satisfactory to STATE which shall be delivered to STATE before the issuance of an encroachment permit to CITY contractor. (7) Prior to award of the construction contract for PROJECT, CITY may terminate this Agreement by written notice. (8) In construction of said PROJECT, representatives of CITY and STATE will cooperate and consult, and all work pursuant to PROJECT shall be accomplished according to approved plans specifications and applicable STATE standards. Satisfaction of these requirement shall be verified by the STATE representative. The STATE representative is authorized to enter CITY's property during construction for the purpose of monitoring and coordinating construction activities. (9) Changes to PROJECT plans and specifications shall be implemented by contract change orders reviewed and concurred with the STATE representative. All changes affecting public safety or public convenience, all design and specification changes, and all major changes as defined in STATE's Construction Manual shall be approved by STATE in advance of performing the work. Unless otherwise directed by the STATE representative, changes authorized as provided herein will not require an encroachment permit rider. All changes shall be shown on the As -Built plans referred to the Section I, Article 91 • District Agreement No. 12 -308 (13) of this Agreement. (10) CITY shall provide a claims process acceptable to STATE and process any and all claims through CITY's claim process. The STATE representative will be made available to CITY to provide advice and technical input in any claim process. (11) If any existing public and /or private utility facilities conflict with PROJECT construction or violate STATE's encroachment policy, CITY shall make all necessary arrangements with the owners of such facilities for their protection, relocation or removal in accordance with the STATE policy and procedure for those facilities located within the limits of work providing for the improvement of the State highway and in accordance with the CITY policy for those facilities located outside of the limits of work for the State highway. Total costs of such protection, relocation or removal shall be determined in accordance with STATE policy and procedure. CITY shall require any utility owner and /or its contractors performing relocation work in STATE's right of way to obtain a STATE encroachment permit prior to the performance of said relocation work. Any relocated or new facilities shall be correctly shown and identified on the As- Built plans referred to in Section I, Article (13) of this Agreement. (12) If any unforeseen potential hazardous waste sites are encountered during construction of PROJECT, STATE and CITY shall meet and confer on a course of action. The responsibilities and costs for any action shall be covered by amendment to this Agreement. (13) Pursuant to the authority contained in Section 591 of the Vehicle code, STATE has determined that within such area as are within the limits of PROJECT and are open to public e7 0 0 District Agreement No. 12 -308 traffic, CITY shall comply with all of the requirements set forth in Divisions 11, 12, 13, 14 and 15 of the Vehicle Code. CITY shall take all necessary precautions for safe operation of CITY's vehicles, the construction contractor's equipment and vehicles and /or vehicles of personnel retained by CITY and for protection of the traveling public form injury and damage from such vehicles or equipment. (14) Upon completion and acceptance of the PROJECT construction contract by CITY to the satisfaction of the STATE representative and subsequent to the execution of a maintenance agreement, STATE will accept control and maintain, at its own cost and expense, those portions of PROJECT lying within STATE's right of way, including both the Bristol Street North and Bristol Street South frontage roads between the intersections of Campus Drive /Irvine Avenue and Jamboree Road. STATE will maintain at STATE expense, the entire structure below the surface of any CITY local road overcrossing. (15) CITY will accept control and maintain, at its own cost and expense, the portions of PROJECT lying outside STATE's right of way. Also, CITY will maintain, at CITY expense, the remaining portions of any local road overcrossing structures including the deck surface and above. (16) STATE will maintain the traffic control system and safety lighting as installed and pay an amount equal to 50% of the total maintenance costs, including electrical energy costs. CITY shall reimburse STATE for CITY's proportionate share of said maintenance costs, such shares to be as follows: a. Fifty percent (50 %) of the total maintenance costs, including electrical energy costs at the intersection of Birch Street and Bristol Street North, and f[7 0 District Agreement No. 12 -308 b. Twenty -five percent (25 %) of the total maintenance costs, including electric energy costs, at the intersection of Birch Street and Bristol Street South. The remainder Twenty -five percent (25 %) of the total maintenance costs, including electric energy costs, shall be reimbursed by County of Orange. (17) Upon completion of all work under this Agreement, ownership and title to materials, equipment and appurtenances installed within STATE's right of way will automatically be vested in STATE, and materials, equipment and appurtenances installed outside of STATE's right of way will automatically be vested in CITY. No further agreement will be necessary to transfer ownership as hereinabove stated. (18) Nothing in the provision of this Agreement is intended to create duties or obligations to or rights in third parties not parties to this Agreement or affect the legal liability of either party to the Agreement by imposing any standard of care with respect to the maintenance of State highways different from the standard of care imposed by law. (19) Neither STATE nor any officer or employee thereof is responsible for any damage or liability occurring by reason of anything done or omitted to be done by CITY under or in connection with any work, authority or jurisdiction delegated to CITY under this Agreement. It is understood and agreed that, pursuant to Government Code Section 895.4, CITY shall fully defend, indemnify and save harmless the State of California, all officers and employees from all claims, suits or actions of every name, kind and description brought for or on account of injury (as defined in Government Code Section 810.8) occurring by reason of anything done or omitted to be done by CITY under or in connection with any work, authority 11 District Agreement No. 12 -308 or jurisdiction delegated to CITY under this Agreement. (20) Neither CITY nor any officer or employee thereof is responsible for any damage or liability occurring by reason of anything done or omitted to be done by STATE under or in connection with any work, authority or jurisdiction delegated to STATE under this Agreement. It is understood and agreed that, pursuant to Government Code Section 895.4, STATE shall fully defend, indemnify and save harmless CITY from all claims, suits or actions of every name, kind and description brought for or on account of injury (as defined in Government Code Section 810.8) occurring by reason of anything done or omitted to be done by STATE under or in connection with any work, authority or jurisdiction delegated to STATE under this Agreement. (21) No alternation or variation of the terms of this Agreement shall be valid unless made in written and signed by the parties hereto and no oral understanding or agreement not incorporated herein shall be binding on any of the parties hereto. (22) Those portions of this Agreement pertaining to the construction of PROJECT shall terminate upon completion and acceptance of the construction contract for PROJECT by CITY with concurrence of STATE, or on June 15, 1999, whichever is earlier in time; however, the ownership, operation, maintenance, liability, and claims clauses shall remain in effect until terminated or modified in writing by mutual agreement. (23) If any unforeseen potential hazardous waste and /or underground tanks are encountered during construction of PROJECT, CITY shall be responsible, at CITY's expense, for the investigation and remediation. STATE shall reimburse CITY for the cost if 12 - r• District Agreement No. 12 -308 the following conditions are met: the hazardous waste and /or underground tanks are within existing STATE's right of way, the source of contamination presents a threat to public health or the environment regardless of being disturbed or not. If STATE's cost to mitigate is increased due to PROJECT, the additional cost shall be borne by CITY. i[93 013751 District Agreement No. 12 -308 IN WITNESS WHEREOF, the parties have executed this Cooperative Agreement by duly authorized officers. STATE OF CALIFORNIA Department of Transportation JAMES W. van LOBEN SELS Director of Transportation BY:- C� WALT H. HAGEN District Division Chief Design /Construction CITY OF NEWPORT BEACH BY: Approved as to Form and Procedure JCL4 Attor Department of Transportation Certified as to Form and Procedure r Accou ti Administrator Certified as to funds ti 'r/ Lstrict udget Manager 14 Mayor City Clerk Approvelld as to Form and Procedure l City Attorney 0 6 District Agreement No. 12 -308 SCOPE OF WORK This Scope of Work outlines the specific areas of responsibility for various project development activities for the proposed State highway improvements consisting of overcrossing widening and modifications to Bristol Street frontage roads on Route 73 at Birch Street, Newport Beach. CITY will be the Lead Agency for CEQA and STATE will be the State Lead Agency for NEPA 'The Federal Highway Administration (FHWA) will be the Federal Lead Agency for NEPA. CITY will prepare the Environmental Document(s) (ED) to meet the requirements of CEQA and NEPA The draft and final ED will require STATE review and approval prior to public circulation. CITY will provide all data for and prepare drafts of the Project Report (PR) and the Project Approval Report (PAR). STATE will review and process the reports and request approval of the PROJECT and ED by the FHWA CITY will be responsible for the public hearing process. 2. CITY will provide the necessary environmental clearance for this project. CITY will perform all studies to document the Categorical Exemption/ Categorical Exclusion (CE /CE) determination. STATE will sign the CE /CE determination sheet. If, during preliminary engineering or preparation of the PS &E, new information is obtained which requires the preparation of an environmental clearance document, this Agreement will be amended to include completion of these additional tasks by CITY. CITY and STATE concur that the proposal is a Category as defined in STATE's Project Development Procedures Manual. CITY will submit drafts of environmental technical reports and individual sections of the draft environmental documents to STATE, as they are developed, for review and comment. Traffic counts and projections to be used in the various reports shall be supplied by STATE if available, or by CITY. Existing traffic data shall be furnished by CITY . 4. STATE will review, monitor, and approve all project development reports, studies, and plans, and provide all necessary implementation activities up to but not including advertising of PROJECT. The existing freeway agreement need not be revised. 15 • • L TO: Mayor and Members of City Council FROM: Public Works Department February 12, 1996 CITY COUNCIL AGENDA ITEM NO. 9 2: SUBJECT: APPROVAL OF COOPERATIVE AGREEMENT NO. 12 -284 WITH CALTRANS FOR DESIGN OVERSIGHT OF BIRCH STREET WIDENING OVERCROSSING - CONTRACT NO. 2931(B) RECOMMENDATIONS: 1. Approve Cooperative Agreement No. 12 -284 with Caltrans for oversight of the design of the Birch Street Bridge Widening Overcrossing of State Route 73. 2. Authorize the Mayor and the City Clerk to sign the Cooperative Agreement on behalf of the City. DISCUSSION: A combined Project Study Report and Project Report (PSR/PR) has been prepared for the Widening of the Birch Street Bridge Overcrossing State Route 73. An exhibit showing the project location is attached for reference. The PSR/PR was prepared by Willdan Associates under a Consultant Agreement with the City and has been substantially completed to the satisfaction of Caltrans. The City's F.Y. 1995 -96 budget includes funds for design and construction of this project. A related agenda report recommending approval of a Consultant Agreement with Willdan Associates to prepare final design for the project is included in the February 12, 1996, agenda. Construction of the project is now scheduled for F.Y. 1996 -97 due to the one year deferral of funding contributions under the Orange County Combined Transportation Funding Program (OCCTFP). In order to be ready to advertise for competitive bids and award a construction contract during F.Y. 1996 -97, it is appropriate to begin final design work now. The bridge widening work and • related improvements to the Bristol Street frontage roads are within Caltrans right -of -way and, therefore, subject to their jurisdiction. The estimated cost of the improvements within Caltrans right -of -way is $1.4 million which is in excess of the $1.0 million limit for the work to be handled by an encroachment permit only. As a consequence, entering into a Cooperative Agreement with Caltrans for their oversight of the City - sponsored final design is the standard procedure when the estimated cost of the project exceeds $1.0 million, as it does in this case. i' ; SUBJECT: APPROVAL OF COOPERATIVE AGREEMENT NO. 12 -248 WITH CALTRANS FOR DESIGN OVERSIGHT OF BIRCH STREET WIDENING OVERCROSSING - CONTRACT NO. 2931(8) February 12, 1996 Page 2 • Cooperative Agreement No. 12 -284 has been prepared by Caltrans relative to the Birch Bridge Widening project. Staff has reviewed the Agreement and recommends its approval. Any costs that either the City or Caltrans may incur as a result of implementing or complying with the Agreement are to be borne by the respective parties. Approval and execution of Cooperative Agreement No. 12 -284 will establish the framework for the City's consultant to process final design plans, specifications and estimates with Caltrans staff. A similar cooperative agreement with Caltrans will be entered into for oversight during construction when final design is complete. Respectfully subm' e PUBLIC WORKS DEPARTMENT Don Webb, Director By: Gail Pickart Project Management Consultant Attachments • I \.,.. _: r -. ,an _r 6 �I b J O Y P i t P :a h. . % c w w 4' F- C J ? ul =' ,r .{yf uia a W f] to m m I 6 0 12- ORA -73 R5.5 12208 - 04450K Birch Street Overcrossing Widening On Route 73 District Agreement No. 12 -284 • 93 • This AGREEMENT entered into on , 19 is • between the STATE OF CALIFORNIA, acting by and through its Department of Transportation, referred to herein as STATE, and CITY OF NEWPORT BEACH a body politic and a municipal corporation of the State of California, referred to herein as CITY 12- ORA -73 R5.5 12208 - 04450K Birch Street Overcrossing Widening On Route 73 District Agreement No. 12 -284 ON) PJAMAN 6 V1 PEUM 14 51 u This AGREEMENT entered into on & H' l 101 19q0 is between the STATE OF CALIFORNIA, acting by and through its Department of Transportation, referred to herein as STATE, and CITY OF NEWPORT BEACH a body politic and a municipal corporation of the State of California, referred to herein as CITY e� Distri• Agreement No. 12 -284 (1) . STATE and CITY. pursuant to Streets and Highways Code Section 130, are authorized to enter into a Cooperative Agreement for improvements to State highway within CITY. (2). CITY desires to construct State highway improvements consisting of overcrossing widening and modifications to Bristol Street frontage roads on Route 73 at Birch Street, Newport Beach, referred to herein as PROJECT, and is willing to fund one hundred percent (1000) of all capital outlay and staffing costs, except for costs of STATE's oversight of environmental, design and right of way activities. (3). This Agreement supersedes any prior Memorandum of Understanding (MOU) relating to PROJECT. (4). Construction of said PROJECT will be the subject of a separate future Agreement. (5). The parties hereto intend to define herein the terms and conditions under which PROJECT is to be developed, designed, and financed. 1 • Distrilp Agreement No. 12 -284 SECTION I (1). To fund one hundred percent (10096) of all preliminary and design engineering costs, including, but not limited to, costs for preparation of contract documents and advertising and awarding the PROJECT construction contract. (2). To have a Project Report (PR), Environmental Document (ED), and detailed Plans, Specifications and Estimate (PS&E) prepared at no cost to STATE and to submit each to STATE for review and approval at appropriate stages of development. Project Report, final plans and standard special provisions shall be signed by a Civil Engineer registered in the State of Californ ia. (3). To permit STATE to monitor and participate in the selection of personnel who will prepare the PR, conduct environmental studies and obtain the environmental clearance, prepare the PS&E, provide the right of way engineering services, and perform right of way activities. CITY agrees to consider any request by STATE to discontinue the services of any personnel considered by STATE to be unqualified on the basis of credentials, professional expertise, failure to perform in accordance with scope of work and /or other pertinent criteria. ON (4) (5) (6) (7) (8) • Distrip Agreement No. 12 -284 Personnel who prepare the PS&E and right of way maps shall be available to STATE, at no cost to STATE, through completion of construction of PROJECT to discuss problems which may arise during construction and /or to make design revisions for contract change orders. To make written application to STATE for necessary encroachment permits authorizing entry onto STATE's right of way to perform surveying and other investigative activities required for preparation of the PR, ED and /or PS&E. To identify and locate all utility facilities within the PROJECT area as part of its PROJECT design responsibility. All utility facilities not relocated or removed in advance of construction shall be identified on the PROJECT plans and specifications. To identify and locate all high and low risk underground facilities within the PROJECT area and to protect or otherwise provide for such facilities, all in accordance with STATE's "Manual on High and Low MM .• : • • hereby acknowledges receipt of STATE's "Manual on High and Low Risk If any existing public and /or private utility facilities conflict with PROJECT construction or violate STATE's encroachment policy, 9 • Distrif Agreement No. 12 -284 CITY shall make all necessary arrangements with the owners of such facilities for their protection, relocation or removal in accordance with STATE policy and procedure for those facilities located within the limits of work, providing for the improvement to the State highway and in accordance with CITY policy for those facilities located outside of the limits of work for the State highway. Total costs of such protection, relocation or removal shall be in accordance with STATE policy and procedure. (9) . To furnish evidence to STATE, in a form acceptable to STATE, that arrangements have been made for the protection, relocation, or removal of all conflicting facilities within STATE's right of way and that such work will be completed prior to the award of the contract to construct PROJECT or as covered in the Special Provisions for said contract. This evidence shall include a reference to all required State highway encroachment permits. (10) . CITY shall require the utility owner and /or its contractors performing the relocation work within STATE's right of way to obtain a STATE encroachment permit prior to the performance of said relocation work. (11) . To perform all right of way activities, including all eminent domain activities, if necessary, at no cost to STATE, in accordance with V. • Distrif Agreement No. 12 -284 procedures acceptable to STATE, and in compliance with all applicable State and Federal laws and regulations, subject to STATE oversight to insure that the completed work is acceptable for incorporation into the State highway right of way. (12). To utilize the services of a qualified public agency in all right of way acquisition related matters in accordance with STATE procedures as contained in Right of Way Procedural Handbook. Whenever personnel cther than personnel of a qualified public agency are utilized, administration of the personnel contract shall be performed by a qualified Right of Way person employed or retained by CITY. (13). To certify legal and physical control of right of way ready for construction and that all right of way was acquired in accordance with applicable State and Federal laws and regulations subject to review and concurrence by STATE prior to the advertisement for bids for construction of PROJECT. (14) . `Cc deliver to STATE legal title to the right of way, free and clear of all encumbrances detrimental to STATE' s present and future uses not later than the date of acceptance by STATE of maintenance and operation of the highway facility. Acceptance of said title by STATE is subject to a review of a Policy of Title Insurance in STATE's name to be provided and paid for by CITY. 5 Distric'p Agreement No. 12 -284 (15). To be responsible, at CITY expense, for the investigation and remediation of potential hazardous waste sites outside of the existing State highway right of way that would impact PROJECT. CITY is also responsible for lead testing in soil from vehicle emissions in unpaved areas required for construction, within the State right of way. (16). If CITY desires to have STATE advertise, award and administer the construction contract for PROJECT, CITY shall provide all plans prepared by CITY or CITY's consultant on 8 millimeter magnetic tape, 2.3 GB or 5.0 GB capacity compatible with Microstation Release 5.0 dgn,2 -D files in HP /UNIX version 9.03 TAR or CHO format. All Cadd submittals must be displayed, manipulated and plotted on a HP 700 Series workstation using Microstation version 5.0 and Zeh version 2.0 plotting software and must utilize Caltrans standard font library, pen table and cell library. One copy of the data on the magnetic tape, including the Engineers electronic signature and seal, shall be provided to STATE upon completion of the final PS&E for PROJECT. STATE reserves the right to modify its magnetic tape requirements and STATE shall provide CITY advance written notice of any such modifications. 9 Distri4cp Agreement No. 12 -284 (1) . To provide, at no cost to CITY, oversight of PROJECT and to provide prompt reviews and approvals, as appropriate, of submittals by CITY, and to cooperate in timely processing of PROJECT. (2). To provide, at no cost to CITY, oversight of all right of way activities undertaken by CITY, or its designee, pursuant to this Agreement. (3). To issue, at no cost to CITY, upon proper application by CITY, an encroachment permit to CITY authorizing entry onto STATE's right of way to perform survey and other investigative activities required for preparation of the PR, ID and /or PS&E. If CITY uses consultants rather than its own staff to perform required work, the consultants will also be required to obtain an encroachment permit. The permit will be issued at no cost upon proper application by the consultants. (4). To be responsible, at STATE expense, for the investigation and remediation of potential hazardous waste within the existing State highway right of way that would impact PROJECT, if it determined that the source of contamination is within the existing State highway right of way and that the contamination presents a threat to public 7 Distrif Agreement No. 12 -284 health or the environment regardless of being disturbed or not. CITY intends to perform the investigation and any necessary remediation for STATE and STATE will reimburse CITY for actual costs incurred by CITY in satisfactory performance of such work. CITY shall comply with appropriate regulatory agencies requirements and obtain STATE's approval prior to performance of any remediation work within existing State highway right of way. RuMoMOLIA (1) . All obligations of STATE under the terms of this Agreement are subject to the appropriation of resources by the Legislature and the allocation of resources by the California Transportation Commission. (2). The parties hereto will carry out PROJECT in accordance with the Scope of Work, attached and made a part of this Agreement, which outlines the specific responsibilities of the parties hereto. The attached Scope of Work may in the future be modified in writing to reflect changes in the responsibilities of the respective parties. Such modifications shall be concurred with by CITY's Director of Public Works or other official designated by CITY and STATE's E] • Distrit Agreement No. 12 -284 District Director for District 12 and become a part of this Agreement after execution by the respective officials of the parties. hFAIL 1411,1Rb (3). The Project Study Report (PSR) for PROJECT approved on (date) , by this reference, shall become part of this Agreement. (4). The basic design features (as defined in Attachment 3 of the Scope of Work for PROJECT) shall comply with those addressed in the approved PSR, unless modified as required for environmental clearance and /or FHWA approval of PROJECT. (5). The design, right of way acquisition, and preparation of environmental documents for PROJECT shall be performed in accordance with STATE standards and practices current as of the date of execution of this Agreement. Any exception to applicable design standards shall be approved by STATE via the processes outlined In STATE's Highway Design Manual and appropriate memorandums and design bulletins published by STATE. In the event that STATE proposes and /or requires a change in design standards, implementation of new or revised design standards shall be done in accordance with STATE's memorandum "Effective Date for Implementing Revisions to Design Standards ", dated February 8, 1991. STATE shall consult with CITY in a timely manner regarding effect of proposed and /or required changes on PROJECT. 7 Distrif Agreement No. 12 -284 (6). CITY's share of all changes in development and construction costs associated with modifications to the basic design features as described above shall be in the same proportion as described in this Agreement, unless mutually agreed by STATE and CITY in a subsequent amendment to this Agreement. (7). If a finding is made that Federal and State regulations do not require mitigation of contaminated material in its present condition within the existing State highway right of way, CITY shall be responsible, at CITY expense, for any remedial action required as a result of proceeding with PROJECT. Locations subject to cleanup include utility relocation work required for PROJECT. (8). If Federal and State regulations indicate contaminated material within the existing State highway right of way presents a threat to public health or the environment, regardless of whether it is disturbed or not, STATE shall be responsible for the cleanup. at STATE expense. IF STATE's cost to mitigate is increased due to PROJECT, the additional cost shall be borne by CITY. (9) . The party responsible for funding the cleanup shall be responsible for the development of the necessary mitigation and remedial plans and designs. Remedial actions proposed by CITY shall be approved by IM • Distrif Agreement No. 12 -284 STATE and shall be performed in accordance with standards and practices of STATE and other Federal and State regulatory agencies. (10) . CITY shall provide a right of way certification prior to the granting of said encroachment permit by STATE, to certify that legal and physical control of rights of way were acquired in accordance with applicable State and Federal law and regulation. (11) . A separate Cooperative Agreement will be required to cover responsibilities and funding for the PROJECT construction phase. (12) . Nothing in the provisions of this Agreement is intended to create duties or obligations to or rights in third parties not parties to this Agreement or affect the legal liability of either party to the Agreement by imposing any standard of care with respect to the maintenance of State highways different from the standard of care imposed by law. (13). Neither STATE nor any officer or employee thereof is responsible for any damage or liability occurring by reason of anything done or omitted to be done by CITY under or in connection with any work, authority or jurisdiction delegated to CITY under this Agreement. It is understood and agreed that, pursuant to Government Code Section 895.4, CITY shall fully defend, indemnify and save harmless the State of California, all officers and employees from all claims, suits or 11 • Distrilp Agreement No. 12 -284 actions of every name, kind and description brought for or on account of injury (as defined in Government Code Section 810.8) occurring by reason of anything done or omitted to be done by CITY under or in connection with any work, authority or jurisdiction delegated to CITY under this Agreement. (14). Neither CITY nor any officer or employee thereof is responsible for any damage or liability occurring by reason of anything done or omitted to be done by STATE under or in connection with any work, authority or jurisdiction delegated to STATE under this Agreement. It is understood and agreed that, pursuant to Government Code Section 895.4, STATE shall fully defend, indemnify and save harmless CITY from all claims, suits or actions of every name, kind and description brought for or on account of injury (as defined in Government Code Section 810.8) occurring by reason of anything done or omitted to be done by STATE under or in connection with any work, authority or jurisdiction delegated to STATE under this Agreement. (15). This Agreement may be terminated or provisions contained herein may be altered, changed, or amended by mutual consent of the parties hereto. (16). Except as otherwise provided in Article (15) above, this Agreement shall terminate upon completion and acceptance of the construction 12 • Distrilp Agreement No. 12 -284 contract for PROJECT or on June 30,1998, whichever is earlier in time. This Scope of Work outlines the specific areas of responsibility for various project development activities for the proposed Birch Street Overcrossing widening. (1) . CITY will be the Lead Agency for CEQA and STATE will be the State Lead Agency for NEPA. The Federal Highway Administration (FHWA) will be the Federal Lead Agency for NEPA. CITY will prepare the Environmental Document(s) (ED) to meet the requirements of CEQA and NEPA The draft and final ED will require STATE review and approval prior to public circulation. CITY will provide all data for and prepare drafts of the Project Report (PR) and the Project Approval Report (PAR) . STATE will review and process the reports and request approval of the PROJECT and ED by the FHWA, CITY will be responsible for the public hearing process. (2). CITY will provide the necessary environmental clearance for this project. CITY will perform all studies to document the Categorical Exemption /Categorical Exclusion (CE /CE) determination. STATE will 13 • Distriv Agreement No. 12 -284 sign the CE /CE determination sheet. If, during preliminary engineering or preparation of the PS&E, new information is obtained which requires the preparation of an environmental clearance document, this Agreement will be amended to include completion of these additional tasks by CITY. (3). CITY and STATE concur that the proposal is a Category 5 as defined in STATE's Project Development Procedures Manual. (4). CITY will submit drafts of environmental technical reports and individual sections of the draft environmental documents to STATE, as they are developed, for review and comment. Traffic counts and projections to be used in the various reports shall be supplied by STATE if available, or by CITY. Existing traffic data shall be furnished by CITY. (5). STATE will review, monitor, and approve all project development reports, studies, and plans, and provide all necessary implementation activities up to but not including advertising of PROJECT. (6). The existing freeway agreement need not be revised. (7). All phases of PROJECT, from inception through construction whether done by CITY or STATE will be developed in accordance with policies, 14 Distrilp Agreement No. 12 -284 procedures, practices, and standards that STATE would normally follow. (8). Detailed steps in the project development process are attached to this Scope of Work. These attachments are intended as a guide to STATE and CITY staff. 15 • Distrilp, Agreement No. 12 -284 STATE OF CALIFORNIA Department of Transportation JAMES W. van LOBEN SELS Director of Transportation BY: WALT -HEN �- District Division Chief Design Approved as to Form and Procedure \�O � D00 Atto ey Depar ent of Transportation Certified as to Form and Procedure Acc unt'ng Administrator Certified as to funds District Budget Manager 10 CITY OF NEWPORT BEACH BY: : � j Mayor Attest Approved as to Form and Procedure City Attlorney \`N M IS • Distrif Agreement No. 12 -284 ATTACHMENT 1 PLANNING PHASE ACTIVITIES RESPONSIBILIIY STATE CITY PROJECT ACTIVITY 1. ENVIRONMENTAL ANALYSIS & DOCUMENT PREPARATION Establish Project Development Team (PDT) X X Approve PDT X Project Category Determination X Prepare Preliminary Environmental Assessment X Identify Preliminary Alternatives and Costs X Prepare and Submit Environmental Studies and Reports X Review and Approve Environmental Studies and Reports X Prepare and Submit Draft Environmental Document (DED) X Review DED in District X 2. PROJECT GEOMETRICS DEVELOPMENT Prepare Future Traffic Analysis X Prepare Future Traffic Volumes for Alternatives X Prepare Project Geometrics and Profiles X Prepare Layouts and Estimates for Alternatives X Prepare Operational Analysis for Alternatives X Review and Approve Project Geometrics and Operational Analysis X 3. PROJECT APPROVAL Lead Agency for Environment Clearance Certifies ED in Accordance with its Procedures X X Prepare Draft Project Report (DPR) X Finalize and Submit Project Report with Certified ED for X Approval Approve Project Report X 17 • Distrit Agreement No. 12 -284 ATTAC[IIV1ENT 2 DESIGN PHASE ACTIVITIES PROJECT ACTIVITY 1. PRELIMIARY COORDINATION Request 1- Phase EA Field Review of Site Provide Geometrics Approve Geometrics Obtain Surveys : Aerial Mapping Obtain Copies of Assessor Maps and Other R/W Maps Obtain Copies of As- Builts Send Approved Geometrics to Local Agencies for Review Revise Approved Geometrics if Required Approve Final Geometrics Determine Need for Permits from Other Agencies Request Permits Initial Hydraulics Discussion with District Staff Initial Electrical Design Discussion with District Staff Initial Traffic & Signing Discussion with District Staff Initial Landscape Design Discussion with District Staff Plan Sheet Format Discussion 2. ENGINEERING STUDIES AND REPORTS Prepare & Submit Materials Report & Typical Section Review and Approve Materials Report & Typical Section Prepare & Submit Landscaping Recommendation Review & Approve Landscaping Recommendation Prepare & Submit Hydraulic Design Studies Review & Approve Hydraulic Design Studies Prepare & Submit Bridge General Plan & Structure Type Selection Review & Approve Bridge General Plan & Structure Type Selection P RESPONSIBILIIY STATE CITY X X X X X X X X X X X X X X X X X X X X rI X X X X X X r4 • Distrif Agreement No. 12 -284 RESPONSIBILIIY STATE CITY PROJECT ACTIVITY 3. R/W ACQUISTION & UTILITIES (Used when qualified Local Agency is performing R/W activities.) Request Utility Verification X Request Preliminary Utility Relocation Plans from Utilities X Prepare R/W Requirements X Prepare R/W and Utility Relocation Cost Estimates X Submit R/W Requirements & Utility Relocation Plans for Review X Review and Comment on R/W Requirements X Longitudinal Encroachment Review X Longitudinal Encroachment Application to District X Approve Longitudinal Encroachment Application X Request Final Utility Relocation Plans X Check Utility Relocation Plans X Submit Utility Relocation Plans for Approval X Approve Utility Relocation Plans X Submit Final R/W Requirements for Review & Approval X Fence and Excess Land Review X R/W Layout Review X Approve R/W Requirements X Obtain Title Reports X Complete Appraisals X Review and Approve Appraisals for Setting Just Compensation X Prepare Acquisition Documents X Acquire R/W X Open escrow and Make Payments X Obtain Resolution of Necessity X Perform Eminent Domain Proceedings X Provide Displace Relocation Services X Prepare Relocation Payment Valuations X Provide Displace Relocation Payments X Perform Property Management Activities X Perform R/W Clearance Activities X Prepare and Submit Certification of R/W X Review and Approve Certification of R/W X Transfer R/W to STATE - Approve & Record Title Transfer X Documents Prepare R/W Record Maps X • Distriv Agreement No. 12 -284 RESPONSIBILIIY STATE CITY PROJECT ACTIVITY 4. PREPARATION OF PLANS, SPECIFICATIONS AND ESTIMATES Prepare and Submit Preliminary Stage Construction Plans X Review Preliminary Stage Construction Plans X Calculate and Plot Geometrics % Cross- Sections & Earthwork Quantities Calculation X Prepare and Submit BEES Estimate X Put Estimate in BEES X Local Review of Preliminary Drainage Plans Land Sanitary Sewer and Adjustment Details X Prepare & Submit Preliminary Drainage Plans % Review Preliminary Drainage Plans R Prepare Traffic Striping and Roadside Delineation Plans & Submit for Review % Review Traffic Striping and Roadside Delineation Plans X Prepare & Submit Landscaping and /or Erosion Control Plans X Review Landscaping and /or Erosion Control Plans X Prepare & Submit Preliminary Electrical Plans X Review Preliminary Electrical Plans X Prepare & Submit Preliminary Signing Plans X Review Preliminary Signing Plans X Quantity Calculations B Safety Review X X Prepare Specifications X Prepare & Submit Checked Structure Plans X Review & Approve Checked Structure Plans X Prepare Final Contract Plans X Prepare Lane Closure Requirements X Review and Approve Lane Closure Requirements X Prepare & Submit Striping Plan % Review & Approve Striping Plan X Prepare Final Estimate X Prepare & Submit Draft PS&E X Review Draft PS&E X Finalize & Submit PS&E to District X 001 • Distriv Agreement No. 12 -284 PROJECT ACTIVITY 5. HAZARDOUS WASTE ACTIVITY Conduct an Initial Site Assessment (ISA) for hazardous waste on the properties involved in PROJECT. ISA shall be performed by qualified personnel. Confirm Potential Hazardous Waste Sites identified in the ISA by conducting site investigation (soil /groundwater testing) to determine the type and extent of contamination Prepare a Report of the Site Investigation Review Site Investigation Report prepared by CITY After STATE Review Send the Report to Regulatory Agency(ies) for their approval If the Site is Determined to be Contaminated, start Remediation Process Give the property owner the opportunity to remediate the site Monitor property owners efforts in order to keep PROJECT on schedule If the property owner refuses to remediate the site, do the remediation and take the legal action against the property owner to recover costs Prepare remediation schedule /work plan, showing remediation will be completed prior to advertisement for PROJECT construction and send copy of schedule /work plan to STATE for review Review schedule /work plan Conduct soil and /or groundwater remediation Oversee remediation activities Prepare remediation report Review remediation report After STATE review of the remediation report send report to regulatory agency for their review If Site is determined to be clean, obtain approval from regulatory agency 21 RESPONSIBILIIY STATE CITY 1 X X X X X X 0: X X X X X X X Ei Distrif Agreement No. 12 -284 ATTACHMENT 3 DEFINITIONS Basic Design Features - A general description of the facility: • Design speed of State highway facility and Local Agency roads and streets. • Number of through lanes, auxiliary lanes and locations of interchanges and separations. • Widths of through lanes, medians, and shoulders for both the State highway facility and local roads and streets. • Need of special feature such as soundwalls, transportation system management plans, HOV lanes, bridge widening, ramp metering, etc. See Figure 2 -1.3A of State Project Development Procedures Manual for additional discussion of items to be considered as basic design features. Mandatory and Advisory Design Standards - See Index 82.3 of State's Highway Design Manual for the definition and listing of these items. 22 a 0 STATE OF CALIFORNIA - BUSINESS AND TRANSPORTATION AGENCY PETE WILSON, Govemor DEPARTMENT OF DISTRICT 12 2501 PULLMAN STREET SANTA ANA, CA 92705 TRANSPORTATION March 18, 1996 Mr. Gail P. Pickart City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92659 -1768 Dear Gail: 12- Ora -73 R5.5 Birch Street Overcrossing Widening on Rte 73 12208 - 04450K Category: 261 Enclosed are four (4) originals of Cooperative Agreement No. 12 -284 between STATE and CITY for the above referenced project. Please have three (3) copies of the enclosed Agreement signed by the appropriate CITY officials and return them to us. After signature by the appropriate STATE officials, you will be furnished a fully executed copy of the Agreement for your files. If you have any questions, please call me at (714) 724 -2816. R. VILLANUEVA Chief,' Design Branch C Enclosures l+� t _TI, a 6 STATE OF CALIFORNIA -BUSINESS AND TRANSPORTATION AGENCY PETE WILSON, Governor DEPARTMENT OF TRANSPORTATION DISTRICT 12 2501 PULLMAN STREET SANTA ANA, CA 92705 May 6, 1996 Mr. Gail P. Pickart City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92659 -1768 Dear Gail: 12- Ora -73 R5.5 Birch Street Overcrossing Widening on Rte 73 12208 - 04450K Category: 261 Attached for the City of Newport Beach's files is a fully executed copy of Cooperative Agreement No. 12 -284 between the State of California and the City of Newport Beach, for the above referenced project. We thank you for your cooperation in the processing of this Agreement. If you have any questions, please call Jimmy Shil 724 -2367. Sincerely, �l�� AGNES R. VILL.ANUEVA Chief, Design Branch C Attachment _ C -a 931 -; AMENDMENT NO. 1 TO CONSULTANT AGREEMENT THIS AMENDMENT NO. 1 TO AGREEMENT, made and entered into this L —day of `� (rrl 2 1997, by and between the CITY OF NEWPORT BEACH, a municipal corporation, (hereinafter referred to as "CITY "), and the firm of DAMAN ASSOCIATES, whose address is 1701 Hilltop Drive, Orange, CA 92665, (hereinafter referred to as "CONSULTANT'), is made with reference to the following: RECITALS: A. On January 28, 1997, a Consultant Agreement was entered into by and between CITY and CONSULTANT, hereinafter referred to as "AGREEMENT." B. CITY and CONSULTANT mutually desire to amend AGREEMENT as provided herein. NOW, THEREFORE, the parties hereto agree as follows: 1. CONSULTANT agrees to perform the additional services as outlined in letter proposal from CONSULTANT, dated April 15, 1997, herein attached to and made part of this AMENDMENT as EXHIBIT A. 2. The maximum fee to be paid to CONSULTANT to cover services described herein is increased by $4,000 for a new total of $15,130. 3. Except as expressly modified herein, all other provisions, terms, and covenants set forth in AGREEMENT shall remain the same and shall be in full force and effect. 0 0 IN WITNESS, WHEREOF, the parties hereto have executed this AMENDMENT NO. 1 to AGREEMENT on the date first above written. CITY OF NEWPORT BEACH, a municipal corporation BY: DIRECTOR OF PUBLIC WORKS APPROVED AS TO FORM: City Attorney CO ATTEST: City Clerk A daman associates real property services to government & industry April 15, 1997 Mr. Emmet Berkery, P.E. 3345 Newport Boulevard Suite 215 Newport Beach, CA 92663 Re: Birch Street Widening, NPB /l Dear Mr. Berkery: As of this date, Daman Associates has expended $10,590.30 in the performance of services desired in the above - referenced project. Numerous additional costs have been incurred by us which had not been anticipated in the original concept of the Birch Street widening. These were the sale by Mr. Don Lewis of his property to Ms. Ruth Ko (Pcl. 7) necessitating a completely new acquisition package; the changes desired by the Wattsons (Pcls. 1 & 2); the additional time spent on the Goodgame parcel (Pcl. 3). A good portion of the extra time expended on the Ko property, Pcl. 7, was in title research. First American Title had been requested to furnish updates to us for this parcel on March 14, 1997 and to this date have not done so. As a result, we had to search the title to ascertain the change of ownership and additional information needed to begin negotiations with a new owner. We hereby request the City of Newport Beach increase our contract by an additional $4,000.00 which should be sufficient to enable us to consummate the remaining parcels up to the time of filing the eminent domain action. As with the current contract, invoicing by Daman Associates will be on a Time & Material Basis, not to exceed the additional $4,000.00. Your prompt response would be appreciated. Very; ly yours, Daniel H. Musselman, Jr., R/WA, CRA Principal DHM:pw 1701 hilltop drive • orange, ca 92665 (714) 283 -3534 • fax (714) 283 -5642 daman associates real property services to government d industry May 8, 1997 Mr. Emmet Berkery, P.E. 3345 Newport Boulevard Suite 215 Newport Beach, CA 92663 Re: Birch Street Widening, NPB /1 Dear Mr. Berkery: In response to your request, Daman Associates has reviewed our records of time and materials expended on the above referenced project. As of April 25, 1997, $11,035.31 has been utilized by us in the pursuit of project completion. As pointed out in my letter to you dated April 15, 1997, numerous additional costs, which were not anticipated in the original proposal, have been incurred. In addition to those items mentioned in the above letter, continuing problems with the "non- performance" of First American Title Company has caused much delay in completing the escrows of the acquired parcels. This has necessitated at least 12 hours of additional labor with the title company, escrow officer and property owners attempting to satisfy everyone and close the escrows. Continued negotiations with those owners with which the City has adopted Resolutions of Need & Necessity has meant an additional labor and material expenditure that will exceed the original estimate by at least $4,000. This amount is derived by estimating 40 hours of additional labor at $95.00 per hour, per our current rate schedule. Your attention is directed to Exhibit A, Item 13, Page 3, of our current contract with the City. All contractual estimates were based upon the time and material required to acquire the oagiaal sever. parcels up to and including the adoption of the Council Resolution on April 28. The highlighted paragraphs on Page 4, Exhibit A, of our City contract also explain this matter. Copies of these are included for your information. I trust this will clarify the matter and that we may then proceed to finish the acquisition of the three remaining parcels. If there are any questions, please feel free to call at any time. Very ly yours, aniel H, sselman, Jr./SRJ1WAA Principal DHM:pw 1701 hilltop drive • orange, ca 92665 Enclosure (714) 283 -3534 9 fax (714) 283 -5642 0 REAL PROPERTY SERVICES 1. Mail written, notice of- City's liptent to,•Acqui�e to .each property owner whose property is. involved in the. projectr ;. , ;ii• 2. Confer with City's staff or any other source necessary to ensure all parties are fully informed before negotiations begin. 3. Draft all documents required by federal and state laws and regulations governing land. acquisition by public agencies. 4. Submit all documents to City staff for review and approval as to form prior to initiating negotiations. 5. Maintain an individual file for each parcel containing signed parcel diaries, correspondence, documents, agreements, etc. 6. Provide each owner an Information Brochure which includes an in -depth explanation of the acquisition process. 7. Upon City's acceptance of the appraisal, present each owner with a written Offer to Purchase, Statement of lust Compensation and Appraisal Summary. 8. Negotiate with each owner for purchase of required real property based on the approved appraisal. 9. Draft escrow agreenrenls and coordinate with escrow company to ensure transfer of acquired parcels free and clear of all liens and encumbrances except those required by City. 10. Deliver all necessary documents to City for acceptance and recordation through escrow. H. Coordinate all activities with City Attorney and City Staff as needed to provide support for public hearings required to initiate eminent domain actions. 12. Provide condemnation packets to City Attorney. 13. Coordinate any and all right -of -way related services required during the entire phase of the project up to and including the adoption of Need & Necessity Resolution by City. 3 DAMAN'S FE Daman's fee for the Birch Street widening: $10,155.00 This, fee, based on your verbal request of December 37, 1996; includes labor., and mate' rials needed to prepare all necessary acquisition documents, contact the property ownrs and /or representatives, and coordinate activities with City staff as well as coordinate escrow and title services. Payment of invoices is due thirty (30) days after the invoice is submitted to City and all invoices are subject to a 15% penalty for late payment. SUMMARY OF FEES Title Review and Document Preparation $1,505.00 Negotiation and Acquisition of Seven Separate Parcels T &M, NTE $8,650.00 Notes to Summary of Fees * Daman's fee for negotiation and acquisition, including consultations with City staff and escrow and title coordination, will be on a time and material basis pursuant to our current rate schedule (attached) NOT TO EXCEED Eight Thousand Six Hundred Fifty Dollars ($8,650.00). In the event unforseen circumstances arise which complicate the acquisition so that Daman is unable to complete the project without exceeding its Eight Thousand Six Hundred Fifty Dollar ($8,650.00) estimate, Daman will timely notify City and Daman will await written authorization from City before proceeding further. After City has adopted resolutions of Need & Necessity on any unacquired parcels, Daman's fees will be billed on a Time & Material basis as described on our current rate sheet (attached) and are not part of our fee estimate of $10,155.00. This fee estimate, based on your verbal request of December 27, 1996, includes labor and materials needed to prepare all necessary acquisition documents, contact the property owners and /or representatives, and coordinate activities with City staff as well as coordinate all escrow and title services. Payment of invoices is due thirty (30) days after the invoice is submitted to City and all invoices are subject to a 15% penalty for late payment. 0 daman associates• real property services to government & industry April 15, 1997 Mr. Emmet Berkery, P.E. 3345 Newport Boulevard Suite 215 Newport Beach, CA 92663 Re: Birch Street Widening, NPB /1 Dear Mr. Berkery: As of this date, Daman Associates has expended $10,590.30 in the performance of services desired in the above - referenced project. Numerous additional costs have been incurred by us which had not been anticipated in the original concept of the Birch Street widening. These were the sale by Mr. Don Lewis of his property to Ms. Ruth Ko (Pcl. 7) necessitating a completely new acquisition package; the changes desired by the Wattsons (Pcls. 1 & 2); the additional time spent on the Goodgame parcel (Pcl. 3). A good portion of the extra time expended on the Ko property, Pcl. 7, was in title research. First American Title had been requested to furnish updates to us for this parcel on March 14, 1997 and to this date have not done so. As a result, we had to search the title to ascertain the change of ownership and additional information needed to begin negotiations with a new owner. We hereby request the City of Newport Beach increase our contract by an additional $4,000.00 which should be sufficient to enable us to consummate the remaining parcels up to the time of filing the eminent domain action. As with the current contract, invoicing by Daman Associates will be on a Time & Material Basis, not to exceed the additional $4,000.00. Your prompt response would be appreciated. Very ly your, , 1 aniel H. Musselman, Jr., R/WA, CRA Principal DHM:pw 1701 hilltop drive • orange, ca 92665 (714) 283 -3534 • fax (714) 283 -5642 • 0 CONSULTANT AGREEMENT BIRCH STREET WIDENING RIGHT OF WAY ACQUISITION SERVICES THIS AGREEMENT, entered into this 19—day of J�L�� 1997, by and between CITY OF NEWPORT BEACH, a Municipal Corporation (hereinafter referred to as "City "), and Daman Associates whose address is 1701 Hilltop Drive, Orange, California 92665 (hereinafter referred to as "Consultant'), 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 the City. B. The principal members of Consultant are Daniel H. Musselman, Jr. C. City desires to engage Consultant to provide right of way acquisition services to the City of Newport Beach for its Birch Street project upon the terms and conditions contained 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 13th day of January, 1997, and shall terminate on the 30th day of June, 1997, unless terminated earlier as set forth herein. 0 2. SERVICES TO BE PERFORMED Consultant shall perform the tasks set forth in Exhibit "A ", attached hereto and incorporated herein by this reference. 3. COMPENSATION TO CONSULTANT Consultant shall be compensated for services performed pursuant to this Agreement in the amount and manner set forth in Exhibit "B ", attached hereto and incorporated herein by this reference. The maximum fee shall not exceed $11,130.00. 4. STANDARD OF CARE All of the work 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 the 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. The Consultant shall be responsible to City for any errors or omissions in the execution of this Agreement. Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications and approvals required of its profession. Consultant further represents and warrants that it shall keep in effect all such licenses, permits and other approvals during the term of this Agreement. 5. INDEPENDENT PARTIES City retains Consultant on an independent contractor basis and Consultant is not an employee of the 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 express terms of this Agreement. No civil service status or other right of 2 • • employment with City will be acquired by virtue of Consultant's services. None of the benefits provided by City to its employees, including, but not limited to, unemployment insurance, worker's compensation plans, vacation and sick leave, are available from City to Consultant, its employees or agent. Deductions shall not be made for any state or federal taxes, FICA payments, PERS payments or other purposes normally associated with an employer - employee relationship from any fees due Consultant. Payments of the above items, if required, are the responsibility of Consultant. 6. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator, and any other agencies which may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Consultant on the project. 7. PROJECT MANAGER The Consultant shall assign the project to a Project Manager, who shall coordinate all phases of the project. This Project Manager shall be available to the City at all times. The Consultant has designated Daniel H. Musselman, Jr. to be its Project Manager. 8. TIME OF PERFORMANCE The taskW to be performed by Consultant shall be in accordance with the schedule specified in Exhibit "A ". Consultant shall receive no additional compensation if completion of its obligation under this Agreement requires a time greater than as set forth herein, unless such extension is caused solely by the conduct of the City. Each party hereby agrees to provide timely notice to the other of any violation occurring under this Section and the cause thereof. 91 • • 9. CITY POLICY Consultant will discuss and review all matters relating to policy and project direction with the Project Administrator in advance of all critical decision points in order to ensure that the project proceeds in a manner consistent with City goals and policies. 10. CONFORMANCE TO APPLICABLE REQUIREMENT All work prepared by Consultant shall conform to applicable city, county, state and federal requirements and be subject to approval of the Project Administrator and City Council. 11. PROGRESS Consultant is responsible to keep the Project Administrator and /or his /her duly authorized designee informed on a regular basis regarding the status and progress of the work, activities performed and planned, and any meetings that have been scheduled or are desired. 12. HOLD HARMLESS Consultant agrees to indemnify, defend, save and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, suites, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, attorneys fees and court costs arising from any and all negligent actions of Consultant, its employees, agents or subcontracts in the performance of services or work conducted or performed pursuant to this Agreement. Consultant shall indemnify and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, suits, costs and expenses whatsoever, including reasonable attorneys' 4 9 0 fees, accruing or resulting to any and all persons, firms or corporations furnishing or supplying work, services, materials, equipment or supplies arising from or in any manner connected to the Consultant's negligent performance of services or work conducted or performed pursuant to this Agreement. 13. INSURANCE Without limiting consultant's indemnification of City, Consultant shall obtain and provide and maintain at its own expense during the term of this Agreement policy or policies of liability insurance of the type and amounts described below and satisfactory to the City. Such policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with the City prior to exercising any right or performing any work pursuant to this Agreement. All insurance policies, with the exception of Worker's Compensation Insurance, shall add as additional insured the City, its elected officials, officers and employees for all liability arising from Consultant's services as described herein. Prior to the commencement of any services hereunder, Consultant shall provide to city certificates of insurance from an insurance company certified to do business in the State of California, with original endorsements, and copies of policies, if requested by City, of the following insurance, with Best's Class A7 or better carriers; unless otherwise approved by the City Risk Manager: A. Worker's compensation insurance covering all employees and principals of the Consultant, per the laws of the State of California; B. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of $1 million combined single limit per occurrence for bodily injury, personal injury and 5 0 0 propertydamage. If commercial general liability insurance or other form with a general aggregate is used, either the general aggregate shall apply separately to this project, or the general aggregate limit shall be twice the occurrence limit; C. Commercial auto liability and property insurance covering any owned and rented vehicles of Consultant in a minimum amount of $1 million combined single limit per accident for bodily injury and property damage. Said policy or policies shall be endorsed to state that coverage shall not be suspended, voided nor canceled by either parry, or reduced in coverage or in limits except after thirty (30) days' prior notice has been given in writing to City. Consultant shall give to City prompt and timely notice of claim made or suit instituted arising out of Consultant's operation hereunder. 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. Consultant agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Consultant or City with respect to the services of Consultant herein, a waiver of any right of subrogation which any such insurer of said Consultant may acquire against City by virtue of the payment of any loss under such insurance. 14. PROHIBITION AGAINST TRANSFERS Consultant shall not assign, sublease, hypothecate or transfer this Agreement or any interest in this Agreement, directly or indirectly, by operation of law or otherwise without prior written consent of City. Any attempt to do so without consent of City shall be M 9 0 null and void, and any assignee, sublessee, hypothecate or transferee shall acquire no right or interest by reason of an attempted assignment, hypothecation or transfer. 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, shall be construed as an assignment of this Agreement. 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. 15. REPORTS Each and every report, draft, work product, map, record and other document reproduced, prepared or caused to be prepared by Consultant pursuant to or in connection with this Agreement shall be the exclusive property of City. No report, information or other data given to or prepared or assembled by Consultant pursuant to this Agreement shall be made available to any individual or organization by Consultant without prior approval by City. Consultant shall, at such time and in such forms as City may require, furnish reports concerning the status of services required under this Agreement. 16. CONFIDENTIALITY The information which results from the services in this Agreement is to be kept confidential unless the release of information is authorized by the City. 17. CITY'S RESPONSIBILITIES City shall furnish to Consultant base, maps, existing studies, ordinances, data and other existing information as shall be requested by Consultant and materials in City's possession necessary for Consultant to complete the work contemplated by this Agreement. City further agrees to provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. 18. ADMINISTRATION This Agreement will be administered by the Public Works Department. The Public Works Director or his /her designees shall be considered the Project Administrator and shall have the authority act for the City under this Agreement. The Project Administrator or his /her authorized representative shall represent the City in all matters pertaining to the services to be rendered pursuant to this Agreement. 19. EXTRA WORK Consultant shall receive compensation for extra work authorized by City in accordance with the schedule of billing rates set forth in Exhibit "B." All extra work must be authorized in writing by the Project Administrator and Consultant shall not be entitled to extra compensation without authorization. 20. RECORDS Consultant shall keep records and invoices in connection with its work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business hours to examine, audit and make transcripts or copies of such records. 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 under this Agreement. 9 0 0 21. REIMBURSEMENT FOR EXPENSES Consultant shall not be reimbursed for any expenses unless authorized in writing by City. 22. MONTHLY INVOICES Consultant shall submit invoices to the City on a monthly basis in accordance with Consultant's schedule of fees contained in Exhibit "B" hereof. Each invoice will be itemized. Each invoice shall show the number of hours worked per person /consultant and the nature of the work performed. 23. PAYMENT OF COMPENSATION City shall make payments to Consultant within thirty (30) days of receiving a monthly invoice unless City disputes the amount Consultant claims is owned under this Agreement. 24. WITHHOLDINGS City may withhold payment 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 its work for a period of thirty (30) days from the date of withholding as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. The determination of the City Manager with respect to such matter shall be final. Consultant shall be entitled to receive interest on any withheld sums at the rate of seven percent (7 %) per annum from the date of withholding of any amounts found to have been improperly withheld. 0 0 25. NONDISCRIMINATION BY CONSULTANT Consultant represents and agrees that Consultant, its affiliates, subsidiaries or holding companies do not and will not discriminate against any subcontractor, consultant, employee or applicable for employment because of race, religion, color, sex, handicap or national origin. Such nondiscrimination shall include, but not be limited to, the following: employment, upgrading, demotion, transfers, recruitment, recruitment advertising, layoff, termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. 26. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other consultants in connection with this project. 27. CONFLICTS OF INTEREST A. 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 financial interest that may foreseeable be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeable financially affect such interest. B. 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 termination of this Agreement by the City. The Consultant shall indemnify and hold harmless the City for any claims for damages resulting from the Consultant's violation of this Section. 28. SUBCONTRACTING A. Consultant shall not subcontract any portion of the work required by this Agreement, except as expressly stated herein, without prior approval of City. 10 0 0 B. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Agreement. 29. NOTICES All notices, demands, requests or approvals to be given under this Agreement shall be given in writing and conclusively shall be deemed served when delivered personally or on the second business day after the deposit thereof in the United States mail, postage prepaid, registered or certified, addressed as hereinafter provided. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: City of Newport Beach 3300 Newport Boulevard P. O. Box 1768 Newport Beach, CA 92658 -8915 Attention: Bill Patapoff All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Daman Associates 1701 Hilltop Drive Orange, California 92665 Attention: Daniel H. Musselman, Jr. 32. TERMINATION In the event Consultant hereto fails or refuses to perform any of the provisions hereof at the time and in the manner required hereunder, Consultant shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) days, or if more than two (2) days are reasonably required to cure the default and Consultant fails to give adequate assurance of due performance within two (2) days after receipt by Consultant from City of written notice of default, specifying the nature of 11 0 7 such default and the steps necessary to cure such default, City may terminate the Agreement forthwith by giving to the Consultant written notice thereof. City shall have the option, at its sole discretion and without cause, of terminating this Agreement without cause by giving seven (7) days' prior written notice to Consultant as provided herein. Upon termination of this Agreement, each parry shall pay to the other party that portion of compensation specified in this Agreement that is earned and unpaid prior to the effective date of termination. 33. COST OF LITIGATION If any legal action is necessary to enforce any provision hereof or for damages by reason for an alleged breach of any provisions of this Agreement, the prevailing party shall be entitled to receive from the losing party all costs and expenses in such amount as the court may adjudge to be reasonable attorneys' fees. 34. COMPLIANCES Consultant shall comply with all laws, state or federal and all ordinances, rules and regulations enacted or issued by City. 35. WAIVER A waiver by City 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. 36. 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 12 implied covenant shall be held to vary the provisions hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Consultant. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. CITY CLERK 13 CITY OF NEWPORT BEACH A Municipal CorporatioW Y B : l�� P BLIC WORKS DIRECTOR CONSULTANT In f: \groups \p u bwo rk\ag mt \consul t 10/23/96 E4H19IT A daman associates real property services to government industry January 16, 1997 Emmet Berkery, P.E. 3345 Newport Blvd. Suite 215 Newport Beach, CA 92663 Re: Birch Street Widening Dear Mr. Berkery: Daman's fee for services associated with the proposal for the above referenced project will be on a Time & Material Basis NOT TO EXCEED Eleven Thousand One Hundred Thirty Dollars ($11,130.00). In the event City chooses to waive their requirements for comprehensive liability and auto insurance, Daman Associates fee for the above project will be on a Time & Material Basis NOT TO EXCEED Ten Thousand One Hundred Fifty -Five Dollars ($10,155.00) . Very ly you Daniel H ,/'Musselman, Jr. SR/WA, CRA Principal DHM: pw 1701 hilltop drive • orange, ca 92665 (714) 283 -3534 • fax (714) 283 -5642 0 PROPOSAL FOR ACQUISITION SERVICES FOR BIRCH STREET WIDENING IN THE CITY OF NEWPORT BEACH The City of Newport Beach ( "City ") contemplates the widening of Birch Street, northeasterly of Bristol Street North. This will necessitate the acquisition in fee of portions of the following parcels: A.P. No. 427 - 231 -06 A.P. No. 427 - 231 -26 A.P. No. 427 - 231 -25 A.P. No. 427 - 151 -10 A.P. No. 427 - 151 -11 A.P. No. 427 - 151 -12 A.P. No. 427 - 151 -15 Watson Newport Ventures Watson Newport Ventures Goodgame, Westley & Westley Betty Hogan, Trustee Sushil K. Garg John R. Saunders, Trustee Mesa Oaks Development Co. In addition, temporary construction easements are desired from the above - mentioned seven (7) parcels. Daman Associates ( "Daman ") proposes to provide title review; document preparation; legal description and plat map review; negotiation and acquisition services; and title and escrow coordination. Daman will provide all acquisition documents, specifically: Notice of Intent to Acquire, Property Owners' Informational Brochure and Owner Information Sheet, Contract, Agreement, Escrow Instructions, Deeds, Offer Letter, Statement of Just Compensation, Appraisal Summary, Parcel Diary, Receipt of Just Compensation Statement, and Informational Brochure and Right of Entry Form. Samples of these documents will be provided to City within ten (10) days of receipt by Daman of written authorization to proceed. If City does not review and /or reject the submitted documents within fourteen (14) days of their submittal to City, Daman will assume documents are satisfactory and will use documents as submitted. Daman will also be the contact point with the escrow and title officers to ensure a smooth and timely transfer of title and to safeguard City's interests. 1 daman associates 0 0 City will provide to Daman title reports and the appraisal reports, legal descriptions, areas of takes and plat maps of all desired acquisitions at the time written authorization to proceed is received by Daman. City will provide access to all properties for Daman. City will also provide a complete set of signed Plan and Profile Construction Drawings for the proposed project to Daman. 2 daman associates REAL PROPERTY SERVICES 1. Mail written notice of City's Intent to Acquire to each property owner whose property is involved in the project. 2. Confer with City's staff or any other source necessary to ensure all parties are fully informed before negotiations begin. 3. Draft all documents required by federal and state laws and regulations governing land acquisition by public agencies. 4. Submit all documents to City staff for review and approval as to form prior to initiating negotiations. 5. Maintain an individual file for each parcel containing signed parcel diaries, correspondence, documents, agreements, etc. 6. Provide each owner an Information Brochure which includes an in -depth explanation of the acquisition process. 7. Upon City's acceptance of the appraisal, present each owner with a written Offer to Purchase, Statement of Just Compensation and Appraisal Summary. 8. Negotiate with each owner for purchase of required real property based on the approved appraisal. 9. Draft escrow agreements and coordinate with escrow company to ensure transfer of acquired parcels free and clear of all liens and encumbrances except those required by City. 10. Deliver all necessary documents to City for acceptance and recordation through escrow. 11. Coordinate all activities with City Attorney and City Staff as needed to provide support for public hearings required to initiate eminent domain actions. 12. Provide condemnation packets to City Attorney. 13. Coordinate any and all right -of -way related services required during the entire phase of the project up to and including the adoption of Need & Necessity Resolution by City. 3 daman associates 0 0 DAMAN'S FEE Daman's fee for the Birch Street widening: $10,155.00 This fee, based on your verbal request of December 27, 1996, includes labor and materials needed to prepare all necessary acquisition documents, contact the property owners and /or representatives, and coordinate activities with City staff as well as coordinate escrow and title services. Payment of invoices is due thirty (30) days after the invoice is submitted to City and all invoices are subject to a 15% penalty for late payment. SUMMARY OF FEES Title Review and Document Preparation $1,505.00 Negotiation and Acquisition of Seven Separate Parcels T &M, NTE $8,650.00 Notes to Summary of Fees * Daman's fee for negotiation and acquisition, including consultations with City staff and escrow and title coordination, will be on a time and material basis pursuant to our current rate schedule (attached) NOT TO EXCEED Eight Thousand Six Hundred Fifty Dollars ($8,650.00). In the event unforseen circumstances arise which complicate the acquisition so that Daman is unable to complete the project without exceeding its Eight Thousand Six Hundred Fifty Dollar ($8,650.00) estimate, Daman will timely notify City and Daman will await written authorization from City before proceeding further. After City has adopted resolutions of Need & Necessity on any unacquired parcels, Daman's fees will be billed on a Time & Material basis as described on our current rate sheet (attached) and are not part of our fee estimate of $10,155.00. This fee estimate, based on your verbal request of December 27, 1996, includes labor and materials needed to prepare all necessary acquisition documents, contact the property owners and /or representatives, and coordinate activities with City staff as well as coordinate all escrow and title services. Payment of invoices is due thirty (30) days after the invoice is submitted to City and all invoices are subject to a 15% penalty for late payment. M daman associates QUALIFICATIONS Daman provided right -of -way and acquisition services on the following recently completed projects: 2.0 Million Gallon Partial takings of 4+ parcels in La Habra Heights. Reservoir Site Reservoir Site Full and partial takings on two parcels in Lake Elsinore. Trunk Sewer Line Full and partial takings of 28 parcels in Lake Rights -of -Way Elsinore. Street Widening Full and partial takings of 130+ parcels in Costa Mesa. Street Widening Full and partial takings of 35+ parcels in La Quinta. For over four years Daman has provided and continues to provide ongoing real property services to the City of Chino Hills and the Elsinore Valley Municipal Water District on numerous appraisal, acquisition, annexation and title clearance projects. Elsinore Valley Municipal Water District City of Costa Mesa La Habra Heights County Water District City of La Quinta CLIENT REFERENCE LIST Mr. John E. Hoagland General Manager (909) 674 -3146 Mr. Allen Roeder City Manager (714) 754 -5327 Mr. James E. Frei Secretary & General Manager (310) 697 -6769 Mr. Chris Vogt Director of Public Works (619) 564 -2246 5 daman associates TEAM RESUME DAMAN ASSOCIATES Daman Associates, granted DBE /WBE status in accordance with Department of Transportation Rules & Regulations (49 CFR, Part 23), provides a full range of top quality, reasonably priced real property services to its public and private sector clientele. These services include real property and right -of -way engineering, annexation and boundary adjustment /document preparation, appraisal, acquisition, and title and encumbrance research. The keystone to Daman Associates' success is a unique approach to professional consulting which we believe will be the model for service businesses of the future. We retain a core staff of highly qualified experts from most real property disciplines. Top- notch support personnel assist these experts on an "as- needed" basis. This arrangement allows Daman Associates to maintain both low overhead and tight control of costs. As a result, we are able to provide each of our clients with a high quality product individually tailored to its specific project requirements at a very reasonable price. DANIEL H MUSSELMAN. JR.. SR /WA. CRA, a senior member of the International Right -of -Way Association and the Principal of Daman Associates, has more than 26 years experience in right -of -way engineering, management and real property services and is also a Certified Review Appraiser. He served as Real Property Manager for the Cities of Santa Ana, Costa Mesa, Fullerton and Orange, and was Senior Real Property Agent for Tucson Electric Power Company in Tucson, Arizona, and Real Property Manager for the Costa Mesa Sanitary District. Mr. Musselman received his Bachelor of Science degree in Engineering from the United States Naval Academy in Annapolis, Maryland. ANNE J. LOGIE. ESQ., although not currently a practicing attorney, is an active member of the California State Bar with over ten years experience in eminent domain and general civil law. Her law firm practice included construction defect and architects' and engineers' errors and omissions defense. Ms. Logie was also Assistant Right -of -Way Coordinator for Irvine Community Development Company whose parent company is The Irvine Company. She externed for Justice Sheila Prell Sonenshine, California Court of Appeals, District Four, Division Three, and clerked for the Orange County District Attorney, Special Services Unit. Ms. Logie received her Bachelor of Arts degree from the University of California, Los Angeles, and her J.D. from Loyola Law School, Los Angeles, California. 6 daman associates 0 0 MARGARET HALEY, Associate. Margaret has over fifteen years experience specializing in negotiation, appraisal, acquisition, relocation assistance and research as well as extensive public utility and pipeline corridor acquisition. RAY THATCHER, Associate. Ray has over sixteen years of diversified experience in all areas of right of way and title engineering; legal description and exhibit preparation; boundary analysis, constraints and mapping; preparation of computer - generated schedules, maps, plans and exhibits. 7 daman associates Eli H 1131T 13 RATESCHEDULE STRAIGHT TIME CLASSIFICATION BILLING RATE Principal $ 95.00 Real Estate Appraiser 80.00 Senior Real Property Agent 80.00 Real Property Agent 55.00 Right of Way Engineer 55.00 Title Engineer 50.00 Senior Draftsperson 47.00 Technical Secretary/Typist 32.00 Title Searcher 30.00 Attendance at Special Conferences and City Council Meetings will be billed at the regular hourly rate of the attending staff member. OTHER SERVICES Computer @ $ 6.00 /hour Electrostatic Copies @ $ 0.15 /each 24" x 36" Erasable Vellum @ $ 3.00 /each 8' /2" x 11" and 11" x 17" Vellums and Mylars @ $ 0.50 /each Blueline Prints @ $ 1.00 /each Outside Reproduction Services @ Cost Plus 10% Policies of Title Insurance @ Cost Plus 10% Litigation Guarantees @ Cost Plus 10% Title Clearance @ Cost Plus 10% Automobile Expense @ $ 0.40 /mile Messenger Service @ Cost Plus 10% Postage and Freight @ Cost Long Distance Telephone/Telegraph @ Cost Plus 10% Special Services and Materials @ Cost Plus 10% Other Out -of- Pocket Expenses @ Cost Plus 10% Public Testimony /Expert Witness @ $800.00 /day (half day minimum) Court Appearance /Expert Witness @ $700.00 /day (Senior Real Property Agent) (half day minimum) Court Appearance /Expert Witness @ $500.00 /day (Real Property Agent) (half day minimum) The above rates include all direct labor costs, labor overhead, general and administrative expenses, and profit. Hourly rates for other services, excluding court appearance /expert witness fees, will be billed at a Time and Material Basis as shown above. 8 daman associates