Loading...
HomeMy WebLinkAboutC-3244 - PSA/Storm Drain Master Plan• PROFESSIONAL SERVICES AGREEMENT 0,.01 cL�ec u�a(Cs THIS AGREEMENT, entered into this 97" day of November, 1998, by and between CITY OF NEWPORT BEACH, a Municipal Corporation (hereinafter referred to as "City "), and John M. Tettemer & Associates, whose address is 3151 Airway Ave., Suite Q -1, Costa Mesa, California, 92626, (hereinafter referred to as "Consultant "), is made with reference to the following: RECITALS A. City is a Municipal Corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is planning to implement Storm Drain Master Plan ( "Project "). C. City desires to engage Consultant to provide professional engineering services for a city -wide storm drain Master Plan based upon the terms and conditions contained in this Agreement. D. The principal member of Consultant's firm for purpose of this Project is Max P. Vahid, P.E., President. E. City has solicited and received a proposal from Consultant, has reviewed and evaluated the previous experience and expertise of Consultant and -1- 0 9 desires to contract with Consultant under the terms of conditions provided in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the 16th day of November, 1998, and shall terminate on the 30`" day of June, 1999, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the duties set forth in the scope of services, attached hereto as Exhibit "A" and incorporated herein by reference. 3. COMPENSATION TO CONSULTANT City shall pay Consultant for the services in accordance with the provisions of this Section and the scheduled billing rates set forth in Exhibit "B" attached hereto and incorporated herein by reference. No rate changes shall be made during the term of this Agreement without prior written approval of City. Consultant's compensation for all work performed in accordance with this Agreement shall not exceed the total contract price of One hundred fifty -three thousand, nine hundred and six dollars ($153,906.00). 3.1 Consultant shall maintain accounting records of its billings which includes the name of the employee, type of work performed, times and dates of all work which is billed on an hourly basis and all approved incidental expenses including reproductions, -2- 0 9 computer printing, postage and mileage. 3.2 Consultant shall submit monthly invoices to City payable by City within thirty (30) days of receipt of invoice subject to the approval of City. 3.3 Consultant shall not receive any compensation for extra work without prior written authorization of City. Any authorized compensation shall be paid in accordance with the schedule of the billing rates as set forth in Exhibit "B ". 3.4 City shall reimburse Consultant only for those costs or expenses which have been specifically approved in this Agreement, or specifically approved in advance by City. Such cost shall be limited and shall include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services which Consultant agrees to render pursuant to this Agreement which have been approved in advance by City and awarded in accordance with the terms and conditions of this Agreement. B. Approved computer data processing and reproduction charges. C. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. -3- 4. STANDARD OF CARE 4.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement and that it will perform all services in a manner commensurate with the community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City nor have any contractual relationship with City. Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications and approvals required of its profession. Consultant further represents and warrants that it shall keep in effect all such licenses, permits and other approvals during the term of this Agreement. 4.2 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies, or any other delays beyond Consultant's control or without Consultant's fault. 5. INDEPENDENT PARTIES City retains Consultant on an independent contractor basis and Consultant is not an employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation 99 0 0 and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute Consultant or any of Consultant's employees or agents to be the agents or employees of City. Consultant shall have the responsibility for and control over the details in means of performing the work provided that Consultant is compliance with the terms of this Agreement. Anything in this Agreement which may appear to give City the right to direct Consultant as to the details of the performance of the services or to exercise a measure of control over Consultant shall mean that Consultant shall follow the desires of City only in the results of the services. 6. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator, and any other agencies, which may have jurisdiction or interest in the work to be performed. City agrees to cooperate with Consultant on Project. 7. PROJECT MANAGER Consultant shall assign Project to a Project Manager, who shall coordinate all phases of Project. This Project Manager shall be available to City at all reasonable times during term of Project. Consultant has designated John Wolter to be its Project Manager. Consultant shall not bill any personnel to Project other than those personnel identified in Exhibit "B ", whether or not considered to be key personnel, without City's prior written approval by name and specific hourly billing rate. Consultant shall not remove or reassign any personnel designated in this Section or assign any new or replacement person to Project without the prior written consent of City. City's approval shall not be -5- 0 P unreasonably withheld with respect to removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from Project any of its personnel assigned to the performance of services upon written request of City. Consultant warrants it will continuously furnish the necessary personnel to complete Project on a timely basis as contemplated by this Agreement. 8. TIME OF PERFORMANCE Time is of the essence in the performance of the services under this Agreement and the services shall be performed by Consultant in accordance with the schedule specified in Exhibit "A ". (Start November 16, 1998 and complete by April 15, 1999) The failure by Consultant to strictly adhere to the schedule may result in termination of this Agreement by City, and the assessment of damages against Consultant for delay. Notwithstanding the foregoing, Consultant shall not be responsible for delays, which are due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 8.1 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, which purportedly causes a delay, and not later than the date upon which performance is due. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays, which are beyond Consultant's control. 0 0 8.2 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. 9. CITY POLICY Consultant will discuss and review all matters relating to policy and project direction with the Project Administrator in advance of all critical decision points in order to ensure that the Project proceeds in a manner consistent with City goals and policies. 10. CONFORMANCE TO APPLICABLE REQUIREMENT All work prepared by Consultant shall conform to applicable city, county, state and federal law, regulations and permit requirements and be subject to approval of the Project Administrator and City Council. 11. PROGRESS Consultant is responsible to keep the Project Administrator and /or his /her duly authorized designee informed on a regular basis regarding the status and progress of the work, activities performed and planned, and any meetings that have been scheduled or are desired. 12. HOLD HARMLESS Consultant shall indemnify, defend, save and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, -7- 0 0 r1eJa 11gem M*v/ property damages, or any other claims arising from any and al^acts or omissions of Consultant, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Agreement, excepting only the active negligence or willful misconduct of City, its officers or employees, and shall include attorneys' fees and all other costs incurred in defending any such claim. Nothing in this indemnity shall be construed as authorizing, any award of attorneys' fees in any action on or to enforce the terms of this Agreement. 13. INSURANCE Without limiting consultant's indemnification of City, and prior to commencement of work, Consultant shall obtain and provide and maintain at its own expense during the term of this Agreement policy or policies of liability insurance of the type and amounts described below and satisfactory to City. Certification of all required policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with City prior to exercising any right or performing any work pursuant to this Agreement. Except workers compensation and errors and omissions, all insurance policies shall add City, its elected officials, officers, agents, representatives and employees as additional insured for all liability arising from Consultant's services as described herein. All insurance policies shall be issued by an insurance company certified to do business in the State of California, with original endorsements, with Best's A VII or better 0 11 • business in the State of California, with original endorsements, with Best's A VII or better carriers, unless otherwise approved by City. A. Worker's compensation insurance covering all employees and principals of Consultant, per the laws of the State of California. B. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of $1 million combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial general liability insurance or other form with a general aggregate is used, either the general aggregate shall apply separately to this Project, or the general aggregate limit shall be twice the occurrence limit. C. Commercial auto liability and property insurance covering any owned and rented vehicles of Consultant in a minimum amount of $1 million combined single limit per accident for bodily injury and property damage. D. Professional errors and omissions insurance which covers the services to be performed in connection with this Agreement in the minimum amount of One million dollars ($1,000,000.00). Said policy or policies shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days' prior notice has been given in writing to City. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of Consultant's operation hereunder. Consultant shall also procure In 0 0 and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. Consultant agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Consultant or City with respect to the services of Consultant herein, a waiver of any right of subrogation which any such insurer of said Consultant may acquire against City by virtue of the payment of any loss under such insurance. 14. PROHIBITION AGAINST TRANSFERS Consultant shall not assign, sublease, hypothecate or transfer this Agreement or any of the services to be performed under this Agreement, directly or indirectly, by operation of law or otherwise without prior written consent of City. Any attempt to do so without consent of City shall be null and void. The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or co- tenant if Consultant is a partnership or joint- venture or syndicate or co- tenancy, which shall result in changing the control of Consultant, shall be construed as an assignment of this Agreement. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint venture. -10- 0 15. OWNERSHIP OF DOCUMENTS Each and every report, draft, work product, map, record and other document reproduced, prepared or caused to be prepared by Consultant pursuant to or in connection with this Agreement shall be the exclusive property of City. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed documents for other projects and any use of incomplete documents without specific written authorization from Consultant will be at City's sole risk and without 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 as against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. Consultant shall, at such time and in such forms as City may require, furnish reports concerning the status of services required under this Agreement. 16. CONFIDENTIALITY The information, which results from the services in this Agreement, is to be kept confidential unless the release of information is authorized by City. 17. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of his responsibilities under this Agreement, City agrees to provide the following: -11- a • A. City will provide access to Consultant to all existing record information on file at City. Consultant shall be entitled to rely upon the accuracy of data information provided by City and the review of field conditions by Consultant. B. City staff will provide usable life of facilities criteria and provide information with regards to deficient facilities. 18. ADMINISTRATION This Agreement will be administered by the Public Works Department. Bill Patapoff shall be considered the Project Administrator and shall have the authority act for City under this Agreement. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 19. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business hours to examine, audit and make transcripts or copies of such records. Consultant shall allow inspection of all work, data, documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. -12- 20. WITHHOLDINGS City may withhold payment of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work for a period of thirty (30) days from the date of withholding as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of seven percent (7 %) per annum from the date of withholding of any amounts found to have been improperly withheld. 21. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence of Consultant which result in expense to City greater than would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or a restoration expense shall be borne by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other consultants in connection with Project. 23. CONFLICTS OF INTEREST A. Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose financial interest that may foreseeably be materially -13- 0 0 affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. B. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. 24. SUBCONSULTANT AND ASSIGNMENT A. Except as specifically authorized under this Agreement; the services included in this Agreement shall not be assigned, transferred, contracted or subcontracted without prior written approval of City. 25. NOTICES All notices, demands, requests or approvals to be given under this Agreement shall be given in writing and conclusively shall be deemed served when delivered personally or on the third business day after the deposit thereof in the United States mail, postage prepaid, first class mail, addressed as hereinafter provided. SEE F All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Attention: Bill Patapoff, City Engineer City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92658 -8915 (949) 644 -3311 Fax (949) 644 -3318 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attention: Max P. Vahid, P.E., President John M. Tettemer & Associates, LTD A Division of the Keith Companies 3151 Airway Avenue, Suite Q -1 Costa Mesa, CA 92626 (714) 434 -9080 Fax(714)434 -6120 26. TERMINATION In the event either part hereto fails or refuses to perform any of the provisions hereof at the time and in the manner required hereunder, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) days, or if more than two (2) days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) days after receipt by defaulting party from the other party of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the -15- non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 26.1 City shall have the option, at its sole discretion and without cause, of terminating this Agreement by giving seven (7) days' prior written notice to Consultant as provided herein. Upon termination of this Agreement, City shall pay to Consultant that portion of compensation specified in this Agreement that is earned and unpaid prior to the effective date of termination. 27. COMPLIANCES Consultant shall comply with all laws, state or federal and all ordinances, rules and regulations enacted or issued by City. 28. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein whether of the same or a different character. 29. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Consultant. -16- 0 0 30. 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. 31. PATENT INDEMNITY Consultant shall indemnify City, its agents, officers, representatives and employees against liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: y� ^I By: in , ausnn LaVonne Harkless City Clerk f:\ users \pbw\shared\agmt \99\tettemer.doc -17- CITY OF NEWPORT BEACH A Municip po do By: Mayor City of Newport Beach CONSULTANT President Exhibit "A" CITY OF NEWPORT BEACH John M. Tettemer and Associates, Inc. A Division of The Keith Companies, Inc. 3151 Airway Avenue, Suite Q -1 Costa Mesa, CA 92626 (714) 434 -9080 Proposal PROFESSIONAL ENGINEERING SERVICES FOR CITY OF NEWPORT BEACH STORM DRAIN MASTER PLAN August 1998 0 018.0 M132PRO Attachment 1 Project Approach 0 0 John M. Tettemer & Associates, Inc. A Division of The Keith Companies, Inc. CITY OF NEWPORT BEACH STORM DRAIN MASTER PLAN PROJECT APPROACH INTRODUCTION The City of Newport Beach is planning to develop a Storm Drain Master Plan for the City's entire drainage system. Some segments of the system are over 50 years old and other segments have been recently constructed. The last citywide hydrology and hydraulic analysis of the storm drain system was in 1961. Since that time a significant portion of the City has been developed, with each new development based on storm drain standards in practice at the time. The City is requesting professional engineering services to analyze the City's entire drainage system based on current Orange County Hydrology Manual, identify deficiencies, propose remedial measures, prioritize deficiencies, and prepare cost estimates for budgeting purposes for all of the proposed improvements. In addition, the City is interested in the effect of high tides on the drainage systems and roadways within low lying areas on the Balboa Peninsula, Newport Island, and Balboa Island. The storm drain systems in those areas require tide gates to prevent local flooding during high tides. Currently there are approximately 86 tide gates in operation within these areas. The City is requesting the consultant to evaluate the existing drainage system in these low lying areas and present an alternative analysis to the current tide gate system. APPROACH We propose to use a common sense approach, and based on our project team's extensive experience, develop a practical and economical plan to prioritize needed capacity improvements and maintenance. Our approach will be to obtain available drainage system records, review known problem areas and facilities with City Operations staff in the field, perform hydraulic and hydrologic analyses per current Orange County Hydrology Manual and the City standards and develop a phased improvement plan which will meet both the immediate needs and long -term drainage goals of the City of Newport Beach. Tasks to develop the Master Plan will include data collection and review of available information, field reconnaissance of the City's drainage areas and known problem areas including the preparation and refinement of drainage system boundary areas, hydraulic and hydrologic analyses, development of hydraulic model, alternative analysis of tide gate 01 8,0 J W 132PRO 2 0 0 system in low lying areas, deficiency analysis, development of Master Plan upgrades and cost analysis, development of proposed upgrade prioritization plan, preparation of a Master Plan of drainage map in a format to be compatible with the existing City Geographic Information System (GIS), and preparation of Final Storm Drain Master Plan Report for presentation to the City Council. A more detailed discussion of these tasks is included in our proposed scope of services identified as Attachment 4. In addition to our technical experience, our project team has extensive experience in the design and development of Public Works projects within the City of Newport Beach. Mr. John Wolter identified as project manager in this proposal has 25 years of experience as a Project Manager for the City of Newport Beach and has been involved in the design and development of street improvements, storm drain and coastal projects. In addition, Mr. Wolter managed development of the City's National Pollutant Discharge Elimination System (NPDES) program and implementation of the current City storm drain atlas. Mr. Steve Bucknam of Bucknam and Associates, a consultant to JMTA, has over 20 years of experience in developing storm drain and street improvement projects in the City of Newport Beach. With the extensive experience and knowledge of Mr. Wolter and Mr. Bucknam in the development of the City's existing storm drain system, we plan to develop a comprehensive review of the City's existing storm drain system with special attention to the older corrugated metal pipe (CMP) drains in the hillside easements, Bayside Drive storm drain system, the Harbor View Hills Retarding Basin dam and drainage system, storm drain through the City corporation yard which drains portion of Costa Mesa, the gated drainage systems in the low lying portions of the City, the Jamboree Road storm drain crossing, the Big Canyon drainage system, the drainage system in the industrial area north of Bristol and west of MacArthur Boulevard, the Superior Avenue /Placentia Avenue drainage system through Hoag Hospital; and major storm drains in Pacific Coast Highway at West Newport, Superior Avenue, Newport Boulevard, Riverside Avenue, Dover Drive, El Passeo, and Corona Del Mar. As requested in the RFP and discussed with the City staff, our project approach provides for review and analysis of the entire City storm drain system in accordance with the current Orange County standards. This is a significant undertaking and if budget constraints become an issue, we suggest that a modification of the Scope of Services be considered. The modified Scope of Services would address known problem areas with a less rigorous analysis of the remaining City storm drain system. Should this alternative study be selected we would be pleased to discuss this in more detail at your request. 018 -0IW 112PRO a Attachment 2 0 Firm Overview and Management Structure 018 -0 JW UlPR0 4 0 0 John M. Tettemer & Associates, Inc. A Division of The Keith Companies, Inc. FIRM OVERVIEW AND MANAGEMENT STRUCTURE John M. Tettemer & Associates, Inc. (JMTA) is a Costa Mesa -based firm specializing in water resources and environmental engineering. JMTA was founded in 1978 and provides engineering services in the fields of hydrology, hydraulics, storm drain and flood control Master Planning, sediment management, watershed Master Planning, watershed management, flood control facilities design, wetland mitigation planning and design, environmental issues, and habitat management. In August 1998, JMTA was acquired by The Keith Companies, Inc., a civil engineering firm based in Costa Mesa with branch offices in California and Nevada. JMTA will continue to function independently as a division of The Keith Companies, Inc. and will be able to call on the vast resources of The Keith Companies, Inc. During its 20 year history, JMTA has specialized in the management, planning, design, permitting, construction management, and maintenance of flood control, drainage, water quality, and wetland projects in Southern California and several western states. We are currently working on various drainage and flood control projects in Riverside, Orange, San Bernardino, and Los Angeles counties. The firm is specialized in planning and design of storm drain, flood control, water quality, National Pollutant Discharge Elimination System (NPDES) compliance, and watershed management projects. Numerous Storm Drain and Flood Control Master Plans have been prepared for private sector and public agencies in the last ten years. A description of a few of our projects is summarized in Attachment 3, Previous Project History. In addition to JMTA's expertise, we have added Bucknam and Associates to our project team. Bucknam and Associates, a Costa Mesa -based firm, will be utilized in prioritizing proposed Master Plan upgrades. A description of a few of their Master Plan projects is summarized in Attachment 3, Previous Project History and Attachment 6, Sub Consultant List. We have assembled an experienced project team to develop the Storm Drain Master Plan as described in your Request for Proposal. Key personnel for the project will be as follows: Max Vahid, P. E., President — Principal in Charge; Alan A. Swanson, P. E., Senior Vice President — Technical Advisor; John S. Wolter, P. E., Senior Project Manager — Project Manager; 018- O1W112PRO 0 0 Daniel Villines, P. E., Senior Project Engineer; Sean Nazarie, P. E., Senior Project Engineer; William Lawson, P. E., Senior Project Engineer; Resumes of JMTA staff to be used on the project are included in Attachment 5. A description of Bucknam and Associates previous project history is included in Attachment 6. An Organizational Chart and list of project staff are attached. nor IVJIsa9;zn 0 018-0 J W I12PRO Attachment 3 Previous Project History 0 • John M. Tettemer & Associates, Inc. A Division of The Keith Companies, Inc. CITY OF NEWPORT BEACH STORM DRAIN MASTER PLAN PREVIOUS PROJECT HISTORY DESCRIPTION OF PAST DRAINAGE MASTER PLAN PROJECTS Project: Yucca Valley Flood Control Master Plan Owner: San Bernardino County Transportation and Flood Control Department Contact: Mr. Ken Miller, Chief Engineer (909) 387 -2571 JMTA: Alan A. Swanson, Principal in charge Mansour Vahid, Project Manager Description of Work: Developed a Flood Control Master Plan including hydrology, hydraulic and sediment transport studies, facility design, and community involvement to obtain input. Use of flood peak retarding facilities, natural systems, and water conservation were incorporated in development of the environmentally sensitive Master Plan. Project: Lake Mathews Watershed Management Plan Owner: Paragon Homes/Horizon Communities Contact: Mr. Stephen Braun (619) 487 -1890 JMTA: John M. Tettemer, Technical Advisor Alan A. Swanson, Principal in Charge Mansour Vahid, Project Manager 01 B-0 )W U2PR0 r 0 Description of Work: JMTA as project manager was lead in developing the multi - disciplined watershed -wide water quality plan to protect drinking water supply. Work involved team and consensus building between public agencies and private landowners. Performed preliminary and final designs including hydrology, hydraulic, and sediment transport studies for project. Project: San Diego Creek Flood Control Master Plan Owner: Orange County Public Facilities and Resources Department Client: The Irvine Company Contact: Mr. Satoru Tamaribuchi (714) 720 -2371 JMTA: Alan A. Swanson, Principal in Charge Mansour Vahid, Project Manager Description of Work: JMTA as project manager was lead in developing watershed -wide multi - agency Flood Control Master Plan for the 150- square mile San Diego Creek Watershed. Performed preliminary and final design including hydrology, hydraulic, and sediment transport studies for project. Prepared final plans, specifications, and cost estimates for retarding basins, channel improvements, and storm drain improvements. Obtained final approvals from Orange County Public Facilities and Resources Department, City of Tustin, and City of Irvine. Project: Andreas Cove Flood Control Master Plan Owner: Andreas Cove Development Company, Inc. Contact: Mr. Al Bushman (619) 328 -8311 JMTA: Alan A. Swanson, Principal in Charge Mansour Vahid, Project Manager 018.0 J W 132PRO 10 0 6 Description of Work: Prepared Flood Control Master Plan including hydrology, hydraulic, debris, and sediment transport studies. Prepared preliminary plans and cost estimates for flood control facilities. The Master Plan included avoidance of flood prone areas, use of existing watercourses, containment, erosion control, and sediment control that will reliably control 100 -year flows through the project, prevent damage to buildings and infrastructures, and meet the requirements of the Riverside County Flood Control and Water Conservation District and Project: the National Flood Insurance Program. Project: Buck Gully and Morning Canyon Drainage Study Owner: City of Newport Beach Contact: Mr. Don Webb, Public Works Director JMTA: (714) 644 -3311 JMTA: John M. Tettemer, Principal in Charge John Wolter, Project Manager (City Employee) Description of Work: Prepared a study of two natural water courses which originate in coastal foothills, run through recently developed golf course, then pass through large residential area before reaching pocket beaches where they enter the ocean. Working through the Public Works Department and City Council, conducted a series of neighborhood meetings with residents to learn their concerns. Made observations and reported study findings and recommendations which responded to residents concerns. Project: City of Yucaipa Flood Control Master Plan Owner: San Bernardino County Transportation and Flood Control Department Contact: Mr. Ken Miller, Chief Engineer (909) 387 -2571 JMTA: Alan A. Swanson, Principal in Charge Mansour Vahid, Project Manager 019- OM32Px° 11 0 Description of Work: Prepared Flood Control Master Plan including hydrology, hydraulic, and sediment transport studies. Analyzed existing flood hazards and potential future hazards. Developed a conceptual policy which considered opportunities and constraints and incorporated floodplain management, water conservation, National Pollutant Discharge Elimination System requirements, channel improvements, flood peak retarding, sediment capacity, and channel stabilization. Prepared facility and jurisdictional mapping, recommended implementation and phasing, operation and maintenance considerations, preliminary cost Project: estimates, and opportunities for joint financing. Project: City of Newport Beach Storm Drain Improvements Owner: City of Newport Beach Contact: Mr. Don Webb, Public Works Director Bucknam and (714) 644 -3311 JMTA: John Wolter, Project Engineer and Project Manager Employed by City of Newport Beach 1971 through 1996 Description of Work: Prepared drainage studies and designed storm drain improvements for Finley Tract, Newport Boulevard, and various locations on the Balboa Peninsula and Balboa Island. The projects included valve vaults and gates to control tidal waters from flowing back into public streets and private property during high tides. As Project Manager, managed consultant for the preparation of storm drain improvement plans and construction of Superior Avenue storm drain improvements, West Coast Highway storm drain improvements, Ford Road improvements, Bayside Drive improvements, and Balboa Boulevard improvements. Project: City of Arcadia Sewer and Drainage Master Plan Owner: City of Arcadia Contact: Mr. Bill Kelly, City Manager (626) 574 -5401 Bucknam and Associates: Steve Bucknam, Principal in Charge 018- 01W132PR0 12 0 0 Description of Work: Consultant Program Manager for the Sewer and Drainage Master Plan which analyzed existing system for deficiencies and prepared alternative design solutions for each deficiency, including concept plan, cost estimate, hydraulic model database, and written report for the Sewer and Drainage Master Plan for the City. Project: Calabasas Highlands Master Plan of Drainage Owner: City of Calabasas Contact: Robert Newman, Public Works Director /City Engineer (818) 878 -4225 The Keith Companies: William E. Lawson, Senior Project Engineer Description of Work: Prior to employment with TKC, Mr. Lawson as the Project Manager for ASL Consulting Engineers prepared hydrologic analysis of 404 acres of hillside community; calculated hydraulic capacity and deficiency of existing drainage facilities, then prepared recommendations for alternatives to resolve community drainage problems. Work will eventually lead to PS &E preparation for one or more recommended systems. Project: City of Lemon Grove Master Plan of Drainage Owner: City of Lemon Grove Contact: Mr. Charles Stuck, Public Works Director /City Engineer (619) 464 -6934 The Keith Companies: William E. Lawson, Senior Project Engineer Description of Work: Prior to employment with TKC, Mr. Lawson as the Project Manager for ASL Consulting Engineers, prepared new Master Plan of drainage for entire City, including existing system inventory, drainage boundary determination, hydrologic analyses, hydraulic analysis of 01"JW I32PRO 13 0 0 existing drainage facilities and preparation of a system deficiency report. Deficiency mitigation alternatives were also studied and cost estimates were prepared for the five -year capital improvement program. Project: Master Plan of Drainage for Central Aliso Viejo Owner: Mission Viejo Company The Keith Companies: William Lawson, Senior Project Engineer Description of Work: Prior to employment with TKC, Mr. Lawson as the Project Manager for ASL Consulting Engineers, prepared this document for acceptance and use by the County of Orange. The document included hydrologic analysis of approximately 2,810 acres of the 6,600 -acre planned community and preliminary sizing of 12 county Master Plan storm drain systems. Project: Northeast Industrial Area Master Plan of Drainage Owner: Anaheim Redevelopment Agency Contact: Mr. Michael Welch, Senior Project Engineer (714) 254 -4316 The Keith Companies: William Lawson, Senior Project Engineer Description of Work: Prior to employment with TKC, Mr. Lawson as the Project Manager for ASL Consulting Engineers directed the preparation of updated hydrology studies, hydraulic analyses of existing and proposed storm drains, deficiency analyses, drainage management plan, 100 -year flood protection study, cost estimates, and plan and profile drawings for proposed alternatives. 018 -03W 132PR0 14 i • Attachment 4 Scope of Services 0180 J W 132PRO s • John M. Tettemer & Associates, Inc. A Division of The Keith Companies, Inc. CITY OF NEWPORT BEACH STORM DRAIN MASTER PLAN SCOPE OF SERVICES Project Management and Schedule 1.1 Project Schedule Our proposal provides for preparation of a project schedule showing start date and time of completion for each task, milestones, meetings and two City reviews of three weeks each. City target date for completion is March 31, 1999. Our proposal assumes that notice to proceed will be issued by November 9, 1998 in order to complete the Master Plan by April 9, 1999. 1.2 Project Meetings Our proposal provides for attendance at three meetings with the City staff, one City Council study session and one City Council meeting for a total of five meetings. Assumed each meeting will be approximately three hours. 1.3 Monthly Progress Reports Our proposal provides for preparation of monthly written progress reports with updated schedule and summary of work performed vs. contract amounts through the reporting period. Assumed preparation of two monthly status reports with the final report due at the completion of the third month. 1.4 Project Management Our proposal provides for coordination of Master Plan tasks with City Engineer and operation staff, management of consultant staff during the preparation of Master Plan tasks and administration of Master Plan development. Assumed two hours per week for sixteen weeks during the preparation of Master Plan. 018 -0IW 132PRO 0 0 2. Data Collection and Review of Available Information Our proposal provides for JMTA staff to meet with the City project manager and operation staff to obtain data relating to the existing storm drain system and known problem areas. JMTA will collect and review all available documents and information regarding the existing drainage facilities from the City staff. JMTA will also collect data relating to the County -owned facilities. This task will include reviewing existing drainage atlas, existing storm drain inspection reports, existing storm drain inspection videos, and review of structural integrity of the existing storm drain system. In addition, this task will include obtaining all drainage records, maps, previous studies, pertinent ordinances and resolutions, available as -built plans and all other relevant information. Assumed all available information will be provided to JMTA by the City staff. Collected information will be utilized for development of the drainage area map, deficiency analysis, and hydraulic analysis. Field Reconnaissance of Drainage Area and Drainage System Our proposal provides for JMTA staff to perform the following activities: 3.1 Conduct a field trip with the City operation and maintenance staff to review the existing drainage facilities and observe known problem areas; 3.2 Conduct field reviews to confirm or refine the drainage areas boundaries as shown on the storm drain atlas; 3.3 Prepare a base map utilizing the City's existing storm drain atlas and E size map at a scale of 1" = 1,000' of the existing storm drain system. The base map will be as a AutoCADD layer over the City's existing storm drain atlas. The City's existing storm drain atlas shows existing streets and existing storm drain system. The new layer map will show land use data, soil group, rainfall and refined drainage boundaries and all other information obtained during the data collection task. It is assumed that the existing information available by the City will provide sufficient data for determining drainage boundaries and the hydrologic computations and no additional topography mapping will be required. 3.4 Summarize the findings. 019.01 W 132PA0 0 0 4. Hydrologic Analysis Our proposal provides for JMTA to prepare a hydrologic model of the drainage areas in accordance with the procedures outlined in the Orange County Hydrology Manual 1986 Edition and the latest supplements. We will perform the hydrologic analysis to determine the 10 -year and 100 -year discharges for all drainage areas tributary to the existing storm drain system as shown on the City's storm drain atlas (approximately 350 areas). At sump conditions, we will perform hydrologic analysis for 25 -year return frequency. We will coordinate with City staff and use the latest City design criteria and standards to establish design frequencies for the system. The hydrologic model will be developed utilizing the Rational Method Calculations for computing discharges by the use of the Advanced Engineering System (AES) computer program. For retarding basin areas, unit hydrographs will be computed utilizing the AES computer program. Peak flow discharges will be computed at the downstream end of each drainage sub area. 5. Hydraulic Analysis Since the City's existing storm drain system has experienced several storms in excess of a 100 -year event, and many of the storm drain pipes have conveyed these extreme flow runoffs adequately, hydraulic analysis of the entire City's storm drain system may not be necessary. Our proposal, therefore, provides for JMTA to prepare a hydraulic model to determine the capacity of suspected problem areas within the existing storm drain system by using normal depth calculation method (Darcy — Weisbach equation) considering the friction losses through the pipe, entrance losses, and tailwater condition at the downstream end of the pipe. For the facilities consisting of several storm drainpipe confluences or other complex conditions, the hydraulic analysis may be performed utilizing Water Surface Profile Gradient (WSPG) computer program. The effect of tailwater condition in the high tide areas will be considered for the hydraulic analysis. Peak flow discharges obtained from Task 4 will be utilized to compute street flow and pipe flow rates. The hydraulic calculation will be based on the City's design criteria, i.e., 10 -year flow Hydraulic Grade Line (HGL) to top of curb and 100 -year flow HGL to the street right -of -way (or other). This task will determine flow capacity of suspected problem areas within the existing storm drain system and will identify the areas with hydraulic deficiencies. For purpose of this proposal we have assumed that hydraulic analysis will be performed for one -half of the existing storm drain system. Hydraulic analysis for more than one -half of the existing storm drain system will be 018 -01W I32PRO 0 performed if the results of the AES hydrologic model indicate the need for the additional analysis. 6. Deficiency Analysis Our proposal provides for JMTA to prepare a drainage system deficiency analysis. The results of the hydraulic analysis will be utilized to determine deficiencies in the existing storm drain system. For each sub area, new, replacement, or parallel storm drain pipes will be analyzed. The information obtained in Task 2 related to the condition of the system and the structural integrity of the existing pipes will be used in the deficiency analysis. This task will include evaluation of Orange County Flood Control District (OCFCD) and Caltrans drainage facilities and detention basin as part of the existing storm drain system upgrade. Drainage System Impacts from High Tides Analysis Our proposal provides for JMTA to perform a review of the drainage system and roadways on the Newport Peninsula, Newport Island, and Balboa Island. The current system of tide values will be reviewed and the results of the findings will be summarized. JMTA will provide the following: 7.1 Mapping The existing studies for the high tide areas provide sufficient data regarding the limits of inundation areas. This task assumes no additional mapping will be required for the high tides areas; and Any missing tide gates or outlet pipe will show on map prepared in Task 3. 7.2 Summary of the Findings Prioritize tide valves with regard to: Minor street flooding Major street flooding 018-G JW ]32PRO 4 0 Commercial /private property flooding Alternatives analysis to consider: Vault and appurtenances for use with portable pump Automatic tide valve system Automatic tide valve and pump system 8. Proposed Facility Upgrades and Cost Analysis Our proposal provides for JMTA to prepare a plan of the proposed facilities upgrades developed during the deficiency and hydraulic analyses. The proposed facility plan will show all the drainage facility upgrades to replace deficient and deteriorated system components. The upgraded facilities including all channels, pipes, catch basins, etc. and their sizes will be shown as an AutoCADD layer on the base map prepared in Task 3. Cost estimates will be developed for the proposed facility plan utilizing JMTA in- house cost data and/or cost information obtained from the City staff. 9. Prioritization of Proposed Facility Upgrades Our proposal provides for Bucknam and Associates to review the proposed facility upgrade plan and to prepare a prioritization plan of the proposed upgrades for budgeting purposes. 10. Storm Drain Master Plan Maps Our proposal provides for JMTA to prepare the following: 10.1 Storm Drain Master Plan Map utilizing AutoCADD data exported from the City's existing storm drain atlas to show: All drainage facility upgrades (channels, pipes, catch basins, etc.) including sizes; and 018 -0 JW132PR0 0 All drainage area boundaries. The mapping will be prepared in AutoCAD format (Version 14) and will be submitted to the City as an AutoCADD layer.. 10.2 JMTA will prepare Storm Drain Master Plan sheets on reproducible mylars to match the City's 200 scale drainage atlas maps (109 sheets at 11" x 17 "). These maps will be included as part of the Storm Drain Master Plan Report. 10.3 JMTA will prepare a Storm Drain Master Plan map on reproducible mylar at scale of 1" = 1,000'. This map will be included in the Storm Drain Master Plan Report. 11. Storm Drain Master Plan Report Our proposal provides for JMTA to prepare final report which will include the following: • Executive summary; • Introduction and history; • Study approach, assumptions and criteria; • Existing drainage facilities; • Hydrologic and hydraulic analyses; • Deficiency analysis; • Proposed facility upgrade plan; • Proposed facility upgrade cost estimates; • Proposed facility upgrade prioritization plan; and • Storm Drain Master Plan map. Our proposal provides for 20 sets of final documents and one set of reproducible documents. Computer diskettes of data files will also be provided to the City. 018 -0 M32PRO 0 0 John M. Tettemer & Associates, Inc. A Division of The Keith Companies, Inc. CITY OF NEWPORT BEACH STORM DRAIN MASTER PLAN LIST OF PROJECT PERSONNEL 018 -0 J W 132PRO 7 Estimated Percentage of Name Position Project Time Max Vahid, P. E. Principal in Charge .50 Alan A. Swanson, P. E. Principal (QA/QC) .85 John S. Wolter, P. E. Project Manager 5.40 William Lawson, P. E. Project Engineer 10.0 Dan Villines, P. E. Project Engineer 10.0 Sean Nazarie, P. E. Project Engineer 7.0 Anne Chu, P. E. Staff Engineer, Hydrology 24.60 Bart Pair Staff Engineer, Hydraulics 24.60 Rick Mayfield CADD Drafting 14.9 Clerical 2.15 018 -0 J W 132PRO 7 L Attachment 5 Resumes 0 0 JOHN M TE7TEMER & ASSOCIATES, INC. A Division of The Keith Companies, Inc. CURRICULUM VITAE MAX P. VAHID, P. E. President EDUCATION • 1980, Bachelor of Science, Civil Engineering • 1988, Graduate College, Arizona State University PROFESSIONAL REGISTRATION • Civil Engineer, California No. C 46292 • Civil Engineer, Arizona No. 22920 YEARS OF EXPERIENCE • 18 years of experience (10 years with JMTA) AFFILIATIONS • Member Grade, American Society of Civil Engineers • Member, The Society of American Military Engineers • Member, American Society of Dam Safety Officials EXPERIENCE Extensive experience in planning, design, and construction management for water resources engineering, flood control, storm water, waste water collection and treatment facilities, water distribution systems, landfill drainage, transportation, and general civil engineering projects. Experiences also included preparation of proposals, presentations in project selection committees and development of marketing plans. Participated as an expert witness in several lawsuits involving engineering and construction projects. Extensive knowledge of standards and regulations set by Caltrans, State Division of Safety of Dams, and U. S. Army Corps of Engineers. Flood Control • Managed the design activities for the Hicks and East Hicks Canyon Dams, Irvine, California. Managed the engineering support services during the construction. • Managed the design activities for the Trabuco Retarding Basin, Irvine, California. Managed the engineering support services during the construction. • Managed the design of the Cajalco Creek Dam and Detention Basin Project, Riverside, California.. Project consisted of a 45' tall earthfill dam with storage capacity of 2,011 acre -feet. • Managed the design activities for the Marshburn Retarding Basin, Irvine, California. • Prepared the construction contract documents for the Bee and Round Canyon Dams, Irvine, California. RESUM V • Prepared detailed construction plans, specifications, and cost estimate for spillway modification for the Robinson Ranch Dam, Rancho Santa Margarita, California. Water Distribution • Managed the preparation of detailed construction plans, specifications and cost estimate for the San Joaquin Marsh Mitigation project, Irvine, California. • Prepared detailed construction plans, specifications, and cost estimate for the water distribution system for the Town of Wender, Arizona. • Prepared detailed construction plans and specifications for the Ferric Chloride Pump Station for Turner Ranches Water & Sanitation Company, City of Mesa, Arizona. Transportation • Managed the design activities for realignments of Cajalco, El Sobrame and Gavilan Roads, Riverside, California. • Prepared construction contract drawings for Almeria and Coronado Roads, City of Phoenix, Arizona. • Prepared plans, specifications, and cost estimate for one - mile access road to Section 18, Bullhead City, Arizona. • Participated in the geometric design of 4 miles highway project, Tehran, Iran. Landfill • Managed the design activities related to the drainage system for the Sunshine Canyon Landfill, Los Angeles, California. • Managed the design activities related to the drainage system for the North Canyon Stockpile Area, Sunshine Canyon Landfill, Los Angeles, California. Wastewater Treatment • Participated in the preparation of the plans and specifications for 1.20 MOD wastewater treatment plant and refuse facility, Big Park, Arizona. • Prepared the construction contract drawings for 0.60 MGD wastewater treatment plant expansion, Peoria, Arizona. • Prepared the plan, specifications, and cost estimate for 0.50 MOD wastewater treatment plant, Nottoway, Virginia. • Participated in the planning and conceptual studies for the design of 8 miles Small Diameter Gravity Sewer (SDGS), Greer, Arizona. • Participated in the planning and final design of 6.1 miles SDGS and lift stations, Mesa Del Caballo, Payson, Arizona. 0 JOHN M. TETTEMER & ASSOCIATES, INC. A DIVISION OF THE KEITH COMPANIES, INC. CURRICULUM VITAE ALAN A. SWANSON, P. E. Senior Vice President EDUCATION • San Jose State College, San Jose, California 1964, Bachelor of Science, Civil Engineering • University of Southern California, Los Angeles, California, 1967, Master of Science, Civil Engineering PROFESSIONAL REGISTRATION • Civil Engineer, California No. C 17663 YEARS OF EXPERIENCE • 33 years of experience (17 years with JMTA) AFFILIATIONS • Fellow, American Society of Civil Engineers EXPERIENCE Consulting Experience From 1980 to the present, has served at John M. Tenemer & Associates as Senior Via President Has extensive experience in many areas, including: PROJECT MANAGEMENT FOR: • Preliminary and final design of pumping facilities to control flood water tributary to the Liberty, Phase 1, golf course and water quality wetland at Lake Elsinore Bark Basin for TMC Communities, Newport Beach, California. • Preliminary and final design far pump station facilities to control ponding behind flood levee for city of Provo, Utah. • Flood muting studies for Lake Elsinore and the Back Basin using the HEC-5 U. S. Army Corps of Engineers computer Program for TMC Communities, Newport Beach, California • Preliminary and final design of 100 -year drainage facilities and water quality wetland facility for the Liberty, Phase I, development in the Lake Elsinore Back Basin for TMC Communities, Newport Beach, California • Preparation of construction contract documents for the Peters Canyon Wash channel improvements for The Irvine Company(TIQ, Irvine, California • Development of the Runoff management Plan for the Crystal Cove Development for TIC in Newport Beach, Califomia • Preparation of contract documents for interim and ultimate flood protection facilities for the Laguna Terrace Mobile Home Park in Laguna Beach, California • Preparation of contract drawings for the Caialm Creek and sedimentation basins, and related realignments for El Sobrame, Cnialec, and Gavilan mads for The Metropolitan Water District of Southem California, Riverside, California 0 • Development of contract documents for construction of 7 miles of levee improvements on the Whitewater River for the Riverside County Flood Control and Water Conservation District in Palm Springs, California • Preparation of the Master Plan of Drainage within the Town of Yucca Valley, California, for the San Bernardino Flood Control District_ • Preparation of contract drawings for the Cienegs- Glendora Drain, Los Angeles County Department of Public Works. • Preparation of contract plans and specifications for Bee Canyon, Round Canyon, and Trabuco Retarding Basins, Orange County Flood Control District • Preparation of contract plans and specifications for Lower Peters Canyon Retarding Basin, City of Tustin. • Preparation of contract plans and specifications for Dove Canyon and Audubon Dams for Dove Canyon Company and Agua Chinon Dam for TIC. In connoc- ion with the above dams, obtained approvals from the State Division of Safety of Dams(DSOD). PREPARED AND PARTICIPATED IN FLOOD CONTROL MASTER PLANS FOR: • San Diego Creek Regional Flood Control Master Plan • Aliso Creek, Orange County, California • City of Las Vegas, Nevada • Moreno Highlands Planned Community, Riverside, California • Andreas Cove Country Club, Palm Springs, California • Playa Del Sol 8: Arenas Di Vientos Planned Community, Cathedral City, California • San Xavier and Star Pau Planned Communities, Tucson, Arizona Dove Canyon Country Club Planned Community, Orange County, California • Managed and detailed design of water quality management Sari {rues included m the Drainage Water Quality Management Plan for the Lake Mathews Watershed, Paragon Homes. • Preliminary design studies include the Ceialoo Creek ]retarding Basin, Cijaleo Creek Sedimentation Dann, and the realignment of Ca alto Road. • Managed the preparation of a detailed design concept report for the Sinclair Retarding Basin in Moreno Valley. Conceptual studies included design hydrology, grading muting studies, and presentations to the City and the County. • Hicks and East Hicks Retarding Basins in the north Wine arcs for TIC. • Managed the preparation of alternative site studies for Lang Ranch (retarding Basin in Thousand Oaks. • Expert witness on several lawsuits involving flood control and drainage issues. Government Experience 16)ews ofexperte ce with the Los Angeles Flood Control District, Las Angeles, Caltibmia. 1964 -1980 0110 RFSnMA.ta 15- Aar -97 • i JOHN M. TETTEMER & ASSOCIATES, INC. A DIVISION OF THE KEITH COMPANIES, INC. CURRICULUM VITAE JOHN S. WOLTER, P. E. Senior Project Manager EDUCATION • Loyola University of Los Angeles, California 1967 Bachelor of Science, Civil Engineering YEARS OF EXPERIENCE • 30 years of experience (1 % year with JMTA) AFFILIATIONS • Fellow, American Society of Civil Engineers • Member American Public Works Association • American Shore and Beach Preservation Association • Flood Plain Management Associations • Member Board of Directors, California Marine Affairs and Navigation Conference EXPERIENCE 19% - Present John M. Tettemer & Associates, Ltd. Responsible for a wide range of municipal public works projects including design of water, storm water, harbor dredging, coastal, sewer pond, and roadway projects. Planning including; watershed planning, master plan development, natural river management concept planning and development, mitigation planning and development, riparian/wetland site development, and National Pollutant Discharge Elimination System (NPDES). Additional responsibilities include marketing, project management preparation of technical reports, policy papers, master plans, agreements and letters, presentations to organizations, and supervision of professional engineering, planning and technical staff. CWrrent Projects City of Corona (City); • Assist City in planning and searing funding from state and federal agencies for Hood hazard mitigation and roadway projects. • Develop a master plan for sewer percolation pond use within the City. • Design and develop mitigation sites for City projects. • Design airport Hood improvements. • Design street improvements. • Develop an Enforcement Compliance Strategy, and Municipal Facility Strategy for City National Pollutant Discharge Elimination System (NPDES) Program. City ofNeupoH Beach (NB); Provide management services to NB on projects with the city, county, state, and federal agencies. Projects included: • Coast of California storm and tidal wave study. • The Federal Cooperative Beach Erosion project Surfside/Sunset Beach to Newport Beach. • The Newport Harbor Entrance Jetty repair project • The permanent designation of the IA III dredge material Oman disposal site. • The American Trader oil spill settlement Steering Committee. The Irvine Co (TIC): • Assist TIC in obtaining permits and securing CEQA and NEPA documentation on several projects. • Project management design and construction oversight services for development of the 360 -acre San Joaquin Marsh Enhancement Plan as a mitigation bank for TIC projects in the San Diego Creek watershed. • Provide project management and design services for the development of the Natural River Management Concept for a portion of San Diego Creek as mitigation in conjunction with the Spectrum 5 planned development. County of Orange (OQ; Provide management and design services for OC and NB for development of the Unit BI Upper Newport Bay Sediment Control and Enhancement proj=L Services include: • CEQA documentation, permitting, and design for a contract to dredge 800,000 cy of sediment from the Upper Bay with ocean disposal. • Negotiations for development of"midgation" funding for the $5 million dredging project and establishment of a $10 million maintenance annuity for future dredging projects. 1971 -1996 City of Newport Beach Engineering Manager, Cooperative Projects Section of dur Public Borks Department. Responsible for the supervision and direction of professional and technical engineering personnel and professional consultants in the administration, planning, securing of funds, budgeting, project development, environmental documentation. righto&way acquisition, permit processing, preparation of P.S.&E., construction management and contract administration for capital improvement projects. • Acted as City Project Manager for Design and Construction of the Upper Newport Sediment Control and Restoration Project, including the early Action Plan Project (1983). the In Bay Unit I Basin Dredging Project (1985), and the In Bay Unit B Basin Dredging Project (1988). • Acted as Project Manger for Design and Construction of City Facility. • Responsible for close communication with City Council members, residents, and businesses. • Represented the City on regional transportation drainage, water quality, harbor, coastal, and funding programs. • Initiated partnering with public agencies and private companies to develop funding and Implement cooperative projects • Provided regional leadership and assistance with legislative input on City/County-wide issues. • Testified before state commissions, boards, and legislative committees in support of funding for city, state, and federal projects affecting the City of Newport Beach. • Developed and managed City regional programs including National Pollutant Discharge Elimination System (NPDES), oceanfront Encroachment Program and Policy, City Infrastructure Coordination and Partnering Program, and Public Works/Utility Department Reorganization Place • Participated on various City/Regional and Technical Advisory Committees. 1967 -1971 City of Los Angeles Dept of Water & Power • Responsibilities Included professional once and field engineering work in Public Works Coordination, Design and Construction Inspection (involved two years as an Assistant to the Resident Engineer on a portion of the second Los Angeles aqueduct in the Owens Valley). • Earthquake repairs of the Van Norman Reservoir Complex in the San Fernando Valley after the 1971 Sylmar earthquake. orso ReSMSw 25- ,s•a48 0 THE KEITH COMPANIES, INC. CURRICULUM VITAE WILLIAM E. LAWSON Senior Project Engineer EDUCATION University of Southern California, Los Angeles B. S. Civil Engineering, 1962 REGISTRATION Registered Civil Engineer California No. C017775 Arizona No. 29219 AFFILIATIONS American Society of Civil Engineers Mr. Lawson has over 20 years of experience in flood control and drainage design and in storm water management. He has had project management and/or project engineering responsibilities on numerous projects including preparation of master plans of drainage, flood hazard delineation studies, dam break analysis, stone drain and flood control channel design, highway drainage design, erosion control, and design of stabilization for channel banks and inverts. He has significant experience in the preparation of Storm Water Pollution Prevention Plans (SWPPP's) and monitoring plans required by the state's general permit (NPDES) for storm water associated with construction activity. Mr. Lawson's storm drain experience includes design of large diameter master plan of drainage facilities and highway cross culverts as well as smaller, local storm drains and on- site drainage systems for transportation facilities, master planned community 0 developments, residential housing tracts, commercial developments, and municipal drainage improvements in the states of California, Arizona, Nevada, and Colorado. His projects also include design and analysis of retention basins needed for reduction of peak flow rates, design of desilting basins for erosion control purposes, and design of improvements to regional water courses running through or adjacent to development properties. Mr. Lawson has performed hydrologic and hydraulic studies and prepared the necessary documentation to assist private developers and public agencies in obtaining FEMA letters of map revisions (LOMR) for modifications and improvements to existing water courses shown on flood insurance rate maps (FIRM). W. Lawson also has over 15 years of experience in the planning and design of highway projects, including project management and engineering. His experience includes planning of roadway alignments for local and arterial highways as well as for portions of the San Joaquin Hills Transportation Corridor Toll Road, and preparation of drainage analyses and design, and erosion control for highway construction. He is currently responsible for the drainage design for over ten miles of the Eastern Transportation Corridor. Mr. Lawson is also responsible for the preparation of design reports, project study reports, construction drawings, construction specifications, and detailed cost estimates for drainage facilities for new highways and other transportation related projects. 01"RESMML z A, -" • JOHN M. TETTEMER & ASSOCIATES, INC. A DIVISION OF THE KEITH COMPANIES, INC. CURRICULUM VITAE DANIEL D. VILLINES, P. E. Project Engineer EDUCATION California State Polytechnic University, Pomona California 1990, Bachelor of Science, Civil Engineering PROFESSIONAL REGISTRATION • Civil Engineer, California No. C55210 YEARS OF EXPERIENCE • 9 years with John M. Tettemer & Associates AFFILIATIONS • Chi Epsilon, National Engineering Honor Society • Minority Engineering Program, Cal Poly, Pomona • American Society of Civil Engineers 1989 — Present, John M Tettemer & Associates, Ltd. • Prepared contract plans and specifications for the San Joaquin Marsh Development Project for The Irvine Company and The Irvine Ranch Water District Design included grading, drainage, planting, and water delivery system for Marsh. Performed design of water delivery system and hydraulic calculations necessary for design of 16 -inch water distribution main, design of pressure reducing station for water service from reclaimed water system, design and connections to duck pond pump station, design automated distribution system including 35 station controller and globe valves, design of distribution system to 30 separate planted areas, and design of pressure relief valves, vacuum valves and appurtenances for system. Project locaated in Orange County, Calif. • Assisted with preparing contract plans and specifications for the Aliso Creek Wildlife Habitat Enhancement Project for the County of Orange and The Mission Viejo Company. Performed analysis and design of headworks structure, hydraulic analysis and design of 18 -inch main line and distribution network • Performed structural analysis and design of all reinforced concrete inlet, outlet, box conduit, and transition structures for the Trabuco Retarding Basin, as well as dewatering analysis and contract provisions for dewater during construction. Project located in Orange County, California. • Assisted in preparation of hydrologic computer models of watershed areas in existing and proposed states of Cl development utilizing both rational and unit hydrograph methods of analysis. Projects analyzed include the Andreas Cove Country Club and Canyon Park Resort and Spa, Riverside County, California, and portions of canyons of the San Diego Creek Watershed, Orange County, California. • Prepared and analyzed computer -based hydraulic models for both natural and improved conveyance systems for the purpose of determining floodplain limits, channel sizing of open and closed systems, and computing the vertical and horizontal alignments of flood control levees. Specific projects included Bee Canyon, Round Canyon, Marshbum and Trabuco Retarding Basins, as well as Hicks Canyon and Aliso Creek, all located in Orange County, California. • Utilized coordinate geometry (COGO) and computer aided design software (Integraph and Autocad) to assist in the layout and design of Marshbtun and Trabuco Retarding Basin Grading Plans and was also in charge of the preliminary layout and sizing of Arenas (North and South) and Dry Canyon Debris Basin located in Riverside County, California. • Assisted in the preparation of contract drawings for Cienega - Glendora Drain for Los Angeles County Department of Public Works. • Prepared contract plans and specifications for the Bee Canyon, Round Canyon, and Trabuco Retarding Basin for the Orange County Flood Control District • Assisted in the preparation of contract plans and specifications for Lower Peters Canyon Retarding Basin for the City of Tustin. • Assisted in the preparation of contract plans and specifications for Dove Canyon and Audubon Dams for Dove Canyon Company and for The Agua Chinon Dam for The Irvine Company. In connection with the above dams, obtained State Division of Safety of Dams approvals. Armed Forces /Government Experience 1990 United States Navy Reserve - Operation Desert Storm/Shield, Engineering Aide, U. S. Naval Mobile Construction Battalion, 16 • Prepared construction drawings for the renovation of dilapidated barrack structures. • Supervised construction and topographic surveys to improve existing airfield facilities. • Performed laboratory and field analysis of construction materials to ensure the quality and structural integrity of all assigned projects. 018- 0"St1ADDV 2YAW92 0 JOHN M. TETTEMER & ASSOCIATES, INC. A DIVISION OF THE KEITH COMPANIES, INC. CURRICULUM VITAE ANNE C. CHU, P.E. Engineer II YEARS OF EXPERIENCE • 3.5 years of experience (2.5 years with John M. Tettemer & Associates, Ltd.) LICENSE Registered Professional Engineer — Civil (C 57184) EDUCATION B.S. Civil Engineering University of California, Irvine Emphasis in Water Resources and Transportation M.S. Civil Engineering California State University, Long Beach Emphasis in Transportation AFFILIATIONS • Institute of Transportation Engineers • American Society of Civil Engineers • Chinese Baptist Church of West Los Angeles COMPUTER SHILLS Microstation, Inroads, STAAD -III, WSPG, HEC- 1, HEC -2, BASIS2, HEC -RAS, RISA2D, OCRCD, OCBOX, CORTCUL, RATOC, Excel, Word, Eaglepoint, AutcCAD EXPERIENCE 1995 - Present John M. Tettemer & Associates, Ltd. • Staff Engineer responsible for project site grading, roadway alignment layout, curve data for horizontal and vertical controls • Project site earthwork estimate • Reservoir stage- storage analysis, rainfall data analysis, reservoir routing studies • First flush volume calculations • Borrow site sediment yield analysis • Basin hydraulic structure WSPG and HEC- RAS modeling 0 • Energy dissipater, roadway culvert, impact - typed stilling basin, side channel, and spillway ogee weir analysis and design • Flood control HEC -2, HEC -RAS analysis • Reservoir outlet riser and steel access bridge seismic analysis • Counterfort wall, retaining wall, debris rack, box culvert and rectangular channel structural analysis • RCP D -load analysis • Preparations of structural details, plan, profile and section sheets • Quantity estimates • Preparation of right -of -way legal descriptions Projects: • Cajalco Creek Dam and Detention Basin • Agua Chinon Retarding Basin • Laguna Terrace Park • Lower Peters Canyon Specific Plan Interim Detention Basin • Sunshine Canyon Landfill • Marshburn Retarding Basin • Hicks Canyon Retarding Basin • East Hicks Canyon Retarding Basin 1993 -1995 ALPHA Engineering Group, Inc. Civil Engineer • Staff Engineer responsible for on -site hydraulic calculations, location hydraulic studies, preparations of utility plans, ramp metering plans, drainage profile plans, sign plans, quantity calculations, estimate, and specifications • Staff Engineer responsible for plans preparation, quantity calculations and estimate Projects: • LA -605 HOV Widening • South Bay Bike Trail — Pier Parking Structure Improvements 018.0 uwr AC 2 AuS N JOHN M. TETTEMER & ASSOCIAT INC. • A DIVISION OF THE KEITH COMPANIES, INC. CURRICULUM VITAE SHAHAB "SEAN" NAZARIE, P. E. Project Engineer EDUCATION • Master of Science — Civil Engineering California State University, Long Beach, California • Bachelor of Science — Civil Engineering University of Southern California, Los Angeles, California YEARS OF EXPERIENCE • 17 years of experience LICENSE • Registered Professional Engineer— Civil Engineer State of California — No. 36943 AFFILIATIONS • Member ASCE • Past Vice Chair of the Hydrology Hydraulics Technical Group — Orange County Branch EXPERIENCE 1998 — Present John M. Tettemer and Associates, Ltd. 1997 —1998 Boyle Engineering Corporation Senior Engineer responsible for managing civil site improvements for several large commercial and public works projects. His responsibilities included supervising the design staff, coordination with clients and regulatory agencies, keeping track of project schedule and budget and identifying areas of extra work and preparing and negotiating change orders. Sample projects included design of street, storm drain and sewer improvements for two major arterial highways in Fontana, CA; realignment of a two mile stretch of West Street in Anaheim, CA for expansion of the Disneyland theme park; civil site improvements including demolition, grading, horizontal control, drainage, utility relocation and erosion control plans for a proposed six story office tower and a four story parking garage on a six acre commercial lot and a three story laboratory facility on the campus of the University of California in Irvine. 1996 —1997 ASL Consulting Engineers Lead Engineer responsible for managing a team of designers and drafters to produce complete PS &E for drainage improvements for the East Orange Interchange of the Eastern Transportation Corridor. This was a design - build project of the Transportation Corridor Agencies. The work entailed design of fifteen cross culverts, forty -eight roadway drainage systems, a detention basin, and a hazardous material containment basin. Due to its large size, a portion of this segment of the roadway was outside of the State right of way. All drainage design for this portion of the roadway was performed per the County standards while Caltrms standards were used for design of the remainder of the interchange. In addition to hands -on design and supervising the design staff, Mr. Nazarie was also responsible for coordination with Caltrans, City of Orange, County of (range, City of Tustin, TCA, the contractor, adjacent design sections, and other design disciplines. 1994 —1996 Van Dell and Associates Mr. Nazarle took the lead in obtaining a 5200,000 contract of the firm to provide quality control for the Eastern Transportation Corridor. He was responsible for project scheduling, design supervision and marketing. Sample projects included extension of Barranca Parkway; overseeing a squad of five engineers and two draftspersons responsible for preparation of PS&E for drainage improvements associated with the widening of Route 55; project engineer responsible for preparation of grading and street improvement plans for Northwood Golf commercial development near east Irvine; design and hydraulic analysis of a domestic water distribution network using KY -PIPE; design of drainage improvements for a 140 -lot hillside residential development including HEC -2 analysis and scour calculations and design of a retarding basin. 1991 -1994 KaWES and Associates Responsible for project management, marketing, and design supervision. Sample projects included Ell Camino Real widening, including presentation to the public on behalf of the City of Tustin; drainage design for widening of six miles of State Route 91 in Riverside County including several overcrossings and interchanges; signing and pavement delineation plans of State Route 86 and the Foothill Transportation Corridor, and Traffic Management Plan for State Route 91 in Orange County. 1986 —1991 Church Engineering, Inc. Assistant to the Director of Public Works Department on various infrastructure improvement projects. Sample projects included design and construction support for a water main and gravity sewer line in Laguna Niguel; design and analysis of two flood control channels with banked inverts and confluences and debris basins; encroachment permit from Caltrans for channel improvements under an existing highway bridge; and preparation of floodplain hydraulic study for a seventeen - mile long toll road in western Orange County. 1980 —1986 Tetra Tech, Inc. Responsibilities included preparation of flood insurance studies including HEC -2 analysis for floodplain maps; unsteady flow analysis using DAMBREAK and DWOPER computer programs; and analysis of existing dam spillways to determine need for upgrading to PMP flood flows. OILOMmeSN I Aq9 0 JOHN M. TETTEMER & ASSOCIATES, INC. A DIVISION OF THE KEITH COMPANIES, INC. CURRICULUM VITAE BART PAIR Engineer I EDUCATION August 1997, Master of Science in Civil Engineering (Water Resources Planning and Management), Colorado State University, Fort Collins, Colorado • May 1993, Bachelor of Science in Civil Engineering, Virginia Polytechnic Institute and State University, Blacksburg, Virginia EXPERIENCE 1998 — Present, John M. Tettemer & Associates, Ltd. Engineer I Desert star Golf Course • Created existing and proposed Whitewater River cross - sections to be implemented into HEC -RAS. • Performed hydraulic analysis of project for frequent and extreme flow events. • Adjusted proposed grading to meet levee freeboard requirements for 100 -year and project design floods. Spectrum 5 • Completed a hydraulic analysis of the proposed spectrum 5 development to determine water surface levels, scour depth through San Diego Creek main reach, hydraulic jump locations, and Manning's "n" sensitivity. • Designed riprap protection for hydraulic jump location in San Diego Creek main reach. Alcoa Dike • Created a preliminary materials cost estimate that included calculating the quantities of total earthwork, cut and fill, riprap, and bed lining. • Performed hydraulic analysis of two levee location alternatives and the existing condition using HEC- RAS. Martin/Martin Consulting Engineers, Incorporated Design Engineer • Performed stornwater runoff analyses for various large scale development projects. • Designed water, sanitary, and stormwater systems for residential and commercial projects. 0 • Created drainage reports, sanitary sewer reports, and water quality construction reports required by cities and counties of Colorado. Natural Resources Consulting Engineers Staff Engineer Zulu Plains Irrigation and Development Project • Performed detailed hydrologic analysis of the Haddas River and used HEC -1 to check the safety of Foro Dam. • Conducted an analysis of entire irrigation system determining canal capacities, water rights, and present and future water demand. • Proposed and designed division structures including materials and cost estimates. • Organized ongoing community involvement throughout the project including meetings with farmers to determine overall project goals. Aligidir Rehabilitation and Irrigation Project • Set up master project planning schedule for all tasks from surveying to completion on Primavera Project Planner software. • Allocated resources (personnel, equipment, materials) for each task and completed a cost estimate for each. Toker Dam and Reservoir Project • Performed analysis of future dam sites on Toker River including construction costs, storage capacity, and pumping costs. • Conducted surveys of river cross sections, pipeline routes and geophysics testing lines. • Installed staff gauges, and used HEC -2 to create stage - discharge curves. Tekezze Diversion and Irrigation Project • Completed a detailed layout of the irrigation system covering over 1,000 square miles. • Performed a preliminary costing of main, primary, and secondary canals including drop and check structures, turnouts, siphons, and gates. Fort Hall Water Rights Project • Created flow model of several interconnected canals, streams and reservoirs used to determine accuracy of certain water rights in the area. Pair and Associates, Incorporated President • Invented new product for use in the credit card industry. 019-0 rtesia.UaP n -A 49 JOHN M. TETTEMER & ASSOCIATES, INC. A DIVISION OF THE KEITH COMPANIES, INC. CURRICULUM VITAE RICK MAYFIELD Draftsman EDUCATION University of Southern Mississippi, Hattiesburg, Mississippi. Course studies in Construction and Architectural Technology. • Copiah- Lincoln Junior College, Wesson, Mississippi. Course studies in Drafting and Construction Technology. EXPERIENCE 1997 — Present, John M. Tettemer & Associates, Ltd. 1996 —1997, GEO- Environmental Microstation CAD Consultant (Independent Contractor) Manage Microstation CAD production on MWD Cajalco Creek Dam and Detention Basin Project for two consulting engineering firms. • Establish plan featurization in compliance with MWD standards. • Create conceptual construction drawings and exhibits with Microstation. • Assist Engineers in the preparation of design and planning graphics. 1990 —1996, Riverside County Flood Control and Water Conservation District Engineering Technician 11 Prepare storm drainage improvement plans and hydrologic mapping using the CAD package Microstation for DOS and UNIX -based operating systems. • Conversion of hard data to electronic medium through digitizing. 0 • Prepare bridge improvement plans to Caltrans specifications. • Provide computer - generated drawings for government video productions. 1988 —1990, Rick Engineering Company Engineering Design Drafter Perform the design and drafting of grading and street improvements, water and sewer systems, storm drainage systems, subdivision and maps of record. • Supervised drafters in design section • Delineation Award Recipient, Technical Category, July 1989. 1983 —1988, Hicks & Hartwick Engineering Engineering/Surveying Drafter Served as clerk for the Big Bear City branch office. Prepared all improvement plans and survey mapping and responsible for branch office operations. • Translated field data through interpolation into topographic mapping. • Assisted in the mapping and administration of assessment districts. 1979 —1983, E. Berkeley Traughber & Associates Engineering Drafter Performed drafting for street improvements, waste water treatment facilities, sanitary sewer and water systems, grading plans, tract maps, and plots of survey. • Researched specific construction materials and their applications. • Assisted in the field survey of construction projects. 01"RESUME M zs -A,y." 0 010 -0 JW IJ2PRO Attachment 6 Sub - Consultant List 0 0 Bucknam & Associates Biographical Overview: C. Stephen Bucknam Jr., P.E. The public sector business practice of Bucknam & Associates is directed by C. Stephen Bucknam Jr., P.E. Mr Bucknam has extensive experience in both Public Sector and Private Sector management with 30 years in the profession. Mr. Bucknam is a former Deputy Manager and City Engineer for the City of Norwalk, Southern California Regional Manager of a major national consulting firm, Assistant Executive Director / Chief Engineer of Utilities for the City of Santa Ana, and Manager of Engineering for the Mission Viejo Company. In his early career, he worked for the City of Newport Beach for nearly a decade in various positions in the Public Works Department ranging from Project Engineer to Senior Civil Engineer. He also serves as a Lecturer at the University of California Irvine in Engineering Economics. He is active in the Urban Water Institute, as a member of its Board of Directors, is a Fellow in the American Society of Civil Engineers, a member of the American Water Works Association, the Water Environment Foundation and the American Public Works Association. He is currently involved in several management consulting assignments for various clients throughout Southern California, including the following: O Program Management Services to the cities of Arcadia, Sierra Madre, Huntington Beach, Norwalk and Santa Monica and the Twenty Nine Palms Water District in Water Resources program development with the U.S. Army Corps of Engineers. O Contract City Engineering Services for the City of Arcadia O Program Planning and Consultation to the cities of Huntington Beach, Rancho Cucamonga & Newport Beach O ADA Compliance Program for the City of Rancho Cucamonga O Annexation Analysis of the Newport Coast area for the City of Newport Beach O Process Improvement Model Development for the City of Arcadia L] Bucknam & Associates. Inc. PROGRAM MANAGEMENT EDUCATION B. S., Civil Engineering, Loyola University of Los Angeles M.S., Environmental Engineering, Loyola University of Los Angeles 0 C. Stephen Bucknam Jr., P.E. PROFESSIONAL DATA Registered Professional Engineer, States of California (No. 20903) and Washington (No. 17310) California State Community College Teaching Credential (Lifetime) Lecturer, University of California Irvine EXPERIENCE OVERVIEW Over thirty years experience in the planning, design, program management and construction management of major infrastructure, development and redevelopment programs and projects, including development processing, regulatory issues, environmental studies, intergovernmental relations, interagency negotiations and agreements, property and R/W acquisitions, negotiations and documentation, production control, capital Improvement programming and budgeting, regulatory permitting, subdivision engineering, assessment districts, master planning, arterial highways, water and sewer systems, drainage and flood control facifiities, underground utilities, legal testimony, and presentations to public boards, commissions and councils. Program Management While serving as Deputy City Manager/City Engineer in Norwalk, was responsible to the City Manager for the overall management of the Public Works Department, Engineering and Operations, as well as the Transportation Department Served as Chair of the Interstate 5 Consortium of Cities Joint Powers Technical Advisory Committee. Directed the activities of the Engineering Division in reviewing and processing all development projects within the City. Also a member of the City's Redevelopment Team, working closely with the Community Development Department and its Redevelopment Director on several major redevelopment projects. Prepared Program Plan audits for the Cities of Newport Beach and Arcadia, relative to the reorganization of their Public Works Department operations. Each Program Plan included a Research and Assessment of departmental Directed the implementation of a Development Process Streamlining Program for the City of Huntington Beach. This work effort involved the Identification of external and internal client service requirements relative to market rate and functions, a customer services analysis of both internal and external customers, a Strategic Planning Workshop to build a team approach to Departmental goals and objectives focused on customer service perceptions and expectations. Each phase of the work was summarized in Summary Report documents which Identify Key Result Areas for Program development and implementation under the new organizational structures. While Deputy City Manager at the City of Norwalk, provided direction for Americans with Disabilities Act (ADA) Title II compliance program, City building and park projects, several environmental studies dealing with a major transportation center, infrastructure programs, petroleum franchise pipeline facilities and ground water quality programs. redevelopment projects within the City of 180,000. A Strategic Planning process was employed to identify a Mission for the City's Development Services team comprised of Community Development, Public Works, Fire and Water 0 S. BUCKNAM (Cont.) Departments. An overall Development Process Flowchart was prepared and computerized for future integration into a proposed interactive information system database. A three tiered Development Services Team was established on a permanent basis to provide pro- active and responsive service to the City's Redevelopment Agency and to the Development Community. Comprised of a Development Review Committee, a Mid - Management Development Team and an Executive Level Team, it is currently in operation and working toward future implementation of several other process improvement programs identified during the Strategic Planning efforts. As Deputy City Manager/Public Works for the City of Norwalk, played a key role in the planning and implementation of a new development processing system in conjunction with the City's Community Development Department The system identified bottlenecks in the development review process, shortened tum- around times for CUP, Parcel and Tract Map review periods, and established a Development Review Committee to work with developers at early stages of the entitlement process. Served as Chairperson of Santa Ana's Mid - Management Team involved in the review of all major developments within the City, established interdepartmental liaison procedures, development of a Development Processing Center Concept and Implementation, Geo -Based Mapping Program review and study approval, and establishment of methodologies to improve inter - agency cooperation within the City. Managed efforts to provide ongoing input to the City's General Plan Update and directed environmental and infrastructure studies related to Specific Plan development for the City of Norwalk's Central Area and City Centre study areas. Directed the development of a 5 -year Capital Improvement Program for the City of Norwalk and the planning, design and construction of several arterial highways, signalization and theme landscaping projects throughout the City. Also involved in Pro-Active Community Involvement Programs. 0 Served as Principal -in- Charge of the Citrus Avenue Revitalization Project in downtown Covina, California, a project which involved street reconstruction, theme lighting and landscaping, sidewalk, and curb and gutter treatments as a part of an overall downtown redevelopment project Acted as Principal -in- Charge for McFadden Square, a shoreline commercial redevelopment project in the City of Newport Beach, and for the Riverside Marketplace in Riverside, specific in that case to water and sewer design. As Regional Manager and Principal -in- Charge for another major consulting firm, directed major infrastructure and entitlement planning efforts for projects in the cities of Hawthorne, Vista, Mission Viejo and Oceanside. Also directed preparation of several Phase I Environmental Audits for developer and redevelopment clients in the Southern California area. Acted as Principal4n- Charge for site development projects for commercial office buildings in the City of Mission Viejo, including plan processing and permitting for on -site and off -site facilities. As Assistant Executive Director /Chief Engineer of the Utilities Agency for the City of Santa Ana, directed the Engineering and Planning Departments of the Agency. These departments were responsible for development review relative to water and sewer systems in the City and for the planning, design and construction management of major water and wastewater projects. Responsibilities included directing subdivision review, permit Issuance, responsible charge of design and construction activities. Negotiated the acquisition of eight square miles of sewer service area from the Garden Grove Sanitary District Based on recommendations from the Orange County Grand Jury, the City was requested to acquire the District's system within the City of Santa Ana's corporate boundaries. Was directly involved in negotiations with the District, County CAO's Office, LAFCO and neighboring cities and successful in recommending acquisition to Council and in implementing the takeover upon their approval. Former Manager of Off -Site Engineering for the Mission Viejo Company involved in engineering management of planning, design and construction of all infrastructure projects (streets, storm drains, sewers, bridges, site improvements, water systems and dry-utility systems) for the Mission Viejo and Aliso Viejo communities. Other activities included construction program planning and budgeting, utility coordination and agreements and report preparation. Served as Senior Engineer in charge of the Design Division of the City of Newport Beach's Public Works Department. Responsibilities included project management of major public works projects of various types, contract administration, construction management, capital improvement program planning and budgeting, permit processing with State and Federal Agencies, directing consultant contracts, preparation of Council Reports, Environmental Impact Studies, Negative Declarations and Categorical Exemptions. Served as Assistant City Engineer and City Engineer for the City of Pacifica, and was responsible for the overall direction and administration of the Engineering Department of the City including development processing and review, capital improvement programming and budgeting, community involvement relative to public works programs and projects. Water Systems Served as Program Manager for the City of Arcadia's comprehensive Water Master Plan which involved a major update to the City's water resources program In conjuriction with an update of the City's General Plan. The WIMP included a complete hydraulic analysis of the City's transmission and distribution system utilizing current and projected land use data at a 20 -year planning horizon. The plan also included an energy study, an update of the City Urban Water Management Plan, and a Water Quality Issues Paper. The Program identified over $60M in capital improvements. A Water System Financial Plan was also prepared to outline funding alternatives for the Program through a proposed water rate structure which will allow a pay -as -you- go program for implementation over the 20 -year planning period. Directed the preparation of a Water System Operations Plan for the City of Arcadia, which encompassed a complete overview of water system 1 production, operations, distribution, engineering and administration division functions. The WSOP was developed in cooperation with division and section level managers who participated in writing portions of this comprehensive policy and procedures manual. Also developed was a 20 -year Water System Betterment Program of maintenance and repair which recommended operational improvements to all system elements including: transmission system, distribution system, water production (wells and MWD), water quality, buildings and grounds. The WSOP is set up as a "Business Plan" overview of the water enterprise in the City and was developed for ongoing modification and enhancement to suit the customer service needs of the community. Directed the development of the 1987 Water System Master Plan Update for the City of Santa Ana. The analysis involved utilization of a calibrated water system model to project water supply needs and correlated system betterments through the year 2020. Over $100 million in projects were identified including reservoirs, wells, pump stations, transmission mains, distribution mains and small hydroelectric facilities. Water Master Plan for the City of Norwalk This assignment included an inventory of existing facilities and generation of a capital improvement program for water distribution throughout the City. Additionally, the potential hazards due to contaminated groundwater from potential sources within and outside the City were analyzed. Phase If evaluated the City's municipal system water supply for fire flow sufficiency. Negotiations were conducted to provide joint use water supply, transmission and storage through the collective financial participation of all-purveyors, public and private. Water Master Plan Update for the City of Newport Beach. For this planning effort, data was collected from existing studies and reports and facility operations and maintenance records. Interviews were held with Utilities Department personnel to obtain information. The computer model FAAST was used for modeling the distribution system, and field tests were conducted to verify pressure and flow conditions and to calibrate the model. Managed a water main replacement project for the Mesa Consolidated Water District in Orange County. The design involved replacement of under capacity mains located in several alleys under very Ci confined conditions involving coordination with several other conflicting utilities. Prepared an Alternative Siting Study for the relocation of the City of Arcadia's 9 MG, St. Joseph Reservoir complex in conjunction with a planned redevelopment project. The project would provide for the replacement of two existing reinforced concrete reservoirs at an alternate location in a city park. Also included provisions for a new 8000 gpm booster pump station, a new high capacity water well, transmission pipelines and pressure zone modifications. Served as Project Manager during the preliminary engineering stage of the initial Las Posas Basin Groundwater Storage Project for the Calleguas Municipal Water District The project will include the installation of five 1000 -gpm injection - extraction water wells, treatment facilities, and wellfield collection and transmission pipeline facilities. The project will be part of the Metropolitan Water District of Southern California's Seasonal Storage Program. Preparation of the Phase I Water System Improvements Report for the City of Norwalk which proposed an $8 million water revenue bond issue to fund the construction of a 2.5 MG buried reservoir, a booster pump station, transmission and distribution main improvements, pressure regulators and a metered turnout from a high pressure delivery system. The work included coordination of a financial plan with the City budget staff and Underwriter, conducting several community meetings and Water Advisory Board sessions as well as Council presentations. Managed an Annual Water Main Replacement Program for the City of Newport Beach which replaced several miles of deteriorated cast iron water mains in the Corona del Mar, Newport Heights, West Newport, Balboa Peninsula and Balboa Island sections of this coastal community. Managed Water Main Relining Program for the City of Newport Beach. This annual program was involved the rehabilitation of thousands of feet of severely tuberculated cast iron water mains throughout the City. Substantial cost savings accrued compared to the alternative of replacement with new parallel mains. Managed the design and construction of an 18" MLC Steel Transmission Main to serve the downcoast area of Newport Beach. Design of this main, located in East Coast Highway in Corona del i Mar, was complicated by the presence of major utilities, and involved significant constraints on traffic control and hours of construction due to its presence in SR -1. Water Main Replacement for the City of Tustin. This assignment involved the design of several thousand feet of replacement water main ranging from 6" to 8" in diameter. The project which was accelerated to meet client budget and schedule requirements involved extensive coordination with other utilities and jurisdictional agencies. Directed the planning, design and construction of the City of Santa Ana's annual Water Main Replacement Program. This program involved the construction of water distribution mains ranging in size from 6 to 20 Inches in diameter, totaling over 6 miles per year. Provides ongoing Program Management services to the City of Arcadia's Water Engineering Division of the Public Works Department The work involves consultation and advice regarding operational, design, construction and planning issues related to water system operations. Development of a comprehensive planning study relative to the consideration of a major reclaimed water system expansion for the City of Norwalk The report addressed project feasibility, cost and revenue pricing issues as well as negotiations and coordination with the Central Basin Municipal Water District, the wholesale purveyor. Chaired the Technical Advisory Committee of the 15- member JPA, the Southeast Water Coalition (SEWC), located in Southeast Los Angeles County. Over a four -year period, technical oversight and advisory services were provided to the JPA The Coalition was successful in working with USEPA in developing a revised Record of Decision (ROD) addressing a stepped approach to mitigating significant VOC contamination passing through the Whittier Narrows from the Upper San Gabriel to the Central Groundwater Basin. Legislative development strategy was provided to the SEWC Legislative Consultant in developing legislation directing the U.S. Corps of Engineers to perform investigative studies complementary to the EPA program as a part of the Water Resources Development Act. 0 S. Bucknam (Cont.) Administrative direction was provided as Deputy City Manager /City Engineer for the City of Norwalk over the Public Services Department which provided engineering services and operations and maintenance of the City's municipal water system. Capital planning, operations control, work management, water quality, regulatory compliance and NPDES implementation were under his purview. Comprehensive Water Quality overview study for the City of Norwalk. This study included a review of various water quality tests to ensure compliance with MCL's under the Safe Drinking Water Act. Also included was a conceptual review of the feasibility of purchasing reclaimed water from an adjacent municipality. In addition, it involved interagency coordination with the Central Basin Municipal Water District and other cities in the area to examine alternatives for developing a regional reclaimed water system. Preparation of the Phase I Water System Improvements Report for the City of Norwalk which proposed an $8 million water revenue bond issue to fund the construction of a 2.5 MG buried reservoir, a booster pump station, transmission and distribution main improvements, pressure regulators and a metered turnout from a high pressure delivery system. The work included coordination of a financial plan with the City budget staff and Underwriter, conducting several community meetings and Water Advisory Board sessions as well as Council presentations. Directed the preparation of an Urban Water Management Plan for the City of Norwalk This plan addressed short and long range water supply requirements, conservation methods and alternative water supply development such as reclaimed water. Managed a Maintenance and Repair Plan as a part of the Seattle Water Department's 5 -year Comprehensive Water Plan. Work involved strategic planning for operations and maintenance Program resources, organizational functions, procedures, capital improvement planning and Prioritization of betterments and replacements. Reclaimed Water Study for the Irvine Ranch Water 0 District. This report included a comprehensive cost and feasibility study of alternatives for obtaining and utilizing reclaimed water with the Irvine Coast area. In addition, coordinated data acquisition was provided on potential use within the City of Newport Beach to ensure compatibility with regional demands. Plans, specifications and consultation during construction for the rehabilitation of two pump and motor units at Pumping Plant No. 2 in the City of Whittier. This assignment required complete design services for the development of a 5400 gpm booster pump station including motor controls, new meters and 1 &C equipment Prepared an Engineer's Bond Report for the City of Santa Ana in conjunction with the 1987 Water System Master Plan Update. The report addressed a three -phase construction program over a 15 -year period to build $89 million worth of projects to enable the City to meet its increasing water demands. Directed the preparation of a comprehensive Reclaimed Water Study for the City of Santa Ana. The report addressed the potential expansion of the Orange County Water Districts Green Acres project into central, west and northeast sectors of the City. The report involved definition of project elements and cost estimates and development of a marketing plan for sale of the reclaimed water to major industrial, commercial and institutional customers. Directed feasibility study for the development of the Tri- Agency Wellfield Project, a cooperative venture of the City of Newport Beach, the Mesa Consolidated Water District and the City of Santa Ana. The wellfield, proposed to produce 35 cis of new wellwater supply, was estimated to cost $7,500,00. Work also involved negotiating a cooperative agreement to construct and operate the wellfield. Directed a study for the City of Santa Ana to acquire 500 acre -feet of capacity in the San Joaquin Reservoir, a regional facility under the joint ownership of several water agencies. Acquisition would have provided the City with emergency storage capability and would facilitate peaking on the Orange County Feeder operated by the Metropolitan Water District of Southern California. 1] S. Bucknam (Cont.) Directed preparation of a seismic analysis of the City of Santa Ana's 1 MG elevated tank, constructed in 1928. The study identified the need for structural reinforcement of the tank's superstructure and for the construction of a continuous ring footing to bring the tank up to current UBC and AWWA requirements. Design and consultation during construction for a Booster Pump Station for the La Habra Heights County Water District. The project involved the rehabilitation of an existing booster station to upgrade its capacity from 3000 to 5000 gpm. Managed a comprehensive infrastructure planning, design and construction management program for the Mission Viejo Company. Provided oversight of domestic and reclaimed water system installations in conjunction with the development of new residential communities of Mission Viejo and Aliso Viejo. The Project Management and Construction Engineering group oversaw the installation of systems serving over 1200 new homes per year. Performed an economic analysis to evaluate cost sharing in a joint trench operation for the Mission Viejo Company. The study involved allocations of costs to the Southern California Edison Company, Pacific Bell, the Southern California Gas Company and Times Mirror Cablevision. Managed hydrogeological study to determine the source of seepage downstream of the City of Newport Beach's Big Canyon Reservoir. The study included recommendations for the installation of several piezometers and establishment of a monitoring program over a 2 -year period to identify the groundwater source. Directed the preparation of a feasibility study to set up a Supervisory Control and Data Acquisition System for the City of Santa Ana's water system. The study evaluated several alternative approaches to developing a SCADA system as well as estimated costs for budgeting. Directed the preparation of a final design package including plans, specifications and estimate for the installation of a state-of-the-art Supervisory Control and Data Acquisition System for the City of Santa 0 Ana. The estimated system cost was $1.2 million. The system involved the use of 7 Remote Terminal Units for 50 monitoring elements. Directed the planning, design and construction of four high capacity wells, No.'s 31, 32, 33 and 36, for the City of Santa Ana. These wells were built over a four -year period and were needed to enable the City to meet peak summer demands. The well houses and sites were designed to meld with their environs (i.e., a 1920's bungalow and an underground vault in a City park). Directed the construction management of the equipping of Well No. 30 for the City of Santa Ana, California. This 1100 -foot deep high capacity well was constructed on a lot which was a part of a new single family residential development. The wellsite was screened and a noise study conducted to assure that ambient noise level standards were not exceeded. Directed the development of a 140 KW small hydroelectric power plant at the City of Santa Ana's SA1 MWD turnout. The facility was constructed at a cost of $360,000 and produces power for use onsite at the Bristol Pumping Station. Power costs saved amount to $90,000/year, resulting in a 4 -year payback period for the facility. Directed studies and the design for the City of Santa Ana's 25 MG Bristol Reservoir replacement project This project, keystone in the City's plan to add an additional 90 MG of surface storage facilities over 20 years, will replace a 50 -year old gunite lined, 6-MG facility with an aesthetically pleasing reinforced concrete structure constructed 28 feet below and 12 feet above grade adjacent to Santiago Creek. Directed preparation of the City of Santa Ana's Urban Water Management Plan. This plan outlines the City's proposed water conservation program over a 5 -year period and was required by State Legislation in 1985. Programs included in the plan are public information, conservation house, xeriscape garden, seasonal water pricing and a school education program. Performed a water rate analysis for the City of Santa Ana. This analysis provided for 9 S. Bucknam (Cont.) administrative, engineering, operational, maintenance and capital improvement costs to be integrated into the City's new water rate structure. Directed the Water Quality Monitoring Program for the City of Santa Ana, including compliance with Federal and State Drinking Water Standards, coordination with the State Department of Health Services and oversight of the City's Backflow Prevention Program. Directed the preparation of an appraisal for the acquisition of a portion of the Tustin Waterworks system within the City's service area. This acquisition, involving some 90 services and the appurtenant distribution system, was subsequently acquired by the City. Performed water distribution system hydraulic analysis for the Newport Heights and Corona del Mar sections of the City of Newport Beach's water system. The results of these analyses were used to subsequently design system betterments and upgrade in fire protection in those areas. Directed the design of Phase II of the expansion of the City of Newport Beach's Utility Yard complex. This project involved the addition of a storage and machine shop building, expansion of the parking and open storage area, construction of materials bins and a drainage system, as well as screen walls and landscaping improvements at the site. Acted as Assistant to the Resident Engineer on a 26 -mile section of the Second Los Angeles Aqueduct This assignment involved the inspection of grading, concrete placement and finishing, placement of reinforcing steel and laboratory testing of soils and concrete for compliance with plans and specifications. Provided coordination for the relocation of major water system facilities for the City Los Angeles, Department of Water and Power, throughout the San Fernando Valley, and the Central and Harbor Districts of the City. Also involved in coordinating with the Community Redevelopment Agency's projects, specifically the Bunker Hill, Convention Center and Hoover Redevelopment Projects. Wastewater Systems 9 Served as Program Manager for the City of Arcadia's Sewer Master Plan Update. This comprehensive planning document developed in conjunction with an update of the City's General Plan identified through an operational and hydraulic analysis a capital improvement program for some $5M in improvements over a 10 -year period. Directed the design of two sewer pump stations located in residential areas of the City of Norwalk, These stations, utilizing non -dog impeller design, replaced two 35 -year old deteriorated facilities. The designs included projections of wastewater flows based upon current and projected land uses in the tributary areas. Special design considerations were given to influent conditions to improve hydraulics. The designs included new pump and motor assemblies in a dry pit configuration along with new motor controls centers and safety upgrading to OSHA standards. Planned and directed a study to replace two existing sewer lift stations in the City of Santa Ana which had reached optimal design capacity. These stations, which were critical to the City's collection system, provided service to residential and commercial segments of the community. Managed design of the main sewer pump station for the City of San Clemente. The station, initially rated at 6 MGD capacity, was expandable to 11 MGD. Variable frequency drive motors were utilized for system efficiency. The facility was the primary pump station providing influent to the City's treatment plant and considerations to provide continuous service throughout construction were developed. A 550kv emergency generator was also designed into the facility to provide back power supply in the event of an electrical system outage. Directed construction management of a 6 MGD primary treatment plant for the City of Pacifica. The plant replaced two smaller plants and served a community of 40,000 people. Also included the construction of a 2,500 -foot ocean outfall, 1,500 feet of which was suspended on a new ocean pier structure which was a part of the project. The project was funded by grants from the EPA Clean Water Program and the State Department of Fish and Game as well as local funds. Cl S. Bucknam (Cont.) Sewer Main Replacement Program, City of Norwalk. Directed the planning and design of a $4 million sewer main replacement project. The project provided for the replacement of several Directed the planning, design and construction management of the City of Santa Ana's Annual Sewer Main Replacement Program. This program involved the replacement of collector and local sewers, as well as the construction of larger relief and trunk connector sewers. Directed preparation of the City of Norwalk's 1991 Sewer Master Plan. This comprehensive study, based on land use parameters of the City's General Plan Update, developed a computer model of the City's 180 -mile sewer system. A sewer main capital improvement program, identifying over a $4 million program in hydraulically deficient sewers, was developed. Providing Program Management Services for the Preparation of a comprehensive Sewer Master Plan for the City of Arcadia. This plan will develop hydraulic deficiencies, operational improvements and make system improvement recommendations for a 10 year capital improvement program. Also included is a financial analysis to develop a funding Program to provide for the planning, design and construction of the proposed facilities. Directed the 1983 Master Plan update for the City of Santa Ana's Sewer Master Plan involving the Planned detachment of the Garden Grove Sanitary District's sewer system to the City. The study area encompassed an 8- square mile region west of the Santa Ana River. Developed a 5 -year Sewer Capital Construction Program for the City of Santa Ana involving the expenditure of $600,000 to $700,000 per year in sewer projects to keep pace with the City's growing Population and redevelopment. Directed the preparation of a feasibility study for the construction of a $7 million reclaimed water system for the City of Santa Ana, an extension of the Orange County Water District's Green Acres Project. The system would bring 4000 acre -feet of reclaimed water to the City for industrial and irrigation use. • thousand feet of collector sewers in order to increase system capacity. Directed the predesign report and marketing analysis for the proposed City of Santa Ana Reclaimed Water Project. This report developed Preliminary drawings and detailed cost estimates for the system and involved a marketing study to determine the feasibility of establishing a viable revenue base for the system construction, maintenance and operation. Directed the Annual Sewer Service Charge Study for the City of Santa Ana which established sewer service charges for capital construction based on new development projects. Managed an Infrastructure Construction Engineering Program for the Mission Viejo Company as their Manager of Offsite Engineering. The program included the construction of sewer collector and local systems to serve new tract developments involving up to 1200 dwelling units per year. Managed preparation of a comprehensive Sewer Master Plan for the City of Alhambra. The computer program used identified major system deficiencies and was utilized to analyze alternative system improvements and developed cost estimates for construction of new sewerage facilities. Managed the annual Sewer Main Replacement Program for the City of Newport Beach. This Program replaced deteriorated systems on the Balboa Peninsula and involved construction in high groundwater conditions which required special wellpoint systems for trench dewatering. 0 018 -0 J W I32PRO Attachment 7 Certificate of Insurance 0 CERTiFICAT C)F LIABILITY :(NSUR E ..; ° "�`�198 05126/96 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Dea/ey, Renton i Associates License #0020739 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY E POLICIES BELOW. COMPANIES AFFORDING COVERAGE 3 Hutton Centre Suite 450 Santa Ana CA 92707 COMPANY A American Motorists Ins Ca NSURED COMPANY John M Tettemer And Assoc Ltd B St. Paul Fire # Marine COMPANY 3151 Airway Avenue Suite G•1 Costa Mesa CA 92626 C Design Professional Ins COMPANY D �jy1�[ A p,}..a Q Si $$ �3� ^i `v9: L 9 b USL T 3 a Q L L4� ^t S 6'f a h 9 e,'vC k:.+ ✓::: a T, NYYGMinpE, �S, ��mnbn�5 ?T��:a�Q��.:i`C.Y'.^...Y vv.2:R. ...�>. V••o�iw"4'E£. :tom`.. �P.T.�Gha;L.rR.3..taf.n 8.kTVnw.9?'$ THIS IS TO CERTIFY THAT 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 SU,H I LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MANDA'Y) POLICY EXPIRATION DATE (MI,WDWY) LAWS B G849M LIABILITY RP06646452 05/07/98 05/07/99 GENERAL AGGREGATE s 4,000,000 X PRODUCTS - COIW IOP AGO S 4 000 DDO COMAEACIAL GENERAL LIABLITY CLAMS MADE Q OCCUR PERSONAL L AIN *UURY s 2,000,000 EACH OCCURRENCE $ 2,000,000 OWNERS L CONTRACTORS PROT X FIRE DAMAGE as AIS) s IN,CLU DED BROAD FORM PD, X.C.U. X CONTRACTUAL MED DIP IAM " s 5,000 B AVTCYAOBLE LIABILITY ANY AUTO RP06646452 05/07/98 05/07/99 COMBINED SINGLE U IT s 2,000,000 eoDlr NAXTY OW Ppnm) s ALL OWNED AUTOS SCHEDULED AUTO$ HIED AUTOS RON -OWNED AUTOS X BOOLY INJURY ft i=minQ s X PROPERTY DAMAGE s GARAGE DART RY AUTO ONLY - EA ACCIDENT s OTHER THAN AUTO ONLY ANY AUTO EACH ACCIDENT s AGGREGATE s D(CESS LIABILITY EACH OCCURRENCE 3 AGGREGATE S UMBRELLA FORM s OTHER THAN U,BFHIA FORM WOPERR COMPENSATION AND X WC STATU- I OTH- , A EOPLOYFNS'LUBLIIY THE PROPREFORI NCL OFFICERS ME EKCL 7CW21206005 09/01/97 09/01/98 s 1000 000 EL EACH ACCIDENT EL DISEASE . POLICY LIMIT s 1,000,000 EL DISEASE - EA EMPLOYEE $ 1,000;000 OTHER C Professional* PL509329 05/07/98 05/07/99 Each Claim 1,000,000 Liability Annual Aggregate 2,000,000 Deductible 35,000 TEEN OAY NOTICCPE�O7�pN, CC'ANCH CUL 11EMS F CANCELLATION IN THE EVENT OF NONPAYMENT OF PREMIUM. *FOR PROFESSIONAL LIABILITY COVERAGE THE AGGREGATE LIMIT IS THE TOTAL INSURANCE AVAILABLE FOR ALL COVERED CLAIMS PRESENTED WITHIN THE POLICY PERIOD. _. THE LIMIT WILL BE REDUCED BY PAYMENTS OF INDEMNITY AND EXPENSE, PROPOSAL SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCEIlm BEFORE THE E)FI ATION DATE THEREOF, THE ISSUING COMPANY VILL ENDEAVOR TO MAL 30 DAYS WRITTEN NOTICE To THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO MAL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF AM KIND UPON THE COMPANY KiFNiS OR REPTESQRATNES. AUTHORIZED REP ESFNTA A /J S. Gradlas �n "/ . 0 011 -01 W I)IPRO Exhibit "B" Attachment 8 Fee Proposal 0 0 0 U U C z C w _ y W m Q N C L N z m a E O 0 m c C7 z 0 m m W w Q = W ob a `0 N Y N m Et z a p z H o d w g U m t > N Q W 0 0 n Q Mm M 1Np O N d N w M N M M n n 10 O r b E = e � � e � m a y m m N N o w r w n n d � w w w w w E e K U 0 M N r r Oi N 'A ni w ni ri D e c w w w w w m o M w d o m o 0 0 - M o U 0 0 0 0 0 0 w w w w w w e 0 o o d o o $ o fD o d W O q w °e < 6 O O1 0 0 o w w a O n tp N N cl; w w y b l0 Oq ci tN° Y O o" b W u w n w ry w c t w a N m E �. j m j N j N N j N j N O p O O O O O O O O O O m c m E y m O N m a g < a y m K y v ° c 0 E c - 3 A m u v E U E r r �' 3 m 0 0 o U c 0 `D A m m 2 v� a a a 1i a �i H a F ) LU LU )[ § ) \ co ( 0 k§ 0 m ' F-- / 0 w &2 ° ) § \} k w a F ¥ w . ) ) ) ) ) ) ) ) ) ) ) ) ) ) ) § _ , ! : - { E ( # 7 k / k { \ \ \ { { \ k \ k 0 O O U C Y p Z C O O u- M yj N fD O W W 0 C U O L 41 m Z M _C Z z uM U m W O W Q 0 a 0 W F- an ui N o Et Z `0 a � H r d w w w m w 0 U w w .w L > 0 p Q w w 0 e C O O Y p N O O O O b fD O N M O O t0 W .- 01 ui se o w ri ri r w w w w w .w o °O O O � x � o o N W ° O N O O O O N O O t q w w let E O w w q � U G O q M Ol W O W N O 5 w w w a E m w 0 N M w q w W w N N U q W H p q w t0 N I� w N N O q p1 M a C w d a a` w a N w o n � c W & p w H V r w a O N O O O W O p O M1� m w two f H N O N W O O 0 10 M � 6 q N p w w 001 p a 1'i C Y 6 � M b d = Vim- 2 H 2 1 - 2 F 2 S n N m � 7 J O `o m m O Q ' a w ty y y o 2 �- O D m O `o o a 0 a O W �- y r e C 0 0 JOHN M. TETTEMER & ASSOCIATES, INC. A Division of The Keith Companies, Inc. Principal $ 124.00 Senior Project Manager $ 105.00 Project Manager $ 90.00 Project Engineer $ 90.00 Director, Environmental Services $ 94.00 Assistant Project Engineer/Manager $ 70.00 Design Engineer $ 70.00 Environmental Services Staff $ 70.00 CADD Designer $ 65.00 Draftsman/Environmental Planner $ 50.00 Administrative Assistant $ 45.00 Expenses such as special project supplies and materials; food, lodging and transportation (other than auto mileage) for time away from the area of our office; telephone; outside reproduction; courier /express mail; and other costs directly applicable to the project will be charged at cost. Auto mileage will be charged at $0.325 per mile. Computer processing time will be charged at $19.00 per hour. Normal xeroxing will be charged at $0.06 per page. 2510 Xerox will be charged at $0.50 per square foot for bond, $0.75 per square foot for vellum, and $1.50 per square foot for mylar. CADD plotting will be charged at $2.00 per square foot for bond, $2.25 per square foot for vellum, and $4.50 per square foot for mylar. Fax transmittals will be charged at $1.00 per page. N- RATE(DOC:/ 10/23/98 FEE/FS /C: Ci" of Newport Beach 0 BUDGET AMENDMENT 1998 -99 NO. BA- 019 AMOUNT: Ss3,9os.00 ECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase in Budgetary Fund Balance Increase Budget Appropriations AND Decrease in Budgetary Fund Balance X Transfer Budget Appropriations X No effect on Budgetary Fund Balance �X from existing budget appropriations u` from additional estimated revenues from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To enter into a contract with John M. Tettemer & Associates for creating a master 4 APPROVED plan to analyze the City's drainage system. The last analysis was performed in 1961. Description General 3605 Fund Balance Control REVENUE APPROPRIATIONS (3601) Drainage I_[9191911LIII III G[H aeWyAq BUDGETARY FUND BALANCE Fund Account Description General 3605 Fund Balance Control REVENUE APPROPRIATIONS (3601) Drainage Fund /Division Account Description EXPENDITURE APPROPRIATIONS (3603) Signed: Signed: �d: City Council Approval: City Clerk Amount Debit Credit $53,906.00 Automatic $53,906.00 Date Date Description Division Number 7012 Drainage Account Number C5100008 Storm Drain Improvement Program Division Number 7012 Drainage Account Number C5100452 Storm Drain Master Plan Division Number Account Number Division Number Account Number Division Number Account Number Signed: Signed: �d: City Council Approval: City Clerk Amount Debit Credit $53,906.00 Automatic $53,906.00 Date Date E L • APPROVED / ,04m TO: Mayor and Members of the City Council FROM: Public Works Department November 9, 1998 CITY COUNCIL AGENDA ITEM NO. to SUBJECT: STORM DRAIN MASTER PLAN — APPROVAL OF PROFESSIONAL SERVICES AGREEMENT RECOMMENDATIONS: 1. Approve a Professional Services Agreement with John M. Tettemer & Associates, of Costa Mesa, California, for professional engineering services for a contract price of $153,906. The approval recognizes that this firm has former City employees working for them. 2. Authorize a budget amendment to transfer $53,906 from Account No. 7012 - 05100008, Storm Drain Improvement Project to Account No. 7012- C5100452, Storm Drain Master Plan. DISCUSSION: In 1961, a master plan of drainage was prepared which included a hydrology and hydraulic analysis for the City's existing storm drain system. During the past 37 years, many changes have occurred such as land use, annexations, development, drainage systems, and probably most significant the Orange County hydrologic methods. The hydrology criteria was updated (most recently in 1996) as more rainfall data was obtained and analyzed over the years. Many of the storm drain systems designed using the earlier hydrology criteria do not have as great a capacity as those that are designed using current criteria. A new master plan of drainage is needed to analyze the City's drainage system, identify and prioritize deficiencies, propose remedial measures, and prepare cost estimates for proposed improvements. This master plan will then be used to prepare budget requests for future storm drain projects. Proposals were solicited from five engineering firms with three submitting proposals. Staff reviewed the proposals, interviewed all three firms, checked references and independently scored the consultants. John M. Tettemer & Associates received the highest score in this quality based selection process. The attached scope of services, included as an exhibit to the attached agreement, was then reviewed with the firm and y APPROVED / ,04m TO: Mayor and Members of the City Council FROM: Public Works Department November 9, 1998 CITY COUNCIL AGENDA ITEM NO. to SUBJECT: STORM DRAIN MASTER PLAN — APPROVAL OF PROFESSIONAL SERVICES AGREEMENT RECOMMENDATIONS: 1. Approve a Professional Services Agreement with John M. Tettemer & Associates, of Costa Mesa, California, for professional engineering services for a contract price of $153,906. The approval recognizes that this firm has former City employees working for them. 2. Authorize a budget amendment to transfer $53,906 from Account No. 7012 - 05100008, Storm Drain Improvement Project to Account No. 7012- C5100452, Storm Drain Master Plan. DISCUSSION: In 1961, a master plan of drainage was prepared which included a hydrology and hydraulic analysis for the City's existing storm drain system. During the past 37 years, many changes have occurred such as land use, annexations, development, drainage systems, and probably most significant the Orange County hydrologic methods. The hydrology criteria was updated (most recently in 1996) as more rainfall data was obtained and analyzed over the years. Many of the storm drain systems designed using the earlier hydrology criteria do not have as great a capacity as those that are designed using current criteria. A new master plan of drainage is needed to analyze the City's drainage system, identify and prioritize deficiencies, propose remedial measures, and prepare cost estimates for proposed improvements. This master plan will then be used to prepare budget requests for future storm drain projects. Proposals were solicited from five engineering firms with three submitting proposals. Staff reviewed the proposals, interviewed all three firms, checked references and independently scored the consultants. John M. Tettemer & Associates received the highest score in this quality based selection process. The attached scope of services, included as an exhibit to the attached agreement, was then reviewed with the firm and SUBJECT: Storm Drain Master P Approval of Consultant Agreement • November 9, 1998 Page 2 a contract price was negotiated. Services in their proposal include: (1) reviewing existing drainage plans, studies, records and videos; (2) conducting field reviews to confirm drainage facilities and identify problem areas; (3) preparing AutoCADD maps of the storm drain system as a layer over the City's GIS generated storm drain atlas; (4) performing hydrology and hydraulic analysis per the latest Orange County standards; (5) reviewing the tide valve system; (6) preparing cost estimates and prioritizing drainage system upgrades; and (7) preparing a storm master plan report. Prior City Employment City Council Policy J -1 requires City Council approval of contracts with prior City employees. John Wolter, employed by the City from 11/10/71 to 4/13/96, is currently employed by John M. Tettemer & Associates and will be serving as the Project Manager. In addition, a sub - consultant to Tettermer is Bucknam & Associates. C. Stephen Bucknam was a City employee from 7/13/73 to 7/18/79 and will be prioritizing the master plan upgrades. Funding The current budget provides $100,000 (Account No. 7012- C5100452) for the project. A budget amendment is required to provide the balance needed for the project. Staff recommends a transfer in the amount of $53,906 from the Storm Drain Improvement Project, Account No. 7012- C510008 to Account No. 7012- C5100452. Respectfully submitted, (�w PUBLIC WORKS DEPARTMENT Don Webb, Director By: William Patap .E. City Engineer Attachment: Professional Services Agreement Exhibit "A" Scope of Services Exhibit "B" Schedule of Hourly Billing Rates Budget Amendment No. 019 0 f \usersVbV. nareftounCil \fy9B- 99mov- 9lstorm Erain.do 0 0 0 PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT, entered into this day of November, 1998, by and between CITY OF NEWPORT BEACH, a Municipal Corporation (hereinafter referred to as "City "), and John M. Tettemer & Associates, whose address is 3151 Airway Ave., Suite 0 -1, Costa Mesa, California, 92626, (hereinafter referred to as "Consultant "), is made with reference to the following: RECITALS A. City is a Municipal Corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is planning to implement Storm Drain Master Plan ( "Project "). C. City desires to engage Consultant to provide professional engineering services for a city -wide storm drain Master Plan based upon the terms and conditions contained in this Agreement. D. The principal member of Consultant's firm for purpose of this Project is Max P. Vahid, P.E., President. E. City has solicited and received a proposal from Consultant, has reviewed and evaluated the previous experience and expertise of Consultant and -1- 0 desires to contract with Consultant under the terms of conditions provided in this Agreement. • NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the 16th day of November, 1998, and shall terminate on the 30" day of June, 1999, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the duties set forth in the scope of services, attached hereto as Exhibit "A" and incorporated herein by reference. 3. COMPENSATION TO CONSULTANT 0 City shall pay Consultant for the services in accordance with the provisions of this Section and the scheduled billing rates set forth in Exhibit "B" attached hereto and incorporated herein by reference. No rate changes shall be made during the term of this Agreement without prior written approval of City. Consultant's compensation for all work performed in accordance with this Agreement shall not exceed the total contract price of One hundred fifty -three thousand, nine hundred and six dollars ($153,906.00). 3.1 Consultant shall maintain accounting records of its billings which includes the name of the employee, type of work performed, times and dates of all work which is billed on an hourly basis and all approved incidental expenses including reproductions, -2- 0 /1 0 computer printing, postage and mileage. 3.2 Consultant shall submit monthly invoices to City payable by City within thirty (30) days of receipt of invoice subject to the approval of City. 3.3 Consultant shall not receive any compensation for extra work without prior written authorization of City. Any authorized compensation shall be paid in accordance with the schedule of the billing rates as set forth in Exhibit "B ". 3.4 City shall reimburse Consultant only for those costs or expenses which have been specifically approved in this Agreement, or specifically approved in advance by City. Such cost shall be limited and shall include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services which Consultant agrees to render pursuant to this Agreement which have been approved in advance by City and awarded in accordance with the terms and conditions of this Agreement. B. Approved computer data processing and reproduction charges. C. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 0 -3- 0 4. STANDARD OF CARE 4.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement and that it will perform all services in a manner commensurate with the community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City nor have any contractual relationship with City. Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications and approvals required of its profession. Consultant further represents and warrants that it shall keep in effect all such licenses, permits and other approvals during the term of this Agreement. 4.2 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies, or any other delays beyond Consultant's control or without Consultant's fault. 5. INDEPENDENT PARTIES City retains Consultant on an independent contractor basis and Consultant is not an employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation 0 0 0 and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute Consultant or any of Consultant's employees or agents to be the agents or employees of City. Consultant shall have the responsibility for and control over the details in means of performing the work provided that Consultant is compliance with the terms of this Agreement. Anything in this Agreement which may appear to give City the right to direct Consultant as to the details of the performance of the services or to exercise a measure of control over Consultant shall mean that Consultant shall follow the desires of City only in the results of the services. 6. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator, and any other agencies, which may have jurisdiction or interest in 0 the work to be performed. City agrees to cooperate with Consultant on Project. 0 7. PROJECT MANAGER Consultant shall assign Project to a Project Manager, who shall coordinate all phases of Project. This Project Manager shall be available to City at all reasonable times during term of Project. Consultant has designated John Wolter to be its Project Manager. Consultant shall not bill any personnel to Project other than those personnel identified in Exhibit "B ", whether or not considered to be key personnel, without City's prior written approval by name and specific hourly billing rate. Consultant shall not remove or reassign any personnel designated in this Section or assign any new or replacement person to Project without the prior written consent of City. City's approval shall not be -5- 10 i unreasonably withheld with respect to removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from Project any of its personnel assigned to the performance of services upon written request of City. Consultant warrants it will continuously furnish the necessary personnel to complete Project on a timely basis as contemplated by this Agreement. 8. TIME OF PERFORMANCE Time is of the essence in the performance of the services under this Agreement and the services shall be performed by Consultant in accordance with the schedule specified in Exhibit "A ". (Start November 16, 1998 and complete by April 15, 1999) The failure by Consultant to strictly adhere to the schedule may result in termination of this Agreement by City, and the assessment of damages against Consultant for delay. Notwithstanding the foregoing, Consultant shall not be responsible for delays, which are due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 8.1 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, which purportedly causes a delay, and not later than the date upon which performance is due. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays, which are beyond Consultant's control. 19 0 0 8.2 For all time periods not specifically set forth herein, Consultant shall 0 respond in the most expedient and appropriate manner under the circumstances, by either telephone, fax, hand delivery or mail. 9. CITY POLICY Consultant will discuss and review all matters relating to policy and project direction with the Project Administrator in advance of all critical decision points in order to ensure that the Project proceeds in a manner consistent with City goals and policies. 10. CONFORMANCE TO APPLICABLE REQUIREMENT All work prepared by Consultant shall conform to applicable city, county, state and federal law, regulations and permit requirements and be subject to approval of the Project Administrator and City Council. 0 11. PROGRESS Consultant is responsible to keep the Project Administrator and /or his /her duly authorized designee informed on a regular basis regarding the status and progress of the work, activities performed and planned, and any meetings that have been scheduled or are desired. 12. HOLD HARMLESS Consultant shall indemnify, defend, save and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, -7- nej property damages, or any other claims arising from any and al^acts or omissions of Consultant, its employees, agents or subcontractors in the performance of services or • work conducted or performed pursuant to this Agreement, excepting only the active negligence or willful misconduct of City, its officers or employees, and shall include attorneys' fees and all other costs incurred in defending any such claim. Nothing in this indemnity shall be construed as authorizing, any award of attorneys' fees in any action on or to enforce the terms of this Agreement. 13. INSURANCE Without limiting consultant's indemnification of City, and prior to commencement of work, Consultant shall obtain and provide and maintain at its own expense during the term of this Agreement policy or policies of liability insurance of the type and amounts • described below and satisfactory to City. Certification of all required policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with City prior to exercising any right or performing any work pursuant to this Agreement. Except workers compensation and errors and omissions, all insurance policies shall add City, its elected officials, officers, agents, representatives and employees as additional insured for all liability arising from Consultant's services as described herein. All insurance policies shall be issued by an insurance company certified to do business in the State of California, with original endorsements, with Best's A VII or better • business in the State of California, with original endorsements, with Best's A VII or better • carriers, unless otherwise approved by City. L J A. Worker's compensation insurance covering all employees and principals of Consultant, per the laws of the State of California. B. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of $1 million combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial general liability insurance or other form with a general aggregate is used, either the general aggregate shall apply separately to this Project, or the general aggregate limit shall be twice the occurrence limit. C. Commercial auto liability and property insurance covering any owned and rented vehicles of Consultant in a minimum amount of $1 million combined single limit per accident for bodily injury and property damage. D. Professional errors and omissions insurance which covers the services to be performed in connection with this Agreement in the minimum amount of One million dollars ($1,000,000.00). Said policy or policies shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days' prior notice has been given in writing to City. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of Consultant's operation hereunder. Consultant shall also procure U 9 0 and maintain, at its own cost and expense, any additional kinds of insurance, which in its • own judgment may be necessary for its proper protection and prosecution of the work. Consultant agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Consultant or City with respect to the services of Consultant herein, a waiver of any right of subrogation which any such insurer of said Consultant may acquire against City by virtue of the payment of any loss under such insurance. 14. PROHIBITION AGAINST TRANSFERS Consultant shall not assign, sublease, hypothecate or transfer this Agreement or any of the services to be performed under this Agreement, directly or indirectly, by • operation of law or otherwise without prior written consent of City. Any attempt to do so without consent of City shall be null and void. The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or co- tenant if Consultant is a partnership or joint- venture or syndicate or co- tenancy, which shall result in changing the control of Consultant, shall be construed as an assignment of this Agreement. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint venture. _10- i 0 10 • 15. OWNERSHIP OF DOCUMENTS Each and every report, draft, work product, map, record and other document U reproduced, prepared or caused to be prepared by Consultant pursuant to or in connection with this Agreement shall be the exclusive property of City. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed documents for other projects and any use of incomplete documents without specific written authorization from Consultant will be at City's sole risk and without 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 as against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. Consultant shall, at such time and in such forms as City may require, furnish reports concerning the status of services required under this Agreement. 16. CONFIDENTIALITY The information, which results from the services in this Agreement, is to be kept confidential unless the release of information is authorized by City. 17. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of his responsibilities under this Agreement, City agrees to provide the following: -11- 0 • file at City. Consultant shall be entitled to rely upon the accuracy of data . information provided by City and the review of field conditions by Consultant. B. City staff will provide usable life of facilities criteria and provide information with regards to deficient facilities. 18. ADMINISTRATION This Agreement will be administered by the Public Works Department. Bill Patapoff shall be considered the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 19. RECORDS 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. All such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business hours to examine, audit and make transcripts or copies of such records. Consultant shall allow inspection of all work, data, documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. -12- • 20. WITHHOLDINGS City may withhold payment of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work for a period of thirty (30) days from the date of withholding as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of seven percent (7 %) per annum from the date of withholding of any amounts found to have been improperly withheld. 21. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence of Consultant • which result in expense to City greater than would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or a restoration expense shall be borne by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other consultants in connection with Project. 23. CONFLICTS OF INTEREST A. Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose financial interest that may foreseeably be materially -13- 0 • affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. B. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. 24. SUBCONSULTANT AND ASSIGNMENT A. Except as specifically authorized under this Agreement; the services included in this Agreement shall not be assigned, transferred, contracted or subcontracted without prior written approval of City. 0 25. NOTICES All notices, demands, requests or approvals to be given under this Agreement shall be given in writing and conclusively shall be deemed served when delivered personally or on the third business day after the deposit thereof in the United States mail, postage prepaid, first class mail, addressed as hereinafter provided. 0 -14- U • 0 All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Attention: Bill Patapoff, City Engineer City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92658 -8915 (949) 644 -3311 Fax (949) 644 -3318 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attention: Max P. Vahid, P.E., President John M. Tettemer & Associates, LTD A Division of the Keith Companies 3151 Airway Avenue, Suite Q -1 Costa Mesa, CA 92626 (714) 434 -9080 Fax(714)434 -6120 26. TERMINATION In the event either part hereto fails or refuses to perform any of the provisions hereof at the time and in the manner required hereunder, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) days, or if more than two (2) days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) days after receipt by defaulting party from the other party of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the -15- 9 0 non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 26.1 City shall have the option, at its sole discretion and without cause, of terminating this Agreement by giving seven (7) days' prior written notice to Consultant as provided herein. Upon termination of this Agreement, City shall pay to Consultant that portion of compensation specified in this Agreement that is earned and unpaid prior to the effective date of termination. 27. COMPLIANCES Consultant shall comply with all laws, state or federal and all ordinances, rules and regulations enacted or issued by City. 28. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein whether of the same or a different character. 29. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Consultant. -16- 0 • • • 30. 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. 31. PATENT INDEMNITY Consultant shall indemnify City, its agents, officers, representatives and employees against liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: By: 1 in auson Assistant City Attorney ATTEST: LaVonne Harkless City Clerk f:\users\pbw\shared\agmt\99\tettemer.doc -17- CITY OF NEWPORT BEACH A Municipal Corporation By: Mayor City of Newport Beach CONSULTANT By. , Vahid, PE. President L, • 0 John M. Tettemer & Associates, Inc. A Division of The Keith Companies, Inc. CITY OF NEWPORT BEACH STORM DRAIN MASTER PLAN SCOPE OF SERVICES Project Management and Schedule 1.1 Project Schedule Our proposal provides for preparation of a project schedule showing start date and time of completion for each task, milestones, meetings and two City reviews of three weeks each. City target date for completion is March 31, 1999. Our proposal assumes that notice to proceed will be issued by November 9, 1998 in order to complete the Master Plan by April 9, 1999. 1.2 Project Meetings • Our proposal provides for attendance at three meetings with the City staff, one City Council study session and one City Council meeting for a total of five meetings. Assumed each meeting will be approximately three hours. 9 1.3 Monthly Progress Reports Our proposal provides for preparation of monthly written progress reports with updated schedule and summary of work performed vs. contract amounts through the reporting period. Assumed preparation of two monthly status reports with the final report due at the completion of the third month. 1.4 Project Management Our proposal provides for coordination of Master Plan tasks with City Engineer and operation staff, management of consultant staff during the preparation of Master Plan tasks and administration of Master Plan development. Assumed two hours per week for sixteen weeks during the preparation of Master Plan. 0f8- 0)w132PRO 1 0 • 2. Data Collection and Review of Available Information 0 Our proposal provides for JMTA staff to meet with the City project manager and operation staff to obtain data relating to the existing storm drain system and known problem areas. JMTA will collect and review all available documents and information regarding the existing drainage facilities from the City staff. JMTA will also collect data relating to the County -owned facilities. This task will include reviewing existing drainage atlas, existing storm drain inspection reports, existing storm drain inspection videos, and review of structural integrity of the existing storm drain system. In addition, this task will include obtaining all drainage records, maps, previous studies, pertinent ordinances and resolutions, available as -built plans and all other relevant information. Assumed all available information will be provided to JMTA by the City staff. Collected information will be utilized for development of the drainage area map, deficiency analysis, and hydraulic analysis. Field Reconnaissance of Drainage Area and Drainage System Our proposal provides for JMTA staff to perform the following activities: 0 3.1 Conduct a field trip with the City operation and maintenance staff to review the existing drainage facilities and observe known problem areas; 3.2 Conduct field reviews to confirm or refine the drainage areas boundaries as shown on the storm drain atlas; 3.3 Prepare a base map utilizing the City's existing storm drain atlas and E size map at a scale of 1" = 1,000' of the existing storm drain system. The base map will be as a AutoCADD layer over the City's existing storm drain atlas. The City's existing storm drain atlas shows existing streets and existing storm drain system. The new layer map will show land use data, soil group, rainfall and refined drainage boundaries and all other information obtained during the data collection task. It is assumed that the existing information available by the City will provide sufficient data for determining drainage boundaries and the hydrologic computations and no additional topography mapping will be required. 3.4 Summarize the findings. 01 a -o 1w 132PR0 0 Hydrologic Analysis 9 Our proposal provides for JMTA to prepare a hydrologic model of the drainage areas in accordance with the procedures outlined in the Orange County Hydrology Manual 1956 Edition and the latest supplements. We will perform the hydrologic analysis to determine the 10 -year and 100 -year discharges for all drainage areas tributary to the existing storm drain system as shown on the City's storm drain atlas (approximately 350 areas). At sump conditions, we will perform hydrologic analysis for 25 -year return frequency. We will coordinate with City staff and use the latest City design criteria and standards to establish design frequencies for the system. The hydrologic model will be developed utilizing the Rational Method Calculations for computing discharges by the use of the Advanced Engineering System (AES) computer program. For retarding basin areas, unit hydrographs will be computed utilizing the AES computer program. Peak flow discharges will be computed at the downstream end of each drainage sub area. Hydraulic Analysis . Since the City's existing storm drain system has experienced several storms in excess of a 100 -year event, and many of the storm drain pipes have conveyed these extreme flow runoffs adequately, hydraulic analysis of the entire City's storm drain system may not be necessary. Our proposal, therefore, provides for JMTA to prepare a hydraulic model to determine the capacity of suspected problem areas within the existing storm drain system by using normal depth calculation method (Darcy — Weisbach equation) considering the friction losses through the pipe, entrance losses, and tailwater condition at the downstream end of the pipe. For the facilities consisting of several storm drainpipe confluences or other complex conditions, the hydraulic analysis may be performed utilizing Water Surface Profile Gradient (WSPG) computer program. The effect of tailwater condition in the high tide areas will be considered for the hydraulic analysis. Peak flow discharges obtained from Task 4 will be utilized to compute street flow and pipe flow rates. The hydraulic calculation will be based on the City's design criteria, i.e., 10 -year flow Hydraulic Grade Line (HGL) to top of curb and 100 -year flow HGL to the street right -of -way (or other). This task will determine flow capacity of suspected problem areas within the existing storm drain system and will identify the areas with hydraulic deficiencies. For purpose of this proposal we have assumed that hydraulic analysis will be performed for one -half of the existing storm drain system. Hydraulic analysis for more than one -half of the existing storm drain system will be 019.01 W U2PRO 0 performed if the results of the AES hydrologic model indicate the need for the • additional analysis. 6. Deficiency Analysis Our proposal provides for JMTA to prepare a drainage system deficiency analysis. The results of the hydraulic analysis will be utilized to determine deficiencies in the existing storm drain system. For each sub area, new, replacement, or parallel storm drain pipes will be analyzed. The information obtained in Task 2 related to the condition of the system and the structural integrity of the existing pipes will be used in the deficiency analysis. This task will include evaluation of Orange County Flood Control District (OCFCD) and Caltrans drainage facilities and detention basin as part of the existing storm drain system upgrade. Drainage System Impacts from High Tides Analysis Our proposal provides for JMTA to perform a review of the drainage system and roadways on the Newport Peninsula, Newport Island, and Balboa Island. The current system of tide values will be reviewed and the results of the findings will be summarized. JMTA will provide the following: 7.1 Mapping The existing studies for the high tide areas provide sufficient data regarding the limits of inundation areas. This task assumes no additional mapping will be required for the high tides areas; and Any missing tide gates or outlet pipe will show on map prepared in Task 3. 7.2 Summary of the Findings Prioritize tide valves with regard to: Minor street flooding Major street flooding 018 -0 IW U2PR0 0 0 L J • • Commercial /private property flooding Alternatives analysis to consider: Vault and appurtenances for use with portable pump Automatic tide valve system Automatic tide valve and pump system 8. Proposed Facility Upgrades and Cost Analysis Our proposal provides for JMTA to prepare a plan of the proposed facilities upgrades developed during the deficiency and hydraulic analyses. The proposed facility plan will show all the drainage facility upgrades to replace deficient and deteriorated system components. The upgraded facilities including all channels, pipes, catch basins, etc. and their sizes will be shown as an AutoCADD layer on the base map prepared in Task 3. Cost estimates will be developed for the proposed facility plan utilizing JMTA in- house cost data and /or cost information obtained from the City staff. Prioritization of Proposed Facility Upgrades Our proposal provides for Bucknam and Associates to review the proposed facility upgrade plan and to prepare a prioritization plan of the proposed upgrades for budgeting purposes. 10. Storm Drain Master Plan Maps Our proposal provides for JMTA to prepare the following: 10.1 Storm Drain Master Plan Map utilizing AutoCADD data exported from the City's existing storm drain atlas to show: 018 -0 J W 132PRO All drainage facility upgrades (channels, pipes, catch basins, etc.) including sizes; and • • • All drainage area boundaries. The mapping will be prepared in AutoCAD format (Version 14) and will be submitted to the City as an AutoCADD layer.. 10.2 JMTA will prepare Storm Drain Master Plan sheets on reproducible mylars to match the City's 200 scale drainage atlas maps (109 sheets at 11" x 17 "). These maps will be included as part of the Storm Drain Master Plan Report. 10.3 JMTA will prepare a Storm Drain Master Plan map on reproducible mylar at scale of 1 "= 1,000'. This map will be included in the Storm Drain Master Plan Report. 11. Storm Drain Master Plan Report Our proposal provides for JMTA to prepare final report which will include the following: • Executive summary; • Introduction and history; • Study approach, assumptions and criteria; • Existing drainage facilities; • Hydrologic and hydraulic analyses; • Deficiency analysis; • Proposed facility upgrade plan; • Proposed facility upgrade cost estimates; • Proposed facility upgrade prioritization plan; and • Storm Drain Master Plan map. Our proposal provides for 20 sets of final documents and one set of reproducible documents. Computer diskettes of data files will also be provided to the City. r� • 0 018A lW IRPRO L V 0 0 171 F John M. Tettemer & Associates, Inc. A Division of The Keith Companies, Inc. CITY OF NEWPORT BEACH STORM DRAIN MASTER PLAN LIST OF PROJECT PERSONNEL 0180JW133PR0 7 Estimated Percentage of Name Position Project Time Max Vahid, P. E. Principal in Charge .50 Alan A. Swanson, P. E. Principal (QA /QC) .85 John S. Wolter, P. E. Project Manager 5.40 William Lawson, P. E. Project Engineer 10.0 Dan Villines, P. E. Project Engineer 10.0 Sean Nazarie, P. E. Project Engineer 7.0 Anne Chu, P. E. Staff Engineer, Hydrology 24.60 Bart Pair Staff Engineer, Hydraulics 24.60 Rick Mayfield CADD Drafting 14.9 Clerical 2.15 0180JW133PR0 7 U u C _ _ N N N N C 10 L O Or m U m m V W W t7 N ip O d z a N ^ th O ^ c .� � N O n Q 0 Z Fr W W Z 0 Z w W F- Q N W W U D 7 O V) W Ah m N N V W W t7 N ip O p N P O N N ^ th N ^ n N n n e O r c b - E � o 0 m a" N [O N O r r O N w O r G . w w N w w E c wu, U Y r N (O O l7 Q N N O N Y a M N r r m N e w w w w F a E 'm w w m o w w _ w w n w S u 0 0 0 0 0 0 c w w w w w w � e O w t0 w O N P N N a0 F C w w N � o r a o w ro w w N r w a, o w w w Q, c 6 N N V Y N O N t` O m O 10 O N O N w N N N V N N O O O w c z o. N O j N j O O O p O p O p O p O p S F- 2 F- rn c a c E o r C d y 6 N C a Q O W c c w rn m v o o 0 d E LL N N LL a d � d � LL' LL LL LL LL H c> a f- � 0 (7 U c q Z c - ww � — N w W w W w a E m z Z v m N W umoi (j Q C W t op = o O O F• a E m H z `o a r w w W o U V D L >_ E p N Q W w � 0 w q ww Nw w w w a - E Eo � E o +� m a N N m O N m O O w Y N In (O a N n v O w m p rn O °m o d v E E E m w w m N w w w w 0 0 ° o w w w w w w w m m U E O w °O O o o O w w w w w w o N E e 0 O n - p m o N O v W N 0 ^ o ¢ a` W n w m A O Qi 4 d w N w N O V d w 6 Y ID N w 4 OJ d W N d w N d N O io P w w w w w w w N � O W m N N o w w w w w w C C 6 N m K J !0 m m J m 7 N J N 7 m 7 7 N z 2 F 2 {O- Z Fes- T F�- I F S 1-� 2 H 2 lo- = F °c n ai c � 0 n U N ~ m 4 c IT O n m m d N C m m E N 2 0 u o o 2 h N Q E 2 N T ¢ v Z ryry O o N E A v c O 2 n N c C V ° F E E 2 v1 a o W ° ; a U q m Ci w M d m (O n ^ ^ 07 F 0 • • E U V C C M N d O 0 C m 0 L N Q o. m m N O t m N 0 Q Q O d Y d m EL z a F- o v 0 21 ca U C .N w L >_ 7 N Q N 0 _Z O: W w Z C) Z W W Q F- (1) w W v 7 O w W m 0 O N N o O d tp N � 1D F N w w N N O N F N p O o c b p o 0 0 [o N m a O t0 O O O O N N d N O N w O b u° O O O DJ 1N O O O � W O N N M OI T O d N iD m {p N p N N N d o p r E m w w c � w � w U w O O O O O d O N N O tp E w v O O O O N O O n O c W O w b ^ o w ¢ o` [ w r a N O N O O O O O O O O N � w N d M M C p U O N y � N w w ry v � s a w N d 0 2 !0 2 H S F 2 F 2 F 0 o n w � 7 J u o n Y o� Y N T o O N O M O H m 0 JOIIN M. TETTEMER & ASSOCIATES, INC. A Division of The Keith Companies, I ne. EF ESC EI ED TI _E Hourly Rates Principal $ 124.00 Senior Project Manager $ 105.00 Project Manager $ 90.00 Project Engineer $ 90.00 Director, Environmental Services $ 94.00 Assistant Project Engineer/Manager $ 70.00 Design Engineer $ 70.00 Environmental Services Staff $ 70.00 CADD Designer $ 65.00 DraftsmanlEnvironmental Planner $ 50.00 Administrative Assistant $ 45.00 Expenses such as special project supplies and materials; food, lodging and transportation (other than auto mileage) for time away from the area of our office; telephone; outside reproduction; courier /express mail; and other costs directly applicable to the project will be charged at cost. Auto mileage will be charged at $0.325 per mile. Computer processing time will be charged at $19.00 per hour. Normal xeroxing will be charged at $0.06 per page. 2510 Xerox will be charged at $0.50 per square foot for bond, $0.75 per square foot for vellum, and $1.50 per square foot for mylar. CADD plotting will be charged at $2.00 per square foot for bond, $2.25 per square foot for vellum, and $4.50 per square foot for mylar. Fax transmittals will be charged at $1.00 per page. N- RATF/DOG 10123/98 FEE/FS /C: • 9 Cl CW of Newport Beach 0 BUDGET AMENDMENT 1998 -99 ECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase Budget Appropriations AND X Transfer Budget Appropriations �X from existing budget appropriations from additional estimated revenues from unappropriated fund balance EXPLANATION: NO. BA- 019 AMOUNT: 353,906.00 Increase in Budgetary Fund Balance Decrease in Budgetary Fund Balance PX No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: To enter into a contract with John M. Tettemer & Associates for creating a master plan to analyze the City's drainage system. The last analysis was performed in 1961. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description General 3605 Fund Balance Control REVENUE APPROPRIATIONS (3601) . Fund /Division Account Description EXPENDITURE APPROPRIATIONS (3603) Division Account Division Account Division Account Division Account Division Account Signed: Signed: *d: Amount Debit Credit Description Number 7012 Drainage Number C5100008 Storm Drain Improvement Program $53.906.00 Number 7012 Drainage Number 05100452 Storm Drain Master Plan Number Number Number Number Number Number Automatic Systen anager City Council Approval: City Clerk $53,906.00 /6"1 /D - .2y— y� Date Date