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