HomeMy WebLinkAboutC-3037 - Professional Services for Big Canyon Reservoir Floating CoverAMENDMENT NO.1
TO
PROFESSIONAL SERVICES AGREEMENT
WITH TETRA TECH, INC.
FOR BIDDING AND CONSTRUCTION SERVICES
THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, entered
into this qR4 day ofQ -Qnt— , 2004, by and between the CITY OF NEWPORT
BEACH, a municipal corporation, (hereinafter referred to as "City ") and TETRA TECH,
INC., whose address is 16241 Laguna Canyon Road, Suite 200, Irvine, California,
92618, (hereinafter referred to as "Consultant'), is made with reference to the following:
RECITALS
A. On February 10, 2004, CITY and CONSULTANT entered into a
Professional Services Agreement, hereinafter referred to as "Agreement',
for bidding and construction phase services for the Big Canyon Reservoir
Covering and Disinfection Improvements, hereinafter referred to as
"Project". This Agreement is scheduled to expire on January 31" of 2005.
B. City desires to enter into this Amendment No. 1 to reflect additional
services not included in the Agreement and to extend the term of the
Agreement to June 30, 2005.
C. City desires to compensate Consultant for additional professional services
needed for Project.
D. City and Consultant mutually desire to amend Agreement, hereinafter
referred to as "Amendment No. 1 ", as provided here below.
NOW, THEREFORE, the parties hereto agree as follows:
1. Consultant shall be compensated for services performed pursuant to this
Amendment No. 1 according to "Exhibit A" dated June 9, 2004, attached
hereto.
2. Total additional compensation to Consultant for services performed
pursuant to this Amendment No. 1 for all work performed in accordance
with this Amendment, including all reimburseable items and subconsultant
fees, shall not exceed Thirty -six thousand and 00/100 Dollars
($36,000.00).
3. The term of the Agreement shall be extended to June 30, 2005.
0 0
4. Except as expressly modified herein, all other provisions, terms, and
covenants set forth in Agreement shall remain unchanged and shall be in
full force and effect.
IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 1 on
the date first above written.
APPROVFq AS TO FORM:
City Attorney
for the City of Newport Beach
ATTEST:
1-6Vonne Harkless,
City Clerk
Attachment: Exhibit A
CITY OF NEWPORT BEACH,
A Municipal CorgDr tign.
for the City of Nowpjort
TETRA TECH, INC.:
By:
81ev6 Tedesco, P.E.
Divisional Senior Vice President
f : \usem\pbw\shared\agreements \fy 03- 04\tetra tech -bcr floating cover amendl.doc
0
TETRATECH, INC.
Infrastructure Services Group
June 9, 2004
Michael J. Sinacori, P.H.
Utilities Manager
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92658 -8915
9
Exhibit A
Reference: Big Canyon Reservoir Floating Cover and Disinfection Facilities
Request for Additional Authorization — Construction Services
Dear Mr. Sinaeori:
As we have been working on the construction services portion of the project, Tetra Tech, Inc, has
provided additional services requested by the City that were beyond the original scope of work As
a result, this has impacted our existing budget. These additional services have included construction
staking, attending weekly meetings instead of the original scope of once per month, as well as
redesign.
The following is a discussion of the work performed to date by task:
Task 1. Bidding Assistatace — There were three (3) addenda prepared during the bidding phase.
The original $6,000 budget for this task was exceeded by $1,865. As a result, we are requesting
compensation for this effort.
Task 2. Shop Drawings — We have reviewed about 70 shop drawings including resubmittals. We
estimate that we are currently about two thirds completed with the shop drawings on the project and
estimate that the $7,450 will be adequate to complete the remainder of the submittal. review.
Task 3. RFC/Change Orders— We have reviewed approximately 25 RFCs on the project as well as
response to telephone and email questions from the contractor. There is currently $1,468 remaining
in the budget. This remaining budget does not appear to be adequate to address the remaining RFCs
and questions on the project. We estimate that we will need an additional $5,445 for this task
Task 4. Site Visits/Meedngs — The original budget included monthly site visits. I3owever, the City
had requested that Tetra Tech attend the weekly project meetings. We have already expended out
budget for this task. The City indicated that formal meetings will continue to be held every two
weeks. As a result, we estimate that will require about 11 more meetings with an additional budget
of $6,300 through the estimated project completion.
16241 Laguna Canyon Road, Suite 200, 1iwine, CA 92618
Tel 949.727.7099 Fax 949.727.7097
www.tetratech.com
• •
TETRATECH, INC.
Infrastructure Services Group
Mr. Michael Sinacori
June 9, 2004
Page 2
Task 5. Record Drawings — Some minor work has been done which will apply to the as -built
conditions. The remaining budget should be adequate.
Task 6 Rein:bursables — There is currently about $400 remaining in this task for printing of final
as- builts.
Task 7. Disinfection S)?stem Redesign — On March 24, 2004, the City had requested some
modifications to the design of the disinfection facilities and piping at the Big Canyon Reservoir.
The following items sumnarize the requested changes. The requested budget for this task was
$7,500. The work has been completed and provided to the City.
• Relocate analyzers from the basement to the upper control room area. Revise layout in the
upper level control room for two chlorine analyzers, two ammonia analyzers, and new control
cabinet, existing motorized operator valves, telemetry, etc.
• Relocate and revise sample piping and return lines on main inlet and outlet reservoir piping.
• Add electrical junction box for two new sample pumps in the basement area (sample pumps
provided by City).
• Delete chlorine /analyzer fiberglass enclosure and block masonry wall on the slope. Relocate
analyzers that were in the fiberglass shed to a post mounted 316 enclosure on the reservoir
access road. Return sample line to go back into existing piping trough into reservoir. Analyzer
waste to flow by gravity down the embankment (encased pipe) where it will tie into sewer.
• Delete sump and sump pump in control room basement for analyzer waste that was previously
going to sewer. Extend existing 4 -inch sewer around the west side of control building to pick
up analyzer waste from upper level control room and from the drain line coming down the
embankment.
• Relocate the rotometer panel that was in the fiberglass shed to the disinfection pad (locate panel
in the future chlorine dioxide area). From the rotometer panel, revise the single chlorine solution
line with four separate chlorine lines up the reservoir embankment (encased in slung) and then
down the trough to each of the mixers. Provide check valves on each line at the top of reservoir
and down near the rotometer panel.
Task 8. Construction Survey and Staking — The City requested that construction survey and
staking be performed on items for the reservoir access road, mixers, control panels, etc. Since this
was not a task in the original scope of work, we did not have any budget for this task. Consequently
the funds came out of our existing contract budget. We are therefore requesting $6,555 for this task
as previously billed to the City. Additionally, the construction inspector estimates that an additional
one and one -half days of survey /staking will be needed on the project. As a result, we estimate that
$4,000 will be needed for that task.
Task 9. Concrete Mixer Foundation — This task was beyond the scope of work. The Contractor
and City had requested that Tetra Tech provide design sketches for the concrete and steel for the
mixer foundation pads. This task was approximately 16 hours at a cost of $2,500, which has
already been performed and billed to the City.
E
TETRATECH, INC.
Infrastructure Services Group
Mr. Michael Sinacori
June 9, 2004
Page 3
0
The original scope of work tasks and budget as well as the remaining budget and proposed new
budget totals are as follows:
Task Description
1.
Bidding Assistance
2.
Shop Drawings
3.
RFCs /Change Orders
4.
Site Visits/Meetings (Monthly)
5.
Record Drawings
6.
Reimbursables
7. (new)
Disinfection System Redesign
8. (new)
Construction Survey and Staking
9. (new)
Concrete Mixer Foundation
$ 1,468
Total
Original
Expended
Remaining
Total
Budget
Budget
Budget
Budget
$ 6,000
$ 7,865
-$1,865
$ 7,865
$26,000
$18,550
$ 7,450
$26,000
$ 9,000
$ 7,532
$ 1,468
$14,445
$ 8,000
$ 9,835
-$ 1,835
$16,135
$ 4,500
$ 623
$ 3,877
$ 4,500
$ 1,000
$ 600
$ 400
$ 1,000
$ 0
$ 7,500
-$7,500
$ 7,500
$ 0
$ 6,555
-$6,555
$10,555
$ 0
$ 2,500
-$2,500
$ 2.500
$54,500
$61,560
$ -7,060
$90,500
As a result, we are requesting the following additional budget authorization necessary to complete
the construction services for the project:
Task 1
Bidding Assistance (beyond original budget)
$
1,865
Task 3
Additional Budget for RFCs /questions
$
5,445
Task 4
Site Visits/Meetings (beyond original budget)
$
1,835
Task 4
Additional Budget for Remaining Biweekly Meetings
$
6,300
Task 7
Disinfection System Redesign (performed)
$
7,500
Task 8
Construction Survey and Staling (performed)
$
6,555
Task 8
Construction Survey and Staling (additional)
$
4,000
Task 9
Concrete Mixer Foundation (performed)
2,500
Total Additional Budget $36,000
The billing rates and all other, terms of the existing contract will remain the same. The total contract
amount will be increased from $54,500 to $90,500.
If you have any questions, please call.
ice President
SDT /SE:cg
J :\0060610055.01 \1-004se.doe(I00)
•
•
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No. 21
June 22,2004
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Michael J. Sinacori, P.E.
949 -644 -3311
msinacod@city.newport-beach.ca.us
SUBJECT: BIG CANYON RESERVOIR FLOATING COVER AND DISINFECTION
IMPROVEMENTS — CONTRACT NO. 3037 — STATUS REPORT AND
AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT
WITH TETRA TECH, INC.
RECOMMENDATIONS:
Receive and File Status Report.
2. Approve Amendment No. 1 to Professional Services Agreement with Tetra Tech,
Inc. for Construction Support Services for an increased fee of $36,000.
DISCUSSION:
On February 10, 2004 the City approved a construction contract for the covering and
disinfection improvements at the Big Canyon Reservoir along with several consultant
support service contracts. The work officially began on March 15, 2004 and after three
months the project proceeds ahead of schedule and within budget. The following is a
summary of expenditures to date:
Contractor /Consultant
Function
Contract
Amount
Contract Amount
Remaining
Banshee Construction
Contractor
$6,114,015(')
$4,101,686
PBS &J
Inspection
229,108
176,728
Hilts Consulting Group
Cover Specialist
84,000
47,197
Tetra Tech
Shop Drawing Review and
Construction Observation
54,500
0
URS
Geotechnical Support
24,480
8,533
('� Includes the Council approved $450,000 contingency and potential bonus payment
SUBJECT: Big Canyon Reservoir ling Cover — Contract No. 3037 — Status Report endment No. 1 to Professlodal
Services Agreement vAtqWa Tech, Inc.
June 22, 2004
Page 2
Banshee Construction continues at very aggressive pace and plans to be completed
approximately 9 -weeks early, resulting in a $135,000 bonus. They have been working
10 hour shifts Monday thru Friday and 8 hours shifts on Saturdays as they begin to
install the cover material. If all goes as planned, they should be completed before
Thanksgiving. The following is a forecast of expected expenditures with Banshee
Construction:
Original bid amount: $5,664,015
Approved Change Orders (1.43 %) 1 81,037
Estimated Future Change Orders 100,000
Estimated Bonus Payment ($3000 per day) 135,000
Final Forecasted Contract Cost $5,980,052
Estimated Remaining Funds at Job Completion: $133,963
During the first three months of the project construction, the consultant support services
are within budget with the exception of Tetra Tech. Additional services are requested
for Tetra Tech which are detailed in the attached Amendment No 1. Of the requested
$36,000 approximately $10,000 is for construction staking which was not included in
their original construction support contract. In addition, the Utilities Department staff
determined a more cost effective way to install the disinfection piping and controls
resulting in overall construction savings and a better final product for long term
operations. However, a $7,500 re- design cost was experienced by Tetra Tech for
these disinfection system modifications. The requested $36,000 in funds for
Amendment No. 1 will be paid from the contingency approved for the project.
Environmental Review:
A Negative Declaration in accordance with the California Environmental Quality Act
(CEQA) was prepared and approved by the City Council on June 27, 1994. An
environmental document in accordance with the National Environmental Policy Act
(NEPA) was developed by EPA as part of the implementation of the grant program.
The NEPA document and associated Finding of No Significant Impact (FONSI) was
issued in December 2003.
Prepared
J. Sinacori, P.E.
I Civil Engineer
Attachments: Change Order Summary
Amendment No. 1
Submitted by:
. il
i
.
0
0
BIG CANYON RESERVOIR
COVERING AND DISINFECTION IMPROVEMENTS
Contract No. 3037
Change Order Summary
06/10/2004
Credit Description & Item No. I Deductions Additions I Change Order Description & Item No.
1. Reduction in curb width.
2. Reduction in disinfection piping
3. Cost savings straight batten bars
4. Delete AC paving bottom of reservoir
5. Delete AC repair 22,000 sq. ft.
0
6. Delete FRP structure
Total
Total
Grand Change Order Total (6 /10104)
(8,840.00)
(6,210.00) $15,050.00
(3,615.36) $4,303.07
(23,400.00) $25,200.00
(50,000.00) $129,150.00
- 92,065.36 $173,703.07
1. Addition of red slurry behind curb
2. Upgrade lighting fixtures
3. Add 1.5" concrete paving
4. Add 715.5 yards slurry in bottom
$81,037.71 Change Order No. 1
$2,900.00
5. Additional rebar splicing
$6,000.00
6. Wrapping chafer strip around batten
$1,457.48
7. Sandblast
$1,556.41
8. Flex coupling
$3,000.00
9. Additional road grading
(19,474.00) $14,943.00
10. Disinfection changes
(19,474.00) $29,856.89
Subtotal Credit & Change Order
$10,382.89
Change Order No. No. 2
$91,420.60
• 0
AMENDMENT NO.1
TO
PROFESSIONAL SERVICES AGREEMENT
WITH TETRA TECH, INC.
FOR BIDDING AND CONSTRUCTION SERVICES
THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, entered
into this 22nd day of June, 2004, by and between the CITY OF NEWPORT BEACH, a
municipal corporation, (hereinafter referred to as "City ") and TETRA TECH, INC., whose
address is 16241 Laguna Canyon Road, Suite 200, Irvine, California, 92618,
(hereinafter referred to as "Consultant "), is made with reference to the following:
RECITALS
A. On February 10, 2004, CITY and CONSULTANT entered into a
Professional Services Agreement, hereinafter referred to as "Agreement ",
for bidding and construction phase services for the Big Canyon Reservoir
Covering and Disinfection Improvements, hereinafter referred to as
'Project'. This Agreement is scheduled to expire on January 3151 of 2005.
B. City desires to enter into this Amendment No. 1 to reflect additional
services not included in the Agreement and to extend the term of the
Agreement to June 30, 2005.
C. City desires to compensate Consultant for additional professional services
needed for Project.
D. City and Consultant mutually desire to amend Agreement, hereinafter
referred to as "Amendment No. 1", as provided here below.
NOW, THEREFORE, the parties hereto agree as follows:
Consultant shall be compensated for services performed pursuant to this
Amendment No. 1 according to "Exhibit A" dated June 9, 2004, attached
hereto.
Total additional compensation to Consultant for services performed
pursuant to this Amendment No. 1 for all work performed in accordance
with this Amendment, including all reimburseable items and subconsultant
fees, shall not exceed Thirty -six thousand and 001100 Dollars
($36,000.00).
3. The term of the Agreement shall be extended to June 30, 2005.
0
0
•
4. Except as expressly modified herein, all other provisions, terms, and
covenants set forth in Agreement shall remain unchanged and shall be in
full force and effect.
IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 1 on
the date first above written.
APPROVED AS TO FORM:
City Attorney
for the City of Newport Beach
ATTEST:
LaVonne Harkless,
City Clerk
Attachment: Exhibit A
9
CITY OF NEWPORT BEACH,
A Municipal Corporation
By:
Mayor
for the City of Newport Beach
TETRA TECH, INC.:
A
f:\ users \pbvAsharedlagreements \fy 03-04 \tetra tech -bcr floating cover amend 1.doc
0
0
. TETRATECH,INC,
Infrastructure Services Group
June 9, 2004
Michael J. Sinacori, P.B.
Utilities Manager
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92658 -8915
• Exhibit A
0
Reference: Big Canyon Reservoir Floating Cover and Disinfection Facilities
Request for Additional Authorization — Construction Services
Dear Mr. Sinacori:
As we have been working on the construction services portion of the project, Tetra Tech, Inc. has
provided additional services requested by the City that were beyond the original scope of work As
a result, this has impacted our existing budget. These additional services have included construction
staking, attending weekly meetings instead of the original scope of once per month, as well as
redesign.
The following is a discussion of the work performed to date by task:
Task L Bidding Assistance — There were three (3) addenda prepared during the bidding phase.
The original $6,000 budget for this task was exceeded by $1,865. As a result, we are requesting
compensation for this effort.
Task 2. Shop Draivings — We have reviewed about 70 shop drawings including resubmittals. We
estimate that we are currently about two thirds completed with the shop drawings on the project and
estimate that the $7,450 will be adequate to complete the remainder of the submittal review.
Task 3. RFUChange Orders — We have reviewed approximately 25 RFCs on the project as well as
response to telephone and email questions from the contractor. There is currently $1,468 remaining
in the budget. This remaining budget does not appear to be adequate to address the remaining RFCs
and questions on the project. We estimate that we will need an additional $5,445 for this task.
Task 4. Site VisU& Meetings — The original budget included monthly site visits. I3owever, the City
had requested that Tetra Tech attend the weekly project meetings. We have already expended our
budget for this task. The City indicated that formal meetings will continue to be held every two
weeks. As a result, we estimate that will require about 11 more meetings with an additional budget
of $6,300 through the estimated project completion.
0
16241 Laguna Canyon Road, Suite 200, Irvine, CA 92618
Tel 949.727.7099 Fax 949.727.7097
www.tetratech.com
TETRATECH, INC.
Infrastructure Services Group
Mr. Michael Sinacori
June 9, 2004
Page 2
Task 5. Record Drawings — Some minor work has been done which will apply to the as -built
conditions. The remaining budget should be adequate.
Task 6. Reimbursables — There is currently about $400 remaining in this task for printing of final
as- builts.
Task 7. Disinfection System Redesign — On March 24, 2004, the City had requested some
modifications to the design of the disinfection facilities and piping at the Big Canyon Reservoir.
The following items summarize the requested changes. The requested budget for this task was
$7,500. The work has been completed and provided to the City.
• Relocate analyzers from the basement to the upper control room area. Revise layout in the
upper level control room for two chlorine analyzers, two ammonia analyzers, and new control
cabinet, existing motorized operator valves, telemetry, etc.
• Relocate and revise sample piping and return lines on main inlet and outlet reservoir piping.
• Add electrical junction box for two new sample pumps in the basement area (sample pumps
provided by City).
•
Delete chlorine/analyzer fiberglass enclosure and block masonry wall on the slope. Relocate
analyzers that were in the fiberglass shed to a post mounted 316 enclosure on the reservoir
access road. Return sample line to go back into existing piping trough into reservoir. Analyzer
waste to flow by gravity down the embankment (encased pipe) where it will tie into sewer.
• Delete sump and sump pump in control room basement for analyzer waste that was previously
going to sewer, Extend existing 4 -inch sewer around the west side of control building to pick
up analyzer waste from upper level control_ room and from the drain line coming down the
embankment.
• Relocate the rotometer panel that was in the fiberglass shed to the disinfection pad (locate panel
in the future chlorine dioxide area). From the rotometer panel, revise the single chlorine solution
line with four separate chlorine lines up the reservoir embankment (encased in slurry) and then
down the trough to each of the mixers. Provide check valves on each line at the top of reservoir
and down near the rotometer panel.
Task 8. Construction Survey and Staking — The City requested that construction survey and
staking be performed on items for the reservoir access road, mixers, control panels, etc. Since this
was not a task in the original scope of work, we did not have any budget for this task. Consequently
the funds came out of our existing contract budget. We. are therefore requesting $6,555 for this task
as previously billed to the City. Additionally, the construction inspector estimates that an additional
one and one -half days of survey/staking will be needed on the project. As a result, we estimate that
$4,000 will be needed for that task.
Task 9. Concrete Mixer Foundation — This task was beyond the scope of work. The Contractor
and City had requested that Tetra Tech provide design sketches for the concrete and steel for the
mixer foundation pads. This task was approximately 16 hours at a cost of $2,500, which has
already been performed and billed to the City.
TETRATECH, INC.
Infrastructure Services Group
Mr. Michael Sinacori
June 9, 2004
Page 3
The original scope of work tasks and budget as well as the remaining budget and proposed new
budget totals are as follows:
Task Description
1.
Bidding Assistance
2.
Shop Drawings
3.
RFCs /Change Orders
4.
Site Visits/Meetings (Monthly)
5.
Record Drawings
6.
Reimbursables
7. (new)
Disinfection System Redesign
8. (new)
Construction Survey and Staking
9. (new)
Concrete Mixer Foundation
$ 1,468
Total
Original
Expended
Remaining
Total
Budget
Budget
Budget
Budget
S 6,000
$ 7,865
41,865
3 7,865
$26,000
$18,550
$ 7,450
$26,000
S 9,000
$ 7,532
$ 1,468
$14,445
S 8,000
$ 9,835
-$ 1,835
$16,135
S 4,500
S 623
$ 3,877
$ 4,500
S 1,000
$ 600
$ 400
$ 1,000
$ 0
S 7,500
-$7,500
$ 7,500
$ 0
$ 6,555
46,555
$10,555
$ 0
$ 2.500
-$ 2.500
S 2.500
$'54,500
$61,560
$- 7,060
$90,500
As a result, we are requesting the following additional budget authorization necessary to complete
the construction services for the project:
Task 1
Bidding Assistance (beyond original budget)
$
1,865
Task 3
Additional Budget for RFCs /questions
$
5,445
Task 4
Site Visits/Meetings (beyond original budget)
$
1,835
Task 4
Additional Budget for Remaining Biweekly Meetings
$
6,300
Task 7
Disinfection System Redesign (performed)
$
7,500
Task 8 Construction Survey and Staling (performed)
$
6,555
Task 8
Construction Survey and Staling (additional)
$
4,000
Task 9
Concrete Mixer Foundation (performed)
2,500
Total Additional Bridget $36,000
The billing rates and all other terms of the existing contract will remain the same. The total contract
amount will be. increased from $54,500 to $90,500.
If you have any questions, please call.
'Stele Tedesco, P.E.
Divisional Senior Vice President
SDT /SE:cg
J:\00606w055.01v- 0045Gaoc(I oo)
0
C�
CAL P.RNIA PRELIMINARY NUICE 9895583
IN ACCORDA E WITH SECTION 3097 AND 3098, CALIFOR A CIVIL CODE
THIS IS Q ALIEN, THIS IS NOT A REFLECTION ON THE INTEGRITY OF ANY CONTRACTOR-OR SUBCONTRACTOR
YOU ARE HEREBY NOTIFIED THAT ...
���... Rodbusters & Wheeler, Inc.
(name of person or firm furnishing labor, services, equipment or
CONSTRUCTION LENDER or material) 2509 S. Main, Unit G
Reputed Construction Lender, if any Santa Ana, CA 92707
(address of person or fine furnishing labor, services,
_,Q'littlo-r eey ----
OWNER or PU LC}ik6Erdlyf"
or Reputed Owner (on au ° Q : --
(on private work)
<Y
jctim
MWe
Q
Cgpies.S'eitTtx ,
City Of Newport Beach
Q
P.O. Box 1768
❑ touncit Member
I
_ _
❑Manager
N
_,Q'littlo-r eey ----
OWNER or PU LC}ik6Erdlyf"
or Reputed Owner (on au ° Q : --
(on private work)
SUBCONTRACTOR with whom claimant
has contracted
Rodbusters & Wheeler, Inc.
2509 S. Main, Unfit G
Santa Ana, CA 9a7O7
equipment or material)
has furnished or will furnish labor, services, equipment or
materials of the following general description:
Concrete Rebar Furnished &
(general description of the labor, services, equipment or
Installed
material furnished or to be furnished)
for the building, structure or other work of improvement
locatedat: Big Canyon.Reawrvoir
(address or description of job site
Floating Cover & Disinfection
sufficient for identification)
Facilities - Newport Beach
The name of the person or firm who contracted for the
purchase of such labor, services, equipment or material is:
Banshee Construction Company, Inc
Colton, CA
An estimate of the total price of the labor, services
equipment or materials furnished or to be furnished is:
$ 75.000.00
Trust Funds to which Supplemental Fringe Benefits are
Payable. (Material men not required to furnish)
C.F.I. Trust Fund
(name) (address),
Dept. 7273
(name) (address) .
Los Angeles, CA 90088 -7273
(name) . (address)
NOTICE TO PROPERTY OWNER
If bills are not paid in full for the labor, services, equipment,
or materials furnished or to be furnished, a mechanics' lien
leading to the loss, through court foreclosure proceedings,
of all or part of your property being so improved may be
placed against the property even though you have paid
your contractor in full. You may wish to protect yourself
against this consequence by (1) requiring your contractor
to furnish a signed release by the person or firm giving
you this notice before making payment to your
contractor, (2) requiring your contractor to furnish a
receipt to establish that you paid the contractor in full and
recording no later than 30 days from receipt of this
Preliminary Notice an affidavit that you paid the contractor
in full, or (3) any other method or device that is appropriate
or the clrcWa antes.
/ D ted: to qh , 2004
Contract
Telephone Number (_7L4 ) 540 -0046
This form (No. 5940 Revised 11V2000) Or Copyrighted by and distributed through BUILDING INDUSTRY CREDIT ASSOCIATION (213) 251 -1100
Q
City Of Newport Beach
P.O. Box 1768
W
Newport Beach, CA 92658 -8915
N
E
R
ORIGINAL CONTRACTOR or
Reputed Contractor, if any
SUBCONTRACTOR with whom claimant
has contracted
Rodbusters & Wheeler, Inc.
2509 S. Main, Unfit G
Santa Ana, CA 9a7O7
equipment or material)
has furnished or will furnish labor, services, equipment or
materials of the following general description:
Concrete Rebar Furnished &
(general description of the labor, services, equipment or
Installed
material furnished or to be furnished)
for the building, structure or other work of improvement
locatedat: Big Canyon.Reawrvoir
(address or description of job site
Floating Cover & Disinfection
sufficient for identification)
Facilities - Newport Beach
The name of the person or firm who contracted for the
purchase of such labor, services, equipment or material is:
Banshee Construction Company, Inc
Colton, CA
An estimate of the total price of the labor, services
equipment or materials furnished or to be furnished is:
$ 75.000.00
Trust Funds to which Supplemental Fringe Benefits are
Payable. (Material men not required to furnish)
C.F.I. Trust Fund
(name) (address),
Dept. 7273
(name) (address) .
Los Angeles, CA 90088 -7273
(name) . (address)
NOTICE TO PROPERTY OWNER
If bills are not paid in full for the labor, services, equipment,
or materials furnished or to be furnished, a mechanics' lien
leading to the loss, through court foreclosure proceedings,
of all or part of your property being so improved may be
placed against the property even though you have paid
your contractor in full. You may wish to protect yourself
against this consequence by (1) requiring your contractor
to furnish a signed release by the person or firm giving
you this notice before making payment to your
contractor, (2) requiring your contractor to furnish a
receipt to establish that you paid the contractor in full and
recording no later than 30 days from receipt of this
Preliminary Notice an affidavit that you paid the contractor
in full, or (3) any other method or device that is appropriate
or the clrcWa antes.
/ D ted: to qh , 2004
Contract
Telephone Number (_7L4 ) 540 -0046
This form (No. 5940 Revised 11V2000) Or Copyrighted by and distributed through BUILDING INDUSTRY CREDIT ASSOCIATION (213) 251 -1100
PROFESSIONAL SERVICES AGREEMENT KITH
TETRA TECH, INC.
FOR
BIDDING AND CONSTRUCTION SERVICES
THIS AGREEMENT is made and entered into as of this 10fk day of t ,
200, by and between the CITY OF NEWPORT BEACH, a Municipal Corpo tion
( "City"), and TETRA TECH, INC. a Corporation whose address is 16241 Laguna
Canyon Road, Suite 200, Irvine, California, 92618 ( "Consultant "), and is made with
reference to the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now being
conducted under the statutes of the State of California and the Charter of City.
B. City is planning to install a floating cover and new disinfection facilities at the Big
Canyon Reservoir (the "Project ").
C. City desires to engage Consultant for Bidding and Construction Phase Services
for the Project.
D. Consultant possesses the skill, experience, ability, background, certification and
knowledge to provide the services described in this Agreement.
E. The principal member of Consultant for purposes of Project shall be Steve
Tedesco, P.E.
F. City has solicited and received a proposal from Consultant, has reviewed the
previous experience and evaluated the expertise of Consultant, and desires to
retain Consultant to render professional services under the terms and conditions
set forth in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as
follows:
ilk 11 4:4i'i'
The term of this Agreement shall commence on the day of IW6 2004,
and shall terminate on the 31"t day of January 2005, unless terminated earlier as
set forth herein.
2. SERVICES TO BE PERFORMED
Consultant shall diligently perform all the services described in the Scope of
Services attached hereto as Exhibit A and incorporated herein by reference. The
Y
City may elect to delete
discretion.
3. TIME OF PERFORMANCE
46
certain tasks of the Scope of Services at its sole
Time is of the essence in the performance of services under this Agreement and
the services shall be performed to completion in a diligent and timely manner.
The failure by Consultant to perform the services in a diligent and timely manner
may result in termination of this Agreement by City.
Notwithstanding the foregoing, Consultant shall not be responsible for delays due
to causes beyond Consultant's reasonable control. However, in the case of any
such delay in the services to be provided for the Agreement, each party hereby
agrees to provide notice to the other party so that all delays can be addressed.
3.1 Consultant shall submit all requests for extensions of time for performance
in writing to the Project Administrator not later than ten (10) calendar days
after the start of the condition that purportedly causes a delay. The
Project Administrator shall review all such requests and may grant
reasonable time extensions for unforeseeable delays that are beyond
Consultant's control.
3.2 For all time periods not specifically set forth herein, Consultant shall
respond in the most expedient and appropriate manner under the
circumstances, by either telephone, fax, hand - delivery or mail.
4. COMPENSATION TO CONSULTANT
City shall pay Consultant for the services on a time and expense not -to- exceed
basis in accordance with the provisions of this Section and the Schedule of
Billing Rates attached hereto as Exhibit B and incorporated herein by reference.
In no event shall Consultant's compensation exceed Fifty Four Thousand Five
Hundred Dollars and no /100 ($54,500.00) without additional authorization from
City. No billing rate changes shall be made during the term of this Agreement
without the prior written approval of City.
4.1 Consultant shall submit monthly invoices to City describing the work
performed the preceding month. Consultant's bills shall include the name
of the person who performed the work, a brief description of the services
performed and /or the specific task in the Scope of Services to which it
relates, the date the services were performed, the number of hours spent
on all work billed on an hourly basis, and a description of any
reimbursable expenditures. City shall pay Consultant no later than thirty
(30) days after approval of the monthly invoice by City staff.
4.2 City shall reimburse Consultant only for those costs or expenses
specifically approved in this Agreement, or .specifically approved in
'r:
G 411
advance by City. Unless otherwise approved, such costs shall be limited
and include nothing more than the following costs incurred by Consultant:
A. The actual costs of subconsultants for performance of any of the
services that Consultant agrees to render pursuant to this
Agreement, which have been approved in advance by City and
awarded in accordance with this Agreement.
B. Approved reproduction charges.
C. Actual costs and/or other costs and/or payments specifically
authorized in advance in writing and incurred by Consultant in the
performance of this Agreement.
4.3 Consultant shall not receive any compensation for Extra Work without the
prior written authorization of City. As used herein, "Extra Work" means
any work that is determined by City to be necessary for the proper
completion of services for this Agreement, but which is not included within
the Scope of Services and which the parties did not reasonably anticipate
would be necessary at the execution of this Agreement. Compensation
for any authorized Extra Work shall be paid in accordance with the
Schedule of Billing Rates as set forth in Exhibit B.
5. PROJECT MANAGER
Consultant shall designate a Project Manager, who shall coordinate all phases of
the Project. This Project Manager shall be available to City at all reasonable times
during the Agreement term. Consultant has designated Steve Tedesco to be its
Project Manager. Consultant shall not remove or reassign the Project Manager or
any personnel listed in Exhibit A or assign any new or replacement personnel
services under this Agreement without the prior written consent of City. City's
approval shall not be unreasonably withheld with respect to the removal or
assignment of non -key personnel.
Consultant, at the sole discretion of City, shall remove from the Project any of its
personnel assigned to the performance of services upon written request of City.
Consultant warrants that it will continuously furnish the necessary personnel to
complete the services on a timely basis as contemplated by this Agreement.
6. ADMINISTRATION
This Agreement will be administered by the Public Works Department.
Michael J. Sinacori, P.E. shall be 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.
i
7. CITY'S RESPONSIBILITIES
In order to assist Consultant in the execution of its responsibilities under this
Agreement, City agrees to, where applicable:
A. Provide access to, and upon request of Consultant, one copy of all
existing relevant information on file at City. City will provide all such
materials in a timely manner so as not to cause delays in Consultant's
work schedule.
B. Provide blueprinting and other services through City's reproduction
company for bid documents. Consultant will be required to coordinate the
required bid documents with City's reproduction company. All other
reproduction will be the responsibility of Consultant and as defined above.
C. Provide usable life of facilities criteria and information with regards to new
facilities or facilities to be rehabilitated.
8. STANDARD OF CARE
8.1 All of the services shall be performed by Consultant or under Consultant's
supervision. Consultant represents that it possesses the professional and
technical personnel required to perform the services required by this
Agreement, and that it will perform all services in a manner commensurate
with community professional standards. All services shall be performed
by qualified and experienced personnel who are not employed by City, nor
have any contractual relationship with City.
8.2 Consultant represents and warrants to City that it has or shall obtain all
licenses, permits, qualifications, insurance and approvals of whatsoever
nature that are legally required of Consultant to practice its profession.
Consultant further represents and warrants to City that Consultant shall, at
its sole cost and expense, keep in effect or obtain at all times during the
term of this Agreement, any and all licenses, permits, insurance and other
approvals that are legally required of Consultant to practice its profession.
Consultant shall maintain a City of Newport Beach business license during
the term of this Agreement.
8.3 Consultant shall not be responsible for delay, nor shall Consultant be
responsible for damages or be in default or deemed to be in default by
reason of strikes, lockouts, accidents, or acts of God, or the failure of City
to furnish timely information or to approve or disapprove Consultant's work
promptly, or delay or faulty performance by City, contractors, or
governmental agencies.
In
0
9. HOLD HARMLESS
•)
To the fullest extent permitted by law, Consultant shall indemnify, defend and
hold harmless City, its City Council, boards and commissions, officers, agents
and employees (collectively, the "Indemnified Parties) from and against any and
all claims (including, without limitation, claims for bodily injury, death or damage
to property), demands, obligations, damages, actions, causes of action, suits,
losses, judgments, fines, penalties, liabilities, costs and expenses (including,
without limitation, attorney's fees, disbursements and court costs) of every kind
and nature whatsoever (individually, a Claim; collectively, "Claims "), which may
arise from or in any manner relate (directly or indirectly) to any work negligently
performed or services provided under this Agreement (including, without
limitation, defects in workmanship or materials and /or design defects [if the
design originated with Consultant]) or Consultant's presence or activities
conducted under this Agreement (including the negligent and /or willful acts,
errors and/or omissions of Consultant, its principals, officers, agents, employees,
vendors, suppliers, consultants, subcontractors, anyone employed directly or
indirectly by any of them or for whose acts they may be liable or any or all of
them).
Notwithstanding the foregoing, nothing herein shall be construed to require
Consultant to indemnify the Indemnified Parties from any Claim arising from the
active negligence or willful misconduct of the Indemnified Parties. Nothing in this
indemnity shall be construed as authorizing any award of attorney's fees in any
action on or to enforce the terms of this Agreement. This indemnity shall apply to
all claims and liability regardless of whether any insurance policies are
applicable. The policy limits do not act as a limitation upon the amount of
indemnification to be provided by the Consultant.
10. INDEPENDENT CONTRACTOR
It is understood that City retains Consultant on an independent contractor basis and
Consultant is not an agent or employee of City. The manner and means of
conducting the work are under the control of Consultant, except to the extent they
are limited by statute, rule or regulation and the expressed terms of this Agreement.
Nothing in this Agreement shall be deemed to constitute approval for Consultant or
any of Consultant's employees or agents, to be the agents or employees of City.
Consultant shall have the responsibility for and control over the means of
performing the work, provided that Consultant is in compliance with the terms of
this Agreement. Anything in this Agreement that may appear to give City the right
to direct Consultant as to the details of the performance or to exercise a measure of
control over Consultant shall mean only that Consultant shall follow the desires of
City with respect to the results of the services.
11. COOPERATION
5
Consultant agrees to work closely and cooperate fully with City's designated Project
Administrator and any other agencies that may have jurisdiction or interest in the
work to be performed. City agrees to cooperate with the Consultant.
12. CITY POLICY
Consultant shall discuss and review all matters relating to policy and Project
- direction with City's Project Administrator in advance of all critical decision points
in order to ensure the Project proceeds in a manner consistent with City goals
and policies.
13. PROGRESS
Consultant is responsible for keeping the Project Administrator and /or his /her
duly authorized designee informed on a regular basis regarding the status and
progress of the Project, activities performed and planned, and any meetings that
have been scheduled or are desired.
14. INSURANCE
Without limiting Consultant's indemnification of City, and prior to commencement
of work. Consultant shall obtain, provide and maintain at its own expense during
the term of this Agreement, a policy or policies of liability insurance of the type
and amounts described below and in a form satisfactory to City.
A. Certificates of Insurance. Consultant shall provide certificates of
insurance with original endorsements to City as evidence of the insurance
coverage required herein. Insurance certificates must be approved by
City's Risk Manager prior to commencement of performance or issuance
of any permit. Current certification of insurance shall be kept on file with
City at all times during the term of this Agreement.
B. Signature. A person authorized by the insurer to bind coverage on its
behalf shall sign certification of all required policies.
C. Acceptable Insurers. All insurance policies shall be issued by an
insurance company currently authorized by the Insurance Commissioner
to transact business of insurance in the State of California, with an
assigned policyholders' Rating of A (or higher) and Financial Size
Category Class VII (or larger) in accordance with the latest edition of
Best's Key Rating Guide, unless otherwise approved by the City's Risk
Manager.
D. Coverage Requirements.
Workers' Compensation Coverage. Consultant shall maintain
Workers' Compensation Insurance and Employer's Liability
Insurance for his or her employees in accordance with the laws of
,'.9
• i
the State of California. In addition, Consultant shall require each
subcontractor to similarly maintain Workers' Compensation
Insurance and Employer's Liability Insurance in accordance with
the laws of the State of California for all of the subcontractor's
employees. Any notice of cancellation or non - renewal of all
Workers' Compensation policies must be received by City at least
thirty (30) calendar days prior to such change. The insurer shall
agree to waive all rights of subrogation against City, its officers,
agents, employees and volunteers for losses arising from work
performed by Consultant for City.
ii. General Liability Coverage. Consultant shall maintain commercial
general liability insurance in an amount not less than one million
dollars ($1,000,000) per occurrence for bodily injury, personal
injury, and , property damage, including without limitation,
contractual liability. If commercial general liability insurance or
other form with a general aggregate limit is used, either the general
aggregate limit shall apply separately to the work to be performed
under this Agreement, or the general aggregate limit shall be at
least twice the required occurrence limit.
iii. Automobile Liability Coverage. Consultant shall maintain
automobile insurance covering bodily injury and property damage
for all activities of the Consultant arising out of or in connection with
work to be performed under this Agreement, including coverage for
any owned, hired, non -owned or rented vehicles, in an amount not
less than one million dollars ($1,000,000) combined single limit for
each occurrence.
iv. Professional Errors and Omissions Insurance. Consultant shall
maintain professional errors and omissions insurance, which covers
the services to be performed in connection with this Agreement in
the minimum amount of one million dollars ($1,000,000).
E. Endorsements. Each general liability and automobile liability insurance
policy shall be endorsed with the following specific language:
i. The City, its elected or appointed officers, officials, employees,
agents and volunteers are to be covered as additional insureds with
respect to liability arising out of work performed by or on behalf of
the Consultant.
ii. This policy shall be considered primary insurance as respects to
City, its elected or appointed officers, officials, employees, agents
and volunteers as respects to all claims, losses, or liability arising
directly or indirectly from the Consultant's operations or services
provided to City. Any insurance maintained by City, including any
self - insured retention City may have, shall be considered excess
7
• •
insurance only and not contributory with the insurance provided
hereunder.
iii. This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with
respect to the limits of liability of the insuring company.
iv. The insurer waives all rights of subrogation against City, its elected
or appointed officers, officials, employees, agents and volunteers.
V. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to City, its elected or appointed
officers, officials, employees, agents or volunteers.
vi. The insurance provided by this policy shall not be suspended,
voided, canceled, or reduced in coverage or in limits, by either party
except after thirty (30) calendar days written notice has been
received by City.
F. Timely Notice of Claims. Consultant shall give City prompt and timely
notice of claim made or suit instituted arising out of or resulting from
Consultant's performance under this Agreement.
G. Additional Insurance. Consultant shall also procure and maintain, at its
own cost and expense, any additional kinds of insurance, which in its own
judgment may be necessary for its proper protection and prosecution of
the work.
15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the..prior written approval of City. Any of the following
shall be construed as an assignment: The sale, assignment, transfer or other
disposition of any of the issued and outstanding capital stock of Consultant, or of
the interest of any general partner or joint venturer or syndicate member or
cotenant if Consultant is a partnership or joint- venture or syndicate or cotenancy,
which shall result in changing the control of Consultant. Control means fifty
percent (50 %) or more of the voting power, or twenty-five percent (25 %) or more
of the assets of the corporation, partnership orjoint- venture.
16. SUBCONTRACTING
The parties recognize that a substantial inducement to City for entering into this
Agreement is the professional reputation, experience and competence of
Consultant. Assignments of any or all rights, duties or obligations of the
Consultant under this Agreement will be permitted only with the express written
a •
consent of City. Consultant shall not subcontract any portion of the work to be
performed under this Agreement without the prior written authorization of City.
17. OWNERSHIP OF DOCUMENTS
Each and every report, draft, map, record, plan, document and other writing
produced (hereinafter "Documents "), prepared or caused to be prepared by
Consultant, its officers, employees, agents and subcontractors, in the course of
implementing this Agreement, shall become the exclusive property of City, and
City shall have the sole right to use such materials in its discretion without further
compensation to Consultant or any other party. Consultant shall, at Consultant's
expense, provide such Documents to City upon prior written request.
Documents, including drawings and specifications, prepared by Consultant
pursuant to this Agreement are not intended or represented to be suitable for
reuse by City or others on any other project. Any use of completed Documents
for other projects and any use of incomplete Documents without specific written
authorization from Consultant will be at City's sole risk and without liability to
Consultant. Further, any and all liability arising out of changes made to
Consultant's deliverables under this Agreement by City or persons other than
Consultant is waived against Consultant and City assumes full responsibility for
such changes unless City has given Consultant prior notice and has received
from Consultant written consent for such changes.
18. CONFIDENTIALITY
All Documents, including drafts, preliminary drawings or plans, notes and
communications that result from the services in this Agreement, shall be kept
confidential unless City authorizes in writing the release of information.
29. OPINION OF COST
Any opinion of the construction cost prepared by Consultant represents his /her
judgment as a design professional and is supplied for the general guidance of
City. Since Consultant has no control over the cost of labor and material, or over
competitive bidding or market conditions, Consultant does not guarantee the
accuracy of such opinions as compared to contractor bids or actual cost to City.
20. INTELLECTUAL PROPERTY INDEMNITY
The Consultant shall defend and indemnify City, its agents, officers, representatives
and employees against any and all liability, including costs, for infringement of any
United States' letters patent, trademark, or copyright infringement, including costs,
contained in Consultant's drawings and specifications provided under this
Agreement.
E
a
21. RECORDS
Consultant shall keep records and invoices in connection with the work to be
performed under this Agreement. Consultant shall maintain complete and accurate
records with respect to the costs incurred under this Agreement and any services,
expenditures and disbursements charged to City, for a minimum period of three (3)
years, or for any longer period required by law, from the date of final payment to
Consultant under this Agreement. All such records and invoices shall be clearly
identifiable. Consultant shall allow a representative of City to examine, audit and
make transcripts or copies of such records and invoices during regular business
hours. Consultant shall allow inspection of all work, data, Documents, proceedings
and activities related to the Agreement for a period of three (3) years from the date
of final payment to Consultant under this Agreement.
22. WITHHOLDINGS
City may withhold payment to Consultant of any disputed sums until satisfaction
of the dispute with respect to such payment. Such withholding shall not be
deemed to constitute a failure to pay according to the terms of this Agreement.
Consultant shall not discontinue work as a result of such withholding. Consultant
shall have an immediate right to appeal to the City Manager or his/her designee
with respect to such disputed sums. Consultant shall be entitled to receive
interest on any withheld sums at the rate of return that City earned on its
investments during the time period, from the date of withholding of any amounts
found to have been improperly withheld.
23. ERRORS AND OMISSIONS
In the event of errors or omissions that are due to the negligence or professional
inexperience of Consultant which result in expense to City greater than what
would have resulted if there were not errors or omissions in the work
accomplished by Consultant, the additional design, construction and/or
restoration expense shall be borne by Consultant. Nothing in this paragraph is
intended to limit City's rights under any other sections of this Agreement.
24. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the right to employ other Consultants in connection with the
Project.
25. CONFLICTS OF INTEREST
The Consultant or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act "), which (1) requires such
persons to disclose any financial interest that may foreseeably be materially
affected by the work performed under this Agreement, and (2) prohibits such
persons from making, or participating in making, decisions that will foreseeably
financially affect such interest.
10
a
0
If subject to the Act, Consultant shall conform to all requirements of the Act.
Failure to do so constitutes a material breach and is grounds for immediate
termination of this Agreement by City. Consultant shall indemnify and hold
harmless City for any and all claims for damages resulting from Consultant's
violation of this Section.
26. NOTICES
All notices, demands, requests or approvals to be given under the terms of this
Agreement shall be given in writing, to City by Consultant and conclusively shall
be deemed served when delivered personally, or on the third business day after
the deposit thereof in the United States mail, postage prepaid, first -class mail,
addressed as hereinafter provided. All notices, demands, requests or approvals
from Consultant to City shall be addressed to City at:
Attn: Michael J. Sinacori, P.E.
Public Works Department
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Phone: 949 - 644 -3342
Fax: 949 - 644 -3308
All notices, demands, requests or approvals from City to Consultant shall be
addressed to Consultant at:
Attn: Steve Tedesco, P.E.
Tetra Tech, Inc.
16241 Laguna Canyon Road, Suite 200
Irvine, CA 92618
Phone: 949 - 727 -7099
Fax: 949 - 727 -7097
27. TERMINATION
In the event that either party fails or refuses to perform any of the provisions of this
Agreement at the time and in the manner required, that party shall be deemed in
default in the performance of this Agreement. If such default is not cured within a
period of two (2) calendar days, or if more than two (2) calendar days are
reasonably required to cure the default and the defaulting party fails to give
adequate assurance of due performance within two (2) calendar days after receipt
of written notice of default, specifying the nature of such default and the steps
necessary to cure such default, the non - defaulting party may terminate the
Agreement forthwith by giving to the defaulting party written notice thereof.
Notwithstanding the above provisions, City shall have the right, at its sole
discretion and without cause, of terminating this Agreement at any time by giving
seven (7) calendar days prior written notice to Consultant. In the event of
11
0 i
termination under this Section, City shall pay Consultant for services satisfactorily
performed and costs incurred up to the effective date of termination for which
Consultant has not been previously paid. On the effective date of termination,
Consultant shall deliver to City all reports, Documents and other information
developed or accumulated in the performance of this Agreement, whether in draft
or final form.
28. - COMPLIANCE WITH ALL LAWS
Consultant shall at its own cost and expense comply with all statutes,
ordinances, regulations and requirements of all governmental entities, including
federal, state, county or municipal, whether now in force or hereinafter enacted.
In addition, all work prepared by Consultant shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be
subject to approval of the Project Administrator and City.
29. 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.
30. INTEGRATED CONTRACT
This Agreement represents the full and complete understanding of every kind or
nature whatsoever between the parties hereto, and all preliminary negotiations
and agreements of whatsoever kind or nature are merged herein. No verbal
agreement or implied covenant shall be held to vary the provisions herein.
31. CONFLICTS OR INCONSISTENCIES
In the event there are any conflicts or inconsistencies between this Agreement and
the Scope of Services or any other attachments attached hereto, the terms of this
Agreement shall govern.
32. AMENDMENTS
This Agreement may be modified or amended only by a written document executed
by both Consultant and City and approved as to form by the City Attorney.
33. SEVERABILITY
If any term or portion of this Agreement is held to be invalid, illegal, or otherwise
unenforceable by a court of competent jurisdiction, the remaining provisions of this
Agreement shall continue in full force and effect.
12
34. CONTROLLING LAW AND VENUE
The laws of the State of California shall govern this Agreement and all matters
relating to it and any action brought relating to this Agreement shall be adjudicated
in a court of competent jurisdiction in the County of Orange.
35. EQUAL OPPORTUNITY EMPLOYMENT
Consultant represents that it is an equal opportunity employer and it shall not
discriminate against any subcontractor, employee or applicant for employment
because of race, religion, color, national origin, handicap, ancestry, sex or age.
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on
the day and year first written above.
APPROVED AS TO FORM:
LaVonne Harkless,
City Clerk
CITY OF NEWPORT BEACH,
A Municipal Corporation
By:
Mayor
for the City of port Be h
TETRA TECH C.:
By:
eve Tedesco
Vice President
Attachments: Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
M: ers\pbMsharedtagreements%fy 03- 04ltetra tech -bor Boating cover.doc
13
s
0
TETRATECH, INC.
Infrastructure Services Group
October 7, 2003
Mr. Michael J. Sinacori, P.E.
Utilities Manager
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92658 -8915
0
OCT T 9 70€ 3
CiTY'OF \ "E'v7PC,;�7.
Reference: Big Canyon Reservoir Floating Cover and Disinfection Facilities
Proposal for Bidding and Construction Phase Services
Dear Mr. Sinacori:
Tetra Tech, Inc. is pleased to submit this proposal to provide bidding and construction phase
services for the Big Canyon Reservoir Floating Cover and Disinfection Facilities Project.
Bidding Phase Services
Following our submittal of signed plans and specifications to the City, bidding services to be
provided to the City shall include:
1. Coordination and response to questions from contractors and. equipment suppliers.
2. Attend the prebid conference and job walk.
3. Preparation of any addenda.
4. Review of bid results.
It is anticipated that the bidding phase will be approximately 45 days, with a bid opening scheduled
for November 2003.
Construction Phase Services
The construction phase services will consist of the following tasks:
1. Shop Drawings will be reviewed for items including the floating cover, disinfection facilities,
mechanical equipment, piping, site work, glectrical, instrumentation and structural.
2. Requests for Clarification (RFC) will be addressed from the contractor. The proposal
assumes an average 40 RFCs from the contractor will be addressed.
3. Site Visits/Meetings — Up to 12 site visits/project meetings will be attended by Tetra Tech
staff to meet with the City and contractor.
4. Review of contractor change orders. We have assumed assistance with 4 to 5 change orders.
5. Record Drawings — Upon completion of construction, the contractor's red line plans will be
used to prepare record drawings. Both mylars and electronic files will be updated accordingly
and provided to the City.
6. Reimbursable expenses include mileage, printing, mylars, etc.
16241 Laguna Canyon Road, Suite 200, Irvine, CA 92618
Tel 949.727.7099 Fax 949.727.7097
www.tetmtech.com
EXHIBIT A
• •
TETRATECH, INC.
Infrastructure Services Group
Mr. Michael J. Sinacori, P.E.
October 7, 2003
Page 2
The construction phase schedule is estimated to start in December 2003 and be completed in
October 2004. The total construction time is 200 working days.
The Scope of Services and Fee Schedule are presented in the attachments. The total requested fee
for bidding and construction phase services is $54,500. We look forward to continuing this project
through completion.
Sincerely,
Steve Tedesco, P.E.
Vice Pre sident
SDT /SE:cg
JA0606A0055V- 007se.doc(100)
Attachments
TETRATECH, INC.
CITY OF NEWPORT BEACH
Big Canyon Reservoir Floating Cover and Disinfection Facilities
SCOPE OF SERVICES
The following additional services are provided for the bidding and construction phase of the project:
Bidding Assistance
Shop Drawings
RFCs/Change Orders
Site Visits/Meetings (12)
Record Drawings
Reimbursibles
$ 6,000.00
$ 26,000.00
$ 9,000.00
$ 8,000.00
$ 4,500.00
$ 1.000.00
Total $ 54,500.00
Our billing rates are presented in the attached rate schedule per Exhibit "A ".
7:\0606\0055V- 007w.doc(100)
i •
TETRATECH, INC.
EXHIBIT "A"
2004
HOURLY CHARGE RATE AND
EXPENSE REIMBURSEMENT SCHEDULE
Professional
Engineering Intern /Technician ...................
$ 48.00
Designer /CAD Operator/Engineer I...........
$ 89.00
Engineer II and III/Senior Designer ..........
$ 100.00
Biologist...................... ...............................
$ 99.00
Pl anner........................ ...............................
$ 99.00
Senior Engineer/Landscape Architect........
$ 115.00
Project Engineer/Project Coordinator........
$ 135.00
Senior Planner ............. ...............................
$ 140.00
Senior Scientist ........... ...............................
$ 140.00
Project Manager /Sr. Project Coordinator...
$ 150.00
Senior Project Manager ..............................
$ 165.00
Program Director/Project Director .............
$ 200.00
Administrative
Administrative Cl erk ... .:............................. $ 42.00
Word Processor /Admin.Support ...............$ 58.00
Graphic Designer ........ ............................... $ 94.00
Survey/Maiming
Survey Technician I .... ...............................
$ 90.00
Survey Technician II/Field Supervisor......
$ 100.00
Senior Surveyor .......... ...............................
$ 115.00
Project Surveyor ......... ...............................
$ 135.00
Two- Person Survey Party ..........................
$ 185.00
Two- Person Survey Party with GPS..........
$ 225.00
Three- Person Survey Party ........................
$ 268.00
Survey Travel Time (Two - person) ............
$ 90.00
Survey Travel Time (Three- person) ...........
$ 127.00
Construction Management
Construction Observer ............................... $ 78.00
Senior Construction Observer .................... $ 85.00
Resident Engineer ....... ............................... $ 120.00
Construction Manager . ............................... $ 150.00
Reproduction, special photography, postage, delivery services, express mail, out -of -area telephone calls,
printing and any other services performed by subcontractor, will be billed at cost plus 15 %.
Reimbursable In -House Costs
Photo Copies (B &W 8.5 "xl1'� ......
$ 0.10/Each
Photo Copies (B &W 11 "x17 ").......
$ 0.35/Each
Color Copies (up to 8.5 "x 11 ") ........
$ 1.50/Each
Color Copies (to I I "x 17") ..............$
2.50/Each
Compact Disks . ...............................
$10.00/Each
Large Format Copies ..................... $ 0.30 /S.F.
Computer Time ............................. $10.00/Hour
Mileage ............ ............................... $ 0.40/Mile
NOTE: All rates are effective to October 1, 2004. There will be a negotiated increase in rates, 5% minimum
per year, for contracts extending beyond October 1, 2004.
JA0606\0055V -007mdoc(100)
EXHIBIT B
RightFax
2/25/2004 4;31
PAGE 2/8 RightFax
i
ACORD. CERTIFICATE OF LIABILITY INSURANCEPage 1 of 3
02/25/2004
PRODUCER 877- 945 -7378
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
willies North America, Inc. - Regional cent Center
26 Century Blvd.
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
POLICYNUMBER
P. D. Ber 305191
Nashville, TN 372305191
INSURERS AFFORDING COVERAGE
INSURED Tetra Tech, Inc. (ISG)
INSURERA: Hartford Casualty Insurance Cmpany 29424 -001
17770 Cartwright Rd. Ste. 550NSURERS:
Irvine, CA 92614 -5850
Hartford Fire Insurance Company 19662 -001
INSURERC: ACE American Tnaurance Copony 22667 -all
EACHOCCURRENCE
INSURER D: American International Specialty Lines In 26883 -000
FIRE DAMAGE(My -e fire )
INSURERE:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTW FHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
JaIL
TYPEOFBNSURANCE
POLICYNUMBER
POLICY EFFECTIVE
!
PODCY EXPIRATION
T MIDD/
LIMITS
A
GENERALUABILITY
72UU14UM0822
10/1/2003
10/1/2004
EACHOCCURRENCE
$ 1,000,000
FIRE DAMAGE(My -e fire )
S 300,000
X COMMERCIALGENERALUABILII-V
IXAIMSMADE OOCCUR
MEDEXP(Anyme .
$ 10,000
PERSONAL a ACV INJURY
$ 1,000.000
Contract Liab.
X
X,C,o Coverage
GENERALAGGREGATE
$ 2,000,000
GEN'L AGGREGATE
LIMIT APPLIES PER
PRODUCTS- couP.oPAGG
$ 2,000,000
POLICY
X '- Loc JEQT
B
AUTOMOBILELIABILITY
X
ANYAUTO
72 LIEN UMS44
10/1/2003
10/1/2004
COMBINED SINGLE LIMIT
(ESacd"np
$ 11000,000
•
BODILY INJURY
(Perpe n(
$
ALLOWNEDAUTOS
SCHEDULEDAUTOS
•
BODILY INJURY
(Pwacclo q
$
HIREDAUTOS
NONOWNED AUTOS
X
PROPERTYDAMAGE
(Peraa:lo:nq
$
CARAGELIABIUTY
AUTOONLY - EAACCIDENT
$
OTHERTHAN EAACC
E
ANYAUTO
E
AUTOONLV: AGG
EXCESS UAB11=
EACHOCCURRENCE
$
OCCUR F-1 CLARMSMADE
AGGREGATE
$
$
DEDUCTIBLE
$
RETENTION $
C
WORKERS COMPENSATIONAND
EMPLOYERS' LIABIUTY
WLR C4397131-2
1/1/2004
10/1/2004
yyyy��
X TORYLAW,MS EH
ELEACHACCIDENT
$ 1.1000,000
EL DISEASE - EA EMPLOYEE
$ 1,000,000
EL DISEASE - POLICY LIMIT
$ 21000,000
D
OTHERPro fes /Pollution
1952583
10/l/2003
10/1/2004
Sea Below For Limits
E60 Legal Ll.b.
DESCRIPTION OF OPERATIONS ILOCATIONSNENICLE)tCLUSIONS ADDED BY ENDORSEMENTISPEGAL PROW SIGNS
LIMITS: $1,000,000 Ea. Occ /$1,000,000 Agg. and $250,000.Retention Ea. Cl.
CLAIMS MADE FORM: Maximum for all claims during the policy year.
Re: Bidding and Construction Services for Big Canyon Reservoir Floating Cover and Disinfection
System.
The City of Newport Beach, its officers, officials, employees and volunteers are added as
Iacwltional insured es meta auto covers e evidenced on this certificate.
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORETHE EXPIRATION
DATE THEREOF, THE WUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN
TO THE
NO OB,
City of Newport Beach, Public Works Department
Attn: Shaun Oyler, Public Works Specialist
3300 Newport Boulevard
Newport Beach, CA 92658
Coll:929859 Tpl:240377 Cert:4098339
NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
0 AOORD CORPORATION 1988
RightFax
2/25/2004 4:31
PAGE 3/8 RightFax
•
W1111S
CERTIFICATE OF LIABILITY INSURANCE page 2 of 3
02/ 5/2004
PRODUCER
877 -945 -7378
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Willis North America, Inc. - Regional Cert Center
26 Century Blvd.
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
P. O. Box 305191
Nashville, TN 372305191
INSURERS AFFORDING COVERAGE
INSURED
Tetra Tech, Inc. (ISG)
INSURERA: Hartford Casualty Insurance company 29424 -001
17770 Cartwright Rd. Ste. 550
Irvine, CA 92614 -5850
INSURER e: Hartford Fire Insurance Co 19662 -001
INSURERC:ACE American Insurance Company 22667 -011
INSUR15RD: American International Specialty Lines In 26883 -000
INSURER E:
Rights of subrogation are waived with respect to workers Compensation, Employers Liability, Genera
Liability, Auto Liability and Excess (Umbrella) liability against City of Newport Beach, CA, it's
officers, agents, employees and volunteers for losses arising from work performed by the Tetra
Tech, Inc for the City of Newport Beach. Coverage shall be primary. Any coverage provided by Cit,
of Newport Beach policies shall be considered Excess insurance only and not - contribute with the
insurance evidenced on this,certificate. This insurance shall act for each insured and
additional insured as though a separate policy had been written for each, except with respects the
limits of liability of the insuring company. Any failure to comply with reporting provisions shal
not effect coverage provided to the City of Newport Beach, its elected or appointed officers,
officials, employees, agents of volunteers.
Excess /Umbrella Liability underlying policies include Employers Liability, General Liability and
Auto Liability
9859 To1:240877 Cert:
RightFax 2/25/2004 4:31 PAGE 4/8 RightFax
RightFax
2/25/2004 4:31
•
PAGE 5/8
RightFax
•
Policy Number: 72UUNUM0822
Insured: Tetra Tech, Inc. (ISG) CG 20 10 11 85
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
Additional Insured — Owners, Lessees or Contractors (Form B)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
Name of Persons or Organization:
City of Newport Beach, Public Works Department, its officers, officials, employees and
volunteers.
Attn: Shauna Oyler, Public Works Specialist
3300 Newport Boulevard
Newport Beach, CA 92658
Re: Bidding and Construction Services for Big Canyon Reservoir Floating Cover and
Disinfection System.
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations
as applicable to this endorsement.)
WHO IS AN INSURED (Section II) is amended to include as an insured the person or
organization shown in the Schedule, but only with respect to liability arising out of "your work"
for that insured by or for you.
It is further agreed that the insurance provided by this endorsement is primary. Other insurance afforded
to the additional insured shall apply as excess of, and does not contribute, with the insurance provided
by this endorsement.
CG 20 10 1185 Copyright, Insurance Services Office, Inc., 1984
Ri.ghtFax 2/25/2004 4:31
POLICY NUMBER: 72UUNUM0822
INSURED: Tetra Tech, Inc. (ISG)
PAGE 6/8 RightFax
•
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER RIGHTS OF RECOVERY
AGAINST OTHERS TO US
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART.
SCHEDULE
City of Newport Beach, Public Works Department, its officers, officials, employees, and
volunteers.
DRe: Bidding and Construction Services for Big Canyon Reservoir Floating Cover and
Disinfection System.
D
Name of Persons or Organization:
City of Newport Beach, Public Works Department
(If no entry appears above, information required to complete this endorsement will be
shown in the Declarations as applicable to this endorsement.)
The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition
(Section IV — COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the
addition of the following:
We waive any right of recovery we may have against the person or organization shown
in the Schedule above because of payments we make for injury or damage arising out
of your ongoing operations or "your work" done under a contract with that person or
organization and included in the "products- completed operations hazard ". This waiver
applies only to the person or organization shown in the Schedule above.
CG 24 04 10 93 Copyright, Insurance Services Office, Inc., 1992
RightFax
2/25/2004 4:31
0
PAGE 7/8
RightFax
0
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT
This endorsement changes the policy to which it is attached effective on inception date of the policy
unless a different date is indicated below.
(The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy)
This endorsement effective 12:01 AM 1/1/2004
Issued to Tetra Tech, Inc. (ISG)
By ACE American Insurance Company
Premium Included
forms a part of Policy No. WLR C4397131 -1
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will
not enforce our right against the person or organization named in the Schedule. This agreement applies
only to the extent that you perform work under a written contract that requires you to obtain this
agreement from us.
This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule.
Schedule
The City of Newport Beach, its officers, officials, employees and volunteers
❑Re: Bidding and Construction Services for Big Canyon Reservoir Floating Cover and Disinfection
System.
❑
WC 00 03 13 Copyright 1988 National Council on Compensation Insurance
(Ed. 4/84)
RightFax 2/25/2004 4:31 PAGE 8/8 RightFax
POLICY NUMBER: 72 UEN UM0844
Tetra Tech, Inc.
Auto Liability
THE HARTFORD
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
IT IS HEREBY UNDERSTOOD AND AGREED THAT:
The City of Newport Beach, its officers, officials, employees and volunteers
IS ADDED AS AN ADDITIONAL INSURED AS THEIR INTEREST MAY APPEAR.
This coverage is primary to any coverage held by the additional insured.
This endorsement does not change the policy except as shown.
Form IH 12 00 11 85 Printed in U.S.A.
Feb 26 04 10:16a/'p Brown & Brown 714- 923 -1872 p.1
Fax #:
1 b i r)
CERTIFICATE OF INSURANCE GY M nD iA_�
CHECKLIST OA- D
City of Newport Beach
This checklist is comprised of requirements as outlined by the City of Newport Beach. ` _
Date Received: - % �-D�(
Dept./Contact Received From: Jhpr,'a0� C7 V. It.—
Date Completed: 2 - I -t7� Sent to: 5 r�1ks' -L'c- By: /rj-p ✓j f c �J�i{Ej�
Company /Person required to have certificate: __ J f 'Y_G 7 t C "i
I. GENERAL LIABILITY.
A.
INSURANCE COMPANY:
S.
AM BEST RATING (A: VII or greater):
C.
ADMITTED Company (Must be California Admitted):
Is Company admitted in California?
urYes [I No
D.
LIMITS (Must be $1 M or greater): What is limit provided?
"7' rv,`l I
E.
PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included?
❑ Yes kyNo
F.
ADDITIONAL INSURED WORDING TO INCLUDE (The City its
2TIpm, officials, employees and volunteers): Is included? -a rv% SS`
Yes ❑ No
G.
PRIMARY & NON - CONTRIBUTORY WORDING (Must be includ4 r �d
Is it included?
Yes ❑ No
H.
CAUTION! (Confirm that loss or liability of the named insured is not
limited solely by their negligence) Does endorsement include "solely by
negligence" wording?
❑ Yes kNo
I.
NOTIFICATION OF CANCELLATION: Although there is a provision that requires
notification of
cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording.
II. AUTOMOBILE LIABILITY q -'1-r
A. INSURANCE COMPANY: i4r-e w n P. y-e-
B. AM BEST RATING (A: VII or greater): -f }(
C. ADMITTED COMPANY (Must be California Admitted):
Is Company admitted in California? PrYes ❑ No
D. LIMITS (Must be $1M min. BI & PD and $500,000 UM): What is limits provided? yy1�l
E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its
officers, officials, employees and volunteers): Is it included? ❑ Yes No
F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only): tnl�
Is it included? t ❑ Yes ❑ No
G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of
cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording.
U1. WORKERS' COMPENSATION
A. INSURANCE COMPANY: Al-C e- 4�aV ct_'
B. AM BEST RATING (A: VII or greater): AX1I
C. LIMITS: Statutory c_�
D. WAIVER OF SUBROGATION (To include): Is it included? 3� rt �oQtt�� RYes ❑ No
HAVE ALL ABOVE REQUIREMENTS BEEN MET? - ❑ Yes %No
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
OF
10
Agenda Item No. 7
February 10, 2004
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Michael J. Sinacori
949 - 6443311
msinacod@city.newport- beach.ca.us
SUBJECT: BIG CANYON RESERVOIR FLOATING COVER AND DISINFECTION
SYSTEM - AWARD OF CONTRACT NO. 3037
RECOMMENDATIONS:
1. Approve the plans and specifications.
2. Award Contract No. 3037 to Banshee Construction Company of Colton,
California for the Total Bid Price of $5,664,015.00, and authorize the Mayor and
the City Clerk to execute the contract.
3. Establish an amount of $450,000.00 to cover the cost of unforeseen work and
estimated bonus for early completion.
4. Approve a Professional Services Agreement with Tetra Tech, Inc., for
Construction Support Services for a fee of $54,500.00.
5. Approve a Professional Services Agreement with PBS &J for Construction
Inspection Services for a fee of $229,108.00.
6. Approve a Professional Services Agreement with Hilts Consulting Group, Inc., for
Floating Cover Advisor Services for a fee of $84,000.00.
7. Approve a Professional Services Agreement with URS Corporation for
Geotechnical Services for a fee of $24,480.00.
8. Approve a Budget Amendment in the amount of $1,962,587.00 from Un-
appropriated Water Enterprise Fund Reserves and $17,300.00 from Grant Fund
Contributions to Account No. 7503- C5500690 and increase revenue estimates in
to Account No. 500 -4841, EPA Grant.
Subject: Big Canyon Res it Floating Cover And Disinfection System -Award of Contract No. 3037
February 10, 2004
Page: 2
DISCUSSION
At 2:00 P.M. on January 27, 2004 the City Clerk opened and read the following bids for
this project:
BIDDER
Low Banshee Construction Company
2 Pacific Hydrotech Corporation
3 Griffith Company
4 Pascal & Ludwig Constructors
TOTAL BID AMOUNT
$5,664,015.00
5,783,518.00
5,950,000.00
6,018,000.00
* Corrected Bid Amount is $5,995,000.00
The low total bid amount is 2 percent above the Engineer's Estimate of $5,540,000.00.
The low bidder, Banshee Construction Company, possesses a California General State
Contractors License Class "A" as required by the project specifications. In addition, their
sub - contractors assigned to complete the covering portion of the contract (roughly 2 million
dollars of the project) also have the required experience to complete the project.
A check of the Contractors references indicates they have satisfactorily completed road
and bridge projects for other municipalities and have done significant work with
Caltrans. They have limited experience in this particular type of water resource work,
but have assembled a team of well respected sub - contractors in this field to expand
their business in the industry. In their most recent water project very favorable
comments were received from the agency.
BACKGROUND
The Big Canyon Reservoir (BCR) is a 600 acre -foot (200 million - gallon) potable water
storage reservoir located in Corona del Mar. The full capacity of the reservoir provides
the City with 10 days of average water demand storage. If an emergency takes place
within the City, those 10 days could be extended by implementing water conservation
measures.
During the 1950's, the City's wells in Huntington Beach began to experience saltwater
intrusion. As a result, the BCR facility was constructed in the 1960's as a main delivery
point for the imported Metropolitan Water District supply and the City's wells were
subsequently abandoned when the BCR was put into service. An open water reservoir
was an acceptable facility in the 1960's; however, as water quality standards have
become more stringent over the years, the Department of Health Services (DOHS)
mandated the City cover its reservoir or abandon the facility. This mandate has been in
effect since 1994. At that time, the City was designing and constructing the
Groundwater Development Project and funding was already committed to this effort.
The City planned to comply with the mandate and cover the reservoir by setting aside
reserves to complete the multi - million dollar project. After four years of applications to
EPA, staff was successful last year in securing $867,300.00 in federal funding
assistance.
0
0
Subject: Big Canyon Reservoir Floating Cover And Disinfection System - Award of Contract No. 3037
February 10, 2004
Page: 3
Per the contract specifications the Contractor will have 200 consecutive working days to
complete the work. The specifications also included a Council directed bonusipenalty
clause to provide an incentive to complete the project early ($3,000.00 per day).
Council received a detailed presentation of the work to be completed at their September
23, 2003 Study Session.
CONSULTANT SUPPORT SERVICES
For a project of this magnitude, outside construction support services will be required.
In addition, with the Council directed bonus /penalty clause included in the contract
documents, the construction activities will require more than full -time attention.to this
project to address the extensive requests for inspection from the contractor.
Four main firms will be involved in assisting the City to complete this project: Tetra
Tech, Inc. is the project design firm providing construction support for shop drawing
review, responding to request for clarification and record drawings; PBS &J will provide
project inspection and administration; Hilts Consulting Group will provide oversight for
the cover installation beginning with material manufacturing and fabrication oversight
along with part-time installation observation and advising, and URS will provide the
necessary geotechnical services.
Tetra Tech, formerly ASL Consulting Engineers, was hired in 1995 to design the floating
cover. In June 2002, the City Council approved an amendment to Tetra Tech's contract
to include the new disinfection facility which became integral to the cover design. Tetra
Tech's expertise will be required to review the multitude of shop drawings, requests for
clarification (RFC's), and requests for information (RFI's). On a project of this
magnitude we could be looking at a few hundred documents that require detailed review
and City approval. Tetra Tech will work in concert with our Utilities Department staff to
ensure the best quality products and components are being provided for this project.
They will also prepare the Record "As Built" drawings at the completion of the project.
The team of PBS &J and Hilts Consulting was used on the 2001 replacement of the El
Toro Water District's (ETWD) floating cover. The ETWD staff highly recommends these
experts who inspected their cover of roughly the identical size as the Big Canyon
Reservoir. The same inspection staff from PBS &J is available for this project, which will
be a full -time inspection assignment along with administrative support. By using this
same team, the City can draw on the ETWD experience and the lessons learned on that
project.
Doug Hilts has worked on several floating cover projects over his 20 -year career. Mr.
Hilts is considered the industry expert on floating covers who spent the first 10 years of
his career working for the Metropolitan Water District managing 3 major floating cover
projects. Mr. Hilts will oversee the manufacturing and fabrication of the cover material.
He will also be on site during the installation to insure proper construction.
URS performed the recent seismic evaluation of the Big Canyon Reservoir Dam and
assessed the bottom conditions for Tetra Tech during the cover design process. Their
construction support services will include oversight for the reservoir asphalt bottom
Subject Big Canyon Reservoir Floating Cover And Disinfection System -Award of Contract No. 3037 '
February 10, 2004
Page: 4
repairs and installation and overall testing services related to the structural elements of
the disinfection facility and new access roads.
Staff believes the consulting team of Tetra Tech, PBS &J, Hilts Consulting, and URS will
be key for the successful and timely completion of this critical project. Professional
Services Agreements for the four firms are attached for Council consideration.
Environmental Review:
A Negative Declaration in accordance with the California Environmental Quality Act
(CEQA) has been prepared and approved by the City Council on June 27, 1994. An
environmental document in accordance with the National Environmental Policy Act
(NEPA) was developed by EPA as part of the implementation of the grant program.
The NEPA document and associated Finding of No Significant Impact (FONSI) was
issued in December 2003.
Fundino Availabili
A Budget Amendment is required to complete this project. The FY 2003/04 CIP for the
covering project identified a contribution of $850,000.00 in federal funding. The final
approved EPA Grant Award is $867,000.00. An additional $1,962,587.00 needs to be
appropriated from the Un- Appropriated Water Enterprise Fund reserves. The City has
anticipated this expenditure and has set aside funds over the last several years to .
accomplish this project. Upon approval of the recommended Budget Amendments,
sufficient funds will be available in the following accounts for the project:
Account Description Account Number Amount
Big Canyon Reservoir Covering (Water Fund) 7503- C5500690 $5,818,018.00
Big Canyon Disinfection Improvements (Water Fund) 7503- C5500689 $688,085.00
TOTAL $6,506,103.00
Prepared by: t Submitted bye/
J. Sinacori, P.E. �S46 n G. Badum
I Engineer PutIfic Works Director
Attachments: Bid Summary
Professional Services Agreement with Tetra Tech, Inc.
Professional Services Agreement with PBS &J
Professional Services Agreement with Hilts Consulting Group
Professional Services Agreement with URS, Inc.
Budget Amendment
0
•
0
0
2 W
a�
O Q
N
w
H
A
0
0 � ❑
w Y
m m U
U � _
= N V
= Z O
V W a
W 0
EL
�ma 0
LL W m
a°
LUW
Z
LL �
O � F
U m
a LL
f
❑
m
ss
4
O C
111,201
W
�w
w
03
z
LU
W W
Z
O O
W
wa
0
W
a
x
Ue
ccao0
O
O
O
O
p0p08000ao080008
w
fA1
8
S
A
O
O
m
O
N
m
0
0
0O
0
0
S
7O
N
-7w
N
10
vi
1A
NOS
OI
W'
dm(dp'A
w
NfOO�
NO
❑
N
N
N
J
¢
N
O
m
°0
JJ
O
0
o
0
0
0
o
0
g
o
0
0
0
0
o
0
O
0
o
o
o
O
m
s
O
o
O
o
O
a
o
o
o
0
O
0
o
0
a
U-
0
S
0
pS
pO
S
O
O
O
O
A
O
o
O
O'
Q
m
N
w
A
S
0
O
0
O
0
O
0
O
0
O
0
O
tC
C
2 0
W
¢
Z
O
O
w
O_O
w
M
M
w
O
m
w
MO
m
w-
"W
O
N
m
0
0
0
F
N
N
N
Q
W
N
M
N
N
O)
N
yj
�-
ZSMOOOOOOOOM1O
O
O
W
O
wwQMOO
O
O
O
O
O
O
Q
O
Iqw
D
O
W
0
oOOOOOa
w
0
Ow
0
0
CD
0
000
0
0
O
a�
a-
D
ll�
O
t�
a
O
O
A
Iq
N
m
p
N
O
O
O
NS
`S•
N
A
Q
N
N
N
W
S
w
N
W
W
Q
M
O
2
r2
0
O
¢
N
w1._
=
O
O
O
S
O
O
O
O
O
pp
O
N
S
O
O
O
O
O
O
O
N
JS
F
LL-
F
0
O
0
M
0
O
0
o
0
0
0
0
0
0
G
0
O
OQ
O
C
I i
V
N
O
0
O
0
O
C
O
O
O
O
O
a
a
n
O
I
U0
�yZ
OwmwR
MyO
NwS
CR
OR
Q.
�O4
awmwiw0Y-
M
NONE
N
r
Z
O
a
O
o
O
0
o
0
0
0
0
p
0
o
0
0
o
o
m
w
o
O
0
o
0
0
0
0
0
0
0
0
o
o
g
u4i
m
U
W
F
O
Q
A
O
A
w
tOp)
O
N
A
w
I
p N
w
O
W
n
W
O
O
O
O
N
O
-
W
w
N
O
Q
O
w'
N
t�
0
M-
N
N
N
W
w
O
tp+!
N
N
N
•-
GM1O
K
¢
N
Ld
Y
2
O
0
O
0
O
0
o
0
o
0
O
0
O
0
o
0
O
S
p0
O
O
0
O
0
O
0
o
0
0
0
o
0
O
0
o
w
N
O
O
O
O
O
O
O
Q
[]
LL
Z
Q
A
W
N
N
W
0�
A
O
N
w
w
N
0
0
0
Z
U
A
m
M1
0
A
W
w
Q
N
M=N—
w
O
w
M1
w
N
a.
N
2F-
p
Z
O
O
O
O
O
O
O
O
O
o
O
O
O
O
O
O
O
w
A
O
0
O
0
O
0
o
0
o
0
O
0
o
0
O
0
O
0
W
FF
Do
O
pp
t0
O
O
O
C:;
O
O
A
O
Y f
W
o
O
N
0
O
w
0
N
0
0
w
A
-
O
O
W
O
O
Q
O
O
O
O
O
O
O
O
A
O
O
O
Y l
w
h
w
p
N
N
ONO
O
N
w
¢
W
O
O
S
S
O
O
S
O
O
O
O
O
S
S
O
O
O
O
O
i
fpT
W
w
F
-
0
0
0
0
0
0
O
O
O
O
O
O
O
O
O
O
w
w
m
V
w
W
g
S
O
00000
O
O
O
O
N
y
=
Z
O
O
O
O
O
O
O
O
O
-
S
0
0
0
O
O
O
q
>
O
O
N
A
w
w
O
N
O
W
m
w
O
N
p
O
pp
0
0
W
0
A
0
0
G
Q
a
N
w
tV
2
z
O
O
O
S
pp
O
O
O
O
W.R.
N
O
O
O
S
88
S
O
O
O
O
N
W
w
O
w
O
O
O
O
O
O
w
w
w
O
w
pp
O
C
O
w
O
w
O
O
O
w
w
N
M
W
M
W
w
W
d
O
O
O
O
O
O
O
O
O
w
w
O
O
O
O
0
0
O
O
O
GI-
O
0
O
0
O
0
O
0
O
0
o
0
0
0
0
0
0
0
A
Q
O
0
O
0
O
0
O
0
O
0
0
0
0
0
ad
w
W'
Z
mD
w0'00000t6
N
O
000
Q
M1
w
w
W
000
A
w
w
NOOw
M1
N
w
w
W
N
}
J
J
J
J
J
W
N
H
H
J
J
J
W
0
O
J
VJ
H
U
-
�
Q
�-
OO
�
O
Z
a
cwM1OmNr
w
w
a
�a•3
m
��•
m
°
m
m
m
E
a
m
y
0001
U
m
m
c
6
f
N
n
w
c
_o
¢
0
�g
m
LL
m
i
a
E
m
o•'�
�$
a
��
o
m
o
0)
IRS
���II�4
g•E
wn0z
pgL4o
_ -J`
�y
o
o
E
E
Y
Y•
E_'E�
L
L
L
Ol
ZS
41
ms
�
4
ELLW'nUUU�c�¢¢Cwm��
.�
(f
m
20
LL�
G
L
C
C
C
C
C
C
C
C
C
wN
aM
tl
W
wC
WJ
NC
j
wb
W
oG
tl
1%
0
6
.yNC
.N
5
0
.N
6
=a �
LwL
W
N
W
pJ
NC
E
MIN
J
J
J
J
J
J
J
J
_
FJ
J
q
3
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL❑❑
LL
�
N
0
W
a
x
0
PROFESSIONAL SERVICES AGREEMENT WITH
TETRA TECH, INC.
FOR
BIDDING AND CONSTRUCTION SERVICES
THIS AGREEMENT is made and entered into as of this _ day of ,
20_, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation
( "City "), and TETRA TECH, INC. a Corporation whose address is 16241 Laguna
Canyon Road, Suite 200, Irvine, California, 92618 ( "Consultant "), and is made with
reference to the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now being
conducted under the statutes of the State of California and the Charter of City.
B. City is planning to install a floating cover and new disinfection facilities at the Big
Canyon Reservoir (the "Project ").
C. City desires to engage Consultant for Bidding and Construction Phase Services
for the Project.
D. Consultant possesses the skill, experience, ability, background, certification and
knowledge to provide the services described in this Agreement.
E. The principal member of Consultant for purposes of Project shall be Steve
Tedesco, P.E.
F. City has solicited and received a proposal from Consultant, has reviewed the
previous experience and evaluated the expertise of Consultant, and desires to
retain Consultant to render professional services under the terms and conditions
set forth in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as
follows:
1. TERM
The term of this Agreement shall commence on the _ day of 2004,
and shall terminate on the 31s` day of January 2005, unless terminated earlier as
set forth herein.
2. SERVICES TO BE PERFORMED
Consultant shall diligently perform all the services described in the Scope of
Services attached hereto as Exhibit A and incorporated herein by reference. The
0 0
City may elect to delete certain tasks of the Scope of Services at its sole
discretion.
3. TIME OF PERFORMANCE
Time is of the essence in the performance of services under this Agreement and
the services shall be performed to completion in a diligent and timely manner.
The failure by Consultant to perform the services in a diligent and timely manner
may result in termination of this Agreement by City.
Notwithstanding the foregoing, Consultant shall not be responsible for delays due
to causes beyond Consultant's reasonable control. However, in the case of any
such delay in the services to be provided for the Agreement, each party hereby
agrees to provide notice to the other party so that all delays can be addressed.
3.1 Consultant shall submit all requests for extensions of time for performance
in writing to the Project Administrator not later than ten (10) calendar days
after the start of the condition that purportedly causes a delay. The
Project Administrator shall review all such requests and may grant
reasonable time extensions for unforeseeable delays that are beyond
Consultant's control.
3.2 For all time periods not specifically set forth herein, Consultant shall
respond in the most expedient and appropriate manner under the
circumstances, by either telephone, fax, hand - delivery or mail.
4. COMPENSATION TO CONSULTANT
City shall pay Consultant for the services on a time and expense not -to- exceed
basis in accordance with the provisions of this Section and the Schedule of
Billing Rates attached hereto as Exhibit B and incorporated herein by reference.
In no event shall Consultant's compensation exceed Fifty Four Thousand Five
Hundred Dollars and no /100 ($54,500.00) without additional authorization from
City. No billing rate changes shall be made during the tens of this Agreement
without the prior written approval of City.
4.1 Consultant shall submit monthly invoices to City describing the work
performed the preceding month. Consultant's bills shall include the name
of the person who performed the work, a brief description of the services
performed and /or the specific task in the Scope of Services to which it
relates, the date the services were performed, the number of hours spent
on all work billed on an hourly basis, and a description of any
reimbursable expenditures. City shall pay Consultant no later than thirty
(30) days after approval of the monthly invoice by City staff.
2
4.2 City shall
reimburse
Consultant only for
those costs
or expenses
Asspecifically
approved
in this Agreement,
or specifically
approved in
2
Ll
0
advance by City. Unless otherwise approved, such costs shall be limited
and include nothing more than the following costs incurred by Consultant:
A. The actual costs of subconsultants for performance of any of the is
services that Consultant agrees to render pursuant to this
Agreement, which have been approved in advance by City and
awarded in accordance with this Agreement.
B. Approved reproduction charges.
C. Actual costs and /or other costs and/or payments specifically
authorized in advance in writing and incurred by Consultant in the
performance of this Agreement.
4.3 Consultant shall not receive any compensation for Extra Work without the
prior written authorization of City. As used herein, "Extra Work" means
any work that is determined by City to be necessary for the proper
completion of services for this Agreement, but which is not included within
the Scope of Services and which the parties did not reasonably anticipate
would be necessary at the execution of this Agreement. Compensation
for any authorized Extra Work shall be paid in accordance with the
Schedule of Billing Rates as set forth in Exhibit B.
5. PROJECT MANAGER
Consultant shall designate a Project Manager, who shall coordinate all phases of
the Project. This Project Manager shall be available to City at all reasonable times
during the Agreement term. Consultant has designated Steve Tedesco to be its
Project Manager. Consultant shall not remove or reassign the Project Manager or
any personnel listed in Exhibit A or assign any new or replacement personnel
services under this Agreement without the prior written consent of City. City s
approval shall not be unreasonably withheld with respect to the removal or
assignment of non -key personnel.
Consultant, at the sole discretion of City, shall remove from the Project any of its
personnel assigned to the performance of services upon written request of City.
Consultant warrants that it will continuously fumish the necessary personnel to
complete the services on a timely basis as contemplated by this Agreement.
6. ADMINISTRATION
This Agreement will be administered by the Public Works Department.
Michael J. Sinacori, P.E. shall be 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.
0
3
0
7. CITY'S RESPONSIBILITIES
In order to assist Consultant in the execution of its responsibilities under this
Agreement, City agrees to, where applicable:
A. Provide access to, and upon request of Consultant, one copy of all
existing relevant information on file at City. City will provide all such
materials in a timely manner so as not to cause delays in Consultant's
work schedule.
B. Provide blueprinting and other services through City's reproduction
company for bid documents. Consultant will be required to coordinate the
required bid documents with City's reproduction company. All other
reproduction will be the responsibility of Consultant and as defined above.
C. Provide usable life of facilities criteria and information with regards to new
. facilities or facilities to be rehabilitated.
8. STANDARD OF CARE
8.1 All of the services shall be performed by Consultant or under Consultant's
supervision. Consultant represents that it possesses the professional and
technical personnel required to perform the services required by this
Agreement, and that it will perform all services in a manner commensurate
. with community professional standards. All services shall be performed
by qualified and experienced personnel who are not employed by City, nor
have any contractual relationship with City.
8.2 Consultant represents and warrants to City that it has or shall obtain all
licenses, permits, qualifications, insurance and approvals of whatsoever
nature that are legally required of Consultant to practice its profession.
Consultant further represents and warrants to City that Consultant shall, at
its sole cost and expense, keep in effect or obtain at all times during the
term of this Agreement, any and all licenses, permits, insurance and other
approvals that are legally required of Consultant to practice its profession.
Consultant shall maintain a City of Newport Beach business license during
the term of this Agreement.
8.3 Consultant shall not be responsible for delay, nor shall Consultant be
responsible for damages or be in default or deemed to be in default by
reason of strikes, lockouts, accidents, or acts of God, or the failure of City
to furnish timely information or to approve or disapprove Consultant's work
promptly, or delay or faulty performance by City, contractors, or
governmental agencies.
fl
0
9. HOLD HARMLESS
To the fullest extent permitted by law, Consultant shall indemnify, defend and 1101 hold harmless City, its City Council, boards and commissions, officers, agents
and employees (collectively, the "Indemnified Parties) from and against any and
all claims (including, without limitation, claims for bodily injury, death or damage
to property), demands, obligations, damages, actions, causes of action, suits,
losses, judgments, fines, penalties, liabilities, costs and expenses (including,
without limitation, attorney's fees, disbursements and court costs) of every kind
and nature whatsoever (individually, a Claim; collectively, "Claims "), which may
arise from or in any manner relate (directly or indirectly) to any work negligently
performed or services provided under this Agreement (including, without
limitation, defects in workmanship or materials and /or design defects [if the
design originated with Consultant]) or Consultant's presence or activities
conducted under this Agreement (including the negligent and /or willful acts,
errors and /or omissions of Consultant, its principals, officers, agents, employees,
vendors, suppliers, consultants, subcontractors, anyone employed directly or
indirectly by any of them or for whose acts they may be liable or any or all of
them).
Notwithstanding the foregoing, nothing herein shall be construed to require
Consultant to indemnify the Indemnified Parties from any Claim arising from the
active negligence or willful misconduct of the Indemnified Parties. Nothing in this
indemnity shall be construed as authorizing any award of attorney's fees in any
action on or to enforce the terms of this Agreement. This indemnity shall apply to
all claims and liability regardless of whether any insurance policies are
applicable. The policy limits do not act as a limitation upon the amount of
indemnification to be provided by the Consultant.
10. INDEPENDENT CONTRACTOR
It is understood that City retains Consultant on an independent contractor basis and
Consultant is not an agent or employee of City. The manner and means of
conducting the work are under the control of Consultant, except to the extent they
are limited by statute, rule or regulation and the expressed terms of this Agreement.
Nothing in this Agreement shall be deemed to constitute approval for Consultant or
any of Consultant's employees or agents, to be the agents or employees of City.
Consultant shall have the responsibility for and control over the means of
performing the work, provided that Consultant is in compliance with the terms of
this Agreement. Anything in this Agreement that may appear to give City the right
to direct Consultant as to the details of the performance or to exercise a measure of
control over Consultant shall mean only that Consultant shall follow the desires of
City with respect to the results of the services.
11. COOPERATION
5
E
Consultant agrees to work closely and cooperate fully with City's designated Project
Administrator and any other agencies that may have jurisdiction or interest in the
• work to be performed. City agrees to cooperate with the Consultant.
12. CITY POLICY
Consultant shall discuss and review all matters relating to policy and Project
direction with City's Project Administrator in advance of all critical decision points
in order to ensure the Project proceeds in a manner consistent with City goals
and policies.
13. PROGRESS
Consultant is responsible for keeping the Project Administrator and /or his/her
duly authorized designee informed on a regular basis regarding the status and
progress of the Project, activities performed and planned, and any meetings that
havwbeen scheduled or are desired.
14. INSURANCE
Without limiting Consultant's indemnification of City, and prior to commencement
of work. Consultant shall obtain, provide and maintain at its own expense during
the term of this Agreement, a policy or policies of liability insurance of the type
and amounts described below and in a form satisfactory to City.
• A. Certificates of Insurance. Consultant shall provide certificates of
insurance with original endorsements to City as evidence of the insurance
coverage required herein. Insurance certificates must be approved by
City's Risk Manager prior to commencement of performance or issuance
of any permit. Current certification of insurance shall be kept on file with
City at all times during the term of this Agreement.
B. Signature. A person authorized by the insurer to bind coverage on its
behalf shall sign certification of all required policies.
C. Acceptable Insurers. All insurance policies shall be issued by an
insurance company currently authorized by the Insurance Commissioner
to transact business of insurance in the State of California, with an
assigned policyholders' Rating of A (or higher) and Financial Size
Category Class VII (or larger) in accordance with the latest edition of
Best's Key Rating Guide, unless otherwise approved by the City's Risk
Manager.
D. Coverage Requirements.
I. Workers' Compensation Coverage. Consultant shall maintain
Workers' Compensation Insurance and Employer's Liability
Insurance for his or her employees in accordance with the laws of
N.
the State of California. In addition, Consultant shall require each
subcontractor to similarly maintain Workers' Compensation
Insurance and Employer's Liability Insurance in accordance with .
the laws of the State of California for all of the subcontractor's
employees. Any notice of cancellation or non - renewal of all
Workers' Compensation policies must be received by City at least
thirty (30) calendar days prior to such change. The insurer shall
agree to waive all rights of subrogation against City, its officers,
agents, employees and volunteers for losses arising from work
performed by Consultant for City.
ii. General Liability Coverage. Consultant shall maintain commercial
general liability insurance in an amount not less than one million
dollars ($1,000,000) per occurrence for bodily injury, personal
injury, and property damage, including without limitation,
contractual liability. If commercial general liability insurance or
other form with a general aggregate limit is used, either the general
aggregate limit shall apply separately to the work to be performed
under this Agreement, or the general aggregate limit shall be at
least twice the required occurrence limit.
iii. Automobile Liability Coverage. Consultant shall maintain
automobile insurance covering bodily injury and property damage
for all activities of the Consultant arising out of or in connection with
work to be performed under this Agreement, including coverage for
any owned, hired, non -owned or rented vehicles, in an amount not
less than one million dollars ($1,000,000) combined single limit for
each occurrence.
iv. Professional Errors and Omissions Insurance. Consultant shall
maintain professional errors and omissions insurance, which covers.
the services to be performed in connection with this Agreement in
the minimum amount of one million dollars ($1,000,000).
E. Endorsements. Each general liability and automobile liability insurance
policy shall be endorsed with the following specific language:
I. The City, its elected or appointed officers, officials, employees,
agents and volunteers are to be covered as additional insureds with
respect to liability arising out of work performed by or on behalf of
the Consultant.
ii. This policy shall be considered primary insurance as respects to
City, its elected or appointed officers, officials, employees, agents
and volunteers as respects to all claims, losses, or liability arising
directly or indirectly from the Consultant's operations or services
provided to City. Any insurance maintained by City, including any
self- insured retention City may have, shall be considered excess
7
insurance only and not contributory with the insurance provided
hereunder.
iii. This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with
respect to the limits of liability of the insuring company.
iv. The insurer waives all rights of subrogation against City, its elected
or appointed officers, officials, employees, agents and volunteers.
V. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to City, its elected or appointed
officers, officials, employees, agents or volunteers.
vi. The insurance provided by this policy shall not be suspended,
voided, canceled, or reduced in coverage or in limits, by either party
except after thirty (30) calendar days written notice has been
received by City.
F. Timely Notice of Claims. Consultant shall give City prompt and timely
notice of claim made or suit instituted arising out of or resulting from
Consultant's performance under this Agreement.
G. Additional Insurance. Consultant shall also procure and maintain, at its
own cost and expense, any additional kinds of insurance, which in its own
judgment may be necessary for its proper protection and prosecution of
the work.
15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following
shall be construed as an assignment: The sale, assignment, transfer or other
disposition of any of the issued and outstanding capital stock of Consultant, or of
the interest of any general partner or joint venturer or syndicate member or
cotenant if Consultant is a partnership or joint- venture or syndicate or cotenancy,
which shall result in changing the control of Consultant. Control means fifty
percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more
of the assets of the corporation, partnership orjoint- venture.
16. SUBCONTRACTING
The parties recognize that a substantial inducement to City for entering into this
Agreement is the professional reputation, experience and competence of
Consultant. Assignments of any or all rights, duties or obligations of the
• Consultant under this Agreement will be permitted only with the express written
M
consent of City. Consultant shall not subcontract any portion of the work to be
performed under this Agreement without the prior written authorization of City.
17. OWNERSHIP OF DOCUMENTS
Each and every report, draft, map, record, plan, document and other writing
produced (hereinafter "Documents "), prepared or caused to be prepared by
Consultant, its officers, employees, agents and subcontractors, in the course of
implementing this Agreement, shall become the exclusive property of City, and
City shall have the sole right to use such materials in its discretion without further
compensation to Consultant or any other party. Consultant shall, at Consultant's
expense, provide such Documents to City upon prior written request.
Documents, including drawings and specifications, prepared by Consultant
pursuant to this Agreement are not intended or represented to be suitable for
reuse by City or others on any other project. Any use of completed Documents
for other projects and any use of incomplete Documents without specific written
authorization from Consultant will be at City's sole risk and without liability to
Consultant. Further, any and all liability arising out of changes made to
Consultant's deliverables under this Agreement by City or persons other than
Consultant is waived against Consultant and City assumes full responsibility for
such changes unless City has given Consultant prior notice and has received
from Consultant written consent for such changes.
18. CONFIDENTIALITY 0
All Documents, including drafts, preliminary drawings or plans, notes and
communications that result from the services in this Agreement, shall be kept
confidential unless City authorizes in writing the release of information.
29. OPINION OF COST
Any opinion of the construction cost prepared by Consultant represents his/her
judgment as a design professional and is supplied for the general guidance of
City. Since Consultant has no control over the cost of labor and material, or over
competitive bidding or market conditions, Consultant does not guarantee the
accuracy of such opinions as compared to contractor bids or actual cost to City.
20. INTELLECTUAL PROPERTY INDEMNITY
The Consultant shall defend and indemnify City, its agents, officers, representatives
and employees against any and all liability, including costs, for infringement of any
United States' letters patent, trademark, or copyright infringement, including costs,
contained in Consultant's drawings and specifications provided under this
Agreement.
LJ
0
21. RECORDS
•
Consultant shall keep records and invoices in connection with the work to be
performed under this Agreement. Consultant shall maintain complete and accurate
records with respect to the costs incurred under this Agreement and any services,
expenditures and disbursements charged to City, for a minimum period of three (3)
years, or for any longer period required by law, from the date of final payment to
Consultant under this Agreement. All such records and invoices shall be clearly
identifiable. Consultant shall allow a representative of City to examine, audit and
make transcripts or copies of such records and invoices during regular business
hours. Consultant shall allow inspection of all work, data, Documents, proceedings
and activities related to the Agreement for a period of three (3) years from the date
of final payment to Consultant under this Agreement.
22. WITHHOLDINGS
City may withhold payment to Consultant of any disputed sums until satisfaction
of the dispute with respect to such payment. Such withholding shall not be
deemed to constitute a failure to pay according to the terms of this Agreement.
Consultant shall not discontinue work as a result of such withholding. Consultant
shall have an immediate right to appeal to the City Manager or his /her designee
with respect to such disputed sums. Consultant shall be entitled to receive
interest on any withheld sums at the rate of return that City earned on its
investments during the time period, from the date of withholding of any amounts
found to have been improperly withheld.
23. ERRORS AND OMISSIONS
In the event of errors or omissions that are due to the negligence or professional
inexperience of Consultant which result in expense to City greater than what
would have resulted if there were not errors or omissions in the work
accomplished by Consultant, the additional design, construction and/or
restoration expense shall be borne by Consultant. Nothing in this paragraph is
intended to limit City's rights under any other sections of this Agreement.
24. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the right to employ other Consultants in connection with the
Project.
25. CONFLICTS OF INTEREST
The Consultant or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act "), which (1) requires such
persons to disclose any financial interest that may foreseeably be materially
affected by the work performed under this Agreement, and (2) prohibits such
persons from making, or participating in making, decisions that will foreseeably
financially affect such interest.
10
If subject to the Act, Consultant shall conform to all requirements of the Act.
Failure to do so constitutes a material breach and is grounds for immediate
termination of this Agreement by City. Consultant shall indemnify and hold
harmless City for any and all claims for damages resulting from Consultant's
violation of this Section.
26. NOTICES
All notices, demands, requests or approvals to be given under the terms of this
Agreement shall be given in writing, to City by Consultant and conclusively shall
be deemed served when delivered personally, or on the third business day after
the deposit thereof in the United States mail, postage prepaid, first -class mail,
addressed as hereinafter provided. All notices, demands, requests or approvals
from Consultant to City shall be addressed to City at:
Attn: Michael J. Sinacori, P.E.
Public Works Department
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Phone: 949 - 644 -3342
Fax: 949 - 644 -3308
All notices, demands, requests or approvals from City to Consultant shall be
addressed to Consultant at:
Attn: Steve Tedesco, P.E.
Tetra Tech, Inc.
16241 Laguna Canyon Road, Suite 200
Irvine, CA 92618
Phone: 949 - 727 -7099
Fax: 949 - 727 -7097
27. TERMINATION
In the event that either party fails or refuses to perform any of the provisions of this
Agreement at the time and in the manner required, that party shall be deemed in
default in the performance of this Agreement. If such default is not cured within a
period of two (2) calendar days, or if more than two (2) calendar days are
reasonably required to cure the default and the defaulting party fails to give
adequate assurance of due performance within two (2) calendar days after receipt
of written notice of default, specifying the nature of such default and the steps
necessary to cure such default, the non - defaulting party may terminate the
Agreement forthwith by giving to the defaulting party written notice thereof.
Notwithstanding the above provisions, City shall have the right, at its sole
discretion and without cause, of terminating this Agreement at any time by giving
seven (7) calendar days prior written notice to Consultant. In the event of
11
is
termination under this Section, City shall pay Consultant for services satisfactorily
performed and costs incurred up to the effective date of termination for which
Consultant has not been previously paid. On the effective date of termination,
Consultant shall deliver to City all reports, Documents and other information
developed or accumulated in the performance of this Agreement, whether in draft
or final form.
28. COMPLIANCE WITH ALL LAWS
Consultant shall at its own cost and expense comply with all statutes,
ordinances, regulations and requirements of all governmental entities, including
federal, state, county or municipal, whether now in force or hereinafter enacted.
In addition, all work prepared by Consultant shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be
subject to approval of the Project Administrator and City.
29. 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.
30. INTEGRATED CONTRACT
This Agreement represents the full and complete understanding of every kind or
nature whatsoever between the parties hereto, and all preliminary negotiations
and agreements of whatsoever kind or nature are merged herein. No verbal
agreement or implied covenant shall be held to vary the provisions herein.
31. CONFLICTS OR INCONSISTENCIES
In the event there are any conflicts or inconsistencies between this Agreement and
the Scope of Services or any other attachments attached hereto, the terms of this
Agreement shall govem.
32. AMENDMENTS
This Agreement may be modified or amended only by a written document executed
by both Consultant and City and approved as to form by the City Attorney.
33. SEVERABILITY
If any term or portion of this Agreement is held to be invalid, illegal, or otherwise
unenforceable by a court of competent jurisdiction, the remaining provisions of this
Agreement shall continue in full force and effect.
12
34. CONTROLLING LAW AND VENUE
The laws of the State of California shall govern this Agreement and all matters
relating to it and any action brought relating to this Agreement shall be adjudicated
in a court of competent jurisdiction in the County of Orange.
35. EQUAL OPPORTUNITY EMPLOYMENT
Consultant represents that it is an equal opportunity employer and it shall not
discriminate against any subcontractor, employee or applicant for employment
because of race, religion, color, national origin, handicap, ancestry, sex or age.
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on
the day and year first written above.
APPROVED AS TO FORM:
City Attorney
for the City of Newport Beach
ATTEST:
LaVonne Harkless,
City Clerk
CITY OF NEWPORT BEACH,
A Municipal Corporation
By:
Mayor
for the City of Newport Beach
TETRA TECH, INC.:
0
Steve Tedesco
Vice President
Attachments: Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
f: luserslpbwlsharedlagreementslfy 03- 041tetra tech -bcr floating cover.doc
13
9
11
0
u
E
TETRATECH, INC.
Infrastructure Services Group
October 7, 2003
Mr. Michael J. Sinacori, P.E.
Utilities Manager
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92658 -8915
OU Y 7gy3
Reference: Big Canyon Reservoir Floating Cover and Disinfection Facilities
Proposal for Bidding and Construction Phase Services
Dear Mr. Sinacori:
Tetra Tech, Inc. is pleased to submit this proposal to provide bidding and construction phase
services for the Big Canyon Reservoir Floating Cover and Disinfection Facilities Project.
Bidding Phase Services
Following our submittal of signed plans and specifications to the City, bidding services to be
provided to the City shall include:
1. Coordination and response to questions from contractors and.equipment suppliers.
2. Attend the prebid conference and job walk-
3. Preparation of any addenda.
4. Review of bid results.
It is anticipated that the bidding phase will be approximately 45 days, with a bid opening scheduled
for November 2003.
Construction Phase Services
The construction phase services will consist of the following tasks:
1. Shop Drawings will be reviewed for items including the floating cover, disinfection facilities,
mechanical equipment, piping, site work, electrical, instrumentation and structural.
2. Requests for Clarification (RFC) will be addressed from the contractor. The proposal
assumes an average 40 RFCs from the contractor will be addressed.
3. Site Visits/Meetings - Up to 12 site visits/project meetings will be attended by Tetra Tech
staff to meet with the City and contractor.
4. Review of contractor change orders. We have assumed assistance with 4 to 5 change orders.
5. Record Drawings - Upon completion of construction, the contractor's red line plans will be
used to prepare record drawings. Both mylars and electronic files will be updated accordingly
and provided to the City.
6. Reimbursable expenses include mileage, printing, mylars, etc.
16241 Laguna Canyon Road, Suite 200, Irvine, CA 92618
Tel 949.727.7099 Fax 949.727.7097
www.tetMtech.com
EXHIBIT A
TETRATECH, INC.
Infrastructure Services Group
Mr. Michael J. Sinacori, P.E.
October 7, 2003
Page 2
The construction phase schedule is estimated to start in December 2003 and be completed in
October 2004. The total construction time is 200 working days.
The Scope of Services and Fee Schedule are presented in the attachments. The total requested fee
for bidding and construction phase services is $54,500. We look forward to continuing this project
through completion.
Sincerely,
Steve Tedesco, P.E.
Vice President
SDT /SE:cg
JA0606\0055V- 007se.doc(100)
Attachments 0
0
TETRA TECH, INC.
CITY OF NEWPORT BEACH
Big Canyon Reservoir Floating Cover and Disinfection Facilities
SCOPE OF SERVICES
The following additional services are provided for the bidding and construction phase of the project:
Bidding Assistance
Shop Drawings
RFCs/Change Orders
Site Visits/Meetings (12)
Record Drawings
Reimbursibles
$ 6,000.00
$ 26,000.00
$ 9,000.00
$ 8,000.00
$ 4,500.00
$ 1.000.00
Total $ 54,500.00
Our billing rates are presented in the attached rate schedule per Exhibit "A ".
JA0606\0055U- 007se.do (3 00)
0 0
TETRATECH, INC.
EXHIBIT "A"
2004
. HOURLY CHARGE RATE AND
EXPENSE REII IMURSEMENT SCHEDULE
Professional
Engineering Intern/Technician ...................
$ 48.00
Designer /CAD Operator/Engineer I...........
$ 89.00
Engineer H and IHfSenior Designer ..........
$ 100.00
Biologist ...................... ...............................
$ 99.00
Pl anner......................... ..............................$
99.00
Senior Engineer/Landscape Architect........
$ 115.00
Project Engineer/Project Coordinator........
$ 135.00
Senior Pl anner ............. ...............................
$ 140.00
Senior Scientist ........... ...............................
$ 140.00
Project Manager /Sr. Project Coordinator...
$ 150.00
Senior Project Manager ..............................
$ 165.00
Program Director/Project Director ...........:.
$ 200.00
Administrative
Administrative Clerk ... .:............................. $ 42.00
Word Processor /Admin. Support ............... $ 58.00
Graphic Designer ........ ............................... $ 94.00
Survev/Maonine
Survey Technician I .... ............................... $ 90:00
Survey Technician Wield Supervisor......
$ 100.00
Senior Surveyor .......... ...............................
$ 115.00
Project Surveyor ......... ...............................
$ 135.00
Two-Person Survey Party ..........................
$ 185.00
Two - Person Survey Party with GPS..........
$ 225.00
Three- Person Survey Parry ........................
$ 268.00
Survey Travel Time (Two - person) ............
$ 90.00
Survey Travel Time (Three- person) ...........
$ 127.00
Construction Management
Construction Observer ............................... $ 78.00
Senior Construction Observer .................... $ 85.00
Resident Engineer ....... ............................... $ 120.00
Construction Manager . ............................... $ 150.00
Reproduction, special photography, postage, delivery services, express mail, out -of -area telephone calls,
printing and any other services performed by subcontractor, will be billed at cost plus 15 %.
Reimbursable In -House Costs
Photo Copies (B &W 8.5 "xl F ...... $ 0.10/Each
Photo Copies (B &W 11 "x1T')....... $ 0.35/Each
Color Copies (up to 8.5 "x11 ") ........ $ 1.50/Each
Color Copies (to 11 "x17") .............. $ 2.50/Each
Compact Disks . ............................... $10.00/Each
Large Format Copies ..................... $ 0.301S.F.
Computer Time ............................. $10.00/Hour
Mileage ............ ............................... $ 0.40/Mile
NOTE: All rates are effective to October 1, 2004. There will be a negotiated increase in rates, 5% minimum
per year, for contracts extending beyond October 1, 2004.
EXHIBIT B
7:\060610055)1- 007mdoc(100)
•
0
0
PROFESSIONAL SERVICES AGREEMENT WITH
PBS&J FOR
• CONSTRUCTION INSPECTION SERVICES
THIS AGREEMENT is made and entered into as of this _ day of ,
2004, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation
( "City"), and PBS&J a corporation whose address is 175 Calle Magdelena, Encinitas,
California, 92024 ( "Consultant"), and is made with reference to the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now being
conducted under the statutes of the State of California and the Charter of City.
B. City is planning to install a floating cover and new disinfection facilities at the Big
Canyon Reservoir (he "Project ").
C. City desires to engage Consultant to provide construction inspection and
administrative support services for the Project.
D. Consultant possesses the skill, experience, ability, background, certification and
knowledge to provide the services described in this Agreement.
E. The principal members of Consultant for purposes of Agreement shall be Gasper
A. Chifici, Vice President, and Charles "Skip" Griffin, Jr., Senior Vice
President.
F. City has solicited and received a proposal from Consultant, has reviewed the
previous experience and evaluated the expertise of Consultant, and desires to
retain Consultant to render professional services under the terms and conditions
set forth in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as
follows:
1. TERM
The term of this Agreement shall commence on the day of
2004, and shall terminate on the 31st day of January, 2005,
unless terminated earlier as set forth herein.
2. SERVICES TO BE PERFORMED
Consultant shall diligently perform all the services described in the Scope of
• Services attached hereto as Exhibit A and incorporated herein by reference. The
3.
4.
0 0
City may elect to delete certain tasks of the Scope of Services at its sole
discretion.
TIME OF PERFORMANCE
Time is of the essence in the performance of services under this Agreement and
the services shall be performed to completion in a diligent and timely manner.
The failure by Consultant to perform the services in a diligent and timely manner
may result in termination of this Agreement by City.
Notwithstanding the foregoing, Consultant shall not be responsible for delays due
to causes beyond Consultant's reasonable control. However, in the case of any
such delay in the services to be provided for the Agreement, each party hereby
agrees to provide notice to the other party so that all delays can be addressed.
3.1 Consultant shall submit all requests for extensions of time for performance
in writing to the Project Administrator not later than ten (10) calendar days
after the start of the condition that purportedly causes a delay. The
Project Administrator shall review all such requests and may grant
reasonable time extensions for unforeseeable delays that are beyond
Consultant's control.
3.2 For all time periods not specifically set forth herein, Consultant shall
respond in the most expedient and appropriate manner under the
circumstances, by either telephone, fax, hand - delivery or mail.
COMPENSATION TO CONSULTANT
City shall pay Consultant for the services on a time and expense not -to- exceed
basis in accordance with the provisions of this Section and the Schedule of
Billing Rates attached hereto as Exhibit B and incorporated herein by reference.
In no event shall Consultant's compensation exceed Two Hundred Twenty Nine
Thousand One Hundred Eight Dollars and no /100 ($229,108.00) without
additional authorization from City. No billing rate changes shall be made during
the term of this Agreement without the prior written approval of City.
4.1 Consultant shall submit monthly invoices to City describing the work
performed the preceding month. Consultant's bills shall include the name
of the person who performed the work, a brief description of the services
performed and /or the specific task in the Scope of Services to which it
relates, the date the services were performed, the number of hours spent
on all work billed on an hourly basis, and a description of any
reimbursable expenditures. City shall pay Consultant no later than thirty
(30) days after approval of the monthly invoice by City staff.
4.2 City shall reimburse Consultant only for those costs or expenses
specifically approved in this Agreement, or specifically approved in
2
E
0
9 0
advance by City. Unless otherwise approved, such costs shall be limited
and include nothing more than the following costs incurred by Consultant:
A. The actual costs of subconsultants for performance of any of the
services that Consultant agrees to render pursuant to this
Agreement, which have been approved in advance by City and
awarded in accordance with this Agreement.
B. Approved reproduction charges.
C. Actual costs and /or other costs and /or payments specifically
authorized in advance in writing and incurred by Consultant in the
performance of this Agreement.
4.3 Consultant shall not receive any compensation for Extra Work without the
prior written authorization of City. As used herein, "Extra Work" means
any work that is determined by City to be necessary for the proper
completion of services for this Agreement, but which is not included within
the Scope of Services and which the parties did not reasonably anticipate
would be necessary at the execution of this Agreement. Compensation
for any authorized Extra Work shall be paid in accordance with the
Schedule of Billing Rates as set forth in Exhibit B.
5. PROJECT MANAGER
Consultant shall designate a Project Manager, who shall coordinate all phases of
the Project. This Project Manager shall be available to City at all reasonable times
during the Agreement term. Consultant has designated John Klimuszko to be its
Project Manager. Consultant shall not remove or reassign the Project Manager or
any personnel listed in Exhibit A or assign any new or replacement personnel for
services under this Agreement without the prior written consent of City. City's
approval shall not be unreasonably withheld with respect to the removal or
assignment of non -key personnel.
Consultant, at the sole discretion of City, shall remove personnel assigned to the
performance of services under this Agreement upon written request of City.
Consultant warrants that it will continuously fumish the necessary personnel to
complete the services on a timely basis as contemplated by this Agreement.
The Consultant is performing inspection and construction management services for
City. The Project Manager and any other assigned staff shall be equipped with a
Nextel Plus type cellular /direct connect unit to communicate with City staff.
Consultant's Nextel Direct Connect I.D. number will be provided to City to be
programmed into City Nextel units, and vice versa.
3
6. ADMINISTRATION
This Agreement will be administered by the Public Works Department.
Michael J. Sinacori, P.E. shall be the Project Administrator and shall have the
authority to act for City under this Agreement. The Project Administrator or
his /her authorized representative shall represent City in all matters pertaining to
the services to be rendered pursuant to this Agreement.
7. CITY'S RESPONSIBILITIES
In order to assist Consultant in the execution of its responsibilities under this
Agreement, City agrees to, where applicable:
A. Provide access to, and upon request of Consultant, one copy of all
existing relevant information on file at City. City will provide all such
materials in a timely manner so as not to cause delays in Consultant's
work schedule.
B. Provide blueprinting and other services through City's reproduction
company for bid documents. Consultant will be required to coordinate the
required bid documents with City's reproduction company. All other
reproduction will be the responsibility of Consultant and as defined above.
C. Provide usable life of facilities criteria and information with regards to new
facilities or facilities to be rehabilitated.
8. STANDARD OF CARE
8.1 All of the services shall be performed by Consultant or under Consultant's
supervision. Consultant represents that it possesses the professional and
technical personnel required to perform the services required by this
Agreement, and that it will perform all services in a manner commensurate
with community professional standards. All services shall be performed
by qualified and experienced personnel who are not employed by City, nor
have any contractual relationship with City.
8.2 Consultant represents and warrants to City that it has or shall obtain all
licenses, permits, qualifications, insurance and approvals of whatsoever
nature that are legally required of Consultant to practice its profession.
Consultant further represents and warrants to City that Consultant shall, at
its sole cost and expense, keep in effect or obtain at all times during the
term of this Agreement, any and all licenses, permits, insurance and other
approvals that are legally required of Consultant to practice its profession.
Consultant shall maintain a City of Newport Beach business license during
the term of this Agreement.
8.3 Consultant shall not be responsible for delay, nor shall Consultant be
responsible for damages or be in default or deemed to be in default by
Il
0 0
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.
8.4 The term Construction Management or Construction Manager does not
imply that Consultant is engaged in any aspect of the physical work of
construction contracting. Consultant shall not have control over or be in
charge of and shall not be responsible for the project's design, City s
project contractor ( "Contractor"), construction means, methods,
techniques, sequences or procedures, or for any health or safety
precautions and programs in connection with the work. These duties are
and shall remain the sole responsibility of the Contractor. Consultant shall
not be responsible for the Contractors' schedules or failure to carry out the
work in accordance with the contract documents. Consultant shall not
have control over or be responsible for acts or omissions of City, Design
Engineer, Contractor, Subcontractors, or their Agents or employees, or of
any other persons performing portions of the work.
9. HOLD HARMLESS
To the fullest extent permitted by law, Consultant shall indemnify, defend and
hold harmless City, its City Council, boards and commissions, officers, agents
and employees (collectively, the "Indemnified Parties) from and against any and
all claims (including, without limitation, claims for bodily injury, death or damage
to property), demands, obligations, damages, actions, causes of action, suits,
losses, judgments, fines, penalties, liabilities, costs and expenses (including,
without limitation, attorney's fees, disbursements and court costs) of every kind
and nature whatsoever (individually, a .Claim; collectively, "Claims "), which may
arise from or in any manner relate (directly or indirectly) to any work negligently
performed or services provided under this Agreement (including, without
limitation, defects in workmanship or materials and /or design defects [if the
design originated with Consultant]) or Consultant's presence or activities
conducted on under this Agreement (including the negligent and /or willful acts,
errors and /or omissions of Consultant, its principals, officers, agents, employees,
vendors, suppliers, consultants, subcontractors, anyone employed directly or
indirectly by any of them or for whose acts they may be liable or any or all of
them).
Notwithstanding the foregoing, nothing herein shall be construed to require
Consultant to indemnify the Indemnified Parties from any Claim arising from the
active negligence or willful misconduct of the Indemnified Parties. Nothing in this
indemnity shall be construed as authorizing any award of attorney's fees in any
action on or to enforce the terms of this Agreement. This indemnity shall apply to
all claims and liability regardless of whether any insurance policies are
applicable. The policy limits do not act as a limitation upon the amount of
indemnification to be provided by the Consultant.
5
10.
11.
12.
13.
14.
0
INDEPENDENT CONTRACTOR
0
It is understood that City retains Consultant on an independent contractor basis and
Consultant is not an agent or employee of City. The manner and means of
conducting the work are under the control of Consultant, except to the extent they
are limited by statute, rule or regulation and the expressed terms of this Agreement.
Nothing in this Agreement shall be deemed to constitute approval for Consultant or
any of Consultant's employees or agents, to be the agents or employees of City.
Consultant shall have the responsibility for and control over the means of
performing the work, provided that Consultant is in compliance with the terms of
this Agreement. Anything in this Agreement that may appear to give City the right
to direct Consultant as to the details of the performance or to exercise a measure of
control over Consultant shall mean only that Consultant shall follow the desires of
City with respect to the results of the services.
COOPERATION
Consultant agrees to work closely and cooperate fully with City's designated Project
Administrator and any other agencies that may have jurisdiction or interest in the
work to be performed. City agrees to cooperate with the Consultant.
CITY POLICY
Consultant shall discuss and review all matters relating to policy and Project
direction with City's Project Administrator in advance of all critical decision points
in order to ensure the Project proceeds in a manner consistent with City goals
and policies.
PROGRESS
Consultant is responsible for keeping the Project Administrator and /or his/her
duly authorized designee informed on a regular basis regarding the status and
progress of the Project, activities performed and planned, and any meetings that
have been scheduled or are desired.
INSURANCE
Without limiting Consultant's indemnification of City, and prior to commencement
of work. Consultant shall obtain, provide and maintain at its own expense during
the term of this Agreement, a policy or policies of liability insurance of the type
and amounts described below and in a form satisfactory to City.
A. Certificates of Insurance. Consultant shall provide certificates of
insurance with original endorsements to City as evidence of the insurance
coverage required herein. Insurance certificates must be approved by
City's Risk Manager prior to commencement of performance or issuance
of any permit. Current certification of insurance shall be kept on file with
City at all times during the term of this Agreement.
U
0
0
B. Signature. A person authorized by the insurer to bind coverage on its
behalf shall sign certification of all required policies.
C. Acceptable Insurers. All insurance policies shall be issued by an
insurance company currently authorized by the Insurance Commissioner
to transact business of insurance in the State of California, with an
assigned policyholders' Rating of A (or higher) and Financial Size
Category Class VII (or larger) in accordance with the latest edition of
Best's Key Rating Guide, unless otherwise approved by the City's Risk
Manager.
D. Coverage Requirements.
i. Workers' Compensation Coverage. Consultant shall maintain
Workers' Compensation Insurance and Employer's Liability
Insurance for his or her employees in accordance with the laws of
the State of California. In addition, Consultant shall require each
subcontractor to similarly maintain Workers' Compensation
Insurance and Employer's Liability Insurance in accordance with
the laws of the State of California for all of the subcontractor's
employees. Any notice of cancellation or non - renewal of all
Workers' Compensation policies must be received by City at least
thirty (30) calendar days prior to such change. The insurer shall
agree to waive all rights of subrogation against City, its officers,
agents, employees and volunteers for losses arising from work
performed by Consultant for City.
ii. General Liability Coverage. Consultant shall maintain commercial
general liability insurance in an amount not less than one million
dollars ($1,000,000) per occurrence for bodily injury, personal
injury, and property damage, including without limitation,
contractual liability. If commercial general liability insurance or
other form with a general aggregate limit is used, either the general
aggregate limit shall apply separately to the work to be performed
under this Agreement, or the general aggregate limit shall be at
least twice the required occurrence limit.
iii. Automobile Liability Coverage. Consultant shall maintain
automobile insurance covering bodily injury and property damage
for all activities of the Consultant arising out of or in connection with
work to be performed under this Agreement, including coverage for
any owned, hired, non -owned or rented vehicles, in an amount not
less than one million dollars ($1,000,000) combined single limit for
each occurrence.
iv. Professional Errors and Omissions Insurance. Consultant shall
maintain professional errors and omissions insurance, which covers
7
0 0
the services to be performed in connection with this Agreement in
the minimum amount of one million dollars ($1,000,000). .
E. Endorsements. Each general liability and automobile liability insurance
policy shall be endorsed with the following specific language:
L The City, its elected or appointed officers, officials, employees,
agents'and volunteers are to be covered as additional insureds with
respect to liability arising out of work performed by or on behalf of
the Consultant.
ii. This policy shall be considered primary insurance as respects to
City, its elected or appointed officers, officials, employees, agents
and volunteers as respects to all claims, losses, or liability arising
directly or indirectly from the Consultant's operations or services
provided to City. Any insurance maintained by City, including any
self - insured retention City may have, shall be considered excess
insurance only and not contributory with the insurance provided
hereunder.
iii. This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with
respect to the limits of liability of the insuring company.
iv. The insurer waives all rights of subrogation against City, its elected
or appointed officers, officials, employees, agents and volunteers.
V. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to City, its elected or appointed
officers, officials, employees, agents or volunteers.
A. The insurance provided by this policy shall not be suspended,
voided, canceled, or reduced in coverage or in limits, by either party
except after thirty (30) calendar days written notice has been
received by City.
F. Timely Notice of Claims. Consultant shall give City prompt and timely
notice of claim made or suit instituted arising out of or resulting from
Consultant's performance under this Agreement.
G. Additional Insurance. Consultant shall also procure and maintain, at its
own cost and expense, any additional kinds of insurance, which in its own
judgment may be necessary for its proper protection and prosecution of
the work.
�J
• •
15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following
shall be construed as an assignment: The sale, assignment, transferor other
disposition of any of the issued and outstanding capital stock of Consultant, or of
the interest of any general partner or joint venturer or syndicate member or
cotenant if Consultant is a partnership or joint - venture or syndicate or cotenancy,
which shall result in changing the control of Consultant. Control means fifty
percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more
of the assets of the corporation, partnership or joint - venture.
16. SUBCONTRACTING
The parties recognize that a substantial inducement to City for entering into this
Agreement is the professional reputation, experience and competence of
Consultant. Assignments of any or all rights, duties or obligations of the
Consultant under this Agreement will be permitted only with the express written
consent of City. Consultant shall not subcontract any portion of the work to be
performed under this Agreement without the prior written authorization of City.
17. OWNERSHIP OF DOCUMENTS
. Each and every report, draft, map, record, plan, document and other writing
produced (hereinafter "Documents"), prepared or caused to be prepared by
Consultant, its officers, employees, agents and subcontractors, in the course of
implementing this Agreement, shall become the exclusive property of City, and
City shall have the sole right to use such materials in its discretion without further
compensation to Consultant or any other party. Consultant shall, at Consultant's
expense, provide such Documents to City upon, prior written request.
Documents, including drawings and specifications, prepared by Consultant
pursuant to this Agreement are not intended or represented to be suitable for
reuse by City or others on any other project. Any use of completed Documents
for other projects and any use of incomplete Documents without specific written
authorization from Consultant will be at City's sole risk and without liability to
Consultant. Further, any and all liability arising out of changes made to
Consultant's deliverables under this Agreement by City or persons other than
Consultant is waived against Consultant and City assumes full responsibility for
such changes unless City has given Consultant prior notice and has received
from Consultant written consent for such changes.
18. CONFIDENTIALITY
All Documents, including drafts, preliminary drawings or plans, notes and
communications that result from the services in this Agreement, shall be kept
confidential unless City authorizes in writing the release of information.
E
19.
20.
21
22.
23.
INTELLECTUAL PROPERTY INDEMNITY
The Consultant shall defend and indemnify City, its agents, officers, representatives
and employees against any and all liability, including costs, for infringement of any
United States' letters patent, trademark, or copyright infringement, including costs,
contained in Consultant's drawings and specifications provided under this
Agreement.
RECORDS
Consultant shall keep records and invoices in connection with the work to be
performed under this Agreement. Consultant shall maintain complete and accurate
records with respect to the costs incurred under this Agreement and any services,
expenditures and disbursements charged to City, for a minimum period of three (3)
years, or for any longer period required by law, from the date of final payment to
Consultant under this Agreement. All such records and invoices shall be clearly
identifiable. Consultant shall allow a representative of City to examine, audit and
make transcripts or copies of such records and invoices during regular business
hours. Consultant shall allow inspection of all work, data, Documents, proceedings
and activities related to the Agreement for a period of three (3) years from the date
of final payment to Consultant under this Agreement.
WITHHOLDINGS
City may withhold payment to Consultant of any disputed sums until satisfaction •
of the dispute with respect to such payment. Such withholding shall not be
deemed to constitute a failure to pay according to the terms of this Agreement.
Consultant shall not discontinue work as a result of such withholding. Consultant
shall have an immediate right to appeal to the City Manager or his/her designee
with respect to such disputed sums. Consultant shall be entitled to receive
interest on any withheld sums at the rate of return that City earned on its
investments during the time period, from the date of withholding of any amounts
found to have been improperly withheld.
ERRORS AND OMISSIONS
In the event of errors or omissions that are due to the negligence or professional
inexperience of Consultant which result in expense to City greater than what
would have resulted if there were not errors or omissions in the work
accomplished by Consultant, the additional design, construction and /or
restoration expense shall be bome by Consultant. Nothing in this paragraph is
intended to limit City's rights under any other sections of this Agreement.
CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the right to employ other Consultants in connection with the
Project.
cl
01
24. CONFLICTS OF INTEREST
The Consultant or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act "), which (1) requires such
persons to disclose any financial interest that may foreseeably be materially
affected by the work performed under this Agreement, and (2) prohibits such
persons from making, or participating in making, decisions that will foreseeably
financially affect such interest.
If subject to the Act, Consultant shall conform to all requirements of the Act.
Failure to do so constitutes a material breach and is grounds for immediate
termination of this Agreement by City. Consultant shall indemnify and hold
harmless City for any and all claims for damages resulting from Consultant's
violation of this Section.
25. NOTICES
All notices, demands, requests or approvals to be given under the terms of this
Agreement shall be given in writing, to City by Consultant and conclusively shall
be deemed served when delivered personally, or on the third business day after
the deposit thereof in the United States mail, postage prepaid, first -class mail,
addressed as hereinafter provided. All notices, demands, requests or approvals
from Consultant to City shall be addressed to City at:
Attn: Michael J. Sinacori, P.E.
Public Works Department
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Phone: 949 - 644 -3342
Fax: 949 - 644 -3308
All notices, demands, requests or approvals from City to Consultant shall be
addressed to Consultant at:
Attn: Gasper A. Chifici
PBS &J
175 Calle Magdalena
Encinitas, CA 92024
Phone: 760 - 753 -1120
Fax: 760 - 753 -0730
26. TERMINATION
In the event that either party fails or refuses to perform any of the provisions of this
• Agreement at the time and in the manner required, that party shall be deemed in
default in the performance of this Agreement. If such default is not cured within a
period of two (2) calendar days, or if more than two (2) calendar days are
11
reasonably required to cure the default and the defaulting party fails to give
adequate assurance of due performance within two (2) calendar days after receipt .
of written notice of default, specifying the nature of such default and the steps
necessary to cure such default, the non - defaulting party may terminate the
Agreement forthwith by giving to the defaulting party written notice thereof.
Notwithstanding the above provisions, City shall have the right, at its sole
discretion and without cause, of terminating this Agreement at any time by giving
seven (7) calendar days prior written notice to Consultant. In the event of
termination under this Section, City shall pay Consultant for services satisfactorily
performed and costs incurred up to the effective date of termination for which
Consultant has not been previously paid. On the effective date of termination,
Consultant shall deliver to City all reports, Documents and other information
developed or accumulated in the performance of this Agreement, whether in draft
or final form.
27. COMPLIANCE WITH ALL LAWS
Consultant shall at its own cost and expense comply with all statutes,
ordinances, regulations and requirements of all governmental entities, including
federal, state, county or municipal, whether now in force or hereinafter enacted.
In addition, all work prepared by Consultant shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be
subject to approval of the Project Administrator and City.
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 herein.
30. CONFLICTS OR INCONSISTENCIES
In the event there are any conflicts or inconsistencies between this Agreement and
the Scope of Services or any other attachments attached hereto, the terms of this
Agreement shall govem.
0
12
0
E
32. SEVERABILITY
If any term or portion of this Agreement is held to be invalid, illegal, or otherwise
unenforceable by a court of competent jurisdiction, the remaining provisions of this
Agreement shall continue in full force and effect.
33. CONTROLLING LAW AND VENUE
The laws of the State of California shall govern this Agreement and all matters
relating to it and any action brought relating to this Agreement shall be adjudicated
in a court of competent jurisdiction in the County of Orange.
34. EQUAL OPPORTUNITY EMPLOYMENT
Consultant represents that it is an equal opportunity employer and it shall not
discriminate against any subcontractor, employee or applicant for employment
because of race, religion, color, national origin, handicap, ancestry, sex or age.
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on
the day and year first written above.
APPROVED AS TO FORM:
City Attorney
for the City of Newport Beach
ATTEST:
City Clerk
CITY OF NEWPORT BEACH,
A Municipal Corporation
By:
Tod W. Ridgeway, Mayor
for the City of Newport Beach
PBS&J:
By:
Gasper A. Chifici, Vice President
Attachments: Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
f:l userslpbv,Ashared%agreements\fy 03 -04bbs &1-ber floating cover.doc
13
Scope of Services
PBS&i's goal is to provide professional services that
create value for our clients through technical
excellence and innovation
DESCRIPTION OF FACHITIES
The facility for which this scope of work is intended is the Big Canyon Reservoir for
the City of Newport Beacb. The work required for the facility includes the addition of
a floating cover and side slope chafer, a sump and rainwater collection system, a
cement slurry bottom, repairs to the existing asphalt lining, a sub -drain system, four
new mixing pumps, disinfection facilities, an asphalt ramp, and various related
appurtenant improvements
SCOPE OF SER«CES
Based on our experience with similar projects, and our understanding of your needs,
the following scope of services describes the anticipated tasks and level of effort
anticipated for the construction phase of the Project The Scope is purposely described
in terms that allow you to decide upon the level of service you require from us. The is
fee proposal that accompanies the Scope is therefore presented in two three separate
options. Option 1 includes Construction Engineering only —tbat is, full time project
inspection and related tasks. Option 1B includes Construction Engineering and a
limited amount of Construction Management oversight, and does not include
submittal review, logging, or tracking, which would be done by either the designer, or
City staff. Option 2 includes Construction Engineering and full Construction
Management & Administration.
The extent of construction management services is based upon the following
construction phase schedule assumptions. It is assumed that the actual construction
will require nine (9) months (approximately 40 weeks) for completion. Based on our
experience on similar construction projects, we anticipate that there will be a two -
week mobilization and start-up phase involving submittal review and site work that
will require only limited on-site project observation. There will then be a 36 -week
period of major construction that will require increased project observation, followed
by 2 weeks that will require diminishing levels ofproject observation during the punch
list and start-up phase.
Field Inspection and Resident Engineering during Construction
(Construction Engineering)
Field Inspection and Resident Engineering services are those services typically
performed by a qualified Construction Field Representative or Resident Engineer,
with support from a qualified Construction Manager. Each of our Field
Comprehensive resources, proven service Section 3, Page I
EXHIBIT A
Representatives and Resident Engineers is furnished with a vehicle, laptop computer,
digital camera, and cellular phone. During the construction of the project, PBSO will
provide the following construction phase services, as a minimum:
1. We will provide one full -time on -site Resident Inspector, subject to the City's
approval, for project observation and field engineering services during the
construction phase, to- assure that the progress and quality of work is in
conformance with the contract documents and the City s expectations, and to
inform the City of the overall progress. He will prepare Daily Inspection Reports
documenting the progress of construction, including notations of visitors to the
site, weather conditions, contractor work force and equipment, changed
conditions encountered, workmanship, safety concerns, and all associated
construction- related issues. The Resident Inspector will also provide daily
construction photo documentation. He will document construction activities on a
daily basis, and specific issues as they occur. Construction photographs will be
taken using a minimum 2.0 megapixel digital camera or 35 mm standard format
pocket camera. Standard format film will be developed and scanned onto a CD
as digital images. Photo proof sheets with thumbnail images shall be attached to
the Daily Construction Progress Reports. All digital files will be transferred to
the City upon completion of the project and will be organized by date. The
Resident Inspector will report directly to the City's Project Manager for this
project. The project is expected to take approximately 9 months to complete. Our
Resident Inspector will establish his schedule based upon the Contractor's.
2. We will attend and conduct weekly on -site Construction Team Progress meetings
with the Contractor, Designer, sub-contractors, and the City, with a fixed agenda,
producing action items with designated responsible parties and due dates.
3. We will issue, process and track Requests for Information (RFIs) for
interpretations and clarifications of the contract documents. The appropriate
design engineer may review interpretations and clarifications. We will consult
and advise the City on the effects of the interpretations and clarifications of the
contract documents.
4. We will provide as- needed scheduling services for periodic review, analysis and
tracking of the Contractor's construction schedule.
5. We will review, negotiate and make recommendations on construction contract
change orders to address contract revisions, design changes, unanticipated field
conditions, additional work requests, etc.
6. We will observe initial operation and testing of the completed project, and
prepare a punch list of deficiencies and follow up with the Contractor to ensure
that the deficiencies are corrected in a timely manner.
7. We will coordinate and manage the City - provided construction materials testing
services. It is assumed that the City will provide independent contract
construction testing services for items such as cover materials, concrete, rebar,
welding, coatings and geotechnical.
1 Comprehensive resources, proven service Section 3, Page 2
E
0
8. We will coordinate and manage the City - provided construction surveying
support services. It is assumed that the City will provide independent contract
construction surveying support services for items such as boundary control,
rough grade stakes, line and grade stakes, finish grade stakes and final grade
verification.
9. We will perform a final inspection of the project
a. We will schedule and conduct substantial completion inspections, prepare
and issue punch lists, and advise the City when the completed facility is
acceptable.
b. We will provide construction management services and assistance to the
City, as required, related to operational aspects of the constructed facility.
c. We will prepare a final report documenting the contractor's actual versus
planned progress schedule, start-up procedures, the disposition of all claims
and disputed change orders that impact the City's long -term interests, and all
other pertinent information.
d. We will present the City with a complete set of all project records in hard
copy and electronic format. We will make certain that changes are made to
the drawings based upon Contractor - furnished record of construction
changes, and our own independent documentation.
e. We will collect from the Contractor all equipment submittal information
required for an O&M Manual for the project
f. We will provide construction management services to the City during the 12-
month warranty period, including 11th month warranty inspection and
coordination and inspection of remedial work performed by the Contractor.
Other incidental tasks that are included in the above are:
Pe Assuming that the State of California's provisions for Prevailing Wage apply
with respect to the inspection of this project, and in accordance with the State of
California's requirements, PBS&J will prepare weekly Certified Payroll
Documentation for this project
0 We will assure that the contractor keeps up with the documentation of all field
changes to the plans and specifications.
Construction Management and Administration during Construction
Construction Management and Administration Services are typically performed by a
qualified Construction Manager and/or Resident Engineer, and a part-time off -site
clerical assistant When Construction Management and Administration is included in
the services we perform, we also add the following Construction Engineering tasks:
I. We will support and coordinate the efforts of all subconsultants provided by
either the City or by PBS&J.
During the construction phase, PBS&J will provide the following Construction
Management and Administration services, as a minimum:
1 �. 61 Comprehensive resources, proven service Section 3, Page 3
11
L
0
0
0
1. We will prepare the agenda for and conduct the pre - construction conference, and
issue minutes of the meeting within 3 days.
2. We will log, track and review Contractor submittals using Expedition (or other
software if the City so desires). The Construction Management team will review
all Contractor submittals with the exception of those requiring review by the
design engineer. We will consult and advise the- City on the acceptability of
substitute materials and equipment proposed by the Contractor.
3. We will coordinate and review lab, shop and null test reports and results of field
materials testing, including concrete tests, soils tests, etc.
4. We will provide general construction contract administration services during the
construction phase, including such tasks as maintaining and documenting all
project records and general correspondence with the City, Designer, the
Contractor, and any other stakeholders, using Expedition. We will provide any
and all services requested by the City or otherwise required for the proper
administration of the construction contract.
5. We will prepare contract revisions, if required, during construction to resolve
problems due to unanticipated field conditions or other field changes.
6. We will provide construction cost accounting services during the construction
phase, including such tasks as progress payment review, cost accounting, budget
tracking, general correspondence with the City and Contractor, etc. We will
consult with and advise the City on construction cost - related issues.
We will meet with the City regularly, at the City's convenience, to discuss
construction - related issues.
8. We will assist the City in the closing of the project with services such as Final
Acceptance, claims negotiations, filing of the Notice of Completion, and make
recommendations for final payment, and release of retention or securities of the
Contractor.
Incidental tasks in addition to the above include:
+ We will prepare and submit monthly progress reports documenting the general
progress of the construction, along with the progress of submittal reviews, the status
of Urs, any changes to the schedule, status of change orders, and any other pertinent
information.
6 We will monitor the contractor's compliance with all construction and site
permits, and advise the City on the appropriate course of action to assist the contractor
in complying with the permit conditions.
Comprehensive resources, proven service Section 3, Page 4
Project Name: Big Canyon Reservoir
Client/Owner: City of Newport Beach
Project Manager: Blaine Barth
Prepared By: Gasper Chifici
Proj/Prop No.: Option 1B
Date: January 27, 2004
ENGINEERING SERVICES
Officer - OFF
Senior Program Manager- SPG
Project Director - PD
Principal Engineer III - PRIII
Program Manager- PGM
Principal Engineer II - PRII
Principal Engineer I - PR
Senior Project Manager - SPM
Project Manager - PM
Senior Project Engineer - SPE
Project Engineer 11- SEII
Project Engineer I - SEI
Senior Engineer - SE
Engineer 11- Ell
Engineer l- El
Engineering Aide II - EAII
Engineering Aide I EAI
ADMINISTRATIVE SERVICES
Financial Manager - FM
Administrative Manager - AM
Senior Administrative Asst II - SAII
Senior Administrative Asst I - SAI
Project Analyst - PA
Administrative Assistant - AA
Administrative Clerk - AC
OTHER PROFESSIONAL SERVICES
Principal Professional, Division Mgr. - PP
Sr. Prof. III, Prog Mgr, Sr. Developer III - SPIII
Sr. Prof. 11, Sr. Analyst III, Sr. Devel II - SPII
Senior Analyst II, Sr. Developer I - SAD
Sr. Prof. I, Sr. Analyst I, Developer 11- SPI
Professional II, Analyst II - Pit
Professional I, Analyst 1, Developer I - PI
$190
$175
$165
$150
$145
$140
$135
$125
$115
$106
$102
$96
$88
$85
$75
$50
$45
$110
$80
$66
$62
$57
$50
$43
$160
$145
$125
$110
$90
$75
$65
FEE SUMMARY
ITEM
TOTAL
Labor
$219,888
Outside Services
$0
Direct Costs
$9,220
TOTAL $229,108
BILLING RATES
ENVIRONMENTAL SCIENCE
Senior Scientist III - SSIII
Senior Scientist 11- SSII
Senior Scientist I - SSI
Scientist III - Sill
Scientist II - SII
Scientist I - S1
Assistant Scientist - AS
Research Assistant - RA
CONSTRUCTION RELATED SERVICES
Senior Construction Manager- SCM
Construction Manager - CM
Senior Project Engr (Const.) - SPEC
Prevailing Wage Field Rep. - PWFR
Senior Field Representative' - SFR
Construction Mgmt Rep. II` - CMII
Construction Mgmt Rep. I` - CMI
r non - prevailing wage)
DESIGN & GRAPHIC SERVICES
Senior Design Manager- SDM
Senior Designer III - SDIII
Senior Designer II - SDII
Senior Designer I - SDI
Senior Graphics Designer- SGD
Designer - DES
Graphics Designer - GO
Senior CADD Technician - SCT
CADD Technician II - CTII
CADD Technician I - CTI
California Offices in Irvine, Riverside, Encinitas, and San Diego
FILE: Big Canyon Reservoir Option 1B.)ds EXHIBIT B
$160
$124
$116
$106
$98
$85
$70
$50
$118
$108
$96
$98
$111
$82
$75
$110
$105
$95
$85
$80
$75
$75
$71
$66
$60
•
u
T
O
1.11
m
V
d
N
m
it
7
0
0
O
Q
J
-'7
Q
a
0
n
m
rn
N
v
Q
a
a
M O 000000
VO. 0000000 N
047
CD
co
co
Go
W
C) I, CD CD (M c00 VO �O
C. 0Om�TONl c•07
cl W 0
OD
01
W
a1
LL
�� I��Ct>N N C V
�N1�— ai c0 C Cis
M Ali
T
T
f9 fA E9 69 tH 69 6Y
ER
f9 � G3 vA N N N
f9 f9
C4
N
69
•
•
LO
co LO
1
Mt�9
0
000 V NNCN7 co ,r
ON W X00 COO V V N
OR'0V
S
ci
0
0
0
0
0
0
0
0
0
0
•
0
0
0
0
•
0
0
LO f00
N C,4
tnq
tnl
V
V
0 ? O`
Cl N
T
N
7
N
N
ca
V O 0 0 0
t- 0 0 O O O O V
N
O
V
o
333
V N N N
O O b co V V V
T
O
v
O p N
U Z tA�
v
m
m� a^ c
0
C C
W E f!1 ^ C C.07 yZ
N
Z C m (!1 '�O •� LL
Z t_- g O v Or
U ca
omEv"0 0)
t~il
ZLLmaaF�°
K
-°�
aai
CA *-5
N N O
0 Q' m 0 ad N 7
y
Z L) — �
Z Q
N
mp
O O N N� U Co W U1 O
O Z a p F m m p
F=
2��v'���a°�i��
d.Z c��a
00
WW
Er
wooa'S
yy3!!
y E d y_ Q C aCj a"i
d "m a) m 12 --
H
y Q
•
N O O ML E
Z
O C` L > N O O A
o
IL
f+
O y N
O
0 T
N1 J
Ua"CLmX()LL UIL
Ua00-wU�00L)E
CLW
�~
W
rN fi V 66 il:6Oi
c-N ch V 661 W 6
1-:N
as
a
Q
m
U
00
a
0
n
m
rn
N
v
Q
a
a
PBS &J Direct costs
DESCRIPTION
Pt
Task
Type
Quantity
Unit
Unit Cost
TOTALS
Cost
Vehicle - Monthly
9
MONTHS
$750.00
$6,750.00
Film /Processing
400
PHOTOS
$0.30
$120.00
Cell Phone Usage per month
9
VARIES
$150.00
$1,350.00
Courier- Next Day
40
TRIPS
$20.00
$800.00
Fed Ex
20
PARCELS
$10.00
$200.00
TOTAL
$9220
SPA PA400 -2/99 Big Canyon Reservoir Option 1B.xls- 127/2004
E
•
0
PROFESSIONAL SERVICES AGREEMENT WITH
HILTS CONSULTING GROUP, INC.
FOR REPRESENTATIVE SERVICES
THIS AGREEMENT is made and entered into as of this _ day of
20_, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation
("City"), and HILTS- CONSULTING GROUP, INC. a corporation whose address is
16716 Quail Country Avenue, Chino Hills, California, 91709 ( "Consultant "), and is
made with reference to the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to cant' on its business as it is now being
conducted under the statutes of the State of California and the Charter of City.
B. City is� planning to install a floating cover and new disinfection facilities at the Big
Canyon Reservoir (The "Project").
C. City desires to engage Consultant to provide manufacturing, fabrication and
installation observation services for the cover portion of the Project.
• D. Consultant possesses the skill, experience, ability, background, certification and
knowledge to provide the services described in this Agreement.
E., The principal member of Consultant for purposes of this Agreement shall be
Douglas Hilts, S.E.
F. City has solicited and received a proposal from Consultant, has reviewed the
previous experience and evaluated the expertise of Consultant, and desires to
retain Consultant to render professional services under the terms and conditions
set forth in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as
follows:
1. TERM
The term of this Agreement shall commence on the _ day of 2004,
and shall terminate on the 31st day of January, 2005, unless terminated earlier as
set forth herein.
2. SERVICES TO BE PERFORMED
Consultant shall diligently perform all the services described in the Scope of
Services attached hereto as Exhibit A and incorporated herein by reference. The
0
9
0
City may elect to delete certain tasks of the Scope of Services at its sole
discretion.
TIME OF PERFORMANCE
Time is of the essence in the performance of services under this Agreement and
the services shall be performed to completion in a diligent and timely manner.
The failure by Consultant to perform the services in a diligent-and timely manner
may result in termination of this Agreement by City.
Notwithstanding the foregoing, Consultant shall not be responsible for delays due
to causes beyond Consultant's reasonable control. However, in the case of any
such delay in the services to be provided for the Agreement, each party hereby
agrees to provide notice to the other party so that all delays can be addressed.
3.1 Consultant shall submit all requests for extensions of time for performance
in writing to the Project Administrator not later than ten (10) calendar days
after the start of the condition that purportedly causes a delay. The
Project Administrator shall review all such requests and may grant
reasonable time extensions for unforeseeable delays that are beyond
Consultant's control.
3.2 For all time periods not specifically set forth herein, Consultant shall
respond in the most expedient and appropriate manner under the
circumstances, by either telephone, fax, hand - delivery or mail.
COMPENSATION TO CONSULTANT
City shall pay Consultant for the services on a time and expense not -to -exceed
basis in accordance with the provisions of this Section and the Schedule of
Billing Rates attached hereto as Exhibit B and incorporated herein by reference.
In no event shall Consultant's compensation exceed Eighty Four Thousand
Dollars and no /100 ($84,000.00) without additional authorization from City. No
billing rate changes shall be made during the term of this Agreement without the
prior written approval of City.
4.1 Consultant shall submit monthly invoices to City describing the work
performed the preceding month. Consultant's bills shall include the name
of the person who performed the work, a brief description of the services
performed and /or the specific task in the Scope of Services to which it
relates, the date the services were performed, the number of hours spent
on all work billed on an hourly basis, and a description of any
reimbursable expenditures. City shall pay Consultant no later than thirty
(30) days after approval of the monthly invoice by City staff.
4.2 City shall reimburse Consultant only for those costs or expenses
specifically approved in this Agreement, or specifically approved in
E
9
P J
0
•
advance by City. Unless otherwise approved, such costs shall be limited
and include nothing more than the following costs incurred by Consultant:
A. The actual costs of subconsultants for performance of any of the
services that Consultant agrees to render pursuant to this
Agreement, which have been approved in advance by City and
awarded in accordance with this Agreement.
B. Approved reproduction charges.
C. Actual costs and /or other costs and/or payments specifically
authorized in advance in writing and incurred by Consultant in the
performance of this Agreement.
4.3 Consultant shall not receive any compensation for Extra Work without the
prior written authorization of City. As used herein, "Extra Work" means
any work that is determined by City to be necessary for the proper
completion of services for this Agreement, but which is not included within
the Scope of Services and which the parties did not reasonably anticipate
would be necessary at the execution of this Agreement. Compensation
for any authorized Extra Work shall be paid in accordance with the
Schedule of Billing Rates as set forth in Exhibit B.
5. PROJECT MANAGER
Consultant shall designate a Project Manager, who shall coordinate all phases of
the Project. This Project Manager shall be available to City at all reasonable times
during the Agreement term. Consultant has designated Douglas Hilts to be its
Project Manager. Consultant shall not remove or reassign the Project Manager or
any personnel listed in Exhibit A or assign any new or replacement personnel for
services under this Agreement without the prior written consent of City. City's
approval shall not be unreasonably withheld with respect to the removal or
assignment of non -key personnel.
Consultant, at the sole discretion of City, shall remove personnel assigned to the
performance of services under this Agreement upon written request of City.
Consultant warrants that it will continuously furnish the necessary personnel to
complete the services on a timely basis as contemplated by this Agreement.
6. ADMINISTRATION
This Agreement will be administered by the Public Works Department.
Michael J. Sinacori, P.E. shall be 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.
3
VA
0
0
CITY'S RESPONSIBILITIES
In order to assist Consultant in the execution of its responsibilities under this
Agreement, City agrees to, where applicable:
A. Provide access to, and upon request of Consultant, one copy of all
existing relevant information on file at City. City will provide all such
materials in a timely manner so as not to cause delays in Consultant's
work schedule.
B. Provide blueprinting and other services through City's reproduction
company for bid documents. Consultant will be required to coordinate the
required bid documents with City's reproduction company. All other
reproduction will be the responsibility of Consultant and as defined above.
STANDARD OF CARE
8.1 All of the services shall be performed by Consultant or under Consultant's
supervision. Consultant represents that it possesses the professional and
technical personnel required to perform the services required by this
Agreement, and that it will perform all services in a manner commensurate
with community professional standards. All services shall be performed
by qualified and experienced personnel who are not employed by City, nor
have any contractual relationship with City.
8.2 Consultant represents and warrants to City that it has or shall obtain all
licenses, permits, qualifications, insurance and approvals of whatsoever
nature that are legally required of Consultant to practice its profession.
Consultant further represents and warrants to City that Consultant shall, at
its sole cost and expense, keep in effect or obtain at all times during the
term of this Agreement, any and all licenses, permits, insurance and other
approvals that are legally required of Consultant to practice its profession.
Consultant shall maintain a City of Newport Beach business license during
the term of this Agreement.
8.3 Consultant shall not be responsible for delay, nor shall Consultant be
responsible for damages or be in default or deemed to be in default by
reason of strikes, lockouts, accidents, or acts of God, or the failure of City
to furnish timely information or to approve or disapprove Consultant's work
promptly, or delay or faulty performance by City, contractors, or
governmental agencies.
8.4 The term Construction Management or Construction Manager does not
imply that Consultant is engaged in any aspect of the physical work of
construction contracting. Consultant shall not have control over or be in
charge of and shall not be responsible for the project's design, City's
project contractor ( "Contractor"), construction means, methods,
techniques, sequences or procedures, or for any health or safety
precautions and programs in connection with the work. These duties are
and shall remain the sole responsibility of the Contractor. Consultant shall
not be responsible for the Contractors' schedules or failure to cant' out the
work in accordance with the contract documents. Consultant shall not
have control over or be responsible for acts or omissions of City, Design
Engineer, Contractor, Subcontractors, or their Agents or employees, or of
any other persons performing portions of the work.
9. HOLD HARMLESS
To the fullest extent permitted by law, Consultant shall indemnify, defend and
hold harmless City, its City Council, boards and commissions, officers, agents
and employees (collectively, the "Indemnified Parties) from and against any and
all claims (including, without limitation, claims for bodily injury, death or damage
to property), demands, obligations, damages, actions, causes of action, suits,
losses, judgments, fines, penalties, liabilities, costs and expenses (including,
without limitation, attorney's fees, disbursements and court costs) of every kind
and nature whatsoever (individually, a Claim; collectively, "Claims "), which may
arise from or in any manner relate directly to any work negligently performed or
services provided under this Agreement (including, without limitation, defects in
workmanship or materials and /or design defects [if the design originated with
Consultant]) or Consultant's presence or activities conducted under this
Agreement (including the negligent and /or willful acts, errors and/or omissions of
Consultant, its principals, officers, agents, employees, vendors, suppliers,
consultants, subcontractors, anyone employed directly or indirectly by any of
them or for whose acts they may be liable or any or all of them).
Notwithstanding the foregoing, nothing herein shall be construed to require
Consultant to indemnify the Indemnified Parties from any Claim arising from the
active negligence or willful misconduct of the Indemnified Parties. Nothing in this
indemnity shall be construed as authorizing any award of attorney's fees in any
action on or to enforce the terms of this Agreement. This indemnity shall apply to
all claims and liability regardless of whether any insurance policies are
applicable. The policy limits do not act as a limitation upon the amount of
indemnification to be provided by the Consultant.
10. INDEPENDENT CONTRACTOR
It is understood that City retains Consultant on an independent contractor basis and
Consultant is not an agent or employee of City. The manner and means of
conducting the work are under the control of Consultant, except to the extent they
are limited by statute, rule or regulation and the expressed terms of this Agreement.
Nothing in this Agreement shall be deemed to constitute approval for Consultant or
any of Consultant's employees or agents, to be the agents or employees of City.
Consultant shall have the responsibility for and control over the means of
performing the work, provided that Consultant is in compliance with the terms of
this Agreement. Anything in this Agreement that may appear to give City the right
to direct Consultant as to the details of the performance or to exercise a measure of
5
11
12.
13.
14.
control over Consultant shall mean only that Consultant shall follow the desires of
City with respect to the results of the services.
COOPERATION
Consultant agrees to worts closely and cooperate fully with City's designated Project
Administrator and any other agencies that may have jurisdiction or interest in the
work to be performed. City agrees to cooperate with the Consultant.
CITY POLICY
Consultant shall discuss and review all matters relating to policy and Project
direction with City's Project Administrator in advance of all critical decision points
in order to ensure the Project proceeds in a manner consistent with City goals
and policies.
PROGRESS
Consultant is responsible for keeping the Project Administrator and /or his/her
duly authorized designee informed on a regular basis regarding the status and
progress of the Project, activities performed and planned, and any meetings that
have been scheduled or are desired.
INSURANCE
Without limiting Consultant's indemnification of City, and prior to commencement
of work. Consultant shall obtain, provide and maintain at its own expense during
the term of this Agreement, a policy or policies of liability insurance of the type
and amounts described below and in a form satisfactory to City.
A. Certificates of Insurance. Consultant shall provide certificates of
insurance with original endorsements to City as evidence of the insurance
coverage required herein. Insurance certificates must be approved by
City's Risk Manager prior to commencement of performance or issuance
of any permit. Current certification of insurance shall be kept on file with
City at all times during the term of this Agreement.
B. Signature. A person authorized by the insurer to bind coverage on its
behalf shall sign certification of all required policies.
C. Acceptable Insurers. All insurance policies shall be issued by an
insurance company currently authorized by the Insurance Commissioner
to transact business of insurance in the State of California, with an
assigned policyholders' Rating of A (or higher) and Financial Size
Category Class VII (or larger) in accordance with the latest edition of
Best's Key Rating Guide, unless otherwise approved by the City's Risk
Manager.
0
0
0
D. Coverage Requirements.
L General Liability Coverage. Consultant shall maintain commercial
general liability insurance in an amount not less than one million
dollars ($1,000,000) per occurrence for bodily injury, personal
injury, and property damage, including without limitation,
contractual liability. If commercial general liability insurance or
other form with a general aggregate limit is used, either the general
aggregate limit shall apply separately to the work to be performed
under this Agreement, or the general aggregate limit shall be at
least twice the required occurrence limit.
Automobile Liability Coverage. Consultant shall maintain
automobile insurance covering bodily injury and property damage
for all activities of the Consultant arising out of or in connection with
work to be performed under this Agreement, including coverage for
any owned, hired, non -owned or rented vehicles, in an amount not
less than one million dollars ($1,000,000) combined single limit for
each occurrence.
iii. Professional Errors and Omissions Insurance. Consultant shall
maintain professional errors and omissions insurance, which covers
the services to be performed in connection with this Agreement in
the minimum amount of one million dollars ($1,000,000).
E. Endorsements. Each general liability and automobile liability insurance
policy shall be endorsed with the following specific language:
L The City, its elected or appointed officers, officials, employees,
agents and volunteers are to be covered as additional insureds with
respect to liability arising out of work performed by or on behalf of
the Consultant.
ii. This policy shall be considered primary insurance as respects to
City, its elected or appointed officers, officials, employees, agents
and volunteers as respects to all claims, losses, or liability arising
directly from the Consultant's operations or services provided to
City. Any insurance maintained by City, including any self- insured
retention City may have, shall be considered excess insurance only
and not contributory with the insurance provided hereunder.
iii. This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with
respect to the limits of liability of the insuring company.
iv. The insurer waives all rights of subrogation against City, its elected
or appointed officers, officials, employees, agents and volunteers.
v. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to City, its elected or appointed
officers, officials, employees, agents or volunteers.
FA
0
vi. The insurance provided by this policy shall not be suspended,
voided, canceled, or reduced in coverage or in limits, by either party
except after thirty (30) calendar days written notice has been
received by City.
F. Timely Notice of Claims. Consultant shall give City prompt and timely
notice of claim made or suit instituted arising out of or resulting from
Consultant's performance under this Agreement.
G. Additional Insurance. Consultant shall also procure and maintain, at its
own cost and expense, any additional kinds of insurance, which in its own
judgment may be necessary for its proper protection and prosecution of
the work.
15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following
shall be construed as an assignment: The sale, assignment, transfer or other
disposition of any of the issued and outstanding capital stock of Consultant, or of
the interest of any general partner or joint venturer or syndicate member or
cotenant if Consultant is a partnership or joint- venture or syndicate or cotenancy,
which shall result in changing the control of Consultant. Control means fifty
percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more
of the assets of the corporation, partnership or joint - venture.
16. SUBCONTRACTING
The parties recognize that a substantial inducement to City for entering into this
Agreement is the professional reputation, experience and competence of
Consultant. Assignments of any or all rights, duties or obligations of the
Consultant under this Agreement will be permitted only with the express written
consent of City. Consultant shall not subcontract any portion of the work to be
performed under this Agreement without the prior written authorization of City.
17. OWNERSHIP OF DOCUMENTS
Each and every report, draft, map, record, plan, document and other writing
produced (hereinafter "Documents "), prepared or caused to be prepared by
Consultant, its officers, employees, agents and subcontractors, in the course of
implementing this Agreement, shall become the exclusive property of City, and
City shall have the sole right to use such materials in its discretion without further
compensation to Consultant or any other party. Consultant shall, at Consultant's
expense, provide such Documents to City upon prior written request.
Documents, including drawings and specifications, prepared by Consultant
pursuant to this Agreement are not intended or represented to be suitable for
reuse by City or others on any other project. Any use of completed Documents
for other projects and any use of incomplete Documents without specific written
authorization from Consultant will be at City's sole risk and without liability to
01 0
Consultant. Further, any and all liability arising out of changes made to
Consultant's deliverables under this Agreement by City or persons other than
Consultant is waived against Consultant and City assumes full responsibility for
such changes unless City has given Consultant prior notice and has received
from Consultant written consent for such changes.
18. CONFIDENTIALITY
All Documents, including drafts, preliminary drawings or plans, notes and
communications that result from the services in this Agreement, shall be kept
confidential unless City authorizes in writing the release of information.
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 and any services,
expenditures and disbursements charged to City, for a minimum period of three (3)
years, or for any longer period required by law, from the date of final payment to
Consultant under this Agreement. All such records and invoices shall be clearly
identifiable. Consultant shall allow a representative of City to examine, audit and
make transcripts or copies of such records and invoices during regular business
hours. Consultant shall allow inspection of all work, data, Documents, proceedings
• and activities related to the Agreement for a period of three (3) years from the date
of final payment to Consultant under this Agreement.
20. WITHHOLDINGS
City may withhold payment to Consultant of any disputed sums until satisfaction
of the dispute with respect to such payment. Such withholding shall not be
deemed to constitute a failure to pay according to the terms of this Agreement.
Consultant shall not discontinue work as a result of such withholding. Consultant
shall have an immediate right to appeal to the City Manager or his/her designee
with respect to such disputed sums. Consultant shall be entitled to receive
interest on any withheld sums at the rate of return that City earned on its
investments during the time period, from the date of withholding of any amounts
found to have been improperly withheld.
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 what
would have resulted if there were not errors or omissions in the work
accomplished by Consultant, the additional design, construction and/or
restoration expense shall be borne by Consultant. Nothing in this paragraph is
intended to limit City's rights under any other sections of this Agreement.
0
r�
L �J
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
The Consultant or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act "), which (1) requires such
persons to disclose any financial interest that may foreseeably be materially
affected by the work performed under this Agreement, and (2) prohibits such
persons from making, or participating in making, decisions that will foreseeably
financially affect such interest.
If subject to the Act, Consultant shall conform to all requirements of the Act.
Failure to do so constitutes a material breach and is grounds for immediate
termination of this Agreement by City. Consultant shall indemnify and hold
harmless City for any and all claims for damages resulting from Consultant's
violation of this Section.
24. NOTICES
All notices, demands, requests or approvals to be given under the terms of this
Agreement shall be given in writing, to City by Consultant and conclusively shall
be deemed served when delivered personally, or on the third business day after •
the deposit thereof in the United States mail, postage prepaid, first -class mail,
addressed as hereinafter provided. All notices, demands, requests or approvals
from Consultant to City shall be addressed to City at:
Attn: Michael J. Sinacod, P.E.
Public Works Department
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Phone: 949 - 644 -3342
Fax: 949 - 644 -3308
All notices, demands, requests or approvals from City to Consultant shall be
addressed to Consultant at:
Attn: Douglas Hilts, S. E.
Hilts Consulting Group, Inc.
16716 Quail Country Avenue
Chino Hills, CA 91709
Phone: 909- 590 -5200
is
10
i •
25. TERMINATION
In the event that either party fails or refuses to perform any of the provisions of this
Agreement at the time and in the manner required, that party shall be deemed in
default in the performance of this Agreement. If such default is not cured within a
period of two (2) calendar days, or if more than two (2) calendar days are
reasonably required to cure the default and the defaulting party fails to give
adequate assurance of due performance within two (2) calendar days after receipt
of written notice of default, specifying the nature of such default and the steps
necessary to cure such default, the non - defaulting party may terminate the
Agreement forthwith by giving to the defaulting party written notice thereof.
Notwithstanding the above provisions, City shall have the right, at its sole
discretion and without cause, of terminating this Agreement at any time by giving
seven (7) calendar days prior written notice to Consultant. In the event of
termination under this Section, City shall pay Consultant for services satisfactorily
performed and costs incurred up to the effective date of termination for which
Consultant has not been previously paid. On the effective date of termination,
Consultant shall deliver to City all reports, Documents and other information
developed or accumulated in the performance of this Agreement, whether in draft
or final form.
26.
COMPLIANCE WITH ALL LAWS
Consultant shall at its own cost and expense comply with all statutes,
ordinances, regulations and requirements of all governmental entities, including
federal, state, county or municipal, whether now in force or hereinafter enacted.
In addition, all work prepared by Consultant shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be
subject to approval of the Project Administrator and City.
27.
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.
28.
INTEGRATED CONTRACT
This Agreement represents the full and complete understanding of every kind or
nature whatsoever between the parties hereto, and all preliminary negotiations
and agreements of whatsoever kind or nature are merged herein. No verbal
agreement or implied covenant shall be held to vary the provisions herein.
29.
CONFLICTS OR INCONSISTENCIES
In the event there are any conflicts or inconsistencies between this Agreement and
the Scope of Services or any other attachments attached hereto, the terms of this
Agreement shall govern.
11
30. AMENDMENTS
This Agreement may be modified or amended only by a written document executed
by both Consultant and City and approved as to form by the City Attorney.
31. SEVERABILITY
If any term or portion of this Agreement is held to be invalid, illegal, or otherwise
unenforceable by a court of competent jurisdiction, the remaining provisions of this
Agreement shall continue in full force and effect.
32. CONTROLLING LAW AND VENUE
The laws of the State of California shall govern this Agreement and all matters
relating to it and any action brought relating to this Agreement shall be adjudicated
in a court of competent jurisdiction in the County of Orange.
33. EQUAL OPPORTUNITY EMPLOYMENT
Consultant represents that it is an equal opportunity employer and it shall not
discriminate against any subcontractor, employee or applicant for employment
because of race, religion, color, national origin, handicap, ancestry, sex or age.
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on
the day and year first written above.
APPROVED AS TO FORM: CITY OF NEWPORT BEACH,
A Municipal Corporation
By:
City Attorney Tod W. Ridgeway, Mayor
for the City of Newport Beach for the City of Newport Beach
ATTEST: HILTS CONSULTING GROUP, INC.:
By:
LaVonne Harkless, Douglas Hilts, S.E.
City Clerk President
Attachments: Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
f:lusers%pbw'sharedlagreements* 03- 041h11ts4)a floe ft cover.doc 0
12
Hilts Consultina Grouu. Inc.
16716 Quail Country Ave.
Chino Hills, CA 91709
\� (909) 590 -5200
February 2, 2004
City of Newport Beach
3300 Newport Blvd.
P.O. Box 1768
Newport Beach, CA 92658 -8915
Attn.: -Mr. Mike Sinacori
Big Canyon Reservoir — Floating Cover Project — City Representative Services
Mr. Sinacori,
Hilts Consulting Group, Inc. (HCG) had completed a peer review for the City of
Newport Beach (City) Big Canyon Reservoir Improvement Project. As part of the peer
review, HCG reviewed plans and specifications prepared by the City's design
consultant, Tetra Tech, and attended coordination review meetings with City personnel
and Tetra Tech. The Big Canyon Reservoir Improvement Project is currently advertised
for public bidding. HCG would like to submit our proposal to provide City
Representative Services for the floating cover aspects of this project.
SCOPE OF WORK:
HCG would like to submit our proposal for City representative services to assist
the City during the construction of the Big Canyon Reservoir Floating Cover Project.
HCG's involvement on the Big Canyon Reservoir project is limited to the floating cover
portions of work. The scope of work has been jointly defined between HCG and the
City and includes the following tasks:
Project Management / Coordination
• Back check previous peer review comments.
Attend peer review coordination meeting with City and Tetra Tech.
Attend mandatory contractor pre -bid meeting.
Provide coordination with the City and Tetra Tech during construction.
Construction Period Support:
• Attend kick -off meeting with City, Tetra Tech, and Contractor.
U-N
�C
t�
•
r-r
L-A
Big Canyon Reservoir — Floating Cover Project — City Representative Services
February 2, 2004
Page 2 of 4
• Review geomembrane manufacturer's quality control / quality assurance
plan for the floating cover and chafer.
• Review geomembrane fabricator's quality control / quality assurance plan
for both the floating cover and-chafer.
• Review geomembrane installation contractor's quality control / quality
assurance plan for both the floating cover and chafer.
• Review contractor floating cover related submittals.
Construction Meetings / Site Visits:
• Attend weekly construction coordination meetings. This proposal
assumes (16) 1 -hour meetings which will be conducted by others.
• Site visits during construction of the floating cover. This proposal
assumes on site 2 days per week during the construction of the floating
cover. The floating cover construction duration is assumed at 16 weeks.
Site visits 2 days per week for up to 4 weeks during the initial fill and start
up of the floating cover.
Interact with the City's inspector (or hired inspector) relative to floating
cover construction activities.
Off -Site Observations Visits:
• Site visit and observation to geomembrane manufacturing facility during
- the production of the reinforced polypropylene floating cover material.
This proposal. assumes 2 days on site during the manufacturing for a
portion of the geomembrane material. This random observation does not
assume full -time inspection.
• Site visit and observation to geomembrane fabricator facility during the
fabrication of the reinforced polypropylene floating cover prefabricated
panels. This proposal assumes 2 days on site during the fabrication for a
portion of the floating cover panels. This random observation does not
assume full -time inspection.
The construction phase services are based on the following assumptions:
• Inspection services are not part of this proposal, and the City will
separately engage inspection services.
• All material testing will be performed by the Contractor and under the
direction of the on site inspector. Material testing is not included in this
proposal.
• Responses to Contractor RFI's shall be performed by others.
• HCG will provide comments on Contractor submittals. The submittals
shall be reviewed by the design engineer of record and HCG's
comments shall be in addition to the design engineer's comments.
C�
V
Big Canyon Reservoir — Floating Cover Project — City Representative Services
February 2, 2004
Page 3 of 4
The consolidation of HCG comments with those comments by other
reviewers shall be performed by others.
• Construction progress coordination meetings shall be conducted by
others. Meeting minutes shall be prepared by others.
• Contractor progress pay applications shall be reviewed performed by
others.
• Contractor's initial construction schedule and periodic update reviews
shall be performed by others.
• Contractor change order reviews shall be performed by others.
PROFESSIONAL FEES:
The professional fees for the city representative services scope of work defined
above are proposed on time and materials basis plus reimbursables, with an estimated
maximum payable amount of $84,000. A cost breakdown by task is listed below.
Task Estimated Fee
Project Management / Coordination $12,000
Construction Period Support $58,000
Off -Site Observation Visits $12,000
Misc. Reimbursables $2,000
Total $84,000
Billing will be in accordance with the attached fee schedule. At the direction of
the City, additional services may be performed and shall be based on the hourly rates in
the attached fee schedule plus reimbursable expenses.
HCG will submit invoices to the City on a monthly basis commensurate with work
completed as of the billing date. Invoices will indicate the total amount billed to date of
all previous invoices, the current invoice amount, and the remaining agreement amount.
LIMITATIONS:
The design of the Big Canyon Reservoir Improvement Project was designed by
entities other than HCG. HCG is not the design engineer of record, and as such, HCG
assumes no design liability for the design concepts, drawings, and specifications.
HCG's involvement during the construction phase shall be limited to the floating cover
components, and shall not include other items such as the chemical storage and feed
systems, mechanical systems, electrical systems. HCG's involvement is to assist the
City during the construction phase for the floating cover portion of work.
?\ .
�Ci�
Big Canyon Reservoir — Floating Cover Project — City Representative Services
February 2, 2004
Page 4 of 4
HCG appreciates the opportunity to submit our proposal. If you have any
questions regarding this proposal, please call me at (909) 590 -5200.
Very truly yours,
Hilts Consulting Group, Inc.
ougl s Hilts, S.E.
Principal
Attachments
0
\\\
�I
\` HILTS CONSULTING GROUP. INC.
\ FEE SCHEDULE
V FOR
PROFESSIONAL ENGINEERING SERVICES-
Big Canyon Reservoir— Floating Cover Project
City Representative Services
Professional Services:
Classification I Title Hourly Billing Rate
Principal $150.00
Senior Engineer $125.00
Project Draftsperson $85.00
Clerical $40.00
. Reimbursable Expenses
Reproduction Cost plus 15%
Outside Consultant Services Cost plus 15%
Automobile Transportation $0.325 / mile
Delivery / Courier/ Express Mail Cost plus 15%
Travel / Subsistence Cost
Rates effective for calendar year 2004
v
0
PROFESSIONAL SERVICES AGREEMENT WITH
URS CORPORATION
FOR OBSERVATION AND TESTING SERVICES
THIS AGREEMENT is made and entered into as of this _ day of ,
20_, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation
("City"), and URS Corporation, whose address is 2020 East First Street, Suite 400,
Santa Ana, California, 92705 ( "Consultant"), and is made with reference to the
following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now being
conducted under the statutes of the State of California and the Charter of City.
B. City is planning to install a floating cover and new disinfection facilities at the Big
Canyon Reservoir (the "Project ").
C. City desires to engage Consultant to perform geotechnical observation and
testing services for the Project.
D. Consultant possesses the skill, experience, ability, background, certification and
knowledge to provide the services described in this Agreement.
E. The principal member of Consultant for purposes of Project shall be Jean Suter
Hill.
F. City has solicited and received a proposal from Consultant, has reviewed the
previous experience and evaluated the expertise of Consultant, and desires to
retain Consultant to render professional services under the terms and conditions
set forth in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as
follows:
1. TERM
The term of this Agreement shall commence on the _ day of 2004,
and shall terminate on the 31st day of January, 2005, unless terminated earlier as
set forth herein.
2. SERVICES TO BE PERFORMED
0
0
Consultant shall diligently perform all the services described in the Scope of .
Services attached hereto as Exhibit A and incorporated herein by reference. The
• •
City may elect to delete certain tasks of the Scope of Services at its sole
• discretion.
3. TIME OF PERFORMANCE
Time is of the essence in the performance of services under this Agreement and
the services shall be performed to completion in a diligent and timely manner.
The failure by Consultant to- perform the services in a diligent and timely'manner
may result in termination of this Agreement by City.
Notwithstanding the foregoing, Consultant shall not be responsible for delays due
to causes beyond Consultant's reasonable control. However, in the case of any
such delay in the services to be provided for the Agreement, each party hereby
agrees to provide notice to the other party so that all delays can be addressed.
3.1 Consultant shall submit all requests for extensions of time for performance
in writing to the Project Administrator not later than ten (10) calendar days
after the start of the condition that purportedly causes a delay. The
Project Administrator shall review all such requests and may grant
reasonable time extensions for unforeseeable delays that are beyond
Consultant's control.
3.2 For all time periods not specifically set forth herein, Consultant shall
respond in the most expedient and appropriate manner under the
circumstances, by either telephone, fax, hand - delivery or mail.
4. COMPENSATION TO CONSULTANT
City shall pay Consultant for the services on a time and expense not -to- exceed
basis in accordance with the provisions of this Section and the Schedule of
Billing Rates attached hereto as Exhibit B and incorporated herein by reference.
In no event shall Consultant's compensation exceed Twenty Four Thousand
Four Hundred and Eighty Dollars and no /100 ($24,480.00) without additional
authorization from City. No billing rate changes shall be made during the term of
this Agreement without the prior written approval of City.
4.1 Consultant shall submit monthly invoices to City describing the work
performed the preceding month. Consultant's bills shall include the name
of the person who performed the work, a brief description of the services
performed and /or the specific task in the Scope of Services to which it
relates, the date the services were performed, the number of hours spent
on all work billed on an hourly basis, and a description of any
reimbursable expenditures. City shall pay Consultant no later than thirty
(30) days after approval of the monthly invoice by City staff.
4.2 City shall reimburse Consultant only for those costs or expenses
specifically approved in this Agreement, or specifically approved in
FA
5.
•
advance by City. Unless otherwise approved, such costs shall be limited
and include nothing more than the following costs incurred by Consultant:
A. The actual costs of suboonsultants for performance of any of the
services that Consultant agrees to render pursuant to this
Agreement, which have been approved in advance by City and
awarded in accordance with this Agreement.
B. Approved reproduction charges.
C. Actual costs and/or other costs and /or payments specifically
authorized in advance in writing and incurred by Consultant in the
performance of this Agreement.
4.3 Consultant shall not receive any compensation for Extra Work without the
prior written authorization of City. As used herein, "Extra Work' means
any work that is determined by City to be necessary for the proper
completion of services for this Agreement, but which is not included within
the Scope of Services and which the parties did not reasonably anticipate
would be necessary at the execution of this Agreement. Compensation
for any authorized Extra Work shall be paid in accordance with the
Schedule of Billing Rates as set forth in Exhibit B.
PROJECT MANAGER
Consultant shall designate a Project Manager, who shall coordinate all phases of
the Project. This Project Manager shall be available to City at all reasonable times
during the Agreement term. Consultant has designated Jean Suter Hill to be its
Project Manager. Consultant shall not remove or reassign the Project Manager or
any personnel listed in Exhibit A or assign any new or replacement personnel
services under this Agreement without the prior written consent of City. City's
approval shall not be unreasonably withheld with respect to the removal or
assignment of non -key personnel.
Consultant, at the sole discretion of City, shall remove from the Project any of its
personnel assigned to the performance of services under this Agreement upon
written request of City. Consultant warrants that it will continuously furnish the
necessary personnel to complete the, services on a timely basis as contemplated by
this Agreement.
ADMINISTRATION
This Agreement will be administered by the Public Works Department.
Michael J. Sinacori, P.E. shall be 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.
3
0
•
7. CITY'S RESPONSIBILITIES
In order to assist Consultant in the execution of its responsibilities under this
Agreement, City agrees to, where applicable:
A. Provide access to, and upon request of Consultant, one copy of all
existing relevant information on file at City. City will provide all such
materials in a timely manner so as not to cause delays in Consultant's
work schedule.
B. Provide blueprinting and other services through City's reproduction
company for bid documents. Consultant will be required to coordinate the
required bid documents with City's reproduction company. All other
reproduction will be the responsibility of Consultant and as defined above.
C. Provide usable life of facilities criteria and information with regards to new
facilities or facilities to be rehabilitated.
8. STANDARD OF CARE
8.1 All of the services shall be performed by Consultant or under Consultant's
supervision. Consultant represents that it possesses the professional and
technical personnel required to perform the services required by ' this
Agreement, and that it will perform all services in a manner commensurate
with community professional standards. All services shall be performed
by qualified and experienced personnel who are not employed by City, nor
have any contractual relationship with City.
8.2 Consultant represents and warrants to City that it has or shall obtain all
licenses, permits, qualifications, insurance and approvals of whatsoever
nature that are legally required of Consultant to practice its profession.
Consultant further represents and warrants to City that Consultant shall, at
its sole cost and expense, keep in effect or obtain at all times during the
term of this Agreement, any and all licenses, permits, insurance and other
approvals that are legally required of Consultant to practice its profession.
Consultant shall maintain a City of Newport Beach business license during
the term of this Agreement.
8.3 Consultant shall not be responsible for delay, nor shall Consultant be
responsible for damages or be in default or deemed to be in default by
reason of strikes, lockouts, accidents, or acts of God, or the failure of City
to furnish timely information or to approve or disapprove Consultant's work
promptly, or delay or faulty performance by City, contractors, or
governmental agencies.
8.4 The term Construction Management or Construction Manager does not
imply that Consultant is engaged in any aspect of the physical work of
construction contracting. Consultant shall not have control over or be in
n
charge of and shall not be responsible for the project's design, City's
project contractor ( "Contractor"), construction means, methods,
techniques, sequences or procedures, or for any health or safety
precautions and programs in connection with the work. These duties are
and shall remain the sole responsibility of the Contractor. Consultant shall
not be responsible for the Contractors' schedules or failure to carry out the
work in accordance with the contract documents. Consultant shall not
have control over or be -responsible for acts or omissions of City, Design
Engineer, Contractor, Subcontractors, or their Agents or employees, or of
any other persons performing portions of the work.
9. HOLD HARMLESS
To the fullest extent permitted by law, Consultant shall indemnify, defend and
hold harmless City, its City Council, boards and commissions, officers, agents
and employees (collectively, the "Indemnified Parties) from and against any and
all claims (including, without limitation, claims for bodily injury, death or damage
to property), demands, obligations, damages, actions, causes of action, suits,
losses, judgments, fines, penalties, liabilities; costs and expenses (including,
without limitation, attorney's fees, disbursements and court costs) of every kind
and nature whatsoever (individually, a Claim; collectively, "Claims "), which may
arise from or in any manner relate (directly or indirectly) to any work negligently
performed or services provided under this Agreement (including, without
limitation, defects in workmanship or materials and /or design defects [if the
design originated with Consultant]) or Consultant's presence or activities
conducted under this Agreement (including the negligent and /or willful acts,
errors and/or omissions of Consultant, its principals, officers, agents, employees,
vendors, suppliers, consultants, subcontractors, anyone employed directly or
indirectly by any of them or for whose acts they may be liable or any or all of
them).
Notwithstanding the foregoing, nothing herein shall be construed to require
Consultant to indemnify the Indemnified Parties from any Claim arising from the
active negligence or willful misconduct of the Indemnified Parties. Nothing in this
indemnity shall be construed as authorizing any award of attorneys fees in any
action on or to enforce the terms of this Agreement. This indemnity shall apply to
all claims and liability regardless of whether any insurance policies are
applicable. The policy limits do not act as a limitation upon the amount of
indemnification to be provided by the Consultant.
10. INDEPENDENT CONTRACTOR
It is understood that City retains Consultant on an independent contractor basis and
Consultant is not an agent or employee of City. The manner and means of
conducting the work are under the control of Consultant, except to the extent they
are limited by statute, rule or regulation and the expressed terms of this Agreement.
Nothing in this Agreement shall be deemed to constitute approval for Consultant or
any of Consultant's employees or agents, to be the agents oir employees of City.
5
0 0
Consultant shall have the responsibility for and control over the means of
performing the work, provided that Consultant is in compliance with the terms of
this Agreement. Anything in this Agreement that may appear to give City the right
to direct Consultant as to the details of the performance or to exercise a measure of
control over Consultant shall mean only that Consultant shall follow the desires of
City with respect to the results of the services.
11. COOPERATION
Consultant agrees to work closely and cooperate fully with City's designated Project
Administrator and any other agencies that may have jurisdiction or interest in the
work to be performed. City agrees to cooperate with the Consultant.
12. CITY POLICY
Consultant shall discuss and review all matters relating to policy and Project
direction with City's Project Administrator in advance of all critical decision points
in order to ensure the Project proceeds in a manner consistent with City goals
and policies.
13. PROGRESS
Consultant is responsible for keeping the Project Administrator and/or his /her
duly authorized designee informed on a regular basis regarding the status and
progress of the Project, activities performed and planned, and any meetings that
have been scheduled or are desired.
14. INSURANCE
Without limiting Consultant's indemnification of City, and prior to commencement
of work. Consultant shall obtain, provide and maintain at its own expense during
the term of this Agreement, a policy or policies of liability insurance "of the type
and amounts described below and in a form satisfactory to City.
A. Certificates of Insurance. Consultant shall provide certificates of
insurance with original endorsements to City as evidence of the insurance
coverage required herein. Insurance certificates must be approved by
City's Risk Manager prior to commencement of performance or issuance
of any permit. Current certification of insurance shall be kept on file with
City at all times during the term of this Agreement.
B. Slanature. A person authorized by the insurer to bind coverage on its
behalf shall sign certification of all required policies.
C. Acceptable Insurers. All insurance policies shall be issued by an
insurance company currently authorized by the Insurance Commissioner
to transact business of insurance in the State of California, with an
assigned policyholders' Rating of A (or higher) and Financial Size
Category Class VII (or larger) in accordance with the latest edition of
L4
Best's Key Rating Guide, unless otherwise approved by the City s Risk
Manager.
Coverage Requirements.
i. Workers' Compensation Coverage. Consultant shall maintain
Workers' Compensation Insurance and Employer's Liability
Insurance for his ocher employees in accordance with the laws of
the State of California. In addition, Consultant shall require each
subcontractor to similarly maintain Workers' Compensation
Insurance and Employer's Liability Insurance in accordance with
the laws of the State of California for all of the subcontractor's
employees. Any notice of cancellation or non - renewal of all
Workers' Compensation policies must be received by City at least
thirty (30) calendar days prior to such change. The insurer shall
agree to waive all rights of subrogation against City, its officers,
agents, employees and volunteers for losses arising from work
performed by Consultant for City.
ii. General Liability. Coverage. Consultant shall maintain commercial
general liability insurance in an amount not less than one million
dollars ($1,000,000) per occurrence for bodily injury, personal
injury, and property. damage, including without limitation,
contractual liability. If commercial general liability insurance or
other form with a general aggregate limit is used, either the general
aggregate limit shall apply separately to the work to be performed
under this Agreement, or the general aggregate limit shall be at
least twice the required occurrence limit.
iii. Automobile Liability Coverage. Consultant shall maintain
automobile insurance covering bodily injury and property damage
for all activities of the Consultant arising out of or in connection with
work to be performed under this Agreement, including coverage for
any owned, hired, non -owned or rented vehicles, in an amount not
less than one million dollars ($1,000,000) combined single limit for
each occurrence.
iv. Professional Errors and Omissions Insurance. Consultant shall
maintain professional errors and omissions insurance, which covers
the services to be performed in connection with this Agreement in
the minimum amount of one million dollars ($1,000,000).
Endorsements. Each general liability and automobile liability insurance
policy shall be endorsed with the following specific language:
The City, its elected or appointed officers, officials, employees,
agents and volunteers are, to be covered as additional insureds with
FA
0
E
0
0
r�
respect to liability arising out of work performed by or on behalf of
the Consultant.
ii. This policy shall be considered primary insurance as respects to
City, its elected or appointed officers, officials, employees, agents
and volunteers as respects to all claims, losses, or liability arising
directly or indirectly from the Consultant's operations or services
provided to City. Any insurance maintained by City, including any
self - insured retention City may have, shall be considered excess
insurance only and not contributory with the insurance provided
hereunder.
iii. This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with
respect to the limits of liability of the insuring company.
iv. The insurer waives all rights of subrogation against City, its elected
or appointed officers, officials, employees, agents and volunteers.,
V. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to City, its elected or appointed
officers, officials, employees, agents or volunteers.
vi. The insurance provided by this policy shall not be suspended,
voided, canceled, or reduced in coverage or in limits, by either parry
except after thirty (30) calendar days written notice has been
received by City.
F. Timely Notice of Claims. Consultant shall give City prompt and timely
notice of claim made or suit instituted arising out of. or resulting from
Consultant's performance under this Agreement.
G. Additional Insurance. Consultant shall also procure and maintain, at its
own cost and expense, any additional kinds of insurance, which in its own
judgment may be necessary for its proper protection and prosecution of
the work.
15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following
shall be construed as an assignment: The sale, assignment, transfer or other
disposition of any of the issued and outstanding capital stock of Consultant, or of
the interest of any general partner or joint venturer or syndicate member or
cotenant if Consultant is a partnership or joint- venture or syndicate or cotenancy,
which shall result in changing the control of Consultant. Control means fifty
percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more
of the assets of the corporation, partnership or joint-venture.
16. SUBCONTRACTING
The parties recognize that a substantial inducement to City for entering into this
Agreement is the professional reputation, experience and competence of
Consultant. Assignments of any or all rights, duties or obligations of the
Consultant under this Agreement will be permitted only with the express written
consent of City. Consultant shall not subcontract any portion of the work to be
performed under this Agreement without the prior written authorization of City.
17. OWNERSHIP OF DOCUMENTS
Each and every report, draft, map, record, plan, document and other writing
produced (hereinafter "Documents "), prepared or caused to be prepared by
Consultant, its officers, employees, agents and subcontractors, in the course of
implementing this Agreement, shall become the exclusive property of City, and
City shall have the sole right to use such materials in its discretion without further
compensation to Consultant or any other party. Consultant shall, at Consultant's
expense, provide such Documents to City upon prior written request.
Documents, including drawings and specifications, prepared by Consultant
pursuant to this Agreement are not intended or represented to be suitable for
reuse by City or others on any other project. Any use of completed Documents
for other projects and any use of incomplete Documents without specific written
authorization from Consultant will be at City's sole risk and without liability to
Consultant. Further, any and all liability arising out of changes made to
Consultant's deliverables under this Agreement by City or persons other than
Consultant is waived against Consultant and City assumes full responsibility for
such changes unless City has given Consultant prior notice and has received
from Consultant written consent for such changes.
18. CONFIDENTIALITY
All Documents, including drafts, preliminary drawings or plans, notes and
communications that result from the services in this Agreement, shall be kept
confidential unless City authorizes in writing the release of information.
19. INTELLECTUAL PROPERTY INDEMNITY
The Consultant shall defend and indemnify City, its agents, officers, representatives
and employees against any and all liability, including costs, for infringement of any
United States' letters patent, trademark, or copyright infringement, including costs,
contained in Consultant's drawings and specifications provided under this
Agreement.
M
11
0
r�
U
20. RECORDS
0
. Consultant shall keep records and invoices in connection with the work to be
performed under this Agreement. Consultant shall maintain complete and accurate
records with respect to the costs incurred under this Agreement and any services,
expenditures and disbursements charged to City, for a minimum period of three (3)
years, or for any longer period required by law, from the date of final payment to
Consultant under this Agreement. All such records and invoices shall be clearly
identifiable. Consultant shall allow a representative of City to examine, audit and
make transcripts or copies of such records and invoices during regular business
hours. Consultant shall allow inspection of all work, data, Documents, proceedings
and activities related to the Agreement for a period of three (3) years from the date
of final payment to Consultant under this Agreement.
21. WITHHOLDINGS
City may withhold payment to Consultant of any disputed sums until satisfaction
of the dispute with respect to such payment. Such withholding shall not be
deemed to constitute a failure to pay according to the terms of this Agreement.
Consultant shall not discontinue work as a result of such withholding. Consultant
shall have an immediate right to appeal to the City Manager or his/her designee
with respect to such disputed sums. Consultant shall be entitled to receive
interest on any withheld sums at the rate of return that City earned on its
investments during the time period, from the date of withholding of any amounts
found to have been improperly withheld.
22. ERRORS AND OMISSIONS
In the event of errors or omissions that are due to the negligence or professional
inexperience of Consultant which result in expense to City greater than what
would have resulted if there were not errors or omissions in the work
accomplished by Consultant, the additional design, construction and /or
restoration expense shall be borne by Consultant. Nothing in this paragraph is
intended to limit City's rights under any other sections of this Agreement.
23. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the right to employ other Consultants in connection with the
Project.
24. CONFLICTS OF INTEREST
The Consultant or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act"), which (1) requires such
persons to disclose any financial interest that may foreseeably be materially
. affected by the work performed under this Agreement, and (2) prohibits such
persons from making, or participating in making, decisions that will foreseeably
financially affect such interest.
10
If subject to the Act, Consultant shall conform to all requirements of the Act.
Failure to do so constitutes a material breach and is grounds for immediate
termination of this Agreement by City. Consultant shall indemnify and hold
harmless City for any and all claims for damages resulting from Consultant's
violation of this Section.
25. NOTICES
All notices, demands, requests or approvals to be given under the terms of this
Agreement shall be given in writing, to City by Consultant and conclusively shall
be deemed served when delivered personally, or on the third business day after
the deposit thereof in the United States mail, postage prepaid, first -class mail,
addressed as hereinafter provided. All notices, demands, requests or approvals
from Consultant to City shall be addressed to City at:
Attn: Michael J. Sinacori, P.E.
Public Works Department
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
Phone: 949 - 644 -3342
Fax: 949 -644 -3311
All notices, demands, requests or approvals from City to Consultant shall be
addressed to Consultant at: .
Attn: Jean Suter Hill
URS, Corporation
2020 East First Street, Suite 400
Santa Ana, CA 92705
Phone: 714 - 835 -6886
Fax: 714 - 667 -7147
26. TERMINATION
In the event that either party fails or refuses to perform any of the provisions of this
Agreement at the time and in the manner required, that party shall be deemed in
default in the performance of this Agreement. If such default is not cured within a
period of two (2) calendar days, or if more than two (2) calendar days are
reasonably required to cure the default and the defaulting party fails to give
adequate assurance of due performance within two (2) calendar days after receipt
of written notice of default, specifying the nature of such default and the steps
necessary to cure such default, the non - defaulting party may terminate the
Agreement forthwith by giving to the defaulting party written notice thereof.
Notwithstanding the above provisions, City shall have the right, at its sole
discretion and without cause, of terminating this Agreement at any time by giving
seven (7) calendar days prior written notice to Consultant. In the event of
11
termination under this Section, City shall pay Consultant for services satisfactorily
• performed and costs incurred up to the effective date of termination for which
Consultant has not been previously paid. On the effective date of termination,
Consultant shall deliver to City all reports, Documents and other information
developed or accumulated in the performance of this Agreement, whether in draft
or final form.
27. COMPLIANCE WITH ALL LAWS
Consultant shall at its own cost and expense comply with all statutes,
ordinances, regulations and requirements of all governmental entities, including
federal, state, county or municipal, whether now in force or hereinafter enacted.
In addition, all work prepared by Consultant shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be
subject to approval of the Project Administrator and City.
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 herein.
30. CONFLICTS OR INCONSISTENCIES
In the event there are any conflicts or inconsistencies between this Agreement and
the Scope of Services or any other attachments attached hereto, the terms of this
Agreement shall govern.
31. AMENDMENTS
This Agreement may be modified or amended only by a written document executed
by both Consultant and City and approved as to form by the City Attorney.
32. SEVERABILITY
If any term or portion of this Agreement is held to be invalid, illegal, or otherwise
unenforceable by a court of competent jurisdiction, the remaining provisions of this
Agreement shall continue in full force and effect.
12
The laws of the State of California shall govem this Agreement and all matters
relating to it and any action brought relating to this Agreement shall be adjudicated
in a court of competent jurisdiction in the County of Orange.
34. EQUAL OPPORTUNITY EMPLOYMENT
Consultant represents that it is an equal opportunity employer and it shall not
discriminate against any subcontractor, employee or applicant for employment
because of race, religion, color, national origin, handicap, ancestry, sex or age.
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on
the day and year first written above.
APPROVED AS TO FORM:
City Attorney
for the City of Newport Beach
ATTEST:
LaVonne Harkless,
City Clerk
CITY OF NEWPORT BEACH,
A Municipal Corporation
By:
Tod W. Ridgeway, Mayor
for the City of Newport Beach
URS Corporation:
By:
Steve Pearson
Senior Vice President
Attachments: Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
f :lusers\pbwlsharedlagreementsNfy 03- 041urs -bor floating ower.doc
13
0
•
0
0
! !
January 30, 2004
Mr. Michael J. Sinacori, P.E.
Project Manager
Public Works Department
City of Newport Beach
3300 Newport Boulevard
P.O. Box 1768
Newport Beach, California 92658
SUBJECT: PROPOSAL TO PROVIDE FIELD OBSERVATION AND TESTING SERVICES
BIG CANYON RESERVOIR FLOATING COVER AND
DISINFECTION FACILITIES PROJECT
NEWPORT BEACH, CALIFORNIA
Dear Mr. Sinacori:
URS Corporation (URS) is pleased to have this opportunity to propose construction observation
and materials testing services as part of the City of Newport Beach's quality assurance program
. for the subject project. Specifically, we propose to provide the following services on an as-
needed basis:
• Engineering services to assist the City with the review of the contractor's submittals
• Field technician(s) to observe subdrain construction observations and perform QA tests
on soils and asphalt
The following paragraphs describe our proposed scope of services in more detail.
ENGINEERING SERVICES
Over the past 4 years, URS' engineers have provided various services to the City relative to Big
Canyon Dam and Reservoir. Most recently, we designed a subdrain to control the groundwater
table under the existing porous asphalt lining while the cover construction work is proceeding in
the reservoir. The subdrain will be tied into the existing "East Underdrain" system at the
reservoir, and provide additional capacity to reduce pore water pressures under the lining during
future lowerings of the reservoir.
We propose to continue to make our principal engineer for the Big Canyon project, Ms. Jean Hill,
available to the City for as- needed construction -phase assistance in reviewing required contractor
submittals for the new subdrain, including, but not limited to, product data and material
certifications for conformance with the technical specifications, and the contractor's trench
excavation plan, possibly including an Excavation Safety Plan (possibly including shoring
design) for consistency with accepted safe practices.
EXHIBIT A
URS Corporation
2020 East First Street, Sune 400
Santa Ana, CA 92705
Tel: 714.835.6886
Fax: 714.667.7147
EXHIBIT A
0
n
U
Mr. Michael J. Sinacori, P.8
City of Newport Beach
January 30, 2004
Page 2 of 3
Ms. Hill will also be responsible for scheduling technicians for construction -phase field
assignments as described in the following paragraphs, and preparation of a report at the end of
construction presenting our field observations and test results. Ms. Hill, a California - registered
civil engineer, will stamp and sign the construction report.
FIELD OBSERVATION AND TESTING SERVICES
Our proposed field observation and testing services includes the subdrain work designed by URS
as well as new pavement and base designed by others. Specifically, our field technician(s) will
provide the following services:
• Observation and documentation of the contractor's methods of trench excavation and
groundwater control including assistance to the City's survey crew in obtaining the as-
built line and grade of the trench invert, and verification of the minimum trench width.
• . Testing of the proposed pipe bedding and backfill and the trench backfill materials prior
to use in construction for conformance with the technical specifications.
Observation, testing and documentation of subdrain pipe- laying and backfill operations
for conformance with the technical specifications, particularly compaction requirements.
At least one field test will be made per material type per construction shift. We will
utilize the nuclear test gage for determining relative compaction, with daily quality
control checks using a sand cone apparatus.
Assistance to the City's survey crew in obtaining the as -built line and grade of the
subdrain pipe.
Observation, testing and documentation of the contractor's pavement construction for
conformance with the project specifications, including, but not limited to, testing of the
aggregate base gradation, measuring the asphalt temperature at placement, documenting
the base and pavement section thicknesses, and testing the in -place density of the asphalt
Asphalt density testing will be performed using the nuclear test gage.
TERMS
URS proposes to perform the above- described construction -phase services on the time -and-
materials basis under the City's standard professional services agreement. Although we have not
reviewed the terms of a specific agreement, we note that we have not taken significant exception
to the City's terms in the past.
Without knowledge of the contractor's schedule, it is difficult to estimate the office and field
effort that will be required to complete the scope of work proposed herein. The following table
presents our unit rates and recommended initial budget allowance. Our rate for the field
technician is based on prevailing wage rates for "Field Soils and Material Tester" per the
California Labor Code. We have assumed 8 -hour days for the field technician.
u
0
11
URS ' Mr. Michad J. Sinacori, P.E.
City of Newport Beach
January 30, 2004
Pave 3 of 3
Personnel Category
Unit Rate
Estimated
Recommended
Comments
-
Quantity
Initial Budget
.
PM /Principal (J. Hill)
$160/hr
40 hrs.
$5,400
Sr. Project/ Project
$1151hr
12 hrs.
$1,380
Significant effort not
Professional
anticipated; however,
occasional effort may
Sr. Staff! Staff
$701hr
4 hrs.
$280
Professional
be required to assist
PM's review work
Word Processor/
$55/hr
4 hrs.
$220
Project Asst.
Field Technician
$900 /day
18 days
$16,200
Rate includes time,
vehicle, and all field
and laboratory testing
effort. Hourly rate:
$125/hr, 2 hrs min.
TOTAL
$24,480 1
71
URS looks forward to continuing work with the City on the Big Canyon Reservoir project. If you
have any questions or comments regarding this proposal, please do not hesitate to call Ms. Jean
Hill at 714- 648 -2756.
Very truly yours,
URS CORPORATION
Jean Suter Hill
Principal Engineer
11
EXHIBIT B
Vy of Newport Beade NO. BA- 031
BUDGET AMENDMENT
2003 -04
EFFECT ON BUDGETARY FUND BALANCE:
Pq Increase Revenue Estimates
Increase Expenditure Appropriations AND
Transfer Budget Appropriations
SOURCE:
from existing budget appropriations
X from additional estimated revenues
X from unappropriated fund balance
EXPLANATION:
This budget amendment is requested to provide for the following:
AMOUNT: $1,979,887.00
0
Increase in Budgetary Fund Balance
X Decrease in Budgetary Fund Balance
No effect on Budgetary Fund Balance
To increase revenue estimates and expenditure appropriations related to the B!9 Canyon Reservoir Floating Cover and
Disinfection System.
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE
Amount
Fund Account
Description
Debit Credit
500 3785
Water Fund Infrastructure Reserve
$1,962,587.00
REVENUE ESTIMATES (3601)
Fund /Division Account
Description
500 4841
Water Fund - EPA Grant
$17,300.00
EXPENDITURE APPROPRIATIONS (3603)
Description
Division
Number 7503
Water Fund - Pumping & Operating
Account
Number C5500690
Big Canyon Reservoir Cover
$1,979,887.00
Division
Number
Account
Number
Division
Number
Account
Number
Division
Number
Account
Number
• Automatic System Entry.
Signed:
Fina c'aval: Administrative
Services Director
Date
Signed:
Administrative proval:
City Manager
bate
Signed:
City Council Approval: City Clerk
Date
C r of Newport Beado NO. BA- 031
BUDGET AMENDMENT
2003 -04 AMOUNT: $1,s7s,ss7.00
EFFECT ON BUDGETARY FUND BALANCE:
X Increase Revenue Estimates Increase in Budgetary Fund Balance
rq Increase Expenditure Appropriations AM �X Decrease in Budgetary Fund Balance
Transfer Budget Appropriations No effect on Budgetary Fund Balance
SOURCE:
from existing budget appropriations
X from additional estimated revenues
X from unappropriated. fund balance
EXPLANATION:
This budget amendment is requested to provide for the following:
To increase revenue estimates and expenditure appropriations related to the Big Canyon Reservoir Floating Cover and
Disinfection System.
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE Amount
Fund Account Description Debit Credit
500 3785 Water Fund Infrastructure Reserve $1,962,587.00
REVENUE ESTIMATES (3601)
Fund /Division Account Description
500 4841 Water Fund - EPA Grant $17,300.00
EXPENDITURE APPROPRIATIONS (3603)
Automatic
Signed: � �r - � ? `d
Fina c'al Approval: Administrative Services Director Date
Signed:
Admin' trative proval: City anager Cate
Signed: M
City Council Approval: City Clerk Date
Description
Division
Number
7503 Water Fund - Pumping & Operating
Account
Number
C5500690 Big Canyon Reservoir Cover $1,979,887.00
Division
Number
Account
Number
Division
Number
Account
Number
Division
Number
Account
Number
Automatic
Signed: � �r - � ? `d
Fina c'al Approval: Administrative Services Director Date
Signed:
Admin' trative proval: City anager Cate
Signed: M
City Council Approval: City Clerk Date
JUL 2 3 2002
TO: Mayor and Members of the City Council
FROM: Public Works Department
July 23, 2002
CITY COUNCIL AGENDA
ITEM NO. 9
SUBJECT: AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT
WITH TETRA TECH, INC., FOR ADDITIONAL' DESIGN SERVICES
RELATED TO THE BIG CANYON RESERVOIR DISINFECTION AND
WATER QUALITY FACILITIES, CONTRACT NO. 3037
RECOMMENDATION:
Approve Amendment No. 1 to the Professional Services Agreement with Tetra Tech,
Inc., (formerly ASL Consulting Engineers) increasing their fee by $129,800 for additional
design services related to the disinfection and water quality improvements at Big
Canyon Reservoir (BCR).
BACKGROUND:
The BCR is a 600 Acre -Foot (200 million - gallon) potable water storage reservoir located
in Corona del Mar. The full capacity of the reservoir provides the City with 10 days of
average water demand storage. If an emergency takes place within the City, those 10
days could be extended by implementing water conservation measures.
This facility was originally constructed in the early 1960's as a main delivery point for
the imported Metropolitan Water District supply. During the 1950's, the City's wells in
Huntington Beach began to experience saltwater intrusion and were subsequently
abandoned when the BCR was put into service. An open water reservoir was an
acceptable facility in the 1960's. However, as water quality standards have become
more stringent over the years, the Department of Health Services (DOHS) mandated
the City cover its reservoir or abandon the facility. This mandate has been in effect
since 1994. In 1994, the City was in the midst of designing and constructing the
Groundwater Development Project and funding was already committed to this effort.
The City planned to comply with the mandate and cover the reservoir by setting aside
reserves to complete the $5 million project. Staff has also requested Federal Funding
assistance over the past four years.
The City prepared an initial study pursuant to CEQA requirements and also conducted
two public hearings about the scope of the project and solicited input on the project and
alternatives. As a result of the study, a Mitigated Negative Declaration was prepared
and approved by the City Council on June 27, 1994. As part of the mitigations, Staff is
SUBJECT: Amendment No. 1 to ssional Services Agreement with Tetra Tech, Inc., Wditional Design Services Related to
the Big Canyon Rese Disinfection and Water Quality Facilities, contract No.
JULY 23, 2002
Page 2
required to hold another public meeting with representatives of the adjacent
homeowners to discuss the planned landscape screening associated with the project.
This will be scheduled as Staff nears completion of the design process.
CONSULTANT SCOPE OF SERVICES AND FEE:
In March 1995, Staff hired ASL Consulting Engineers (ASL) to prepare the contract
documents for the subject project. At that time, ASL was a 7 office company focused in
California and Arizona. In 1999, ASL was purchased by Tetra Tech, Inc., a national
firm with 150 offices worldwide. Tetra Tech is ranked 11th in the Engineering News
Record's top 500 national firms. The original scope of work included:
• Preparation of a preliminary design report
• Preparation of detailed specifications
• Preparation of detailed construction plans
• Preparation of special provisions for project construction
• Compilation of contract documents for bidding and awarding a contract for construction
• Construction management assistance
The cost for these services was $192,000. The preliminary design report was
completed in August 1995, and the consultant was placed on hold until funding was
secured.
In addition to covering BCR, a new disinfection system will be installed to eliminate the
current gaseous chlorine system with a much safer liquid chloramination facility
(chlorine and ammonia). The disinfection system was planned as a stand -alone
construction contract, however, Staff recently reviewed the design of the cover and
realized the new disinfection system needed to be integrated into the project. The
disinfection feed points into the reservoir and a mixing system must be integrated into
the cover design.
Staff requests additional services from Tetra Tech to provide the disinfection design,
the mixing system, and a view analysis of the proposed cover facilities.
If Council approves Amendment No. 1 to the Agreement, the combined project title will
be The Big Canyon Reservoir Cover and Disinfection Facilities. Tetra Tech's fee will be
increased by $129,800 to accomplish the additional design.
The advantages of having one project would be:
• Design coordination between two separate consultants would be eliminated -
Tetra Tech would design all the facilities.
• The aggressive schedule for the project could be realized by eliminating the 3-
month process of requesting proposals and hiring another consultant to perform
disinfection system design services.
SUBJECT: Amendment No. 1 to Prone] Services Agreement with Tetra Tech, Inc., fo ilonal Design Services Related to
the Big Canyon Reservoir isinfection and Water Quality Facilities, contract No.
JULY 23, 2002
Page 3
SCHEDULE & FUNDING:
If approved, the additional disinfection system design efforts can commence
immediately. The overall project schedule requires the consultant's plans and
specifications be completed and ready for advertising for bids by December 2002. At
that time, the requirements for Federal funding will be known and the exact construction
schedule can be determined.
Funds for the design are available and have been budgeted in the Water Enterprise
Fund under the following accounts:
Description
Big Canyon Reservoir Disinfection Modifications
Big Canyon Reservoir Covering Project
Respectfully submitted,
PUlB WORKS DEPARTMENT
S phen G. Badum, Director
By: _ M;L ),
M' � e J. aco 1, P.E.
Princl evil Engineer
Account Amount
7503- C5500689 $ 92,000
7503- C5500690 37,800
Total $129,800
Attachments: Big Canyon Reservoir Exhibit
Amendment to Professional Services Agreement
Original ASL Professional Services Agreement
BIG CANYON RESERVOIR COVERING AND DISINFECTION FACILITIES
AMENDMENT NO. 1
TO
PROFESSIONAL SERVICES AGREEMENT
WITH
TETRA TECH, INC. (formerly ASL Consulting Engineers)
This AMENDMENT NO. 1 TO PROFESSIONAL SERVICES
AGREEMENT, entered into this _ day of August, 2002, by and between the City of
Newport Beach, a municipal corporation, (hereinafter referred to as "CITY ") and Tetra
Tech, Inc., whose address is 16241 Laguna Canyon Road, Suite 200, Irvine, California,
92618, (hereinafter referred to as "Consultant "), is made with reference to the following:
RECITALS:
A. On March 27, 1995, City and Consultant, formerly ASL Consulting
Engineers, entered into a Professional Services Agreement, hereinafter referred to as
"Agreement", for engineering services for the Big Canyon Reservoir Floating Cover
Project, hereinafter referred to as "Project."
B. City desires to assign the Agreement to Tetra Tech, Inc., who purchased
ASL Consulting Engineers in July 1999.
C. City and Consultant mutually desire to amend Agreement, hereinafter
referred to as Amendment No. 1 as provided here below.
Now, Therefore, the parties hereto agree as follows:
1. Section V of the Agreement, Time of Completion and
Liquidated Damages, paragraph 1, shall be replaced with the schedule attached
in Exhibit B to this Amendment.
2. Section IX of the Agreement, Payment and Fee Schedule:
Section B, shall be replaced with the fee schedule attached in Exhibit B to this
Amendment. Section D, Part 2 shall be deleted from Agreement.
• •
3. Section X, Additional Services: Consultant shall perform the
additional services to prepare the plans and specification of the Mixing System
within the Big Canyon Reservoir and the planned Disinfection System
Improvements to operate the covered reservoir, identified in attached Exhibit A
dated July 8, 2002. The fee for the additional services identified in this
Amendment No. 1 is $129,800.
4. Except as expressly modified herein, all other provisions, terms,
and covenants set forth in Agreement shall remain unchanged and shall be in full force
and effect.
IN WITNESS WHEREOF, the parties hereto have executed this Amendment No.
1 on the date first above written
CITY OF NEWPORT BEACH,
A municipal corporation
M
APPROVED AS TO FORM:
By:
City Attorney
Mayor
TETRA TECH, inc
ATTEST:
By:
City Clerk
F :IUSERSIPB1MSharedWgreements\FY 02- 03%Tetra Tech - Big Canyon Cover.doc
TETRATECH, INC. Exhibit A
Infrastructure Services Group
July 8, 2002
Michael J. Sinacori, P.E.
Utilities Manager
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92658 -8915
Reference: Big Canyon Reservoir Floating Cover
Request for Contract Revision and Continuance of Project
Dear Mr. Sinacori:
The Big Canyon Reservoir Floating Cover project has been on hold for several years now. Tetra
Tech, Inc. has a contract for preliminary design, final design and construction phase services. On
April 10, 1995, we submitted our Preliminary Design Report on the project.
As you requested, we have reviewed our existing contract and the work completed to date. After
reviewing this information it is our desire to continue the project as the City's Design Engineer.
This letter outlines some contract revisions and additions which we believe are prudent to
successfully complete this project. We have also included a revised project schedule.
Since the completion of the Preliminary Design Report there have been several significant things
that have happened in the industry. As you may already know, the Department of Health Services
(DOHS) issued a report that was extremely critical of the use of floating covers. In fact, the report
was recommending that their use be discontinued.
In response to this report, the CA -NV Section of AWWA formed a committee and worked closely
with the DOHS to prepare a Design and Operations Standard for Floating Cover Reservoirs. Tetra
Tech was involved in the review and commenting on this Standard. In addition, several of the
reservoirs which were used as a model for Design and Operations were the same projects the City
and Tetra Tech visited during the preliminary design efforts.
Since the preliminary design stage, Tetra Tech has also completed the design of three additional
floating cover projects. Our 2.0 million- gallon project in Palm Desert uses a new cover material
called Polypropylene. This material was evaluated in 1995 for the City but it was decided not to use
it because it did not have a track record on similar projects. Since then the City has indicated that
they prefer to use polypropylene for the cover material.
h';2, Laguna Ga ^yon Roar, Suite 2007 irr ne. CA 9 ?618
Tel 949.727.7099 " -- =1,!9.727 --0
v�. xvv.tetra;ech.com
0 •
TETRATECH, INC.
Infrastructure Services Group
Michael J. Sinacori, P.E.
July 8, 2002
Page 2
The City wishes to have several digital photo renderings prepared, depicting the proposed
improvements to the reservoir site including the cover appearance and landscaping. The photos will
be prepared for presentation to the City Council.
Tetra Tech has also been involved in evaluating water quality in reservoir projects. We understand
that this is a concern of the City staff and that the staff is currently working with McGuire
Environmental Consultants and Flow Science on solutions. During recent meetings with the City,
McGuire and Flow Science, it was decided that new disinfection facilities should be constructed.
Our revised proposal includes the costs of the civil, structural, mechanical, electrical, and process
design of new sodium hypochlorite and aqueous ammonia systems. McGuire is currently
evaluating a pilot study using chlorine dioxide disinfection. The final results will be available in
November. As a result, Tetra Tech will prepare preliminary design plans and specifications for a
chlorine dioxide disinfection system, to be located in the existing chlorine building. The scope and
fee for services for the final design plans and specifications will be developed during this effort.
The following pages include our proposed scope, fee and schedule revisions. We have also included
qualifications from some of our recent chemical feed projects. Tetra Tech is very excited about this
project and we look forward to completing it successfully for the City of Newport Beach. If you
have any questions please feel free to contact us.
Sincerely,
Steve Tedesco, P.E.
Vice President
SDT /cg
J:1 0606 \055V005sdtAev3.doc(Contract)
Attachments
0 •
TETRATECH, INC.
Infrastructure Services Group
City of Newport Beach
Big Canyon Reservoir Floating Cover
SCOPE OF SERVICES
The existing contract between the City of Newport Beach and Tetra Tech, Inc. is for a total fee of
$192,000. The fee is broken down as follows:
Design Phase Services
Construction Services
$141,967.00
1 1 [1
$192,000.00
To date Tetra Tech has completed and billed $75,276.06 on this project including $14,844.25,
which was construction phase services for the valve vault structure. Therefore a total of
$116,723.94 is remaining.
The following additional services are recommended to complete the design phase of the project:
• Photo Rendering Study
• Mixer and /or Baffle Analysis and Design
• Review of latest AWWA DOHS Standards
for Floating Cover Design and Operations
• Sodium Hypochlorite/Ammonia Feed System
• Chlorine Dioxide Feed System
Total
The revised contract amount will be as follows:
Design
Construction
Total
$ 10,000.00
$ 12,800.00
$ 3,000.00
$ 92,000.00
$ 1200�.OQ
$129,800.00
$286,611.25
$ 35.188.75
$321,800.00
Since our billing rates have significantly changed we request that we be allowed to bill at our
current hourly rates attached as Exhibit A.
F :\USERS \PBW\Shared\Connacts \FY 02 -03 \Big Canyon Reservoir Covering and Disinfection Improvements - C-
3037\Design\I005sdtRev3I.doc (Contract)
TETRATECH, INC.
Infrastructure Services Group
City of Newport Beach
Big Canyon Reservoir Floating Cover
SCHEDULE
Tetra Tech will complete the project in accordance with the following schedule:
Item
• Approval of Contract Revisions
50% Plans and Specs
• City Review
• 90% Plans and Specs
• City Review
• 100% Plans, Specs and Estimate
Completion Date
Tuesday, July 23, 2002
Wednesday, August 7, 2002
Wednesday, August 21, 2002
Wednesday, October 9, 2002
Wednesday, October 30, 2002
Monday, December 2, 2002
FAUSERS \PB WvShared\Convocts\FY 02 -03 \Big Canyon Reservoir Covering and Disinfection Improvemenu - C-
303TDesign\I005sdtRev3I .doc(Contract)
• •
TETRATECH, INC.
Infrastructure Services Group
2002
HOURLY CHARGE RATE AND
EXPENSE REIMBURSEMENT SCHEDULE
Professional
Engineering Intern /Technician ...................
$ 44.00
Designer /CAD Operator/Engineer I...........
$ 82.00
Engineer II and III/Senior Designer..........
$ 92.00
Planner......................... ..............................$
94.00
Senior Engineer /Landscape Architect........
$ 103.00
Project Engineer/Project Coordinator........
$ 120.00
Project Manager /Sr. Project Coordinator...
$ 135.00
Senior Project Manager ..............................
$ 150.00
Program Director /Project Director .............
$ 180.00
Administrative
Administrative Clerk ... ............................... $ 38.00
Word Processor /Admin. Support ............... $ 54.00
Graphic Designer ........ ............................... $ 90.00
Survey/Mapping
Exhibit B
Survey Technician ...... ...............................
$ 87.00
Surveyor/Field Supvsr. /Sr. Survey Tech....
$ 97.00
Two - Person Survey Party ..........................
$ 172.00
Two - Person Survey Party with GPS..........
$ 210.00
Three - Person Survey Party ........................
$ 250.00
Survey Travel Time (Two - person) ............
$ 83.00
Survey Travel Time (Three- person) ...........
$ 118.00
Construction
Construction Observer... ............................ $ 72.00
Senior Construction Observer .................... $ 78.00
Resident Engineer ....... ............................... $110.00
Construction Manager . ............................... $ 140.00
Reproduction, special photography, postage, delivery services, express mail, out -of -area telephone calls,
printing and any other services performed by subcontractor, will be billed at cost plus 15%.
Reimbursable In -House Costs
Photo Copies (B &W 8.5'x1 I ") ......
$0.10/Each
Photo Copies (B &W 11 "xl7 ") .......
$0.35/Each
Color Copies (up to 8.5 "x11") ........
$1.50/Each
Color Copies (to I 1 "x 17") ..............
$2.50/Each
Blueprints ........ ............................... $ 0.35 /S.F.
Computer Time ............................. $10.00/Hour
Mileage ............ ............................... $ 0.40/Mile
ForensicEngineer ................................................................................................. ............................... $250.00
Court Appearances, Expert Witness Testimony,
Depositions, and Preparation for Testimony ........................................................ ............................... $350.00*
*Minimum $1,000.00 for half day plus expenses.
NOTE: All rates are effective to October 1, 2002. There will be a negotiated increase in rates, 5% minimum
per year, for contracts extending beyond October 1, 2002.
F :\USERS \PB W\Shamd\Contmcls\FY 02 -03 \Big Canyon Reservoir Covering and Disinfection Impmveinents - C-
3037 \Design\J005sdIRev3 l.doc
RGREEM ENT
PROFESSIONAL SERVICES
FOR DESIGN OF THE
BIG CANYON RESERVOIR FLOATING COVER
TX
THIS AGREEMENT is made and entered into this Tl —
Yvi.Cw,S WN Fitf_ o�,l�,l,,.
day of March,
1995, by and between the City of Newport Beach, a municipal Corporation, hereinafter
referred to as "CITY ", and ASL Consulting Engineers, a California Corporation,
hereinafter referred to as "CONSULTANT"'.
WITHESSETH:
WHEREAS, "CITY', in conjunction with Metropolitan Water District's decision to
cover the San Joaquin Reservoir, desires to cover Big Canyon Reservoir, and;
WHEREAS, "CITY ", as part of the Big Canyon Reservoir Covering Project must
construct facilities to implement a new floating cover on the Big Canyon Reservoir,
hereinafter referred to as 'PROJECT ", and;
WHEREAS, implementation of said 'PROJECT" requires the services of a
qualified engineering design consultant, and;
WHEREAS, "CITY" has solicited and received a proposal from "CONSULTANT"
for 'PROJECT" design, as well as to provide certain other essential professional services,
as outlined herein below, and;
WHEREAS, "CITY' has reviewed the previous experience and has evaluated the
expertise of "CONSULTANT" and desires to accept the proposal submitted by
"CONSULTANT ", and;
NOW THEREFORE, in consideration of the foregoing, it is mutually agreed and
understood that:
1
I. GENERAL
A. "CITY' engages "CONSULTANT' to perform the described services for the
consideration hereinafter stated.
B. "CONSULTANT' agrees to perform the described services in accord with the terms
and conditions hereinafter set forth.
C. "CONSULTANT" agrees that all services required hereunder shall be performed
under his :direct supervision, and all personnel engaged in the work shall be fully
qualified and shall be authorized or permitted under State and local law to perform
such services. "CONSULTANT' shall not sublet, transfer or assign any work except
as otherwise provided for herein or as authorized in advance by the "CITY'.
II. SERVICES TO BE PERFORMED BY CONSULTANT
"CONSULTANT" shall provide the following listed professional services to "CITY'.
A. "CONSULTANT' shall provide the necessary services to complete the defined
tasks associated with the design phase of the "PROJECT'. Those tasks include the
following:
1. PRELIMINARY DESIGN
a. Preliminary Assessment
Develop a detailed assessment of each of the aspects of the proposed Scope
of Work for the site in order to select the most feasible and efficient type of
cover system and associated facilities (drainage system, lighting, fencing
and floor lining or repair patterns, anchoring, fastening, and maintenance)
of various flexible cover systems.
b. Field Design Surveys
Obtain property surveys, elevation of bench marks, and all topographical
information, either by field survey or aerial photography, as well as all
related note reduction, plotting, analysis, interpretation, etc. as needed for
the project design. As a minimum, this shall include:
(1.) Dimensional location of property lines to a fixed easily located "permanent"
point or object at intersections.
(2.) Provide both pictorial and literal station locations and distances of all
objects within survey boundaries, to provide a cross check. True north
shall be indicated as point of reference.
(3.) Extend all survey information at least 10 feet through intersections in
all directions.
(4.) Indicate if street is paved on centerline by dimensional reference to curb
or property line (right -of -way line) and running lines or building lines.
(5.) Identification of all manholes by utility or company name.
(6.) Include types of paving existing on all streets with all transition changes
located.
r
(7.) Give all numerical addresses where possible, and indicate if empty
lots exist.
(S.) Specify material and utility poles contained in or possibly affected by
survey area.
(9.) Include all angles turned at intersections and directional changes
made on running lines or base lines with reference to true centerline
of streets.
(10.) All elevations shall be tied to U.S.G.S. datum.
c. Site Investigation
Obtain all site information necessary for the design work. This work shall
include activities such as, but not limited to, utility research and verification.
Submit five (5) copies of all borings information, analyses, and reports as
part of the Pre -Final Design submittal requirements to "CITY".
d. Preliminary Report
Prepare a detailed report, including estimated costs, preliminary layout
drawings, manufacturers' information, an implementation schedule and
recommendations as part of this phase.
e. Project Management
Submit monthly reports describing the progress of work, work remaining
and the project budget remaining.
f. Meetings
The project manager shall meet with "CITY ", as a minimum, on a monthly
basis during the "PROJECT ".
2. FINAL DESIGN
Upon approval of the preliminary design report, preparation of detailed
engineering plans, specifications and cost estimate the "PROJECT" will commence.
a. Review existing drawings of the existing facilities.
b. Acquire permits required by applicable codes from the necessary agencies.
Coordinate the work with the Division of Safety of Dams, Department of Water
Resources, State of California. "CITY" will provide assistance and pay all
application and permit fees.
c. Preparation of Maintenance and Protection of Vehicular and Pedestrian
Traffic Control Plan for construction, (if required).
d. Prepare plans, specifications and contract documents for covering the
facility with a floating cover. The plans shall include accurate, measured
drawings (including property lines, utilities, plans, sections and
elevations) of the proposed work and the site.
•
0
e. Submit to "CITY" for review and approval five (5) copies each per submission
of all drawings and specifications to adequately size, locate and describe all
elements of the "PROJECT ", including the following:
(1.) All drawings, at appropriate scales, and outline specifications required
to locate and describe all site and building development, all
reconstruction, equipment and site utilities.
(2.) An updated itemized breakdown of probable construction costs.
(3.) An updated project master schedule, including recommendations regarding
time to carry the project through completion of Bidding /Award.
(4.) Recommendations to "CITY" on any required changes in space allocation,
materials, layout or budget.
f. Prepare an updated schedule of work progress, review dates, submissions, and
completion of work. Prepare and submit to the Deputy Utilities Director
monthly outlines of all work undertaken during the month. Submittals will
consist of any models or photographs, drawings, sketches, specifications, or
work outlines required to adequately describe work progress.
g. Prepare the necessary documents from the previously approved preliminary
design, incorporating "CITY's" recommendations concerning the preliminary
design, a mutually agreed upon preliminary budget, and any other applicable
"CITY ", government, agency, commission or institute standards.
(1.) Furnish five (5) copies each per request for final approval:
(i) All drawings, at appropriate scales, and outline specifications required
to completely and accurately size, locate, and describe all site and
building development, all building systems, typical construction
details, all required details for special construction including plans,
profiles, sections (both full and partial), wiring diagrams and structural
details.
(ii) An updated, detailed report of the subsurface site investigation
performed including boring logs, if necessary.
(iii) An updated, itemized breakdown of probable construction costs.
(iv) An updated project schedule.
(v) An outline of deviations from the approved preliminary design
and budget.
(vi) Recommendation to "CITY" on any required changes in program
or budget.
(vii) Obtain and submit to "CITY" copies of all required letters of approval
and permits due from all concerned local, county, state, and federal
agencies, departments or commissions.
h. Construction Documents
Based upon the approved final design documents and any further adjustments
in scope or quality of construction, or in the project budget authorized by the
Utilities Department, prepare construction documents consisting of drawings
and specifications setting forth in detail the requirements for the construction of
each project as well as the bid proposal prepared by "CONSULTANT ".
" CONSULTANT's" front end documents will be used. The "CITY" will be
selling the contract documents to the prospective bidders.
(1.) During the construction documents phase, perform the following.
(i) Prepare the final contract documents from the approved final design
documents in accordance with "CI TY's" established General Contract
Conditions and contract forms, all items of work dearly identified to
the specific contract.
(ii) Verify compliance with applicable codes, laws, and standards.
(iii) Submit to "CITY" a final detailed breakdown of probable
construction costs.
(iv) Submit a probable schedule of construction.
(v) Prepare, with assistance from the "CITY ", Supplementary
General Conditions and Special conditions for "PROJECT ".
(vi) Supply five (5) complete sets of final construction documents
to the Utilities Department for final review and approval.
(vii) Schedule of drawings.
(2.) Final drawings will be completed, including all necessary schedules and
details following accepted engineering practices. All drawings will be on
22 -inch x 34 -inch sheets and will include both a standard scale notation
and a visual scale (for microfilming).
(3.) Specifications will be written in "CONSULTANT'S" choice of format, subject
to the following requirements and approval of the Utilities Department:
(i) Sixteen Division format. Each Division shall be divided into Sections as
appropriate. The CSI three part Section ( "GENERAL'; "PRODUCTS ";
"EXECUTION ") organization be used within each Section, as well as the
five digit Section designation numbers.
(iii) Page size shall be 8% -inch x 11 -inch, printed single sided.
(iii) Specify quality products using proprietary product names, followed by
the words "or equal'; ol shall specify a minimum of two (2) acceptable
manufacturers or products, which are equally suited for the particular
application.
(iv) Use "short form" specifications, brief and concise, omitting lengthy
descriptions of materials or methods.
E
0
(v) Master specifications, including computer programmed master
specifications, if used, shall be pre - edited as required to fit the
tequirements of the "PROJECT ".
L Acceptance of Construction Documents
Upon approval and signature by the Director, the final design documents
will be considered accepted.
(1:) Furnish "CITY" with mylars of the final plans along with the originals
(camera ready) of both the specifications and bid proposal.
(2.) Answer questions from bidders regarding the content or interpretation of
the drawings and specifications.
(3.) Prepare necessary revisions and clarification to the drawings and
specifications and any resulting addenda.
(4.) Attend and assist "CITY" at required pre -bid meetings.
3. SERVICES DURING CONSTRUCTION
a. Pre - Construction Meetings
Attend or send a qualified representative to "CITY" for a pre - construction
conference, to be announced subsequent to award of Contract.
b. Clarification of Construction Documents
Upon written request of "CITY ", prepare any required clarification drawings or
written interpretations of the construction Contract Drawings and Specifications
required to adequately demonstrate the full intent of the Contract Documents and
to interpret and clarify the Construction Contract Drawings and Specifications and
General and Supplemental General conditions as necessary for the proper
execution or progress of the work.
Any interpretations and clarifications will neither change the intent of the
construction Contract Documents nor authorize the expenditure of additional funds.
Also, "CONSULTANT"' shall be available for field questions via telephone from
"CITY's" designated representative concerning minor changes or interpretation of
the design.
c. Shop Drawing Review
Provide prompt review of contractor's submittals of shop drawings, samples and
product data to determine conformance with the design concept and information
given in the Construction Contract Documents.
"CONSULTANT" shall note approved substitutions and variations from
"PROJECT" specifications and make appropriate corrections as required. Copies of
all submittals will be forwarded to "CITY" for final approval and distribution.
"CONSULTANT" shall also review submissions of sub - contractors, material
suppliers, project phasing and schedules.
d. Site Visits
"CONSULTANT" shall make up to fifteen (15) field visits to the construction
site(s) to attend progress meetings and /or answer design questions. Based upon
observations made at the site(s), "CONSULTANT" shall make recommendations
to the "CITY" concerning necessary tests or evaluations affecting possible rejection
of contractor's work in place or methods of construction.
e. Pre -Final Inspection
Attend a pre -final inspection of the work site as scheduled by "CITY ". The
Construction Phase shall be considered complete when final payments to each
prime contractor have been approved by the Utilities Department, or, in the
absence of the approved final payment, such other date as may be determined by
the Utilities Department.
f. Preparation of Operations and Maintenance Manual
Prepare an operations and maintenance (O &M) manual outlining the frequency of
maintenance, product literature of products used during construction, repair
methods, repair procedures, including for small tears and holes in the floating
cover material.
g. Training of City Staff
This task shall include the training of "CITY" staff for the operation and
maintenance items. Use of graphs, videos, slides and other handout materials is
encouraged. The training shall be hands on training. "CONSULTANT" shall allow
a minimum of three (3) days for training.
h. Project Record Drawings
No later than three (3) months after completion of the construction phase, transmit
to "CITY" a complete set of "PROJECT" Record Drawings or similar material,
prepared from information supplied by each of the prime construction contractors;
per requirements in the Construction Contract Documents.
III. DUTIES OF THE CITY
In order to assist "CONSULTANT" in the execution of his responsibilities under this
Agreement, "CITY" agrees to provide the following:
A. Background information, reports, contracts, specifications, proposals or agreements as
may be available or are in existence, which may be germane to the proper preparation
and completion of "CONSULTANT's" defined duties.
B. Survey records and easement information, as are available and appurtenant to "PROJECT ".
C. Design criteria, hydraulic data and other technical information, as are available and
appurtenant to "PROJECT ".
D. Assist "CONSULTANT" with interpretation of "CITY" standards and design criteria.
Meet with "CONSULTANT" as necessary to provide input or direction on matters
pertaining to completion of specifications and final construction plans.
•
0
E. Act as Project Manager and provide construction administration and field
inspection on proposed "PROJECT ", once designed and awarded for construction.
F. Provide blueprinting, CADD plotting, copying and other services through "CITY's"
reproduction company for each of the required submittals and for bidding purposes.
"CONSULTANT" will be required to coordinate the required submittals and bid plans
with the "CITY's" reproduction company, Banana Blueprint. Each reproduction
request must be approved before services are provided.
G. "CONSULTANT" shall arrange times so "CITY" staff can meet with "CONSULTANT" to
review plans, specifications and other documentation provided by "CONSULTANT"
relative to "PROJECT ". "CITY" will return all comments within seven (7) calendar days.
H. "CONSULTANT" will have plans and specifications approved and signed by the
Utilities Director by March 1",1995. Liquidated damages accrue as of 5:00 PM
March 150, 1996.
IV. PROJECT MANAGER
"CONSULTANT" shall assign the tasks of this project to a Project Manager, who will
coordinate all phases of the "PROJECT ". The Project Manager shall be available to "CITY"
at all times. "CONSULTANT" has designated Steve Tedesco, P.E. to be Project Manager.
No change in this assignment is to be made by "CONSULTANT" without prior written
consent of "CITY ".
V. TIME OF COMPLETION AND LIQUIDATED DAMAGES
"CONSULTANT" shall commence work immediately upon receipt of written notice to
proceed. Work as required herein, shall be completed in a diligent and efficient manner to
the execution of its completion. All work, with the exception of the construction phase
services required to advertise for construction shall be completed no later than March 1",
1996. It is mutually agreed by "CONSULTANT" and "CITY" that liquidated damages of
three hundred dollars ($300.00) per calendar day shall be assessed "CONSULTANT" for
delays beyond the above specified completion date. Said damages shall be deducted from
"CONSULTANT'S" fee. Provided, however, that "CONSULTANT" shall not be responsible
for damage or delay in performance caused by events beyond "CONSULTANT's" control.
The term of this Agreement shall expire thirty (30) calendar days after the date the
"PROJECT" is completed and accepted by "CITY ". It is agreed and understood by both
parties, that this is sufficient time to complete all such activities and tasks associated with
the "PROJECT ", including "as- built" drawing preparation.
VI. OWNERSHIP OF DOCUMENTS
Original drawings and other deliverable documents to be provided by "CONSULTANT"
under this Agreement shall become the exclusive property of "CITY" and may be reproduced
as deemed necessary by "CITY" or its duly authorized representative. However, any use of
completed deliverables or documents for purposes other than for this "PROJECT ", or any use
of incomplete documents, shall be at "CITY's" sole risk, and "CITY" shall indemnify
"CONSULTANT" for any damages incurred as a result of such use. No report, drawing, map,
document 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 written approval by "CITY ", unless required by subpoena.
•
u
"CONSULTANT" may reserve the right to publish materials or reports related to the
work performed or data collected under the provisions of this Agreement. The right
to publish shall be at the sole discretion of the "CITY" and written permission must be
obtained by "CONSULTANT" from "CITY" on a case by case basis. Blanket
publishing approval shall not be granted.
"CONSULTANT" is granted permission to show prospective clients reports and
data which have been accepted by "CITY" as prepared under this Agreement.
VII. RIGHT OF TERMINATION
A. "CITY" reserves the right to terminate this Agreement without cause at any time by
giving "CONSULTANT" five (5) business days prior written notice. Notice shall be
deemed served when delivered personally or upon deposit in the United States mail,
postage prepaid, addressed to the "CONSULTANT'S" business office 101 Pacifica, Suite
150, Irvine, California, 92715.
B. "CONSULTANT' may terminate this Agreement after ten (10) days' written notice
from "CONSULTANT" to "CITY" notifying "CITY" of it's substantial failure to perform
in accord with the terms of this Agreement, if , "CITY" has not corrected it's non-
performance within that time.
C. In the event of termination due to errors, omissions, or negligence of "CONSULTANT ",
"CITY" shall be relieved of any obligation to compensate "CONSULTANT" for that
portion of work directly affected by such errors, omissions, or negligence of
"CONSULTANT"'. If this Agreement is terminated for any other reason, "CITY" agrees
to compensate "CONSULTANT" for the actual services performed up to the effective
date of the "Notice of Termination", on the basis of the fee schedule contained herein.
VIII. SUBCONTRACTORS AND ASSIGNMENT
A. None of the services included in this Agreement shall be assigned, transferred,
contracted or subcontracted without prior written approval of "CITY ".
B. Neither "CONSULTANT" nor "CTTY" shall assign or transfer any interest in this
Agreement, whether by assignment or novation, without the prior written consent of
the other party; provided, however, that claims for money due or to become due
"CONSULTANT" from "CITY" under this Agreement may be assigned to a bank, trust
company or other financial institution, or to a trustee in bankruptcy, without such
approval. Notice of any such assignment or transfer shall be promptly furnished to
"CITY ".
C. In the performance of this "PROJECT ", "CONSULTANT" may utilize the services of a
private geotechnical firm, private landscape architect, and covering construction. Said
geotechnical firm, Converse Consultants, Inc., said landscape architecture firm, Lynn
Capouya, and said construction consultant, C. W. Neal, Inc., hereinafter referred to as
"SUBCONSULTANT's ", shall be directed and compensated by "CONSULTANT" as if
said firm were a direct employee of "CONSULTANT ".
1. Compensation for "SUBCONSULTANT's" services shall not be more than twenty-
eight thousand five hundred dollars ($28,500.00) and shall be paid in accord with the
limits of the "not -to- exceed" fee listed herein below. No additional compensation
shall be made therefor.
• i
1X. PAYMENT & FEE SCHEDULE
A. In consideration for the specified services, "CITY" hereby agrees to compensate
"CONSULTANT" on an hourly basis as set forth below in the "PAYMENT & FEE
SCHEDULE ". In no event shall said amount-be .greater _than the amount of one ... .
hundred and ninety -two thousand ($192,000), inclusive of the subcontract services
defined herein, except as otherwise provided for herein below.
B. PAYMENT AND FEE SCHEDULE
personnel
hourly rates
Principal.............................................................. ...............................
$135.00
Sr. Project Manager /Sr. Managing Engineer ...............................
125.00
Project Manager /Managing Engineer ........... ...............................
115.00
Project Engineer /Sr. Project Coordinator ...... ...............................
98.00
Senior Engineer /Project Coordinator ............ ...............................
100.00
SeniorEngineer .................................................. ...............................
88.00
Engineer U and III ............................................. ...............................
80.00
Designer /CAD Operator /Engineer I ............. ...............................
75.00
Designer /Draftsperson .............................................. : ........... .........
65.00
Draftsperson....................................................... ...............................
60.00
Technician................................ ............................... ..........................
48.00
Sr. Construction Inspector ............................... ...............................
62.00
Construction Inspector ..................................... ...............................
56.00
Planner................................................................ ...............................
88.00
Mapping Coordinator ....................................... ...............................
78.00
Word Processing /Administrative Support ... ..............:...............1
45.00
Chief of Surveys ................................................ ...............................
95.00
Two-Man Survey Party ................................ -- ............... ................
150.00
Three -Man Survey Party ...................................... ......... :.................
200.00
C. The contract amount shall be paid to "CONSULTANT" in monthly partial payments
based on the amount of hours worked and expenses incurred during each monthly pay
period based on the actual hours of-labor expended as determined by Project Manager
for "CITY".
D. In addition to the fixed, not -to- exceed fee, "CITY" agrees to reimburse "CONSULTANT"
for the actual cost (plus 10 %) for all outside expenses, including those for: reproduction
for copies of plans, reports and related documents, material costs authorized in advance
by the Project Manager for "CITY ", and other reasonable expenses where such costs
have been advanced by "CONSULTANT" and approved in advance by "CITY ".
1. "CONSULTANT" shall provide written records (originals) of all expenses incurred,
and shall report all hours expended in the performance of his duties and tasks on a
monthly basis. "CITY" agrees to pay "CONSULTANT" within thirty (30) calendar
days receipt of said records and hourly summary:
2. "CONSULTANT" shall not be compensated for use of "CONSULTANT'S" equipment,
hardware, software materials, reproduction or mileage. Said costs are non -
compensable. Time expended by "CONSULTANT's" personnel on such equipment
shall be paid on the.basis of the "FEE SCHEDULE" herein above.
10
0 '•
X. ADDITIONAL SERVICES
No change in character, extent, or duration of the work to be performed by
"CONSULTANT" shall be made without prior written approval from "CITY ". In
consideration for performance of additional services authorized by "CITY" in writing,
"CITY" hereby agrees to compensate "CONSULTANT" an amount based upon the hourly
rate as submitted to "CITY" in the "FEE SCHEDULE ", except that an increase in the total
compensation exceeding thirty thousand dollars ($30,000) shall require that an amended
Agreement for such additional services be executed by "CONSULTANT" and "CITY".
XI. 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 the services specified under this Agreement. All such records shall be
maintained in accord 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 upon reasonable notice to
"CONSULTANT" to such books and records, and gives "CITY" the right to examine and
audit same, and make transcripts therefrom as deemed necessary at "CITY's" cost, and
allow inspection of all work, data, documents, proceedings and activities related to this
Agreement.
XII. INSURANCE
A. On or before the date of execution of this Agreement, "CONSULTANT" shall
furnish "CITY" with completed certificates showing the type, amount, class of
operations covered, effective dates and dates of expiration of insurance policies.
"CONSULTANT" shall use the "CITY's" Insurance Certificate form for endorsement
of all policies of insurance. The certificates do not limit "CONSULTANT's "
indemnification, and also contain substantially the following statement: "The
insurance covered by this certificate may not be canceled, non - renewed, except after
thirty (30) days' written notice has been received by "CITY ". Coverage may not be
reduced or otherwise materially altered without the same advance notice to "CITY"
of such alteration.
B. "CONSULTANT" shall maintain in force at all times during the performance of this
Agreement, policies of insurance required by this Agreement; and said policies of
insurance shall be secured from an insurance company assigned Policyholders'
Rating of "A" (or higher) and Financial Size Category "VIII" (or larger) in accord with
an industry-wide standard and shall be licensed to do business in the State of
California, unless "CITY" waives this requirement.
1. An appropriate industry -wide insurance rating standard shall be
deemed Best's Key Rating Guide, latest edition.
11
C. "CONSULTANT" shall maintain the following minimum coverages:
Liability Insurance
General liability coverage shall be provided in the following minimum limits:
Category ,
Bodily Injury
Property Damage
Aggregate Insurance
Amount
$ 1,000,000 each occurrence
$ 1,000,000 aggregate
$ 1,000,000 each occurrence
$ 1,000,000 aggregate
A combined single limit policy with aggregate limits in the amount of
$1,000,000 will be considered equivalent to the required minimum limits.
Errors & Omissions Insurance
Errors & Omissions coverage shall be provided in the amount of one million
dollars ($1,000,000).
D. Subrogation Waiver
In the event of loss or claim of loss due to any of the perils for which it has
agreed to provide general liability insurance, "CONSULTANT" shall look solely
-to its insurance for recovery. "CONSULTANT" hereby grants to "CITY', on
behalf of any general liability insurer providing insurance to either
"CONSULTANT" or "CITY" with respect to the services of "CONSULTANT", 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.
E. Additional Insured
"CITY", its City Council, boards and commissions, officers, servants and
employees shall be named as an additional insured under all insurance policies
required under this Agreement, except Errors & Omissions Insurance. 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; and an additional insured named herein shall not be liable for
any premium 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. Proceeds from any such policy or policies shall be
payable to "CITY" primarily, and to "CONSULTANT" secondarily, if necessary.
12
XIII. WAIVER
A waiver by "CITY" or "CONSULTANT" 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 different character.
XIV. 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 cost of litigation.
XV. 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 ".
XVI. HOLD 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 costs of litigation, arising from
"CONSULTANT's " negligent acts, errors or omissions, in the performance
of services hereunder.
13
• 0
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on
the first date above written:
APPROVED AS TO FORM:
City Attorney
ATTEST:
Wanda Raggio
City Clerk
Address and Telephone:
City of Newport Beach
3300 Newport Boulevard
Post Office Box 1768
Newport Beach, California 92658 -8915
(714) 644 -3011 (714) 646 -5204 fax
City of Newport Beach,
a municipal corporation
—7
John Hedges, Mayor
"Cl=
ASL Consulting Engineers
a California Corporation
!rnindpal
..
•
14
ASL Consulting Engineers
One Jenner Street
Suite 200
Irvine, California 92718
(714) 727- 7099 (714) 727 -7097 fax
SR
MOM
A UZZ.
r_ J
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768
(714) 644 -3005
TO: PURCHASING /FINANCE DEPARTMENT `T
FROM: CITY CLERK
DATE: April 10, 1995
SUBJECT: Contract No. C -3037
Description of Contract Professional Services Agreement for
Big Canyon Reservoir Floating Cover
Effective date of Contract March 27, 1995
Authorized by Minute Action, approved on March 27, 1995
Contract with ASL Consulting Engineers
Address One Jenner Street, Suite 200
Irvine, CA 92718
Amount of Contract (See Agreement)
Wanda E. Raggio
City Clerk
WER:pm
Attachment
3300 Newport Boulevard, Newport Beach
E
MAR 2 7 P95
TO: Mayor & Members of the City Council
FROM: Utilities Department
•
March 27th, 1995
CITY COUNCIL AGENDA
ITEM NO. 7
SUBJECT: PROFESSIONAL SERVICES AGREEMENT (C -3037)
DETAILED PLANS & SPECIFICATIONS BY ASL CONSULTING ENGINEERS
BIG CANYON RESERVOIR FLOATING COVER PROJECT
RECOMMENDATION:
Authorize the Mayor and City Clerk to execute a
Professional Services Agreement on behalf of the City,
with ASL Consulting Engineers to design and prepare
detailed Plans and Specifications for the Big Canyon
Reservoir Floating Cover Project for a cost not to exceed
the total fee of $192,000.
GENERAL BACKGROUND:
The Metropolitan Water District of Southern California (MWD) and
the other joint owners of the San Joaquin Reservoir are in the process of
covering that reservoir. Almost all of the water the City receives from MWD is
first stored in the San Joaquin Reservoir. Covering the reservoir is necessary
to meet health requirements established by the State and will allow MWD to
change the water disinfection process to chloramination (a mixture of chlorine
and ammonia) instead of the current free chlorine disinfection system. This
alternate disinfection process will improve water quality and reduce
unpleasant tastes and odors in the water.
A large slope failure occurred in the San Joaquin Reservoir recently.
The San Joaquin Reservoir Covering Project has been delayed because of this
recent event. However, it is estimated that slope repairs and reconfigurations
needed to cover the San Joaquin Reservoir can be completed by Summer 1997.
The State of California, Department of Health Services is also requiring
the City of Newport Beach to cover the Big Canyon Reservoir. The same
regulations that require a cover on the San Joaquin Reservoir apply to the Big
Canyon Reservoir. However, the State recognizes that covering the Big Canyon
Reservoir before the MWD project is complete, would not provide any water
quality benefit to the City or the public. Staff is attempting to implement a
cover project for Big Canyon Reservoir that will immediately follow the San
Joaquin Reservoir Project.
(31;P)
Page 2
Professional Services Agreement (C -3037)
Big Canyon Reservoir Floating Cover
March 27 . 1995
In order to meet the desired schedule, the City prepared an initial
study pursuant to CEQA requirements. The City also solicited public input on
the project and its alternatives by conducting two public scoping hearings about
the proposed project. As a result of the study, a Mitigated Negative Declaration
was prepared and approved by the City Council on June 27', 1994. The
Council also directed staff to solicit proposals for the design necessary for
implementing the floating cover project at the Big Canyon Reservoir.
Following the direction from Council to implement the project, staff
has solicited statements of qualifications from design professionals and has
completed the selection process to recommend a firm to complete the design.
THE SELECTION PROCESS:
To initiate the design phase of the project, staff implemented a
"qualifications -based selection" (QBS) process for the necessary professional
engineering design services. The QBS process was provided for by the Federal
Government in 1972 under Public Law No. 92 -582. This law, known as the
Brooks Architect- Engineering Act of 1972, specifically addressed the process of
selecting architects and engineers based on qualifications. This was done
recognizing that these services relate directly to project issues affecting public
health and safety, such as buildings, structures and public water supplies.
In 1989, the Brooks Act was amended by the Federal Government
under Public Law No. 100 -656. California enacted legislation to conform to
the revised Federal Law under SB -419, which was also enacted in 1989. This
bill amended the Government Code, Section 4526. As a result, California law
provides for a QBS process for any political subdivision or state or local agency
in California. In effect, this precludes "bidding' for professional engineering
services. Instead, it requires that consultant's be selected on criteria relating
to competence, experience, ability and qualifications. A key excerpt from
Section 4526 of the State Government Code reads, 'Notwithstanding ............
.........selection by a State or local agency for professional services of private
architectural, engineering, land surveying, or construction project management
firms shall be on the basis of demonstrated competence and on the professional
qualifications necessary for the satisfactory performance of the services
required."
The City of Newport Beach has a procedure for obtaining professional
services. The Public Works and Utilities Departments use essentially identical
procedures to obtain professional engineering services. In keeping with this
procedure, the City solicited "statements of qualifications" from a number of
professional design firms. Based on these "statements of qualifications"
proposals were solicited from five of the most qualified firms. This was done by
written "requests for proposals" or RFP's. A copy of the project RFP is attached
as Exhibit "A'.
0
Page 3
Professional Services Agreement (C -3037)
Big Canyon Reservoir Floatin Cover
March 27k. 1995
The Five firms that were invited to propose were selected based on
their previously submitted statements of qualifications and experience. Four
of the firms submitted responses to the request for proposals. The firms
submitting proposals were: ASL Consulting Engineers, Boyle Engineering
Corporation, Montgomery- Watson, Inc., and Brown & Root, Inc.
The written proposals were reviewed by the Utilities Department
Selection Committee. The committee was comprised of the Utilities Director,
Deputy Utilities Director, the Water Operations Superintendent and the Big
Canyon Reservoir Operations Supervisor. On the basis of a detailed ranking
of the various firms, the selection committee chose ASL Consulting Engineers
as the most qualified firm to perform the required professional services to
complete the design of the reservoir cover and to prepare plans and
specifications for its construction. The numerical ranking of the selection
committee and criteria is attached as Exhibit "B ".
A summary discussion of the detailed criteria used to evaluate
qualifications of the four engineering firms is also provided as an attachment
to this report. Refer to Exhibit "C ". The key areas of review and evaluation
were:
1. Proposal Content
2. Project Experience
3. Project Team & Staff Expertise
4. Project Understanding & Design Approach
5. Project Management
6. Proposal Preparation & Responsiveness
7. Labor Costs & Fee
The most highly qualified firm for this project was selected based on
the listed criteria and their abilities demonstrated on other similar projects in
the past. A key factor was their project team, which included a member who
has previous design and construction experience with the covering system
and installations similar to the one proposed for the Big Canyon Reservoir.
The firm, ASL Consulting Engineers, has a team of exceptionally qualified,
technical professionals and designers who have extensive experience with
similar reservoir covering projects. As a result, the selection committee
believes that the consultant's team will be able to best provide a high quality,
cost - effective, timely, professional design product.
CONSULTANT SERVICES & SCHEDULE:
The proposed Professional Services Agreement with ASL Consulting
Engineers provides for: preparation of a preliminary design report; preparation
of detailed specifications; preparation of detailed construction plans: written
special provisions for project construction; compilation of contract documents
suitable for bidding and awarding a contract for construction; and construction
management assistance. A copy of the professional services agreement is
attached as Exhibit "D ".
0 0
Page 4
Professional Services Agreement (C -3037)
Big Canyon Reservoir Floatlrt Cover
March 27 , 1995
If approved, the design effort can commence almost immediately. The
completion of the overall project requires that the consultant's plans and
specifications be completed and ready for advertising for bids by May 1st, 1996.
Construction is scheduled to start September 1996, with completion of the
covering project construction in January or February 1997. This schedule
mirrors the anticipated completion of MWD's San Joaquin Reservoir Covering
Project and will allow the City to meet the State requirements for implementing
this water quality improvement project as soon a possible after the San
Joaquin Project.
STAFF RECOMMENDATION & FUNDING:
The City has been anticipating this project for a number of years and
has set aside funds in the Water Enterprise Fund Reserve Account to help pay
for it. Funds for the design are available in the Water Enterprise Fund under
Capital Projects Account No. 7502 P 500 087 A.
This project must be completed in order conform with current and
future water quality regulations established by the USEPA and the State of
California.
Staff recommends approval of this design contract.
Respectfully submitted,
,.., eizp =rArje^rcT
Jeff Staneart, P.E.
Utilities Director
mjs:sdi
Exhibits: "A ": Request for Proposals
"B ": Proposal Evaluation Criteria & Matrix Discussion
"C ": Evaluation Matrix
"D ": Professional Services Agreement
REQUEST FOR PROPOSAL
FOR THE
PREPARATION OF PLANS AND SPECIFICATIONS
FOR THE
BIG CANYON RESERVOIR FLOATING COVER
January 1995
0
PROPOSAL SCHEDULE
0
RFP's mailed ...................................... ............................... .........................January 26, 1995
Proposals submitted
..................................................... ............................... March 2,1995
Interviews.......................................................................
............................... March 9,1995
Selection........................................................................
............................... March 14,1995
Award of Contract ...................................................... ............................... March 27, 1993
E
INDEX
0
SECTION PAGE
I. Objectives ....................................................................... ..............................1
II. Purpose ........................................................................... ..............................1
III. Available Information ................................................. ..............................I
IV. Consultant's Representative ........................................ ..............................1
V. City's Representative .................................................... ..............................2
VI. Expenses ............:............................................................ ..............................2
VII. Schedule of Work .......................................................... ..............................2
VIII. Insurance Requirements ............................................... ..............................2
IX. Proposal Requirements ................................................ ..............................3
X. Interviews ....................................................................... ..............................4
XI. Scope of Work and Fee
Phase I Preliminary Design Phase .............................. ..............................4
Preliminary Assessment ......................................... ..............................4
Field Design Surveys ....................................... .............................. 4&5
Site Investigation ..................................................... ..............................5
Preliminary Report ................................................. ..............................5
Project Management .............................................. ..............................5
Meetings................................................................... ..............................5
Phase II Final Design Phase ......................................... ..............................6
Review for Utility Search ....................................... ..............................6
AcquirePermits ....................................................... ..............................6
Preparation of Plans and Specifications ............... ..............................6
Submission of Plans and Specifications ............... ..............................6
WorkSchedule ......................................................... ..............................7
Preparation of Final Plans and Specifications ..... ..............................7
Construction Documents ................................ .............................. 8&9
Acceptance of Construction Documents .............. ..............................9
Phase III Services During Construction ..................... ..............................9
Pre - Construction Meetings .................................... ..............................9
Clarification of Construction Documents ........... .............................10
Shop Drawing Review ........................................... .............................10
SiteVisits ................................................................. .............................10
Pre-Final Inspection ............................................... .............................10
Preparation of Operations and Maintenance Manual ...................11
Training of City Staff ............................................. .............................11
Project Record Drawings ....................................... .............................11
XII. Evaluation Criteria ....................................................... .............................11
0 9
L OBJECTIVES
The City of Newport Beach would like to implement a floating cover system for
the potable water storage at Big Canyon Reservoir. This action is necessary to
meet existing and future water quality standards.
This request for proposal (RFP) defines general proposal requirements.
IL PURPOSE
The purpose of this project is to implement a floating cover system for potable
water storage at the City's 200 million gallon Big Canyon Reservoir, thus
complying with requirements of the Safe Drinking Water Act and several other
newly promulgated water quality standards.
The Big Canyon Reservoir is owned and operated by the City of Newport Beach and
is located north of Pacific View Drive and east of San Miguel Drive. The reservoir
water is purchased from the Metropolitan Water District of Southern California
(MWD) and is transmitted via pipelines from MWD's regional transmission
facilities. The majority of the water received from MWD is first stored in the San
Joaquin Reservoir, which has been experiencing water quality problems. Since Big
Canyon Reservoir obtains its water from San Joaquin Reservoir, it also has water
quality problems. The San Joaquin Reservoir is being covered and construction is
expected to be completed by late 1996. The covering of San Joaquin Reservoir will
substantially improve the water quality at Big Canyon Reservoir and the proposed
covering of the Big Canyon Reservoir would help maintain this water quality and
reduce water treatment requirements.
III: AVAILABLE INFORMATION
The City will provide copies of all available record information on file at the City.
Any necessary surveys to determine elevations of existing features or invert
elevations, beyond those specified in the Scope of Work, will be performed by the
City, or by the Consultant for an additional fee.
IV. CONSULTANT's REPRESENTATIVE
The Consultant will assign a responsible representative and an alternate, who both
shall be identified in the proposal. The Consultant's representative will remain in
responsible charge of the Consultant's duties from contract negotiations through
project completion. If the Consultant's primary representative should be unable to
continue with the project, then the Consultant's alternate representative will
become the primary representative. Any other changes in responsible representative
must be approved by the City. The City will have the right to reject other proposed
changes in personnel, and may consider any other changes in responsible personnel
as a breach of contract.
RFr -1
0 0
V. CTTY's REPRESENTATIVE
The City has assigned the Deputy Utilities Director as the Project Manager for the
Big Canyon Cover Project. He will be responsible for all coordination between
the Consultant and the City and will be the main source of information
regarding the City's system. Any and all correspondence or communications
with the City should be directed through the Deputy Utilities Director.
VI. EXPENSES
The only authorized expenses are those listed below. The City will pay cost
(plus 10%) for authorized expenses. The Consultant's expenses for travel,
in -house reproduction, other reproduction used in the design process, or any
other expenses not listed below will be considered as non - reimbursable,
overhead expenses.
A. Submittal and final printing
B. Special exhibits (upon City's request)
VII. SCHEDULE OF WORK
The firm proposing should include a work schedule showing design
completion by March, 1996. Community meetings and City Council action
should not be included in the schedule. City review will be done three times
for a duration of three weeks each. The final schedule item should be "Final
Revisions". If it is determined later that a community meeting is necessary,
the schedule will be modified accordingly. The Consultant will not be held
responsible for delays on the part of the City.
VIII. INSURANCE REQUIREMENTS
The Consultant shall maintain the following minimum insurance coverages
for the entire duration of the project, to be submitted on a City provided
Insurance Certificate form:
A. General Auto Liability Coverage - $1,000,000 CSL (Combined Single
Limits) per occurrence (note: If provided coverage is under a form
which includes a designated general aggregate limit, the aggregate limit
must be no less than $1,000,000).
B. Professional Liability Coverage - $1,000,000 per occurrence (Note: A
"claims made" policy is acceptable).
C. Worker's Compensation Coverage - Statutory limits and employer
liability of $1,000,000.
Mai
• •
IX. PROPOSAL REQUIREMENTS
Proposals must be delivered to the City of Newport Beach, Utilities Department,
located at 949 W. 16th Street, Newport Beach, no later than 4:00 p.m. on March 2nd,
1995. Five (5) copies of the proposal should be submitted in a sealed envelope.
Proposals should contain no more than 25 typed pages, including resumes, but
excluding tables, charts and graphic exhibits. The purpose of these restrictions
is to minimize costs of proposal preparation and help ensure that proposal
material is relevant to this project. Proposals exceeding the specified
limitations will not be evaluated.
The hours and fees portion of the proposal should be no more than five (5)
pages, clearly indicating labor and cost breakdown. The proposal should include
a detailed itemization of costs and labor hours by task and billing classification.
A matrix format should be used.
The following features shall be included or incorporated in the proposal:
A. Page numbering
B. Index
C Team organization chart with names
D. Graphic schedule
E. Approach to project
F. Method of analysis
G. Descriptions of past similar projects performed by key personnel
H. Brief resumes of key staff
I. Description of product
J. Proposed completion schedule
K. Proposed labor breakdown by project task
L. Proposed fee schedule by labor class
M. Proposed fee by task and total
X. INTERVIEWS .
A small number of firms will be selected for interview. All firms submitting
proposals will be notified of the selections made on March 14, 1995.
RFP -3
•
11
The interview will allow firms to demonstrate their ability to produce the
required product. Any form of presentation may be used, however the most
effective presentation will demonstrate experience and ability of key personnel
and samples of the proposed product.
Interviews will be limited to one (1) hour. The interview will begin with the
proposing firm's presentation, and followed by questions from City staff.
XI. SCOPE OF WORK AND FEE
The items of work Isted below will be performed one of two ways: either a fixed
fee basis or an hourly, not to exceed, basis. Costs of items not specifically listed,
but which must be accomplished to complete the work described below should
be included with other items of work.
PHASE
PRELINIINARY DESIGN PHASE
Preliminary Assessment
Develop a detailed assessment of each aspect of the proposed Scope of
Work in order to select the most feasible and efficient type of cover
system and associated facilities (drainage, lighting, fencing and floor
lining or repair patterns, anchoring, fastening, and maintenance of
various flexible cover systems).
Field Design Surveys
Obtain property surveys, elevation of bench marks, and topographical
information, by field survey or aerial photography. Including all
related note reductions, plotting, analysis, and interpretations as
needed for project design. As a minimum, this shall include:
a. Dimensional location of property lines to a fixed, easily located,
,,permanent" point or object at intersections.
b. Provision of both pictorial and literal station locations and distances
of all objects within survey boundaries to provide a cross check.
True north shall be indicated as a point of reference.
c. Extend all survey information at least ten (10) feet through
intersections in all directions.
d. Indicate if street is paved on centerline by dimensional reference to
curb or property line (right -of -way line) and running lines or
building lines.
e. Identification of all manholes by utility or company name.
Itz—,
f. Include types of paving existing on all streets with all transition
changes located.
g. Give all numerical addresses where possible, and indicate if empty
lots exist.
h. Specify material and utility of poles contained in or possibly affected
by survey area.
i. Include all angles turned at intersections and directional changes
made on running lines or base lines with reference to true
centerline of streets.
j. All elevations shall be tied to U.S.G.S. Datum.
Site Investigation
Obtain all site information necessary for the design work. This work
shall include activities such as, but not limited to, utility research and
verification. Submit five (5) copies of all boring information, analyses,
and reports as part of the Pre -Final Design submittal requirements.
Preliminary Report
Prepare a detailed report including estimated costs, preliminary layout
drawings, manufacturers' information, an implementation schedule
and recommendations, as an end product to this phase.
Project Management
Submit monthly reports describing work progress, work remaining and
remaining project budget.
Meetings
The Project Manager shall meet with City staff, a minimum of once a
month for the duration of the project.
PHASE II
FINAL DESIGN PHASE
Upon approval of the preliminary design report, preparation of detailed
engineering plans, specifications and final cost estimate the project will be
complete.
Review for Utility Search
Review drawings of existing facilities.
RFP -s
0
Acquire Permits
0
Acquire permits required from the various agencies. Coordinate the
work with the Division of Safety of Dams, Department of Water
Resources, State of California. The City will provide assistance and all
application and permit fees.
Preparation of Plans and Specifications
Prepare plans, specifications and contract documents for the above
mentioned project. The plans shall include accurate, measured
drawings (including property lines, utilities, sections and elevations)
of the proposed work and the site. Plans and specifications shall also
include pedestrian protection and traffic control.
Submission of Plans and Specifications
Submit five (5) copies each per submittal, of all drawings and
specifications to adequately size, locate and describe all elements of the
project for review and approval, including the following:
a. All drawings are to be at the appropriate scale; outline specifications
required to locate and describe all site improvements, equipment
and utilities.
b. An updated, itemized breakdown of probable construction costs.
c. An updated project master schedule, including recommendations
regarding time to carry the project through completion of
Bidding /Award of Contract.
d. Recommendations to City on any required changes in space
allocation, materials, layout or budget.
Work Schedule
Prepare an updated schedule of work progress, review dates, submittals, and
completion of work. Prepare and submit to the Deputy Utilities Director
monthly outlines of all work undertaken during the month. Submittals
will consist of any models or photographs, drawings, sketches, specifications,
or work outlines required to adequately describe work progress.
Preparation of Final Plans and Specifications
Prepare the necessary documents from the previously approved preliminary
design, incorporating the City's recommendations, the mutually agreed
preliminary budget, and any applicable standards.
a. Furnish five (5) copies each per request for final approval:
RFP-6
9
0
(i) All drawings, at appropriate scales, and outline specifications
required to completely and accurately size, locate, and describe
all site and building development, all building systems,
typical construction details, all required details for special
construction including plans, profiles, sections (both full and
partial), wiring diagrams and structural details.
(ii) An updated, detailed report of the subsurface site
investigation performed including boring logs, if necessary.
(iii) An updated, itemized breakdown of probable construction costs.
(iv) An updated project schedule.
(v) An outline of deviations from the approved preliminary
design and budget.
(vi) Recommendation to the City on any required changes in
program or budget.
(vii) Obtain and submit to the City copies of all required letters of
approval and permits due from all concerned local, county,
state, and federal agencies, departments or commissions.
Construction Documents
Based upon the approved final design documents and any further
adjustments in scope or quality of construction, or in the project
budget authorized by the Deputy Utilities Director, prepare
construction documents consisting of drawings and specifications
setting forth in detail the requirements for the construction of each
project as well as the bid proposal prepared by Consultant.
Consultant's front end documents will be used. The City will be
selling the contract documents to the prospective bidders.
a. During the construction documents phase, perform the following:
(i) Prepare the final contract documents from the approved final
design documents in accordance with the City's established
General Contract Conditions and contract forms, all items of
work clearly identified to the specific contract.
(ii) Verify compliance with applicable codes, laws and standards.
(iii) Submit final probable construction cost estimates.
(iv) Submit a probable schedule of construction.
RFP -7
11
•
(v) Prepare, with assistance from the City, Supplementary
General Conditions and Special Conditions for this project.
(vi) Supply five (5) complete sets of final construction documents
to the Deputy Utilities Director for final review and approval.
(vii) Schedule of drawings.
b. Final drawings will be completed, including all necessary schedules
and details following accepted engineering practices. All drawings
will be on 24 -inch x 36 -inch sheets and will include both a standard
scale notation and a visual scale (for microfilming).
c. Specifications will be written in a modified Green Book format and
shall include the following:
(i) Page size shall be 8 3/z -inch x 11 -inch, printed on one side.
(ii) Specify quality products using proprietary product names,
followed by the words "or equal "; Qr specify a minimum of
two (2) acceptable manufacturers or products, which are
equally suited for the particular application.
Acceptance of Construction Documents
Upon approval and signature by the Director, the final design
documents will be considered accepted.
a. Furnish the City with mylars of the final plans, along with the
originals (camera ready) of both the specifications and bid proposal.
b. Answer questions from bidders regarding the content or
interpretation of the drawings and specifications.
c. Prepare necessary revisions and clarification to the drawings and
specifications and any resulting addenda.
d. Attend and assist the City at required pre -bid meetings.
This would conclude the Final Design Phase.
PHASE III
SERVICES DURING CONSTRUCTION
Pre - Construction Meetings
Attend or send a qualified representative to the City for a pre - construction
conference, to be announced subsequent to award of contract.
We.]
0 0
Clarification of Construction Documents
Upon written request of City, prepare any required clarification
drawings or written interpretations of the construction Contract
Drawings and Specifications required to adequately demonstrate the
full intent of the Contract Documents and to interpret and clarify the
Construction Contract Drawings and Specifications and General and
Supplemental General conditions as necessary for the proper execution
or progress of the work. Any interpretations and clarifications will
neither change the intent of the construction Contract Documents nor
authorize the expenditure of additional funds.
Also, Consultant shall be available for field questions by telephone
conversation from the City's designated representative concerning
minor changes or interpretation of the design.
Shop Drawing Review
Provide prompt review of construction contractor's submittals of shop
drawings, samples and product data to determine conformance with
the design concept and information given in the Construction
Contract Documents.
Consultant shall note approved substitutions and variations from
the project specifications and make appropriate corrections as
required. Copies of all submittals will be forwarded to City for final
approval and distribution.
Consultant shall also review submittals of sub - contractors, material
suppliers, project phasing and schedules.
Site Visits
Consultant shall make up to fifteen (15) field visits to the construction
site(s) to attend progress meetings and /or answer design questions.
Based upon observations made at the site(s), Consultant shall make
recommendations to the City concerning necessary tests or evaluations
affecting possible rejection of Contractor's work in place or methods of
construction.
Pre -Final Inspection
Attend a pre -final inspection of the work site as scheduled by the City.
The Construction Phase shall be considered complete when final
payments to each prime contractor have been approved by the Deputy
Utilities Director, or, in the absence of the approved final payment, such
other date as may be determined by the Deputy Utilities Director.
RFP -9
Preparation of Operations and Maintenance Manual
Prepare an operations and maintenance (O&M) manual outlining the
frequency of maintenance, product literature of products used during
construction, repair methods, repair procedures, including for small
tears and holes in the floating cover material.
Training of City Staff
This task shall include the training of City staff for the operation and
maintenance items. Use of graphs, videos, slides and other handout
materials is encouraged. The training shall be hands on training. The
Consultant shall allow a minimum of three days for such training.
Project Record Drawings
No later than three (3) months after final completion of the construction
phase, transmit to the City a complete set of Project Record Drawings or
similar material, prepared from information supplied by each of the
prime construction contractors; per requirements in the Construction
Contract Documents.
XIL EVALUATION CRITERIA
The City practices a modified qualifications based evaluation system for the
selection of firms to provide professional services. Evaluations of proposals will
be based on the quality of the proposal, proposed project team, content of the
proposal, project approach and the proposed hourly rates and total "not to exceed"
fee. Only firms thought to be qualified have been asked to submit proposals.
RFP -10
0
L�
Professional Engineering Services
Big Canyon Reservoir Covering Project
Evaluation Criteria
Selection Matrix Discussion
Summary:
Proposals were received from four (4) firms that were requested to submit
proposals for the subject project. These firms were selected based on
previously submitted "Statements of (Qualifications ". The four (4) firms
which submitted proposals are listed below:
1. ASL Consulting Engineers, Inc. (ASL)
2. Boyle Engineering Corporation (BEC)
3. Montgomery Watson, Inc. (Montgomery)
4. Brown and Root, Inc. (B&.P�
Proposals were reviewed by the selection committee and ranked based on the
content of their proposals with respect to the following items: prior experience
performing similar services, project team experience, expertise and
completeness relating to the discussion of their project design and project
management approach.
Based on a complete analysis of the written proposals, all four (4) proposing
firms, ASL, BEC, Montgomery and B&R, were deemed capable of performing
the work required for this project.
After careful review, the selection committee recommends ASL be awarded the
design contract. This recommendation is based on the quality of ASL's
proposal with respect to their project approach, their ability to provide
effective coordination with regulatory agencies, their previous experience with
similar projects, and their proposed design fee. In addition, ASL is familiar
with City staff and the City's requirements for design details and project
coordination. Similarly, the City is familiar with ASL's team and their
abilities to perform quality work.
A ranking evaluation matrix is attached. The following paragraphs describe
the rationale behind the ranking in each category.
Ex Kt a1 r g
IXIK
Project Understanding
E
Page 2
Professional Services Agreement
Big Canyon Reservoir Floating Cover Project
Consultant Matrix Criteria
It is imperative that the full scope and extent of the Project is clearly identified
and understood by the Consultant in their written proposal.
All four (4) Consultants had a good understanding of the necessary scope of
work required for the project. Understanding the scope of work will be a major
factor in the Consultant's ability to effectively manage and organize the required
preliminary and final design tasks as well as the required construction services.
Project Experience
The proposing firms were ranked on recent project experience relative to
installation of floating covers on large open bodied reservoirs. Experience
with similar projects was a large element in determining the ability of the
Consultant. More weight was given to firms who had multiple project
experience, with a greater emphasis on the firm's efforts in California.
Project Team & Expertise
The project staff and their respective qualifications are a key qualification
requisite for this project. The work experience of the individual professional
staff members is vital to the success and efficiency of the project. Given the
complex nature of this project, the experience and capability of the project
team affects other key areas of the project, such as the ability of the Consultant
to meet and complete the required tasks and provide efficient project
coordination with the City.
One (1) firm had key team members that have previous design experience
with the City. ASL has recently completed the design of the Ground Water
Development Project's Transmission Main Reach Nos. 2 and 3. Members of
the project team from these designs will be assisting in the successful
completion of the covering project.
Project Management Approach
The importance associated with the coordination and management that is
required to complete the various aspects of this project are vital for project
success. It was considered mandatory that the successful firm provide a
knowledgeable, experienced and competent project manager.
All four (4) firms indicated in their proposal a commitment to provide a proven
project manager with direct, applicable, project management experience on
design of similar projects.
The Project Management team of ASL included two principals from the firm.
NM -2
Page 3
Professional Services Agreement
Big Carryon Reservoir Floating Cover Project
Consultant Matrix Criteria
Proposal Preparation & Responsiveness
During the proposal process, a City representative met with all four (4) firms
to provide additional information regarding the Project and to discuss their
proposed approach and resources to be provided for this project. It was
during this time that City staff was able to ascertain the Consultants'
understanding of the Project and the required design services.
Based on the discussions conducted at these meetings and the resulting
written proposals, based on those discussions, the firms were ranked
accordingly. B&R and BEC were somewhat unresponsive in their written
preparation. Montgomery was responsive and made a diligent effort to
indicate an understanding of the Project with City Staff. However, ASL was
the most responsive and their written proposal clearly reflected the specific
design needs discussed at the proposal meetings and incorporated all of the
elements sought in the City's "request for proposals ".
In addition, Interviews were held for Montgomery and ASL to better
understand the overall project team for both firms. ASL was the unanimous
decision for "best project team ".
Labor Costs & Fee
Fees, as well as average labor costs, are an indicator in the evaluation of the
Consultants' fees to assure that appropriate time is committed to complete
the designated tasks within a "not -to- exceed" fee contract.
An analysis of the total hours allotted for each project task was performed.
This was done to get an idea of the completeness and level of effort each
Consultant proposed to place on the various Project task components. The
review looked at both the number of hours, assigned personnel and hourly
rates for various team members. The indicator in the evaluation matrix
looked at the average weighted hourly labor cost for the total effort related to
the project.
In this analysis, it appears one (1) firm, ASL, would provide the most
thorough design value for the proposed fee.
NM -3
0 0
Professional Engineering Services
Big Canyon Reservoir Floating Cover Project
Evaluation Matrix
PROPOSAL CONTENT
ASL Consulting
Boyle Engineering
Montgomery/ Watson Brown and Root lnc.
Engineers
Corporation
Weights
Related Project Experience
4.0
3.0
4.0
3.0
25.00%
Project Staff Assigned & Team Expertise
5.0
3.0
4.0
2.5
25.00%
Grasp of Project Requirements
5.0
2.5
4.5
3.0
10.00%
Approach to Protect Management
4.0
3.0
5.0
2.5
10.00%
Proposal Preparation & Responsiveness
4.0
2.5
3.5
2.0
20.00%
Proposed Labor Breakdown
4.5
2.0
4.0
1.0
10.00%
Fee & Costs
$192.000
$90.926
$265,500
$361,368
Proposed Staff Effort (murs)
2,123
916
2.453
3,148
Average tabor Cost.
$78.37
$94.02
$102.49
$100.50
Total Weighted Score
4.40
2.75
4.05
2.43
100.00%
Rankings:
I - Fair
2 - Average
3 - Good
4 - Very Good
5 - Excellent
Ex k G rr
BIG CANYON RESERVOIR COVERING AND DISINFECTION FACILITIES
AMENDMENT NO. 1
TO
PROFESSIONAL SERVICES AGREEMENT
WITH
TETRA TECH, INC. (formerly ASL Consulting Engineers)
This AMENDMENT NO. 1 TO PROFESSIONAL SERVICES
AGREEMENT, entered into thiso hday of August, 2002, by and between the City of
Newport Beach, a municipal corporation, (hereinafter referred to as "CITY ") and Tetra
Tech, Inc., whose address is 16241 Laguna Canyon Road, Suite 200, Irvine, California,
92618, (hereinafter referred to as "Consultant'), is made with reference to the following:
RECITALS:
A. On March 27, 1995, City and Consultant, formerly ASL Consulting
Engineers, entered into a Professional Services Agreement, hereinafter referred to as
"Agreement", for engineering services for the Big Canyon Reservoir Floating Cover
Project, hereinafter referred to as 'Project."
B. City desires to assign the Agreement to Tetra Tech, Inc., who purchased
ASL Consulting Engineers in July 1999.
C. City and Consultant mutually desire to amend Agreement, hereinafter
referred to as Amendment No. 1 as provided here below.
Now, Therefore, the parties hereto agree as follows:
1. Section V of the Agreement, Time of Completion and
Liquidated Damages, paragraph 1, shall be replaced with the schedule attached
in Exhibit B to this Amendment.
2. Section IX of the Agreement, Payment and Fee Schedule:
Section B, shall be replaced with the fee schedule attached in Exhibit B to this .
Amendment. Section D, Part 2 shall. be deleted from Agreement.
i
o
3. Section X, Additional Services: Consultant shall perform the
additional services to prepare the plans and specification of the Mixing System
within the Big
Canyon Reservoir
and the planned
Disinfection System
Improvements to
operate the covered
reservoir, identified
in attached Exhibit A
dated July 8, 2002. The fee for
the additional services identified in this
Amendment No. 1 is $129,800.
4. Except as expressly modified herein, all other provisions, terms,
and covenants set forth in Agreement shall remain unchanged and shall be in full force
and effect.
IN WITNESS WHEREOF, the parties hereto have executed this Amendment No.
1 on the date first above written.
APPROVED AS TO
ATTEST- I a
City Clerk
CITY OF NEWPORT BEACH,
A municipal corpor�ationf�
BY: - i-
Mayor
TETRA TECH, in
BY:
Ste a Tedesco
Vice President
F: \USERS \PBW \Shared\Agreements \FY 02.03 \Tetra Tech - Big Canyon Cover.doc
0
TETRATECH, INC. Exhibit A
Infrastructure Services Group
July 8, 2002
Michael J. Sinacori, P.E.
Utilities Manager
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92658 -8915
Reference: Big Canyon Reservoir Floating Cover
Request for Contract Revision and Continuance of Project
Dear Mr. Sinacori:
The Big Canyon Reservoir Floating Cover project has been on hold for several years now. Tetra
Tech, Inc. has a contract for preliminary design, fmal design and construction phase services. On
April 10, 1995, we submitted our Preliminary Design Report on the project.
As you requested, we have reviewed our existing contract and the work completed to date. After
reviewing this information it is our desire to continue the project as the City's Design Engineer.
This letter outlines some contract revisions and additions which we believe are prudent to
successfully complete this project. We have also included a revised project schedule.
Since the completion of the Preliminary Design Report there have been several significant things
that have happened in the industry. Ag you may already know, the Department of Health Services
(DOHS) issued a report that was extremely critical of the use of floating covers. In fact, the report
was recommending that their use be discontinued.
In response to this report, the CA -NV Section of AWWA formed a committee and worked closely
with the DOHS to prepare a Design and Operations Standard for Floating Cover Reservoirs. Tetra
Tech was involved in the review and commenting on this Standard. In addition, several of the
reservoirs which were used as a model for Design and Operations were the same projects the City
and Tetra Tech visited during the preliminary design efforts.
Since the preliminary design stage, Tetra Tech has also completed the design of three additional
floating cover projects. Our 2.0 million -gallon project in Palm Desert uses a new cover material
called Polypropylene. This material was evaluated in 1995 for the City but it was decided not to use
it because it did not have a track record on similar projects. Since then the City has indicated that
they prefer to use polypropylene for the cover material.
15241 Laguna Canyor: Road, Suite 20€1, Irvine, CA 92618
Tel 949.727.7099 FAX 949.727 -7097
www.tetratech.com
0 0
TETRA TECH, INC.
Infrastructure Services Group
Michael J. Sinacori, P.E.
July 8, 2002
Page 2
The City wishes to have several digital photo renderings prepared, depicting the proposed
improvements to the reservoir site including the cover appearance and landscaping. The photos will
be prepared for presentation to the City Council.
Tetra Tech has also been involved in evaluating water quality in reservoir projects. We understand
that this is a concern of the City staff and that the staff is currently working with McGuire
Environmental Consultants and Flow Science on solutions. During recent meetings with the City,
McGuire and Flow Science, it was decided that new disinfection facilities "should be constructed.
Our revised proposal includes the costs of the civil, structural, mechanical, electrical, and process
design of new sodium hypochlorite and aqueous ammonia systems. McGuire is currently
evaluating a pilot study using chlorine dioxide disinfection. The final results will be available in
November. As a result, Tetra Tech will prepare preliminary design plans and specifications for a
chlorine dioxide disinfection system, to be located in the existing chlorine building. The scope and
fee for services for the final design plans and specifications will be developed during this effort.
The following pages include our proposed scope, fee and schedule revisions. We have also included
qualifications from some of our recent chemical feed projects. Tetra Tech is very excited about this
project and we look forward to completing it successfully for the City of Newport Beach. If you
have any questions please feel free to contact us.
Sincerely,
/'/
Steve Tedesco, P.E.
Vice President
SDT /cg
J:\ 0606 \055U005sdtRev3.doc(Contract)
Attachments
0
1* TETRATECH, INC.
Infrastructure Services Group
City of Newport Beach
Big Canyon Reservoir Floating Cover
SCOPE OF'SERVICES
The existing contract between the City of Newport Beach and Tetra Tech, Inc, is for a total fee of
$192,000. The fee is broken down as follows:
Design Phase Services
Construction Services
$141,967.00
$ 50.033.00
$192,000.00
To date Tetra Tech has completed and billed $75,276.06 on this project including $14,844.25,
which was construction phase services for the valve vault structure. Therefore a total of
$116,723.94 is remaining.
The following additional services are recommended to complete the design phase of the project:
• Photo Rendering Study
• Mixer and/or Baffle Analysis and Design
• Review of latest AWWA DOHS Standards
for Floating Cover Design and Operations
• Sodium Hypochlorite/Ammonia Feed System
• Chlorine Dioxide Feed System
Total
The revised contract amount will be as follows:
Design
Construction
Total
$ 10,000.00
$ 12,800.00
$ 3,000.00
$ 92,000.00
$ Q_0•Q4
$129,800.00
$286,611.25
$ 35- 188.75
$321,800.00
Since our billing rates have significantly changed we request that we be allowed to bill at our
current hourly rates attached as Exhibit A.
FAUSERSIPBRAShared\Contracts\FY 02- 03\Big Canyon Reservoir Covering and Disinfection Improvements - C-
30371Designu005sdtRev31.doc (Contract)
0 0
1* TETRA TECH, INC.
Infrastructure Services Group
City of Newport Beach
Big Canyon Reservoir Floating Cover
SCHEDULE
Tetra Tech will complete the project in accordance with the following schedule:
Item
Approval of Contract Revisions
• 50010 Plans and Specs
• City Review
• 90% Plans and Specs
• City Review
100% Plans, Specs and Estimate
Completion Date
Tuesday, July 23, 2002
Wednesday, August 7, 2002
Wednesday, August 21, 2002
Wednesday, October 9, 2002
Wednesday, October 30, 2002
Monday, December 2, 2002
F:\USERS\PBW\Shared\Contracts\FY 02- 03\Big Canyon Reservoir Covering and Disinfection Improvements - C-
3037 \Design\1005sdtRev3 Ldoc(COntract)
TETRATECH, INC.'
Infrastructure Services Group
Exhibit B
2002
HOURLY CHARGE RATE AND
EXPENSE REIMBURSEMENT SCHEDULE
Professional
Engineering Intern /Technician ...................
$ 44.00
Designer /CAD Operator/Engineer I...........
$ 82.00
Engineer II and III/Senior Designer..........
$ 92.00
Planner ......................... ..............................$
94.00
Senior Eugineer/Landscape Architect........
$ 103.00
Project Engineer/Project Coordinator . .......
$120.00
Project Manager /Sr. Project Coordinator...
$ 135.00
Senior Project Manager ..............................
$ 150.00
Program Director/Project Director .............
$ 180.00
Administrative
Administrative Clerk ... ............................... $ 38.00
Word Processor/Admin. Support ............... $ 54.00
Graphic Designer ........ ............................... $ 90.00
Survev/Mauaine
Survey Technician ...... ...............................
$ 87.00
Surveyor/Field SupvsrJSr. Survey Tech....
$ 97.00
Two - Person Survey Party ..........................
$ 172.00
Two- Person Survey Parry with GPS ..........
$ 210.00
Three- Person Survey Party ........................
$ 250.00
Survey Travel Time (Two - person) ............
$ 83.00
Survey Travel Time (Three- person) ...........
$ 118.00
Construction
Construction Observer ............................... $ 72.00
Senior Construction Observer .................... $ 78.00
Resident Engineer ....... ............................... $ 110.00
Construction Manager . ............................... $ 140.00
Reproduction, special photography, postage, delivery services, express mail, out -of -area telephone calls,
printing and any other services performed by subcontractor, will be billed at cost plus 15 %.
Reimbursable In -House Costs
Photo Copies (B &W 8.5'x11 ") ......
$0.10/Each
Photo Copies (B &W 11 "xl7 ") .......
$0.35/Each
Color Copies (up to 8.5'x1I ")........
$1.50/Each
Color Copies (to I1 "x17" ) ..............
$2.50/Each
Forensic Engineer .............. ...............................
Court Appearances, Expert Witness Testimony,
Depositions, and Preparation for Testimony....
Blueprints ........ ............................... $ 0.35 1S.F.
Computer Time ............................. $10.00/Hour
Mileage ............ ............................... $ 0.40/Mile
.......... $250.00
................................................... ............................... $350.00*
*Minimum $1,000.00 for half day plus expenses.
NOTE: All rates are effective to October 1, 2002- There will be a negotiated increase in rates, 5% minimum
per year, for contracts extending beyond October 1, 2002.
FAUSERS1FBwtShacedtContractsTY 02- 03\Big Canyon Reservoir Covering and Disinfection Improvements - C-
3037\Design1d005sdtRev3l.doc
AC-0-RA CERTIFICA4f OF LIABILITY INSU NCB OP ID L DATE(MM /DDIM
SLC0 -1 08/05/02
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Lyons Insurance Agency, Inc. _ CONFERS NO RIGHTS UPON THE CERTIFICATE
Powdermill Square 6,g ; `� :..HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
3844 Kennett Pike, Suite 210 -•` - "T ALTER'THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Wilmington DE 19807 - INSURERS AFFORDING COVERAGE
Phone:302 -658 -5508 Fax:302- 658 -1251 AUG 8 2002
INSURED 66 INSURER N. :Hartford Insurance
i . _ :. a ,.._,','4t Ul.YCC .� 'iT.n4 .. r. +.. S: re T..c11 ---- r..
Rtra Tech, Inc.
80 E. Foothill Blvd. Ste 350
Pasadena CA 91107
A
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LSR
TYPE OF INSURANCE
POLICY NUMBER
DATE MMIDDM'
DATE MWDD/YY
LIMITS
A
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
CLAIMS MADE ® OCCUR
44UUNFU3205
10/01/01
10/01/02
EACH OCCURRENCE
$1000000
FIRE DAMAGE (Any wefre)
$ 300000
MED EXP (Any one person)
$ 1 0000
PERSONAL A ADV INJURY
$ 1000000
GENERAL AGGREGATE
$2000000
GENL AGGREGATE LIMIT APPLIES PER:
POLICY X JE O- LOC
PRODUCTS. COMPIOP AGG
s2000000
A
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
44UENFU3301
10/01/01
10/01/02
COMBINED SINGLE LIMIT
(Ee accitler�
41000000 .
X
BODILY INJURY
(Par Peon)
$
X
BODILY INJURY
(Per awidem)
$
X
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
ANY AUTO
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
AUTO ONLY: AGG
$
$
A
EXCESS LIABILITY
X OCCUR F-1 CLAIMS MADE
DEDUCTIBLE
RETENTION $
44XHUFU0785
10/01/01
10 /01/02
EACH OCCURRENCE
$ 10000000
AGGREGATE
$10000000
$
S
S
B
B
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
44WBIW3350 ADS
44WNMP3351 CA
10 /01 /01
10/01/01
10/01/02
10/01/02
X TORY UMR9 ER
E.L. EACH ACCIDENT
$1000000
EL.OISEASE- EAEMPLOYE
$ 1000000
E.L. DISEASE - POLICY LIMIT
11000000
OTHER
DESCRIPTION OF OPERATIONS /LOCATIONSIVEHICLES /EXCLUSIONS ADDED BY ENDORSEMENT /SPECIILL PROVISIONS
The City of Newport Beach is additional insured per attached CG20101185. As
,respects the auto, GL and workers comp policies shown above, Hartford /Twin
City agree to waive rights of subrogation. Re: Big Canyon Reservoir and
disinfection facilities.
CERTIFICATE HOLDER y I ADDITIONAL INSURED; INSURER LETTER: _ CANCELLATION
CTyNEyp, I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ECHOMMOM MAIL 10 OAYSWRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
City of Newport Beach
Shauna Oyler
3300 Newport Blvd.
Newport Beach CA 92663
AC.QRD CERTIFICA OF LIABILITY INSU NCF. OP ID L DATE 1 /05 03
LCO 1 08/05/02
PRODUCER
Lyons Insurance Agency, Inc.
Powdermi-11 Square
3844 Kennett Pike., Suite 210
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Wilmington DE 19807
POLICY NUMBER
Phone:302- 658 -5508 Fax:302 -658 -1253
INSURERS AFFORDING COVERAGE
INSURED
INSURER A: Greenwich Insurance Company
INSURER B:
Tetra Tech, Inc.
3280 E. Foothill Blvd. Ste 350
Pasadena CA 91107
INSURER C:
INSURER D:
NSURER E:
UVVCKALitS
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTR
TYPE OF INSURANCE
POLICY NUMBER
DATE MWDD
DATE IMMND
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
S
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE OCCUR
FIRE DAMAGE {Any one fire)
S
MED EXP(Any one person)
$
PERSONAL& ADV INJURY
S
GENERAL AGGREGATE
S
GEN'L AGGREGATE LIMIT APPLIES PER
POLICY PRO.
ECT F7 LOC
PRODUCTS - COMWOP AGG
S
AUTOMOBILE
LIABILITY
ANY AUTO
COMBINED
(Ea accideni)INGLE LIMIT
S
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Per parson)
S
HIRED AUTOS
NON-OWNED AUTOS
BODILY INJURY
(Per aWdaM)
$
PROPERTY DAMAGE
(Peraoddwt)
$
GARAGE LIABILITY
AUTO ONLY -EA ACCIDENT
$
ANY AUTO
OTHER THAN 'ACC
S
S
AUTO ONLY: AGG
EXCESS LIABILITY
OCCUR CLAIMS MADE
EACH OCCURRENCE
$
AGGREGATE
$
S
DEDUCTIBLE
S
RETENTION $
$
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
TORY LIMNS ER
E.L. EACH ACCIDENT
$
E.L. DISEASE -EA EMPLOYE
f
E.L. DIME - POLICY LIMIT
S
OTHER
A
Profess. /Pollution
PEC0005771
10/01/01
10/01/02
See Below For Limits
E60 Legal Liab
DESCRIPTION OF OPERATmNSWCATiONSNEHICLES /EXCLUSIONS ADDED BY ENDORSEMENTISPECWL PROVISIONS
LIMITS: $2,000,000 Ea. Occ. /$2,000,000 Agg. and $250,000 Retention Ea. Cl.
CLAIMS MADE FORM: Maximum for all claims during the policy year.
Re: Big Canyon Reservoir and disinfection facilities.
CERTIFICATE HOLDER N I ADDITIONAL INSURED; INSURER LETTER: _ CANCELLATION
CTYNEWP SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ElIMBOMMODD MAIL -IQ-- DAYS WRITTEN
City of Newport Beach NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
Shauna Oyler
3300 Newport Blvd.
Newport Beach CA 92663 AUTH03yq REPRESENTATI� `
0
0
�
POLICY NUMBER: 44UUNFU3205 COMMERCIAL GENE L LIABILI'T`Y
' AUG 1 3 2002
°�'ba� •d §'o' +k5 Gi:�•�.:aritnens
THE HARTFORD
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS (FORM B)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE- PART °r"
SCHEDULE
Name of Persons or Organization:
The City of Newport Beach Public Works Department, its officers, officials,
employees and volunteers.
(If no entry appears above, information required to complete this endorsement will be shown in the
Declarations as applicable to this endorsement.)
WHO IS AN INSURED (Section II) is amended to include as an inured the person or organization shown
in the Schedule, but only with respects to liability arising out of "your work" for that insured by or for you.
The insurance provided is primary and non - contributory, any other insurance coverage carried by the
Additional Insured shall be excess insurance.
CG 20 10 11 85 Copyright, Insurance Service Office, Inc. 1984
Workers Compensation and Employers' Liability Policy
POLICY NUMBER: 44WNMP3361 • CA
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY
WAIVER OF OUR RIGHT TO RECOVER
FROM OTHERS ENDORSEMENT
We have the right to recover our payments tram anyone liable for an injury covered by this policy. We will
not enforce our right against the person or organization named Ih the Schedule. (This agreement applies
only to the extent that you perform work under a written contract that requires you to obtain this
agreement from us.)
This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule.
SCHEDULE
The City of Newport Beach Public Works Department, Its officers, officials, employees and
volunteers
Countersigned by
Authorized epreserd80ve
Form WC 00 0313 Printed in U.SA
Proom Data SM02 Policy Expiration Date: October 1, 2002
From: Linda Day At: Lyons Insurance Agency, Inc. F�ID: 3026581253 To: Shauna Oyler
Data: B/19/02 02:09 PM Page: 2 of 2
POLICY NUMBER: 44UENFU3301 Auto Liability
THE HARTFORD
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT
CAREFULLY.
IT IS HEREBY UNDERSTOOD AND AGREED THAT:
The City of Newport Beach Public Works Department, its officers, officials,
employees and volunteers.
IS ADDED AS AN ADDITIONAL INSURED AS THEIR INTEREST MAY APPEAR.
This endorsement does not change the policy except as shown.
Form IN 12 00 11 85 Printed in U.S.A.
AUG -16 -2002 FRI 1043 AM CALS RANCE FAX N0. 7],x{9391654
Fax 0: C11`l-1
CERTIFICATE OF INSURANCE
CHECKLIST
City of Newport Beach
This checklist is comprised of requirements as outlined by the City of Newport Beach.
P. 01
Date Received: 19 _/ S - 0 d__ Dept /Contact Received From: �5 n A t t r) a \Itrf
Date Completed: Q -1(R -D Sent to: a u at By:
Company/Person required to have certificate: '% 1 lGL Te I'_ P)
GENERAL LIABILITY
A. INSURANCE COMPANY:
S. AM BEST RATING (A: VII or greater): f-t `t
C. ADMITTED Company (Must be California Admitted):
Is Company admitted in California?
D. LIMITS (Must be $1M or greater): What is limit provided?
E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included?
F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its
officers, officials, employees and volunteers): Is it included?
G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be included):
Is it included?
H. CAUTIONI (Confirm That loss or liability of the named Insured Is not
limited solely by their negligence) Does endorsement include 'solely by
negligence' wording? '
VYes ❑ No
$'Yes Q No
►� _ ■
NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of
cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording.
H. AUTOMOBILE LIABILITY
A. INSURANCE COMPANY:
9. AM BEST RATING (A: VII or greater):
C. ADMITTED COMPANY (Must be California Admitted):
Is Company admitted in California? Yes El No
D. LIMITS (Must be $1 M min, BI & PD and $500,000 UM): What is limits provided? _M)III&n
E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its
officers, officials, employees and volunteers): Is R included? ❑ Yes Two
F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only): ()16L
Is it included? [:] Yes ❑ No
G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of
cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording.
III. WORKERS' COMPENSATION
A. INSURANCE COMPANY:
B. AM BEST RATING (A: VII or greater):
C. LIMITS: Statutory
D. WAIVER OF SUBROGATION (To include):
HAVE ALL ABOVE REQUIREMENTS BEEN MET?
IF NO. WHICH ITEMS NEED TO BE COMPLETER?
:fit a a : r �.• �..
n ry
0 0
C --M37
HGREEMENT
PROFESSIONAL SERVICES
FOR DESIGN OF THE
BIG CANYON RESERVOIR FLOATING COVER
THIS AGREEMENT is made and entered into this m, day of March,
1995, by and between the City of Newport Beach, a municipal Corporation, hereinafter
referred to as "CITY ", and ASL Consulting Engineers, a California Corporation,
hereinafter referred to as "CONSULTANT ".
WITHESSETM:
WHEREAS, "CITY ", in conjunction with Metropolitan Water District's decision to
cover the San Joaquin Reservoir, desires to cover Big Canyon Reservoir, and;
WHEREAS, "CITY ", as part of the Big Canyon Reservoir Covering Project must
construct facilities to implement a new floating cover on the Big Canyon Reservoir,
hereinafter referred to as "PROJECT ", and;
WHEREAS, implementation of said "PROJECT" requires the services of a
qualified engineering design consultant, and;
WHEREAS, "CITY" has solicited and received a proposal from "CONSULTANT"
for "PROJECT" design, as well as to provide certain other essential professional services,
as outlined herein below, and;
WHEREAS, "CITY" has reviewed the previous experience and has evaluated the
expertise of "CONSULTANT" and desires to accept the proposal submitted by
"CONSULTANT ", and;
NOW THEREFORE, in consideration of the foregoing, it is mutually agreed and
understood that:
0 0
I. GENERAL
A. "CITY" engages "CONSULTANT' to perform the described services for the
consideration hereinafter stated.
B. "CONSULTANT' agrees to perform the described services in accord with the terms
and conditions hereinafter set forth.
C. "CONSULTANT' agrees that all services required hereunder shall be performed
under his direct supervision, and all personnel engaged in the work shall be fully
qualified and shall be authorized or permitted under State and local law to perform
such services. "CONSULTANT" shall not sublet, transfer or assign any work except
as otherwise provided for herein or as authorized in advance by the "CITY ".
II. SERVICES TO BE PERFORMED BY CONSULTANT
"CONSULTANT" shall provide the following listed professional services to "CITY ".
A. "CONSULTANT' shall provide the necessary services to complete the defined
tasks associated with the design phase of the 'PROJECT'. Those tasks include the
following:
1. PRELIMINARY DESIGN
a. Preliminary Assessment
Develop a detailed assessment of each of the aspects of the proposed Scope
of Work for the site in order to select the most feasible and efficient type of
cover system and associated facilities (drainage system, lighting, fencing
and floor lining or repair patterns, anchoring, fastening, and maintenance)
of various flexible cover systems.
b. Field Design Surveys
Obtain property surveys, elevation of bench marks, and all topographical
information, either by field survey or aerial photography, as well as all
related note reduction, plotting, analysis, interpretation, etc. as needed for
the project design. As a minimum, this shall include:
(1.) Dimensional location of property lines to a fixed easily located "permanent"
point or object at intersections.
(2.) Provide both pictorial and literal station locations and distances of all
objects within survey boundaries, to provide a cross check. True north
shall be indicated as point of reference.
(3.) Extend all survey information at least 10 feet through intersections in
all directions.
(4.) Indicate if street is paved on centerline by dimensional reference to curb
or property line (right -of -way line) and running lines or building lines.
(5.) Identification of all manholes by utility or company name.
(6.) Include types of paving existing on all streets with all transition changes
located.
0 0
(7.) Give all numerical addresses where possible, and indicate if empty
lots exist.
(8.) Specify material and utility poles contained in or possibly affected by
survey area.
(9.) Include all angles turned at intersections and directional changes
made on running lines or base lines with reference to true centerline
of streets.
(10.) All elevations shall be tied to U.S.G.S. datum.
c. Site Investigation
Obtain all site information necessary for the design work. This work shall
include activities such as, but not limited to, utility research and verification.
Submit five (5) copies of all borings information, analyses, and reports as
part of the Pre -Final Design submittal requirements to "CITY".
d. Preliminary Report
Prepare a detailed report, including estimated costs, preliminary layout
drawings, manufacturers' information, an implementation schedule and
recommendations as part of this phase.
e. Project Management
Submit monthly reports describing the progress of work, work remaining
and the project budget remaining.
f. Meetings
The project manager shall meet with "CITY ", as a minimum, on a monthly
basis during the "PROJECT ".
2. FINAL DESIGN
Upon approval of the preliminary design report, preparation of detailed
engineering plans, specifications and cost estimate the "PROJECT" will commence.
a. Review existing drawings of the existing facilities.
b. Acquire permits required by applicable codes from the necessary agencies.
Coordinate the work with the Division of Safety of Dams, Department of Water
Resources, State of California. "CITY" will provide assistance and pay all
application and permit fees.
c. Preparation of Maintenance and Protection of Vehicular and Pedestrian
Traffic Control Plan for construction, (if required).
d. Prepare plans, specifications and contract documents for covering the
facility with a floating cover. The plans shall include accurate, measured
drawings (including property lines, utilities, plans, sections and
elevations) of the proposed work and the site.
e. Submit to "CITY" for review and approval five (5) copies each per submission
of all drawings and specifications to adequately size, locate and describe all
elements of the "PROJECT ", including the following:
(1.) All drawings, at appropriate scales, and outline specifications required
to locate and describe all site and building development, all
reconstruction, equipment and site utilities.
(2.) An updated itemized breakdown of probable construction costs.
(3.) An updated project master schedule, including recommendations regarding
time to carry the project through completion of Bidding /Award.
(4.) Recommendations to "CITY" on any required changes in space allocation,
materials, layout or budget.
f. Prepare an updated schedule of work progress, review dates, submissions, and
completion of work. Prepare and submit to the Deputy Utilities Director
monthly outlines of all work undertaken during the month. Submittals will
consist of any models or photographs, drawings, sketches, specifications, or
work outlines required to adequately describe work progress.
g. Prepare the necessary documents from the previously approved preliminary
design, incorporating "CITY's" recommendations concerning the preliminary
design, a mutually agreed upon preliminary budget, and any other applicable
"CITY ", government, agency, commission or institute standards.
(1.) Furnish five (5) copies each per request for final approval:
(i) All drawings, at appropriate scales, and outline specifications required
to completely and accurately size, locate, and describe all site and
building development, all building systems, typical construction
details, all required details for special construction including plans,
profiles, sections (both full and partial), wiring diagrams and structural
details.
(ii) An updated, detailed report of the subsurface site investigation
performed including boring logs, if necessary.
(iii) An updated, itemized breakdown of probable construction costs.
(iv) An updated project schedule.
(v) An outline of deviations from the approved preliminary design
and budget.
(vi) Recommendation to "CITY" on any required changes in program
or budget.
(vii) Obtain and submit to "CITY" copies of all required letters of approval
and permits due from all concerned local, county, state, and federal
agencies, departments or commissions.
• •
h. Construction Documents
Based upon the approved final design documents and any further adjustments
in scope or quality of construction, or in the project budget authorized by the
Utilities Department, prepare construction documents consisting of drawings
and specifications setting forth in detail the requirements for the construction of
each project as well as the bid proposal prepared by "CONSULTANT ".
"CONSULTANT'S" front end documents will be used. The "CITY" will be
selling the contract documents to the prospective bidders.
(1.) During the construction documents phase, perform the following:
(i) Prepare the final contract documents from the approved final design
documents in accordance with "CITY'S" established General Contract
Conditions and contract forms, all items of work clearly identified to
the specific contract.
(ii) Verify compliance with applicable codes, laws, and standards.
(iii) Submit to "CITY" a final detailed breakdown of probable
construction costs.
(iv) Submit a probable schedule of construction.
(v) Prepare, with assistance from the "CITY ", Supplementary
General Conditions and Special conditions for "PROJECT ".
(vi) Supply five (5) complete sets of final construction documents
to the Utilities Department for final review and approval.
(vii) Schedule of drawings.
(2.) Final drawings will be completed, including all necessary schedules and
details following accepted engineering practices. All drawings will be on
22 -inch x 34 -inch sheets and will include both a standard scale notation
and a visual scale (for microfilming).
(3.) Specifications will be written in "CONSULTANT's" choice of format, subject
to the following requirements and approval of the Utilities Department:
(i) Sixteen Division format. Each Division shall be divided into Sections as
appropriate. The CSI three part Section ( "GENERAL "; "PRODUCTS ";
"EXECUTION ") organization be used within each Section, as well as the
five digit Section designation numbers.
(ii) Page size shall be 8Y2 -inch x 11 -inch, printed single sided.
(iii) Specify quality products using proprietary product names, followed by
the words "or equal "; or shall specify a minimum of two (2) acceptable
manufacturers or products, which are equally suited for the particular
application.
(iv) Use "short form" specifications, brief and concise, omitting lengthy
descriptions of materials or methods.
s
0
(v) Master specifications, including computer programmed master
specifications, if used, shall be pre- edited as required to fit the
requirements of the "PROJECT ".
i. Acceptance of Construction Documents
Upon approval and signature by the Director, the final design documents
will be considered accepted.
(1.) Furnish "CITY" with mylars of the final plans along with the originals
(camera ready) of both the specifications and bid proposal.
(2.) Answer questions from bidders regarding the content or interpretation of
the drawings and specifications.
(3.) Prepare necessary revisions and clarification to the drawings and
specifications and any resulting addenda.
(4.) Attend and assist "CITY" at required pre -bid meetings.
3. SERVICES DURING CONSTRUCTION
a. Pre - Construction Meetings
Attend or send a qualified representative to "CITY" for a pre - construction
conference, to be announced subsequent to award of Contract.
b. Clarification of Construction Documents
Upon written request of "CITY ", prepare any required clarification drawings or
written interpretations of the construction Contract Drawings and Specifications
required to adequately demonstrate the full intent of the Contract Documents and
to interpret and clarify the Construction Contract Drawings and Specifications and
General and Supplemental General conditions as necessary for the proper
execution or progress of the work.
Any interpretations and clarifications will neither change the intent of the
construction Contract Documents nor authorize the expenditure of additional funds.
Also, "CONSULTANT" shall be available for field questions via telephone from
"CITY'S" designated representative concerning minor changes or interpretation of
the design.
c. Shop Drawing Review
Provide prompt review of contractors submittals of shop drawings, samples and
product data to determine conformance with the design concept and information
given in the Construction Contract Documents.
"CONSULTANT" shall note approved substitutions and variations from
"PROJECT" specifications and make appropriate corrections as required. Copies of
all submittals will be forwarded to "CITY" for final approval and distribution.
"CONSULTANT" shall also review submissions of sub - contractors, material
suppliers, project phasing and schedules.
d. Site Visits
E
"CONSULTANT" shall make up to fifteen (15) field visits to the construction
site(s) to attend progress meetings and /or answer design questions. Based upon
observations made at the site(s), "CONSULTANT" shall make recommendations
to the "CITY" concerning necessary tests or evaluations affecting possible rejection
of contractor's work in place or methods of construction.
e. Pre -Final Inspection
Attend a pre -final inspection of the work site as scheduled by "CITY". The
Construction Phase shall be considered complete when final payments to each
prime contractor have been approved by the Utilities Department, or, in the
absence of the approved final payment, such other date as may be determined by
the Utilities Department.
f. Preparation of Operations and Maintenance Manual
Prepare an operations and maintenance (O &M) manual outlining the frequency of
maintenance, product literature of products used during construction, repair
methods, repair procedures, including for small tears and holes in the floating
cover material.
g. Training of City Staff
This task shall include the training of "CITY" staff for the operation and
maintenance items. Use of graphs, videos, slides and other handout materials is
encouraged. The training shall be hands on training. "CONSULTANT" shall allow
a minimum of three (3) days for training.
h. Project Record Drawings
No later than three (3) months after completion of the construction phase, transmit
to "CITY" a complete set of "PROJECT" Record Drawings or similar material,
prepared from information supplied by each of the prime construction contractors,
per requirements in the Construction Contract Documents.
III. DUTIES OF THE CITY
In order to assist "CONSULTANT" in the execution of his responsibilities under this
Agreement, "CITY" agrees to provide the following:
A. Background information, reports, contracts, specifications, proposals or agreements as
may be available or are in existence, which may be germane to the proper preparation
and completion of "CONSULTANT'S" defined duties.
B. Survey records and easement information, as are available and appurtenant to "PROJECT ".
C. Design criteria, hydraulic data and other technical information, as are available and
appurtenant to "PROJECT ".
D. Assist "CONSULTANT" with interpretation of "CITY" standards and design criteria.
Meet with "CONSULTANT" as necessary to provide input or direction on matters
pertaining to completion of specifications and final construction plans.
0 •
E. Act as Project Manager and provide construction administration and field
inspection on proposed "PROJECT ", once designed and awarded for construction.
F. Provide blueprinting, CADD plotting, copying and other services through "CITY's"
reproduction company for each of the required submittals and for bidding purposes.
"CONSULTANT" will be required to coordinate the required submittals and bid plans
with the "CITY's" reproduction company, Banana Blueprint. Each reproduction
request must be approved before services are provided.
G. "CONSULTANT" shall arrange times so "CITY' staff can meet with "CONSULTANT" to
review plans, specifications and other documentation provided by "CONSULTANT"
relative to "PROJECT ". "CITY" will return all comments within seven (7) calendar days.
H. "CONSULTANT" will have plans and specifications approved and signed by the
Utilities Director by March 1`,1995. Liquidated damages accrue as of 5:00 PM
March 15`,1996.
IV. PROJECT MANAGER
"CONSULTANT" shall assign the tasks of this project to a Project Manager, who will
coordinate all phases of the "PROJECT ". The Project Manager shall be available to "CITY"
at all times. "CONSULTANT" has designated Steve Tedesco, P.E. to be Project Manager.
No change in this assignment is to be made by "CONSULTANT" without prior written
consent of "CITY ".
V. TIME OF COMPLETION AND LIQUIDATED DAMAGES
"CONSULTANT" shall commence work immediately upon receipt of written notice to
proceed. Work as required herein, shall be completed in a diligent and efficient manner to
the execution of its completion. All work, with the exception of the construction phase
services required to advertise for construction shall be completed no later than March 15`
1996. It is mutually agreed by "CONSULTANT" and "CITY" that liquidated damages of
three hundred dollars ($300.00) per calendar day shall be assessed "CONSULTANT" for
delays beyond the above specified completion date. Said damages shall be deducted from
"CONSULTANT'S" fee. Provided, however, that "CONSULTANT" shall not be responsible
for damage or delay in performance caused by events beyond " CONSULTANT's" control.
The term of this Agreement shall expire thirty (30) calendar days after the date the
"PROJECT" is completed and accepted by "CITY ". It is agreed and understood by both
parties, that this is sufficient time to complete all such activities and tasks associated with
the "PROJECT ", including "as- built" drawing preparation.
VI. OWNERSHIP OF DOCUMENTS
Original drawings and other deliverable documents to be provided by "CONSULTANT"
under this Agreement shall become the exclusive property of "CITY" and may be reproduced
as deemed necessary by "CITY" or its duly authorized representative. However, any use of
completed deliverables or documents for purposes other than for this "PROJECT ", or any use
of incomplete documents, shall be at "CITY's" sole risk, and "CITY" shall indemnify
"CONSULTANT" for any damages incurred as a result of such use. No report, drawing, map,
document 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 written approval by "CITY ", unless required by subpoena.
91
i •
"CONSULTANT" may reserve the right to publish materials or reports related to the
work performed or data collected under the provisions of this Agreement. The right
to publish shall be at the sole discretion of the "CITY" and written permission must be
obtained by "CONSULTANT" from "CITY" on a case by case basis. Blanket
publishing approval shall not be granted.
"CONSULTANT" is granted permission to show prospective clients reports and
data which have been accepted by "CITY" as prepared under this Agreement.
VII. RIGHT OF TERMINATION
A. "CITY" reserves the right to terminate this Agreement without cause at any time by
giving "CONSULTANT" five (5) business days prior written notice. Notice shall be
deemed served when delivered personally or upon deposit in the United States mail,
postage prepaid, addressed to the "CONSULTANT'S" business office 101 Pacifica, Suite
150, Irvine, California, 92718.
B. "CONSULTANT" may terminate this Agreement after ten (10) days' written notice
from "CONSULTANT" to "CITY" notifying "CITY" of it's substantial failure to perform
in accord with the terms of this Agreement, if , "CITY" has not corrected it's non-
performance within that time.
C. In the event of termination due to errors, omissions, or negligence of "CONSULTANT"
"CITY" shall be relieved of any obligation to compensate "CONSULTANT" for that
portion of work directly affected by such errors, omissions, or negligence of
"CONSULTANT ". If this Agreement is terminated for any other reason, "CITY" agrees
to compensate "CONSULTANT" for the actual services performed up to the effective
date of the "Notice of Termination ", on the basis of the fee schedule contained herein.
VIII. SUBCONTRACTORS AND ASSIGNMENT
A. None of the services included in this Agreement shall be assigned, transferred,
contracted or subcontracted without prior written approval of "CITY ".
B. Neither "CONSULTANT" nor "CITY" shall assign or transfer any interest in this
Agreement, whether by assignment or novation, without the prior written consent of
the other party; provided, however, that claims for money due or to become due
"CONSULTANT" from "CITY" under this Agreement may be assigned to a bank, trust
company or other financial institution, or to a trustee in bankruptcy, without such
approval. Notice of any such assignment or transfer shall be promptly furnished to
"CITY ".
C. In the performance of this "PROJECT ", "CONSULTANT" may utilize the services of a
private geotechnical firm, private landscape architect, and covering construction. Said
geotechnical firm, Converse Consultants, Inc., said landscape architecture firm, Lynn
Capouya, and said construction consultant, C. W. Neal, Inc., hereinafter referred to as
"SUBCONSULTANT's ", shall be directed and compensated by "CONSULTANT" as if
said firm were a direct employee of "CONSULTANT ".
1. Compensation for "SUBCONSULTANT's" services shall not be more than twenty -
eight thousand five hundred dollars ($28,500.00) and shall be paid in accord with the
limits of the "not -to- exceed" fee listed herein below. No additional compensation
shall be made therefor.
i •
IX. PAYMENT & FEE SCHEDULE
A. In consideration for the specified services, "CITY" hereby agrees to compensate
"CONSULTANT" on an hourly basis as set forth below in the 'PAYMENT & FEE
SCHEDULE ". In no event shall said amount be greater than the amount of one
hundred and ninety -two thousand ($192,000), inclusive of the subcontract services
defined herein, except as otherwise provided for herein below.
B. PAYMENT AND FEE SCHEDULE
personnel
hourly rates
Principal.............................................................. ...............................
$135.00
Sr. Project Manager /Sr. Managing Engineer.......... I. ....................
125.00
Project Manager /Managing Engineer ........... ...............................
115.00
Project Engineer /Sr. Project Coordinator ...... ...............................
98.00
Senior Engineer /Project Coordinator ............ ...............................
100.00
Senior Engineer .................................................. ...............................
88.00
EngineerII and III ............................................. ...............................
80.00
Designer /CAD Operator /Engineer I ............. ...............................
75.00
Designer /Draftsperson .................................... ...............................
65.00
Draftsperson....................................................... ...............................
60.00
Technician.......................................................... ...............................
48.00
Sr. Construction Inspector ............................... ...............................
62.00
Construction Inspector ..................................... ...............................
56.00
Planner................................................................ ...............................
88.00
MappingCoordinator ....................................... ...............................
78.00
Word Processing /Administrative Support ... ...............................
45.00
Chiefof Surveys ................................................ ...............................
95.00
Two -Man Survey Party .................................... ...............................
150.00
Three -Man Survey Party .................................. ...............................
200.00
C. The contract amount shall be paid to "CONSULTANT" in monthly partial payments
based on the amount of hours worked and expenses incurred during each monthly pay
period based on the actual hours of labor expended as determined by Project Manager
for "CITY ".
D. In addition to the fixed, not -to- exceed fee, "CITY" agrees to reimburse "CONSULTANT"
for the actual cost (plus 10 %) for all outside expenses, including those for: reproduction
for copies of plans, reports and related documents, material costs authorized in advance
by the Project Manager for "CITY ", and other reasonable expenses where such costs
have been advanced by "CONSULTANT" and approved in advance by "CITY ".
1. "CONSULTANT" shall provide written records (originals) of all expenses incurred,
and shall report all hours expended in the performance of his duties and tasks on a
monthly basis. "CITY" agrees to pay "CONSULTANT" within thirty (30) calendar
days receipt of said records and hourly summary.
2. "CONSULTANT" shall not be compensated for use of "CONSULTANT's" equipment,
hardware, software materials, reproduction or mileage. Said costs are non-
compensable. Time expended by "CONSULTANT's" personnel on such equipment
shall be paid on the basis of the "FEE SCHEDULE" herein above.
10
0 0
X. ADDITIONAL SERVICES
No change in character, extent, or duration of the work to be performed by
"CONSULTANT" shall be made without prior written approval from "CITY ". In
consideration for performance of additional services authorized by "CITY" in writing,
"CITY" hereby agrees to compensate "CONSULTANT" an amount based upon the hourly
rate as submitted to "CITY" in the "FEE SCHEDULE ", except that an increase in the total
compensation exceeding thirty thousand dollars ($30,000) shall require that an amended
Agreement for such additional services be executed by "CONSULTANT" and "CITY ".
XI. 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 the services specified under this Agreement. All such records shall be
maintained in accord 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 upon reasonable notice to
"CONSULTANT" to such books and records, and gives "CITY" the right to examine and
audit same, and make transcripts therefrom as deemed necessary at "CITY'S" cost, and
allow inspection of all work, data, documents, proceedings and activities related to this
Agreement.
XII. INSURANCE
A. On or before the date of execution of this Agreement, "CONSULTANT" shall
furnish "CITY" with completed certificates showing the type, amount, class of
operations covered, effective dates and dates of expiration of insurance policies.
"CONSULTANT" shall use the "CTTY's" Insurance Certificate form for endorsement
of all policies of insurance. The certificates do not limit "CONSULTANT's "
indemnification, and also contain substantially the following statement: "The
insurance covered by this certificate may not be canceled, non - renewed, except after
thirty (30) days' written notice has been received by "CITY ". Coverage may not be
reduced or otherwise materially altered without the same advance notice to "CITY"
of such alteration.
B. "CONSULTANT" shall maintain in force at all times during the performance of this
Agreement, policies of insurance required by this Agreement; and said policies of
insurance shall be secured from an insurance company assigned Policyholders'
Rating of "A" (or higher) and Financial Size Category "VIII" (or larger) in accord with
an industry -wide standard and shall be licensed to do business in the State of
California, unless "CITY" waives this requirement.
1. An appropriate industry -wide insurance rating standard shall be
deemed Best's Key Rating Guide, latest edition.
11
0 0
C. "CONSULTANT' shall maintain the following minimum coverages:
Liability Insurance
General liability coverage shall be provided in the following minimum limits:
Category
Amount
Bodily hijury
$
1,000,000
each occurrence
$
1,000,000
aggregate
Property Damage
$
1,000,000
each occurrence
$
1,000,000
aggregate
Aggregate Insurance
A combined single limit policy with aggregate limits in the amount of
$1,000,000 will be considered equivalent to the required minimum limits.
Errors & Omissions Insurance
Errors & Omissions coverage shall be provided in the amount of one million
dollars ($1,000,000).
D. Subrogation Waiver
In the event of loss or claim of loss due to any of the perils for which it has
agreed to provide general liability insurance, "CONSULTANT' shall look solely
to its insurance for recovery. "CONSULTANT' hereby grants to "CITY ", on
behalf of any general liability insurer providing insurance to either
"CONSULTANT" or "CITY" with respect to the services of "CONSULTANT ", 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.
E. Additional Insured
"CITY ", its City Council, boards and commissions, officers, servants and
employees shall be named as an additional insured under all insurance policies
required under this Agreement, except Errors & Omissions Insurance. 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; and an additional insured named herein shall not be liable for
any premium 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. Proceeds from any such policy or policies shall be
payable to "CITY" primarily, and to "CONSULTANT' secondarily, if necessary.
12
0
XIII. WAIVER
1/
A waiver by "CITY" or "CONSULTANT" 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 different character.
XIV. 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 cost of litigation.
XV. 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 ".
XVI. HOLD 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 costs of litigation, arising from
"CONSULTANT's " negligent acts, errors or omissions, in the performance
of services hereunder.
13
0
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on
the first date above written:
APPROVED AS TO FORM:
City Attorney
City Clerk
Address and Telephone:
City of Newport Beach,
a municipal corporation
John Hedges, Mayor
"CITY"
ASL Consulting Engineers
a California Corporation
Douglas J. ReiAhart, Principal
"CONSULTANT"
City of Newport Beach ASL Consulting Engineers
3300 Newport Boulevard One Jenner Street
Post Office Box 1768 Suite 200
Newport Beach, Califomia 92658 -8915 Irvine, California 92718
(714) 644 -3011 (714) 646 -5204 fax (714) 727 -7099 (714) 727 -7097 fax
14