Loading...
HomeMy WebLinkAboutC-3349 - Big Canyon Reservoir Seismic Analysis Program (SAP)G3u4- PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT, entered into this /3t4 day of , 2000, by and between CITY OF NEWPORT BEACH , a Municipal Corporation (hereinafter referred to as "City'), and URS Greiner Woodward Clyde International - Americas, Inc. whose address is 2020 East First Street, Suite 400, Santa Ana, California, 92705, (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 Charterof City. B. City is planning to implement a seismic evaluation of Big Canyon Reservoir ( "Project "). C. City desires to engage Consultant to develop and implement a Seismic Analysis Program to determine the seismic stability of the embankment for Big Canyon Reservoir in accordance with the terms and conditions contained in this agreement. D. The principal members of the Consultant team are for purpose of Project are Jean Suter Hill, Michael Smith, Martin Siem, and John Barneich (Subconsultant). E. City has solicited and received a proposal from Consultant, has reviewed -1- E 0 the previous experience and evaluated the expertise of Consultant and 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 _ day of 2000, and shall terminate on the _ day of , 20_, 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 twenty -four thousand and six hundred seventy -four dollars. ($124,674). 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- • • 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 plus 15 percent 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 plus 15 percent and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 4. STANDARD OF CARE 4.1 All of the services shall be performed by Consultant or under Consultants supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement and that it will -3- 0 0 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 fumish 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 and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute Consultant or any of Consultant's employees or agents to be the agents or employees of City. Consultant shall have the responsibility for and control over the details in means of performing the work provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement which may appear to give City the right to 10 • i 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 Jean Suter Hill to be its Project Manager. 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 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 -5- 0 0 specified below and Exhibit C. The failure by Consultant to strictly adhere to the schedule may result in termination of this Agreement by City. 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. Phase 1: Phase 1 of the project shall consist of Stages 1 and 2 of the Scope of Services (Exhibit "A "). Consultant shall complete Phase 1 within 60 calendar days of the execution of this Agreement and written notice to proceed. No work shall be performed by Consultant beyond the Phase 1 stage until the Project Administrator has provided approval of the Final Plan of Approach and authorization to perform Phase 2. Phase 2: Phase 2 of the Project shall consist of Stage 3 and 4 of the Scope of Services (Exhibit W). The Final Plan of Approach shall include a schedule for performance and completion of Phase 2 within 90 calendar days. Consultant shall complete Phase 2 in accordance with the schedule provided in the Final Plan of Approach. No work shall be performed by Consultant beyond the Phase 2 stage without prior written authorization of the Project Administrator. 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 0 Consultant's control. 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 property damages, or any other claims arising from any and all negligent acts or omissions of Consultant, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Agreement, 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 carriers, unless otherwise approved by City Risk Manager. A. Worker's compensation insurance covering all employees and principals of 91 0 0 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 dollars ($1,000,000) 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 amount of $2 million Dollars ($ 2,000,000). 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 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. M n 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. 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 -10- 0 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: A. City will provide access to and upon request of Consultant, provide one copy of all existing record information on file at City. Consultant shall be entitled to rely upon the accuracy of data information provided by City or others without independent review or evaluation. City will provide all such -11- Ll materials in a timely manner so as not to cause delays in Consultant's work schedule. Notwithstanding anything herein to the contrary, the parties agree that failure by the City to provide timely access to record information on file at the City shall be deemed the City's active negligence. B. Provide blueprinting, CADD plotting, copying and other services through City's reproduction company for each of the required submittals. Consultant will be required to coordinate the required submittals with City's reproduction company. All other reproduction will be the responsibility of Consultant and as defined above. C. 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. Eldon Davidson shall be considered the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 19. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business -12- 0 0 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. 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 or professional inexperience of Consultant which result in expense to City greater than would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and/or a restoration expense shall be bome 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. -13- 0 0 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 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 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. -14- 0 u All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: City of Newport Beach Attention: Eldon Davidson 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: Ms. Jean Suter Hill URS Corporation 2020 East First Street. Santa Ana, California 92705 (714) 835 -6886 or(714)648 -2756 Fax (714) 667 -7147 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 ten (10) working days, or if more than ten (10) working days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within ten (10) working days after receipt by defaulting party from the other party of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the nondefaulting party may terminate the Agreement -15- 0 0 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. 30. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his/her -16- • • 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. COMPUTER DELIVERABLES CADD data delivered to City shall include the professional stamp of the engineer or architect in responsible charge of the work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All drawings shall be transmitted to the City in Auto Cad version 14 in ".dwg" file format. All written documents shall be transmitted to the City in Microsoft Word 97 and Microsoft Excel 97 and be consistent with Microsoft Office 97. 32. 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 -17- 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: Robin auson Assistant City Attorney ATTEST: By: >9? . PV� LaVonne Harkless i City Clerk f: fuserslpMv lshared\coundlHy99- ONune-1 Mum so CITY OF NEWPORT BEACH A Municipal Corporation CONSULTANT J By: C. ZNrry Lay Vice President • • Exhibit A of. Services There are three general issues to be addressed by the Seismic Analysis Program (SAP) for Big Canyon Reservoir, as follows: ❑ General condition of the facility and appurtenances; ❑ Stability and seismic performance of the dam and reservoir slopes, under both existing and potential future normal and extreme load conditions; and ❑ Integrity of the overall reservoir.system to continue operating in a manner consistent with the City's requirements; A 4 -stage approach has been developed to address these issues, as follows: ❑ Stage 1: Program Research and Assessment, consisting of a review of available information on the design, construction, operation and historic and current performance of the reservoir. • Stage 2: Plan of Approach, in which a plan would be developed for obtaining additional data as required to complete a seismic analysis of the Big Canyon Reservoir embankment, and for performing the analysis. • Stage 3: Development of Seismic Analysis, including seismic ground motion characterization, modeling of analytical cross- sections, and stability analyses for critical load conditions. ❑ Stage 4: Report of Findings, in which the findings from the seismic analysis are presented, and an assessment is made regarding the overall condition of the project, with special emphasis on the asphalt liner and attention to the City's plans for an HDPE reservoir liner and cover. This stage of the work would also include the development of concepts and conceptual -level cost estimates for recommended remediation work. The following paragraphs describe in more detail the work elements for each stage of the project. STAGE 1 — PROGRAM RESEARCH AND ASSESSMENT The major elements of the Stage 1 work are as follows: 1(a) Perform an in -depth review of existing available information and data on the design, construction, performance, and surveillance of the Big Canyon Reservoir project and the seismicity of the reservoir site 1(b) Perform a field reconnaissance of the existing reservoir facility 1(c) Assess the design and function of the existing reservoir underdrains and the off -site groundwater drains Element 1(a) — Review of Existing Available Information. Consultant's in -depth review of existing available information and data on the Big Canyon Reservoir project would include the following documents, many of which may be available in the City's files: ❑ Project construction plans ❑ Design and construction reports • Geotechnical report(s) • Groundwater studies report(s) ❑ Seismic report(s) ❑ Historic aerial photographs of the project potential fault traces could be identified site, on which ground lineaments representing 0 0 • The Seismic Element of the City's General Plan • Survey and piezometric data reports In conjunction with the review of available documents, City personnel and consultants familiar with the design, operation and surveillance of the project would be interviewed. Such interviews would include Mr. Karl Wiebe, retired from James M. Montgomery Consulting Engineers, with respect to the conclusions and recommendations presented in the groundwater studies reports. Document review would also include State Division of Mines and Geology information, including maps, special studies, open -file reports, and legislative acts, and other relevant information published in professional journals. All pertinent information as it relates to the Big Canyon project will be incorporated where applicable in the evaluation of active and inactive faulting that could potentially impact the reservoir facility. Consultant will also visit the State Division of Safety of Dams (DSOD) offices in Sacramento to examine their files to locate and copy any additional documents useful to the project assessment. Such documents might include the construction specifications, a design report, internal memoranda of design analyses, and inspection notes. Element I (b) — Field Reconnaissance. For the field reconnaissance of Big Canyon Reservoir, a team of professionals will visit the project site and perform a visual survey of the reservoir, the dam embankment, the spillway, the inlet/outlet system, the underdrain and off -site drain systems, and other related features and structures. In addition, a visual survey of the surface geology and pertinent geomorphic features relating to the potential proximity of faulting will be completed. The primary objectives of the project reconnaissance will be: ❑ To compare existing project features with project descriptions available in the reviewed documents; ❑ To identify potentially unsafe conditions or evidence of unsatisfactory performance; ❑ To identify any constraints relative to continued operation of the reservoir; ❑ To identify conditions that should be taken into account in the project assessment, which may not be readily apparent from the available documents; and ❑ To understand the City's historic and current reservoir operations. The team will include a civil /geotechnical engineer and an engineering geologist familiar with dams. The site observations will be recorded on forms developed for that purpose, and supplemented with photographs of the various components of the reservoir system to document conditions. Element I (c) — Assessment of Drains. Assessments of the function of the reservoir underdrains and the off -site drains would be based on information contained in the review documents, the site observations, and Consultant's experience with other similar projects. Consultant will communicate with the City on a continuous basis regarding the progress of the research and assessment work. Conclusions based on the findings from the Stage 1 work would be submitted to the City in a memorandum format. Copies of relevant documents obtained from the DSOD files and not in th eCity files will be provided to the City as an attachment to the memorandum. 2 - PLAN OF APPROACH Following completion of the Stage 1 research and assessment work, Consultant will develop a plan for obtaining additional, or updated, information and data identified as being needed to perform a seismic analysis of the Big Canyon Reservoir project. It is envisioned that field explorations may be required for embankment and foundation material characterization. The work plan would present a relatively detailed description of recommended geotechnical investigations, such as subsurface drilling and sampling, including hollow -stem auger and/or rotary wash borings, and geophysical surveys. The plan would also include recommendations for geotechnical laboratory testing and Consultant's proposed analysis methodology. As part of the development of the Plan of Approach, Consultant will perform a preliminary simplified deformation analysis of the Big Canyon Reservoir dam embankment in the same manner as was recently performed by Consultant for the initial screening of the 17 LADWP dams. The preliminary analysis of the Big Canyon project would be based on existing available information and data on the dam section geometry and embankment and foundation properties, and the seismic shaking parameters developed for the analysis of nearby San Joaquin Reservoir dam. Historic readings from the existing piezometers at the project site would be used to model the phreatic surface in the embankment. The findings from the preliminary analysis will provide a more reasonable perspective on the types and extent of additional explorations and tests that are needed, and the appropriate final analysis methodology. Although the Big Canyon Reservoir SAP is not mandated by the DSOD, Consultant's proposed investigation and analysis methodologies would be consistent with those normally accepted by DSOD as being appropriate for the seismic re- evaluation of an existing reservoir project. For example, material characterization for a liquefaction analysis based on Standard Penetration Test (SPT) blow counts is more readily acceptable to the DSOD if the SPTs are performed in rotary wash borings rather than in hollow - stem auger borings. Consultant's work plan would be submitted to the City initially as a draft, then finalized to take into account comments and concerns that may be expressed by the City. With the City's authorization, Consultant would submit a copy of the plan to the DSOD for concurrence. STAGE S - DEVELOPMENT OF SEISMIC ANALYSIS Upon agreement by the City of the work plan developed in Stage 2 of the Big Canyon SAP, Consultant would commence the investigations and analyses described in the plan. The basic elements of the seismic analysis would be as follows: 3(a) Fault Characterization 3(b) Geotechnical Investigations 3(c) Ground Motion Characterization 3(d) Seismic Analysis Element 3(a) — Fault Characterization. On the basis of available information and data, Consultant will identify and characterize active and potentially active local and regional faults that could generate seismic ground, motions at the Big Canyon project site. Fault characterization would include the location, orientation, and persistence of the faults, as well as Maximum Credible Earthquake (MCE) magnitude, as required for characterization of the potential seismic - induced ground motions at the site. Element 3(b) — Ceotechnical Investigations. It is intended that the Element 3(b) geotechnical investigations be performed in accordance with the Plan of Approach developed as part of the Stage 2 work. However, modifications to the plan may be recommended on the basis of the findings of the Stage 3, Element (a) fault characterization work. 0 0 As a minimum, it is assumed that up to five hollow -stem auger or rotary wash boreholes will be advanced and sampled for the purpose of obtaining additional or updated site- specific geotechnical data on subsurface conditions. The method of drilling and sampling will depend on the anticipated characteristics of the subsurface materials and the type of data required. For example, Standard Penetration Test (SPT) blow counts may be correlated to the relative density of the subsurface materials and/or provide data for the seismic liquefaction analyses of non - cohesive soils deposits. A registered geologist or civil engineer will be on site to coordinate drilling activities, collect soil /rock samples, and log the boreholes. Soils encountered in the borings will be logged as they are recovered from the borehole, and samples transported to URS's geotechnical laboratory for testing. Depending on the perceived reliability of existing geotechnical characterization data and the findings of the preliminary analysis performed as part of the Stage 2 work, geotechnical testing might include index properties, strength, and permeability. It is also assumed that cone penetration tests (CPTs) and geophysical refraction surveys may be performed to provide additional information on subsurface conditions, particularly with respect to depth and continuity of subsurface layers, including the bedrock surface. Ground Motion Characterization. The dam was designed and constructed in the mid- to late -50's. Woodward -Clyde Consultants completed a seismic liquefaction study of the project site in 1979. Since that time, there have been significant developments in the understanding of fault mechanics, earthquake - induced ground motions, and the effects of seismic shaking on embankment structures such as dams. As a result, it is likely that the peak ground accelerations estimated for the project site using current methodologies will be greater than estimated in the late 1970's. In addition, the development of new methods of analysis and a better understanding of the behavior of dams during and following seismic events may result in a different interpretation of the seismic performance of Big Canyon Dam than in previous studies. For the purposes of evaluating the seismic performance of the Big Canyon Reservoir embankment, Consultant proposes to evaluate the maximum ground acceleration at the dam by the deterministic method, which is the only method accepted by DSOD. In this method, the peak horizontal ground accelerations that could be induced at the project site by active and potentially active local and regional faults are obtained from published attenuation relationships that take into account MCE magnitudes, fault geometry and minimum distance from the site, and the geologic conditions at the site (e.g., soil vs. rock). At the City's request, the Consultant would also perform an evaluation of the design earthquake event using a probabilistic seismic hazard analysis. Although a probabilistic analysis would not be acceptable to the DSOD, the analysis would allow the City to develop estimates of seismic risk and perform quantitative comparisons of different risk management options in a decision - making process. For example, the results of a probabilistic analysis were incorporated into a reliability analysis for the Metropolitan Water District of Southern California's Eastside Reservoir Project (now, Diamond Valley Reservoir) to demonstrate the relative safety of the project and to focus the design team's field investigation program. Consultant has also recently performed probabilistic seismic hazard analyses for Caltrans, the Metropolitan Transportation Authority (MTA), and the Transportation Corridor Agencies (TCA; Eastern, San Joaquin, and Foothill transportation corridors). Element 3(d) — Seismic Analysis. Consultant would evaluate the seismic performance of the Big Canyon Reservoir embankment slopes and cut slope under reservoir -full conditions and the different combinations of earthquake magnitudes and peak ground accelerations developed as part of the fault and ground motion characterization element of the Stage 3 work. The seismic analyses would be performed using a performance -based Newmark -type approach, such as the Makdisi -Seed methodology. A Newmark -type of analysis yields an estimated deformation of the dam crest, which is then compared to the available freeboard, rather than a transient factor of safety. The Makdisi -Seed methodology is consistent with the state of the practice and DSOD policy and criteria, and is generally considered to provide reasonably conservative estimates of earthquake- induced embankment and slope deformations. This analysis is an extension of the initial screening analysis completed as part of the Stage 2 work, but will utilize the updated seismic shaking parameters and material properties from the ground motion characterization and geotechnical investigation work described above. The seismic analysis would be performed using deterministic ground motions. However, if the seismic analyses indicate potentially unacceptable performance of the dam and/or reservoir cut slope per City and /or DSOD criteria, Consultant may recommend more refined analyses, such as non - linear methodology. Alternatively, depending on the findings, it may be more appropriate for the City to consider remediation measures and/or operational constraints (e.g., restricted reservoir surface elevation) to improve the performance of the project. As part of the seismic analysis work, Consultant would develop alternative concepts for remediation, if appropriate, including estimated design and construction costs. Depending on the findings from the seismic analysis, the City may also elect to perform a probabilistic risk assessment for the facility to quantify the reliability of the dam to perform satisfactorily under more probable, less intense seismic shaking conditions. Such risk assessments can provide useful information to the City to assist in the decision - making process. Consultant will also perform stability analyses for the following static load conditions ❑ Reservoir -full condition (reservoir surface at elevation 302.4 feet) ❑ Rapid drawdown of the reservoir, from elevation 302.4 feet to the bottom of the reservoir The static stability analyses would be performed using one or more static equilibrium methods, depending on the shape of the trial failure surface. These methods of analysis are consistent with the state of the practice and DSOD policy and criteria. If the results of the rapid drawdown analysis indicate potentially unacceptable performance of the dam and/or reservoir slopes per City and/or DSOD criteria, Consultant would develop preliminary recommendations for remediation, including estimated design and construction costs. Consultant would also work with City personnel to develop alternative drawdown scenarios that meet both the performance criteria and the City's operational requirements, in lieu of, or in conjunction with, remediation. Based on Consultant's current understanding of the project and project site conditions, and previous experience with similar projects in similar geologic /seismic settings, the inlet/outlet system are not expected to be sensitive to seismic - induced ground motions at the project site. The overall integrity of the reservoir system may be compromised in the event of significant deformation of the dam embankment or reservoir slopes as a result of a maximum seismic event. In this case, Consultant's recommendations for additional analyses and/or remediation would be extended to include other elements of the reservoir system. STAGE 4 - REPORT OF FINDINGS A Report of Findings will be prepared and submitted to the City summarizing the findings of the seismic analysis and evaluation for Big Canyon Reservoir. The report will describe Consultant's analytical model and ground motion characterization, and present the findings from the static stability and seismic performance analyses, including conclusion and recommendations. If the analyses indicate a significant seismic or drawdown risk for the project, Consultant would develop concepts for stabilization of the project for critical load events, including operations modifications and/or remedial construction. For the remedial construction alternatives, we would provide design criteria and order -of- magnitude design and construction cost estimates. The Report of Findings would also present Consultant's assessment of the condition of the existing asphalt liner in the reservoir with respect to performance lifetime, and address the City's plans for lining and covering the reservoir with HDPE, including the support capacity of the project embankment. It is conceivable that the HDPE liner would provide reliable control of the phreatic surface in the embankment, thereby effecting an improvement in the estimated performance of the embankment during critical load events. Five copies of a draft Report of Finding, will be submitted to the City's Utilities Manager for review and comments. Consultant would then meet with the Utilities Manager and other City representatives to discuss the comments. Consultant would then submit up to ten copies of the final Report of Findings for distribution to the Utilities Manager and other City representatives. • STAGE 1 PROGRAM RESEARCH AND ASSESSMENT SUMMARY DESCRIPTION: _ Element (a) - In -depth review of existing available information and data on the design, construction, performance, and surveillance of the Big Canyon Reservoir project and the seismicity of the project site. Element (b) - Perform a field reconnaissance of the existing facility. Element (c) - Assess the design and function of the existing reservoir underdrains and the off -site groundwater drains. ASSUMPTIONS / BASIS OF COST ESTIMATE: One one -day trip to Sacramento to review State Division of Safety of Dams (DSOD) files on the Big Canyon Reservoir project. City personnel familiar with the layout, operation, and surveillance of Big Canyon Reservoir are available to interview. Meetings - Project "kick -off' meeting; "ad hoc" meetings and telephone discussions with City personnel during course of Stage 1 work; progress meeting at completion of Stage 1 work. Deliverables - Progress memorandum summarizing findings from Stage 1 work. COST ESTIMATE: LABOR CLASSIFICATION HOURS TOTAL AVG.RATE ($Ihr) 1 TOTAL ($) $350 Element (a) Element (b) Element (c) Total Principal-in-Charge/Peer Review 2 0 0 2 $ 170.00 $ 340 $1,030 Project Manager 10 8 6 24 $ 180.00 $ 3,840 Consulting /Senior Project Professional 32 a 10 50 $ 135.00 $ 6,750 $ 82.50 Project Professional 24 8 0 32 $ 95.00 $ 3,040 0 Assistant Project/Senior Staff Pro 2 2 $ 66.00 $ 132 Technical Assistant/Word Processor 2 0 2 4 $ 66.00 $ 264 Clerk 2 0 2 4 $ 49.50 $ 198 SUB -TOTAL -Labor 80 24 22 126 $15,224 Other Costs: TOTAL STAGE 1 COSTS $17,108 DESC QUANT. RATE TOTAL Travel to DSOD, incl. air fare and car rental 1 $350 $350 Personal mileage 100 $0.325 $33 Reproduction I.S. $210 $210 Subconsultant services: John Barneich 4 $170 $680 Mark -upon ODC's $1,030 15% $155 Communications 3% on labor $15,224 3% $457 SUB -TOTAL -Other Costs $1.884 f. 8 0 0 8 $ 82.50 $ 660 Staff 0 0 0 0 $ 69.30 $ - Drafter /Illustrator 0 0 2 2 $ 66.00 $ 132 Technical Assistant/Word Processor 2 0 2 4 $ 66.00 $ 264 Clerk 2 0 2 4 $ 49.50 $ 198 SUB -TOTAL -Labor 80 24 22 126 $15,224 DESC QUANT. RATE TOTAL Travel to DSOD, incl. air fare and car rental 1 $350 $350 Personal mileage 100 $0.325 $33 Reproduction I.S. $210 $210 Subconsultant services: John Barneich 4 $170 $680 Mark -upon ODC's $1,030 15% $155 Communications 3% on labor $15,224 3% $457 SUB -TOTAL -Other Costs $1.884 • 0 STAGE 2 PLAN OF APPROACH SUMMARY DESCRIPTION: Perform preliminary simplified seismic deformation analysis of the Big Canyon Reservoir dam embankment based on existing available information and data. Develop a plan for obtaining additional,or updated, information and data identified as being needed to perform a final seismic analysis of the Big Canyon Reservoir project. ASSUMPTIONS / BASIS OF COST ESTIMATE: Meetings - Working session to discuss draft submittal. Deliverables - Draft and final versions of Plan of Approach. COST ESTIMATE: LABOR CLASSIFICATION HOURS AVG.RATE ($ /hr) TOTAL TOTAL ($) Principal- in- Charge/Peer Review 3 $ 170.00 $ 510 Project Manager 12 $ 160.00 $ 1,920 Consulting/Senior Project Professional 24 $ 135.00 $ 3,240 Project Professional 16 $ 95.00 $ 1,520 Assistant ProjecUSenior Staff Prof. 24 $ 82.50 $ 1,980 Staff 4 $ 69.30 $ 277 Drafter /Illustrator 6 $ 66.00 $ 396 Technical Assistant/Word Processor 4 $ 66.00 $ 264 Clerk 2 $ 49.50 $ 99 SUB -TOTAL - Labor 95 $10,206 rur,e� c.,�r�• DESCRIPTION QUANT. RATE TOTAL Personal mileage 33 $0.325 $11 Reproduction I.S. $55 $55 Subconsultant services: John Barneich 3 $170 $510 Mark -up on ODC's $510 15% $77 Communications 3% on labor $10,206 3% $306 SUB -TOTAL - Other Costs $958 TOTAL STAGE 2 COSTS $11,165 0 STAGE 3 DEVELOPMENT OF SEISMIC ANALYSIS 0 SUMMARY DESCRIPTION: Element (a) - Fault characterization, including location and geometry of active and potentially active local and regional faults. Element (b) - Geotechnical investigations as required for subsurface material characterization purposes and as part of the fault investigations. Assumed to include rotary wash and /or hollow -stem auger borings, with Standard Penetration Tests (SPTs) and sampling. May also include geophysical surveys and /or Cone Penetrometer Tests (CPTs). Would also include geotechnical laboratory testing. Element (c) - Deterministic and probabilistic ground motion characterization. Element (d) - Seismic analysis of Big Canyon Reservoir embankment slopes and cut slopes under full reservoir and design earthquake load conditions. The analysis would be performed using a Newmark -type approach, which is based on performance rather than factor of safety. Development of remediation concepts, if required, including design and construction cost estimates. Assessment of overall integrity of the reservoir system. ASSUMPTIONS / BASIS OF COST ESTIMATE: General (Vote: As indicated in our proposed scope of services, the actual field investigations to be performed for the Big Canyon Reservoir SAP will depend on the findings from our Stage 1 research and assessment work. The scope of the field investigations would depend on the need to obtain additional, or updated, information and data required to complete the SAP. For purposes of this cost estimate and the City's planning process, we have estimated a basic program limited to investigations for geotechnical characterization of the soils (including fill) at the project site, and a potential maximum program for a more detailed characterization of subsurface soil and bedrock conditions. Basic Program: Three rotary wash or hollow -stem auger borings to 50 feet deep, with sampling and SPTs; stability analysis based on deterministic ground motions and including critical static and seismic load cases. Additional Program (Potential Maximum): Three seismic reflection surveys and up to 18 Cone Penetration Test (CPT) borings; two additional rotary wash or hollow -stem auger borings to 50 feet deep, with sampling and SPTs. Meetings - "Ad hoc" meetings and telephone discussions with City personnel during course of Stage 3 work; working session during field investigation or analysis elements of work as needed to discuss interim findings; working session during preparation of draft Report of Findings. Deliverables - None. COST ESTIMATE IS ON NEXT SHEET. COST ESTIMATE: STAGE 3 DEVELOPMENT OF SEISMIC ANALYSIS LABOR CLASSIFICATION AVG. RATE ($fir) BASIC PROGRAM HOURS (Scope per RFP) TOTAL ($) POTENTIAL ADD'L. EFFORT TOTAL ADD'L. (5) Element (a) Elemem @) Element (c) Element (� Total Element (a) Aement @) Element (c) Element (� Total Add'I. Pdncipa4ln- ChargelPeer Review $ 170,00 4 2 2 4 12 $ 2,040 0 0 0 2 2$ 340 r 'ect Manager $ 160.00 3 6 6 13 29 $ 4,840 0 6 0 2 9$ 1,440 onsulting/Senior Project Professional $ 135.00 4 26 32 48 110 $ 14,850 0 26 0 8 34 $ 4,590 Project Professional $ 95.00 12 B 4 0 24 $ 2,280 0 0 0 0 0$ - Assislant Project/Senior Staff Prof. $ 82.50 8 20 24 40 92 $ 7,590 0 24 0 B 32 $ 2,640 Stab $ 89.30 0 4 0 0 41 $ 277 0 8 0 0 8$ 554 Drafter/illustrator 8 68.00 2 0 0 2 4$ 10,158 264 0 0 0 2 2$ 132 Technical AssistanUWerd Processor $ 66.00 2 2 0 2 6 b 396 0 2 0 2 4$ 264 Clerk $ 49.50 2 2 0 2 8$ 297 601 2 0 2 4$ 196 SUB- TOTAL - Labor 37 70 68 tit 287 $ 32,634 0 86 0 26 95 $ Other Costs: DESCRIPTION RATE BASIC QUAINT. TOTAL RATE ADD'L. QUANT. TOTAL ADD'L. Rotary wash or hollow stem auger borings with SPTs (5 basic, 3 addT x 50 ft. deep): w/ water truck support) $ 170 per hour 16 $ 2,720 $ 170 per hour 8 $ 1,360 Seismic refraction surveys (including data reductionlinlerp.) $ 4,500 per day 2 $ 9,000 Cone penetrometer tests (CPTs) - $ 2,000 per day 2 $ 4,000 Truck usage $� 60 per day 3 $ 180 $ 60 per day 3 $ 180 iscellaneous drilling supplies $ 150 per hole 3 $ 450 $ 150 per hole 2 $ 300 Geolechnical laboratory lesting Estimate 1 $ 3,000 Estimate 1 $ 1,500 Personal mileage $0.325 per mile 100 $ 33 $0.325 per mile 100 $ 33 Field contingency, 15% $ 3,350 $ 503 10% $ 14,840 $ 1,484 Reproduction I.S. $ 350 I.S. $ 500 Subconsullanl services: John Barneich $ 170 per hour 8 $ 1,360 $ 170 per hour 3 $ 510 Mark -up on CDC's 15% $ 5,033 $ 755 15% $16,654 $ 2,498 Communications (3% on labor) 3% $ 32,634 $ 979 3% $10,158 $ 305 SUB -TOTAL - Other Costs $ 10,329 $ 21,668 TOTAL STAGE 3 COSTS Basic Program: $42,963 Additional Program: $31,828 10,158 0 0 STAGE 4 REPORT OF FINDINGS SUMMARY DESCRIPTION: Prepare Report of Findings summarizing the seismic analysis and evaluation for Big Canyon Reservoir, including assessment of the condition of the existing asphalt liner and comments relative to the City's plans for lining and covering the reservoir with HDPE. The report would also present design and construction cost estimates for alternative recommended remedial measures. ASSUMPTIONS / BASIS OF COST ESTIMATE: Meetings - Working session during preparation of Report of Findings Deliverables - Draft and final versions of Report of Findings COST ESTIMATE: LABOR CLASSIFICATION HOURS AVG.RATE TOTAL Principal -in- Charge /Peer Review 4 $ 170.00 $ 680 Project Manager 18 $ 160.00 $ 2,880 Consulting /Senior Project Professional 75 $ 135.00 $ 10,125 Project Professional 24 $ 95.00 $ 2,280 Assistant Project/Senior Staff Prof. 20 $ 82.50 $ 1,650 Staff 8 $ 69.30 $ 554 Drafter /Illustrator 16 $ 66.00 $ 1,056 Technical Assistant/Word Processor 8 $ 66.00 $ 528 Clerk 4 $ 49.50 $ 198 SUB -TOTAL - Labor 177 E $19,951 Other Costs: DESCRIPTION QU Personal mileage Reproduction Subconsultant services: John Bameich Mark -up on ODC's Communications 3% on labor SUB -TOTAL - Other Costs TOTAL STAGE 4 COSTS $21,611 See separate sheets for more detailed breakdown of estimated costs by work stage. • • 0 Exhibit B BIG CANYON RESERVOIR SEISMIC ANALYSIS PROGRAM (SAP) SCHEDULE OF FEES AND CHARGES The following describes the basis for compensation for services performed during the calendar year 2000. PERSONNEL CHARGES The charge for an time required in the performance of the Scope of Services, including office, field and travel time, will be at the (billowing rates: URSGWC LABORATORY SERVICES AND EQUIPMENT CHARGES The schedules of charges for laboratory testing performed at URSGWC feoilities and/or URSGWC equipment used on projects is available as needed. When URSGWC staff appear as expert witnesses at court trials, mediation, arbitration hearings, and depositions, their time will be charged at 1.5 times the above hourly rates. All time spent by personnel preparing for such trials, hearings, and depositions, will be charged at the above hourly rates. Overtime (hours worked in excess of eight (8) hours par day) by exempt personnel will be charged at the above straight time rate. Overtime by non -exempt personnel will be charged at 1.3 times the above hourly rates. Special project accounting reporting and financial services, including submission of invoice support documentation will be charged. PAYMENT AND INTEREST CHARGES URSGWC shall submit progress invoices to Ciem in duplicate showing the services performed during the Invoice period and the charges therefore. Within thirty (30) days after roe>Ipt of an invoice, Client shall pay the full amount of the imoice; however, if Client objects to all or any portion of any invoice, It shell so notify URSGWC of the same within fifteen (15) days from date of receipt of invoice and shall pay that portion of the invoice not in dispute. The parties shall Immediately make every effort to settle the disputed portion of the invoice. Computers The charge for use of in -house computers for spreadsheets, word processing and other similar function is $7.00 per hour. The charge for use of Computer Aided Design and Drafting (CADD), Graphics generation, modeling applicatlone and similar technical computing is $25.00 per hour. The charge for use of the Geographic Information Systems (GIS) Is $35.00 per hour. In addition to the above, them will be a charge of $5.00 each for paper plot and $15.00 for each color plot generated by CADD and GIS systems. Document Reproduction In-house reproduction will be charged at $.10 a page for black & white and $1.50 a page for color for letter, legal, and 11 x 17 sin copies. Other aim document copying will be charged at $2.75 a page. Vehicles and Mdeace Field vehicles (pick-ups, van, trucks, etc) used on project assignments will be charged at $60.00 per day. The mileage charge for personal autos will be the than current mileage rate established by the Internal Revenue Service, which is now $.325 per mile.. This fee schedule contains conHdendai business information and Is not to be copied or distributed for any purpose other than the use intended in this contract orproposa /. URS GREINER WOODWARD CLYDE Page t of 2 Hourly Personnel Classification Bala OTHER PROJECT CHARGES Principal-i - Charge /Pear Review $ 170.00 Subcontmds and Friwomem Rental Project Manager /Sr. Consult. Prof. $ 160.00 The cost of services subcontracted by URSGWC to others Consulting /Senior Project Professional $ 135.00 and other costs incurred by URSGWC will be charged Project Professional $ 95.00 at cost plus 15 %. Assistant ProjecbSenior Staff Prof. $ 82.50 Staff $ 69.30 Communications Drafter /Illustrator $ 66.00 The cost of communications including telephone, telex Technical AssistantJWord Processor $ 66.00 facsimile, routine postage and incidental copying costs Clark $ 49.50 will be charged at a flat rate of 3% of total gross labor charges. When URSGWC staff appear as expert witnesses at court trials, mediation, arbitration hearings, and depositions, their time will be charged at 1.5 times the above hourly rates. All time spent by personnel preparing for such trials, hearings, and depositions, will be charged at the above hourly rates. Overtime (hours worked in excess of eight (8) hours par day) by exempt personnel will be charged at the above straight time rate. Overtime by non -exempt personnel will be charged at 1.3 times the above hourly rates. Special project accounting reporting and financial services, including submission of invoice support documentation will be charged. PAYMENT AND INTEREST CHARGES URSGWC shall submit progress invoices to Ciem in duplicate showing the services performed during the Invoice period and the charges therefore. Within thirty (30) days after roe>Ipt of an invoice, Client shall pay the full amount of the imoice; however, if Client objects to all or any portion of any invoice, It shell so notify URSGWC of the same within fifteen (15) days from date of receipt of invoice and shall pay that portion of the invoice not in dispute. The parties shall Immediately make every effort to settle the disputed portion of the invoice. Computers The charge for use of in -house computers for spreadsheets, word processing and other similar function is $7.00 per hour. The charge for use of Computer Aided Design and Drafting (CADD), Graphics generation, modeling applicatlone and similar technical computing is $25.00 per hour. The charge for use of the Geographic Information Systems (GIS) Is $35.00 per hour. In addition to the above, them will be a charge of $5.00 each for paper plot and $15.00 for each color plot generated by CADD and GIS systems. Document Reproduction In-house reproduction will be charged at $.10 a page for black & white and $1.50 a page for color for letter, legal, and 11 x 17 sin copies. Other aim document copying will be charged at $2.75 a page. Vehicles and Mdeace Field vehicles (pick-ups, van, trucks, etc) used on project assignments will be charged at $60.00 per day. The mileage charge for personal autos will be the than current mileage rate established by the Internal Revenue Service, which is now $.325 per mile.. This fee schedule contains conHdendai business information and Is not to be copied or distributed for any purpose other than the use intended in this contract orproposa /. URS GREINER WOODWARD CLYDE Page t of 2 • • SCHEDULE OF LABORATORY AND EQUIPMENT CHARGES The following describes the basis for compensation for services — performed during the calendar year 2000. Standard laboratory tests will be invoiced at a fixed charge per test. There will be a charge for the time of laboratory personnel associated with the supervision of the testing program and summarizing and plotting of the test data. These personnel time charges will be at the hourly rates for the classification of labor involved. The charges for standard laboratory tests are as follows: Laboratory Analysis Tyne of Test Visual Description and Classification Water Content Determination Water Content, Unit Weight Specific Gravity Plasticity Index (LL, PL and PQ Par icleSize Analysis 3/4 -inch to #200 including wash 64ndt to #200 including wash Combined Particle -Sae Analysis on material smaller than 3144nch with 5 pt. hydrometer Hydrometer Analysis -10 points on material finer than #10 sieve Double Hydrometer for Dispersive Characteristics (reading to 5 microns) Wash Analysis (#200 only) Laboratory Compaction 4-inch diameter mold 6-inch diameter mold Miscellaneous Sample Processing (hourly rate) Unconfined Compression Consolidation Test/Confined Compression Set -up and 12 incremental stages Single loading or unloading increment beyond 12 stages Expansion Index (racompacted 4 -inch diameter per specimen) One Dimensional Swell Ring Shear Test (Consolidated Drained Test) Fully Softened Condition with residual Stage Residual, pre-cut (set -up, first point) Incremental Stage, precut (per point) Unconsolidated- Undmined Trialdal Compression Test (UU) - per point Isotropically- Consolidated Drained Triaxial Isotropically- Consolidated Undmined Tdaxial Hydraulic Conductivity, Failing Head Method par Incremental Stage Determination Pinhole Test (Intact or Remolded Specimen) Specimen Trimming andlor Remolding (hourly rate) Rate Per Test ($) 10 15 25 60 95 im Quote 130 Rates for additional tests, not listed here, available upon request and are quoted on a project speck basis. Preparation of Shelby tube or other special samples, equipment, or laboratory consulting will be based on hourly personnel charges. Samples All samples of soil and rack will be disposed of 45 days after submission of any document that includes the data obtained from the samples unless other arrangements are mutually agreed upon. Upon request, samples will be delivered to the Client at the Client's cost or will be stored for an agreed storage charge. Equipment Inclinometer Water Level Meter Sand Cone Equipment Nuclear Density Gage Drilling Kit Down -Hole Logging Cage Rate ($ Z1.uuirtcur 25.00/day 3.10lhour, 15.00 /day 6.20/hour, 30.00 /day 125.OD /day 21.00/day 100 Rates for other special equipment will be furnished upon request. 150 40 170 200 75 75 400 40 130 125 250 200 100 130 500 400 340 125 215 75 This fee schedule contains confidential business htformagan and is not to be copied or distributed for any purpose other than the use intended In this contract or proposal. URS GREINER WOODWARD CLYDE Page 2 of 2 Big Canyon Reservoir Seismic Analysis Program Proposed Schedule 0 11 M x a a' .-r e�ape . orik . onfhs 4, manfh j mon s ' ¢rrr� �?LxT g{1 �t ��": �4-�;. � >a. ��""((� $��.s�YtL ` a 6ns��?45 `�'..4�'�`'�S '' �n,rs �'S�r� "'z d •x` dY - w4 i,`r t "i g- -te ie K q�n'k'�"'+�a} }„}"f .°fi-. fS'c'[�i'x'.C`y Y'L:+�AS�.$im Et'Kr4 + y �fi'� �Ir.!'S 11 'lf Ti?.ia 'JrR '•{ �. 4 }�'^�i•{:tit ll. MemorandumpllApproacf„u" pproach',t',. ''�'{ i t1y 9 " "v f i'f 'i �� =fir '•;'(x'^" tis%G'N .ice, - "`r- ••'���t.''� pAy"aN'''""'i .'x'/rJ •wr:. s y,^.. c. r. . -IJ �� �s.,i 1 e, n+ Yh 9^4:� vA 'T Rr."v 1'i T ITy •i L Research and &�2 <..; Assessment Planning 1 ,� a n o ^ N.t yy r It f ✓#S � t 5 3k"' £' 2' �paf t P a a �i -.ems Y+ .rk J � + b�? ivy �t �n�hr -0. ?! P i 6 � xY l ♦ p ]fit• �'�T ate• �4� Yr�'1e t1Sx 92 k "�t..;� 4 )Y k` SL �'+ a k "{tl y'�3rhl �N¢3tiY ,3'YIt t ln°ih. re a(WorkrSession)xr �" ? '4 ii rj-` a` 9.��s st �i. f+'e ',„rc' g .i w�S �'t} wa, r; ' �•, , ,,�. +r.,- {rw r n 's°`£4 M%!tiL` a�.r� ' a). 7ye�„�.^ of Findinos t bf OPlndinos 9�" r v 9 J 9 i h q:Y" C �':Is r� f i 'x �` 'L " "'�.�.'�� r � 'x;_ t t�+ °i �'v" Yt ���'a &� r�" Y •��'i, t a�sn�. h� Fault Analysis Conclusionsl pf ( Characterization y Recommendations '" - Field Invesll anon p # �kv tin dt � PtbgressrMtgsJrlWork 'Sessia�'.}4� _ `,I`�j' � ' • ti ;•, " N ;� � , a�. w�j N ^ � 4 ,.ice itoxbe'scheduledtassnecessa ""�*._.%� ,, i r t��x, *' - k � " • t If;!o• discuss %myefim findings ,:k !4 �. ._ r s .,. � - '{fie.+ a�' y , M1 ,,}•� v _ .dl Em 0 11 M x a a' .-r P,,g) C -334H Cf v F I JUN 1 3 4 June 13, 2000 w CITY COUNCIL AGENDA _ APPROVED ITEM NO. 15 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: PROFESSIONAL SERVICES AGREEMENT FOR BIG CANYON RESERVOIR SEISMIC ANALYSIS PROGRAM RECOMMENDATION: Authorize the Mayor and City Clerk to execute a Professional Services Agreement with URS Greiner Woodward Clyde International Americas, Inc., in the amount of $124,674 to complete a Seismic Analysis Program (SAP) for the City's Big Canyon Reservoir facility. DISCUSSION: Big Canyon Reservoir is a 600 acre -foot (190,000,000 gallon), earth fill, open water storage facility that has been in service since 1959. This facility is the keystone of the City's water distribution system providing a high degree of reliability to the water supply available to our customers. The City has completed preliminary engineering and conducted environmental documentation for its project to cover the Big Canyon Reservoir facility. The cover project is a requirement of the State Department of Health Services and has been in the planning stage for several years. Grant applications have been made to obtain State and Federal financial assistance to fund the cost of final design and construction of the cover estimated at $5 million. Prior to completing the plans for the reservoir cover project, it is recommended that a Seismic Analysis Program (SAP) be developed and implemented to assist the City in evaluating and determining the seismic stability of the embankment and environs of the Big Canyon Reservoir facility. Should additional seismic strengthening be required as a result of the SAP findings; those efforts should be identified, costed, and considered for construction prior to the cover project proceeding. This type of analysis has not been done since the early 1970's. Based upon recent scientific findings relating to known active and inactive faults following the Kobe, Japan and Northridge, California earthquakes; new criteria for evaluation of potential earthquake damage has been developed. The proposed program would utilize this new criteria. SCOPE OF SERVICES: The consultant will conduct a seismic analysis of the Big Canyon Reservoir facility, which will include the following work efforts: Program Research and Assessment This work effort will include an in -depth review of existing available information and data on the design, construction, performance, and surveillance of the Big Canyon Reservoir facility and the seismicity of the project site. A field reconnaissance of the existing facility will also be conducted. An assessment of the data and field information will be compiled. SUBJECT: PROFESSIONAL SERVES AGREEMENT FOR BIG CANYON RESERVOIRSEISMIC ANALYSIS PROGRAM June 13, 2000 Page 2 Plan of Approach A preliminary seismic analysis of the potential for settlement or deformation of the Big Canyon Reservoir earth fill embankment will be made, and a plan of approach set forth to conduct further analysis. Coupled with the findings for the Research and Assessment, a sequential methodology will be outlined for the detailed seismic analysis to follow. Development of Seismic Analysis The Seismic Analysis will entail an identification of active and potentially active local and regional faults. Their location and geometry will be catalogued. The work effort will also include geotechnical investigations as required to identify any subsurface features of relevance to the potential stability of the reservoir embankment. Field efforts will include soil borings, materials testing, and classification of material. Optional services may include geophysical surveys and or detailed subsurface strength tests, should they be deemed appropriate. Related geotechnical laboratory testing is also included. Ground Motion Characterization Included in this effort is a geotechnical analysis of the Big Canyon Reservoir embankment and cut slopes under full reservoir conditions, rapid drawdown, and design earthquake load conditions. Development of remediation concepts, if required, design and construction cost estimates are included. An assessment of the overall integrity of the reservoir system will be made. Report of Findings This work effort will include the preparation of a Report of Findings for the SAP summarizing the seismic analysis and evaluation for Big Canyon Reservoir. Also included will be an assessment of the condition of the existing asphalt liner and comments pertinent to the City's plans for covering or optional lining of the interior surface of the reservoir with a high density polyethylene materials. The report will also present design and construction cost estimates for alternative recommended remedial measures. SELECTION PROCESS: Staff implemented a "qualifications -based selection" process for the necessary professional design services. Based on the statements of qualifications on file from the consulting firms, staff requested proposals from five firms with reputations for providing the services required to complete such a design effort. This was done by a written "Request For Proposals." A selection committee comprised of the Utilities Manager, Professional Engineer, C. Stephen Bucknam Jr, and Hydrogeologist, Karl Wiebe, reviewed the written proposals. One firm declined to propose, and two firms teamed together, resulting in three proposals being submitted. All three firms were invited to an oral interview. SUBJECT: PROFESSIONAL SERVO AGREEMENT FOR BIG CANYON RESERVOIR OMIC ANALYSIS PROGRAM June 13, 2000 Page 3 The criteria used to evaluate the qualifications of the three engineering firms were: 1. Related Program Experience 2. Expertise of Staff Assigned 3. Program Approach 4. Interview The selection committee chose URS Greiner Woodward Clyde International Americas, Inc. as the most qualified firm to perform the required professional services based on the above listed criteria and their demonstrated abilities on similar programs in the past. They have a team of technical professionals with extensive experience in conducting seismic analyses and in evaluating the stability of earth fill reservoirs in Southern California. The selection committee believes the consultant's team will provide a high - quality, cost - effective, and timely report. A maximum fee of $124,674 has been negotiated with URS to perform the required services. RECOMMENDATION AND FUNDING The current budget provides $100,000 for the Seismic Analysis Program and is available in the Water Enterprise Fund under Capital Project Account No. 7502- C5500084. Additional funding will be required in the amount of $24,674, which is available in Account No. 7503- C5500089 for Water System Improvements. Staff recommends approval of the attached professional services agreement to retain URS Greiner Woodward Clyde International Americas, Inc. to conduct the Seismic Analysis Program. Re ully bmit PUBLIC WORKS DEPARTMENT Don Webb, Director By: Eldon G. Davidson, PE Utilities Services Manager Attachment: Exhibit "A" Project Location Map Professional Service Agreement f: lusersl pbwV sharedlcouncilVy99- 001june -1 3%ig canyon resenroir.doc n L� 9 DRAFT PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT, entered into this day of 2000, by and between CITY OF NEWPORT BEACH , a Municipal Corporation (hereinafter referred to as "City"), and URS Greiner Woodward Clyde International- America, Inc. whose address is 2020 East First Street, Suite 400, Santa Ana, California, 92705, (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 a seismic evaluation of Big Canyon Reservoir ( "Project'). C. City desires to engage Consultant to develop and implement a Seismic Analysis Program to determine the seismic stability of the embankment for Big Canyon Reservoir in accordance with the terms and conditions contained in this agreement. D. The principal members of the Consultant team are for purpose of Project are Jean Suter Hill, Michael Smith, Martin Siem, C. Gerry Lay (URS) and John Barneick (Subconsultant). E. City has solicited and received a proposal from Consultant, has reviewed -1- n the previous experience and evaluated the expertise of Consultant and 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 _ day of 2000, and shall terminate on the _ day of , 20_, 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 twenty-four thousand and six hundred seventy-four dollars. ($124,674). 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 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 plus 15 percent 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 plus 15 percent and /or other costs and/or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 4. STANDARD OF CARE 4.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement and that it will -3- 0 0 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 and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute Consultant or any of Consultant's employees or agents to be the agents or employees of City. Consultant shall have the responsibility for and control over the details in means of performing the work provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement which may appear to give City the right to 13 0 0 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 Jean Suter Hill to be its Project Manager. 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 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 -5- • • specified below and Exhibit C. The failure by Consultant to strictly adhere to the schedule may result in termination of this Agreement by City. 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. Phase 1: Phase 1 of the project shall consist of Stages 1 and 2 of the Scope of Services (Exhibit "A "). Consultant shall complete Phase 1 within 60 calendar days of the execution of this Agreement and written notice to proceed. No work shall be performed by Consultant beyond the Phase 1 stage until the Project Administrator has provided approval of the Final Plan of Approach and authorization to perform Phase 2. Phase 2: Phase 2 of the Project shall consist of Stage 3 and 4 of the Scope of Services (Exhibit "A "). The Final Plan of Approach shall include a schedule for performance and completion of Phase 2 within 90 calendar days. Consultant shall complete Phase 2 in accordance with the schedule provided in the Final Plan of Approach. No work shall be performed by Consultant beyond the Phase 2 stage without prior written authorization of the Project Administrator. 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 I D2 0 Consultant's control. 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 11 property damages, or any other claims arising from any and all negligent acts or omissions of Consultant, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Agreement, 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 carriers, unless otherwise approved by City Risk Manager. A. Worker's compensation insurance covering all employees and principals of M • 0 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 dollars ($1,000,000) 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 amount of $2 million Dollars ($ 2,000,000). 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 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. 93 0 0 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. 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 -10- 0 0 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: A. City will provide access to and upon request of Consultant, provide one copy of all existing record information on file at City. Consultant shall be entitled to rely upon the accuracy of data information provided by City or others without independent review or evaluation. City will provide all such -11- 0 0 materials in a timely manner so as not to cause delays in Consultant's work schedule. Notwithstanding anything herein to the contrary, the parties agree that failure by the City to provide timely access to record information on file at the City shall be deemed the City's active negligence. B. Provide blueprinting, CADD plotting, copying and other services through City's reproduction company for each of the required submittals. Consultant will be required to coordinate the required submittals with City's reproduction company. All other reproduction will be the responsibility of Consultant and as defined above. C. 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. Eldon Davidson shall be considered the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 19. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business &PZ 0 9 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. 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 or professional inexperience of Consultant which result in expense to City greater than would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and/or a restoration expense shall be bome 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. -13- 0 0 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 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 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. -14- ! 0 All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: City of Newport Beach Attention: Eldon Davidson 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: Ms. Jean Suter Hill URS Corporation 2020 East First Street Santa Ana, California 92705 (714) 835 -6886 or(714)648 -2756 Fax (714) 667 -7147 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 ten (10) working days, or if more than ten (10) working days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within ten (10) working days after receipt by defaulting party from the other party of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the nondefaulting party may terminate the Agreement -15- • 0 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. 30. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his/her -16- 0 0 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. COMPUTER DELIVERABLES CADD data delivered to City shall include the professional stamp of the engineer or architect in responsible charge of the work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All drawings shall be transmitted to the City in Auto Cad version 14 in ".dwg" file format. All written documents shall be transmitted to the City in Microsoft Word 97 and Microsoft Excel 97 and be consistent with Microsoft Office 97. 32. 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 -17- • • 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: Robin Clauson Assistant City Attorney ATTEST: LaVonne Harkless City Clerk E\ users 1p[nMSharedlcouncil1fy99A0yune 13Wrs agreement.doc M CITY OF NEWPORT BEACH A Municipal Corporation Mayor City of Newport Beach CONSULTANT By: C. Gerry Lay Vice President 9 • Exhibit A Scope of Services There are three general issues to be addressed by the Seismic Analysis Program (SAP) for Big Canyon Reservoir, as follows: ❑ General condition of the facility and appurtenances; ❑ Stability and seismic performance of the dam and reservoir slopes, under both existing and potential future normal and extreme load conditions; and ❑ Integrity of the overall reservoir system to continue operating in a manner consistent with the City's requirements; A 4 -stage approach has been developed to address these issues, as follows: ❑ Stage 1: Program Research and Assessment, consisting of a review of available information on the design, construction, operation and historic and current performance of the reservoir. ❑ Stage 2: Plan of Approach, in which a plan would be developed for obtaining additional data as required to complete a seismic analysis of the Big Canyon Reservoir embankment, and for performing the analysis. ❑ Stage 3: Development of Seismic Analysis, including seismic ground motion characterization, modeling of analytical cross- sections, and stability analyses for critical load conditions. ❑ Stage 4: Report of Findings, in which the findings from the seismic analysis are presented, and an assessment is made regarding the overall condition of the project, with special emphasis on the asphalt liner and attention to the City's plans for an HDPE reservoir liner and cover. This stage of the work would also include the development of concepts and conceptual -level cost estimates for recommended remediation work. The following paragraphs describe in more detail the work elements for each stage of the project. STAGE 1 - PROGRAM RESEARCH AND ASSESSMENT The major elements of the Stage 1 work are as follows: 1(a) Perform an in -depth review of existing available information and data on the design, construction, performance, and surveillance of the Big Canyon Reservoir project and the seismicity of the reservoir site 1(b) Perform a field reconnaissance of the existing reservoir facility 1(c) Assess the design and function of the existing reservoir underdrains and the off -site groundwater drains Element l(a) — Review of Existing Available Information. Consultant's in -depth review of existing available information and data on the Big Canyon Reservoir project would include the following documents, many of which may be available in the City's files: ❑ Project construction plans ❑ Design and construction reports Cl Geotechnical report(s) ❑ Groundwater studies report(s) ❑ Seismic report(s) ❑ Historic aerial photographs of the project potential fault traces could be identified site, on which ground lineaments representing • 0 ❑ The Seismic Element of the City's General Plan ❑ Survey and piezometric data reports In conjunction with the review of available documents, City personnel and consultants familiar with the design, operation and surveillance of the project would be interviewed. Such interviews would include Mr. Karl Wiebe, retired from James M. Montgomery Consulting Engineers, with respect to the conclusions and recommendations presented in the groundwater studies reports. Document review would also include State Division of Mines and Geology information, including maps, special studies, open -file reports, and legislative acts, and other relevant information published in professional journals. All pertinent information as it relates to the Big Canyon project will be incorporated where applicable in the evaluation of active and inactive faulting that could potentially impact the reservoir facility. Consultant will also visit the State Division of Safety of Dams (DSOD) offices in Sacramento to examine their files to locate and copy any additional documents useful to the project assessment. Such documents might include the construction specifications, a design report, internal memoranda of design analyses, and inspection notes. Element 1(b) — Field Reconnaissance. For the field reconnaissance of Big Canyon Reservoir, a team of professionals will visit the project site and perform a visual survey of the reservoir, the dam embankment, the spillway, the inlet/outlet system, the underdrain and off -site drain systems, and other related features and structures. In addition, a visual survey of the surface geology and pertinent geomorphic features relating to the potential proximity of faulting will be completed. The primary objectives of the project reconnaissance will be: ❑ To compare existing project features with project descriptions available in the reviewed documents; ❑ To identify potentially unsafe conditions or evidence of unsatisfactory performance; ❑ To identify any constraints relative to continued operation of the reservoir; ❑ To identify conditions that should be taken into account in the project assessment, which may not be readily apparent from the available documents; and ❑ To understand the City's historic and current reservoir operations. The team will include a civil /geotechnical engineer and an engineering geologist familiar with dams. The site observations will be recorded on forms developed for that purpose, and supplemented with photographs of the various components of the reservoir system to document conditions. Element 1(c) — Assessment of Drains. Assessments of the function of the reservoir underdrains and the off -site drains would be based on information contained in the review documents, the site observations, and Consultant's experience with other similar projects. Consultant will communicate with the City on a continuous basis regarding the progress of the research and assessment work. Conclusions based on the findings from the Stage 1 work would be submitted to the City in a memorandum format. Copies of relevant documents obtained from the DSOD files and not in th eCity files will be provided to the City as an attachment to the memorandum. STAGE 2 - PLAN OF APPROACH Following completion of the Stage 1 research and assessment work, Consultant will develop a plan for obtaining additional, or updated, information and data identified as being needed to perform a seismic 0 0 analysis of the Big Canyon Reservoir project. It is envisioned that field explorations may be required for embankment and foundation material characterization. The work plan would present a relatively detailed description of recommended geotechnical investigations, such as subsurface drilling and sampling, including hollow -stem auger and/or rotary wash borings, and geophysical surveys. The plan would also include recommendations for geotechnical laboratory testing and Consultant's proposed analysis methodology. As part of the development of the Plan of Approach, Consultant will perform a preliminary simplified deformation analysis of the Big Canyon Reservoir dam embankment in the same manner as was recently performed by Consultant for the initial screening of the 17 LADWP dams. The preliminary analysis of the Big Canyon project would be based on existing available information and data on the dam section geometry and embankment and foundation properties, and the seismic shaking parameters developed for the analysis of nearby San Joaquin Reservoir dam. Historic readings from the existing piezometers at the project site would be used to model the phreatic surface in the embankment. The findings from the preliminary analysis will provide a more reasonable perspective on the types and extent of additional explorations and tests that are needed, and the appropriate final analysis methodology. Although the Big Canyon Reservoir SAP is not mandated by the DSOD, Consultant's proposed investigation and analysis methodologies would be consistent with those normally accepted by DSOD as being appropriate for the seismic re- evaluation of an existing reservoir project. For example, material characterization for a liquefaction analysis based on Standard Penetration Test (SPT) blow counts is more readily acceptable to the DSOD if the SPTs are performed in rotary wash borings rather than in hollow - stem auger borings. Consultant's work plan would be submitted to the City initially as a draft, then finalized to take into account comments and concerns that may be expressed by the City. With the City's authorization, Consultant would submit a copy of the plan to the DSOD for concurrence. STAGE 3 — DEVELOPMENT OF SEISMIC ANALYSIS Upon agreement by the City of the work plan developed in Stage 2 of the Big Canyon SAP, Consultant would commence the investigations and analyses described in the plan. The basic elements of the seismic analysis would be as follows: 3(a) Fault Characterization 3(b) Geotechnical Investigations 3(c) Ground Motion Characterization 3(d) Seismic Analysis Element 3(a) — Fault Characterization. On the basis of available information and data, Consultant will identify and characterize active and potentially active local and regional faults that could generate seismic ground motions at the Big Canyon project site. Fault characterization would include the location, orientation, and persistence of the faults, as well as Maximum Credible Earthquake (MCE) magnitude, as required for characterization of the potential seismic - induced ground motions at the site. Element 3(b) — Geotechnical Investigations. It is intended that the Element 3(b) geotechnical investigations be performed in accordance with the Plan of Approach developed as part of the Stage 2 work. However, modifications to the plan may be recommended on the basis of the findings of the Stage 3, Element (a) fault characterization work. 0 0 As a minimum, it is assumed that up to five hollow -stem auger or rotary wash boreholes will be advanced and sampled for the purpose of obtaining additional or updated site - specific geotechnical data on subsurface conditions. The method of drilling and sampling will depend on the anticipated characteristics of the subsurface materials and the type of data required. For example, Standard Penetration Test (SPT) blow counts may be correlated to the relative density of the subsurface materials and/or provide data for the seismic liquefaction analyses of non - cohesive soils deposits. A registered geologist or civil engineer will be on site to coordinate drilling activities, collect soil /rock samples, and log the boreholes. Soils encountered in the borings will be logged as they are recovered from the borehole, and samples transported to URS's geotechnical laboratory for testing. Depending on the perceived reliability of existing geotechnical characterization data and the findings of the preliminary analysis performed as part of the Stage 2 work, geotechnical testing might include index properties, strength, and permeability. It is also assumed that cone penetration tests (CPTs) and geophysical refraction surveys may be performed to provide additional information on subsurface conditions, particularly with respect to depth and continuity of subsurface layers, including the bedrock surface. Ground Motion Characterization. The dam was designed and constructed in the mid- to late -50's. Woodward -Clyde Consultants completed a seismic liquefaction study of the project site in 1979. Since that time, there have been significant developments in the understanding of fault mechanics, earthquake - induced ground motions, and the effects of seismic shaking on embankment structures such as dams. As a result, it is likely that the peak ground accelerations estimated for the project site using current methodologies will be greater than estimated in the late 1970's. In addition, the development of new methods of analysis and a better understanding of the behavior of dams during and following seismic events may result in a different interpretation of the seismic performance of Big Canyon Dam than in previous studies. For the purposes of evaluating the seismic performance of the Big Canyon Reservoir embankment, Consultant proposes to evaluate the maximum ground acceleration at the dam by the deterministic method, which is the only method accepted by DSOD. In this method, the peak horizontal ground accelerations that could be induced at the project site by active and potentially active local and regional faults are obtained from published attenuation relationships that take into account MCE magnitudes, fault geometry and minimum distance from the site, and the geologic conditions at the site (e.g., soil vs. rock). At the City's request, the Consultant would also perform an evaluation of the design earthquake event using a probabilistic seismic hazard analysis. Although a probabilistic analysis would not be acceptable to the DSOD, the analysis would allow the City to develop estimates of seismic risk and perform quantitative comparisons of different risk management options in a decision - making process. For example, the results of a probabilistic analysis were incorporated into a reliability analysis for the Metropolitan Water District of Southern California's Eastside Reservoir Project (now, Diamond Valley Reservoir) to demonstrate the relative safety of the project and to focus the design team's field investigation program. Consultant has also recently performed probabilistic seismic hazard analyses for Caltrans, the Metropolitan Transportation Authority (MTA), and the Transportation Corridor Agencies (TCA; Eastern, San Joaquin, and Foothill transportation corridors). Element 3(d) — Seismic Analysis. Consultant would evaluate the seismic performance of the Big Canyon Reservoir embankment slopes and cut slope under reservoir -full conditions and the different combinations of earthquake magnitudes and peak ground accelerations developed as part of the fault and ground motion characterization element of the Stage 3 work. The seismic analyses would be performed using a performance -based Newmark -type approach, such as the Makdisi -Seed methodology. A Newmark -type of analysis yields an estimated deformation of the dam crest, which is then compared to the available freeboard, rather than a transient factor of safety. The Makdisi -Seed methodology is consistent with the state of the practice and DSOD policy and criteria, and is generally considered to provide reasonably conservative estimates of earthquake- induced embankment and slope deformations. This analysis is an extension of the initial screening analysis completed as part of the Stage 2 work, but will utilize the updated seismic shaking parameters and material properties from the ground motion characterization and geotechnical investigation work described above. The seismic analysis would be performed using deterministic ground motions. However, if the seismic analyses indicate potentially unacceptable performance of the dam and/or reservoir cut slope per City and/or DSOD criteria, Consultant may recommend more refined analyses, such as non - linear methodology. Alternatively, depending on the findings, it may be more appropriate for the City to consider remediation measures and/or operational constraints (e.g., restricted reservoir surface elevation) to improve the performance of the project. As part of the seismic analysis work, Consultant would develop alternative concepts for remediation, if appropriate, including estimated design and construction costs. Depending on the findings from the seismic analysis, the City may also elect to perform a probabilistic risk assessment for the facility to quantify the reliability of the dam to perform satisfactorily under more probable, less intense seismic shaking conditions. Such risk assessments can provide useful information to the City to assist in the decision - making process. Consultant will also perform stability analyses for the following static load conditions: ❑ Reservoir -full condition (reservoir surface at elevation 302.4 feet) ❑ Rapid drawdown of the reservoir, from elevation 302.4 feet to the bottom of the reservoir The static stability analyses would be performed using one or more static equilibrium methods, depending on the shape of the trial failure surface. These methods of analysis are consistent with the state of the practice and DSOD policy and criteria. If the results of the rapid drawdown analysis indicate potentially unacceptable performance of the dam and/or reservoir slopes per City and/or DSOD criteria, Consultant would develop preliminary recommendations for remediation, including estimated design and construction costs. Consultant would also work with City personnel to develop alternative drawdown scenarios that meet both the performance criteria and the City's operational requirements, in lieu of or in conjunction with, remediation. Based on Consultant's current understanding of the project and project site conditions, and previous experience with similar projects in similar geologic /seismic settings, the inlet/outlet system are not expected to be sensitive to seismic - induced ground motions at the project site. The overall integrity of the reservoir system may be compromised in the event of significant deformation of the dam embankment or reservoir slopes as a result of a maximum seismic event. In this case, Consultant's recommendations for additional analyses and/or remediation would be extended to include other elements of the reservoir system. STAGE 4 — REPORT OF FINDINGS A Report of Findings will be prepared and submitted to the City summarizing the findings of the seismic analysis and evaluation for Big Canyon Reservoir. The report will describe Consultant's analytical model and ground motion characterization, and present the findings from the static stability and seismic performance analyses, including conclusion and recommendations. If the analyses indicate a significant seismic or drawdown risk for the project, Consultant would develop concepts for stabilization of the project for critical load events, including operations modifications and/or remedial construction. For the remedial construction alternatives, we would provide design criteria and order -of- magnitude design and construction cost estimates. The Report of Findings would also present Consultant's assessment of the condition of the existing asphalt liner in the reservoir with respect to performance lifetime, and address the City's plans for lining and covering the reservoir with HDPE, including the support capacity of the project embankment. It is conceivable that the HDPE liner would provide reliable control of the phreatic surface in the embankment, thereby effecting an improvement in the estimated performance of the embankment during critical load events. Five copies of a draft Report of Finding, will be submitted to the City's Utilities Manager for review and comments. Consultant would then meet with the Utilities Manager and other City representatives to discuss the comments. Consultant would then submit up to ten copies of the final Report of Findings for distribution to the Utilities Manager and other City representatives. STAGE 1 PROGRAM RESEARCH AND ASSESSMENT SUMMARY DESCRIPTION: — Element (a) - In -depth review of existing available information and data on the design, construction, performance, and surveillance of the Big Canyon Reservoir project and the seismicity of the project site. Element (b) - Perform a field reconnaissance of the existing facility. Element (c) - Assess the design and function of the existing reservoir underdrains and the off -site groundwater drains. ASSUMPTIONS / BASIS OF COST ESTIMATE: One one -day trip to Sacramento to review State Division of Safety of Dams (DSOD) files on the Big Canyon Reservoir project. City personnel familiar with the layout, operation, and surveillance of Big Canyon Reservoir are available to interview. Meetings - Project "kick -off" meeting; "ad hoc" meetings and telephone discussions with City personnel during course of Stage 1 work; progress meeting at completion of Stage 1 work. Deliverables - Progress memorandum summarizing findings from Stage 1 work COST ESTIMATE: LABOR CLASSIFICATION HOURS AVG.RATE ($/hr) TOTAL ($) Element (a) Element (6) Element (c) Total Principal-in-Charge/Peer Review 2 0 ol 2 $ 170.00 $ 340 Project Manager 10 8 6 24 $ 160.00 $ 3,840 Consulting /Senior Project Professional 32 8 10 50 $ 135.00 $ 6,750 Project Professional 24 a 0 32 $ 95.00 $ 3,040 Assistant Project/Senior Staff Prof. 8 0 0 8 $ 82.50 $ 660 Staff 0 0 0 0 $ 69.30 $ Drafter /Illustrator 0 0 2 2 $ 66.00 $ 132 Technical AssistantNVord Processor 2 01 2 4 $ 66.00 $ 264 Clerk 2 01 2 4 $ 49.50 $ 198 SUB -TOTAL - Labor 80 24 22 126 $15,224 nrw,e" r..,4r�• DESCRIPTION QUANT. RATE TOTAL Travel to DSOD, incl. air fare and car rental 1 $350 $350 Personal mileage 100 $0.325 $33 Reproduction I.S. $210 $210 Subconsultant services: John Barneich 4 $170 $680 Mark -up on ODC's $1,030 15% $155 Communications 3% on labor $15,224 1 3% $457 SUB -TOTAL - Other Costs $1.884 TOTAL STAGE 1 COSTS $17,108 9 9 STAGE 2 PLAN OF APPROACH SUMMARY DESCRIPTION: Perform preliminary simplified seismic deformation analysis of the Big Canyon Reservoir dam embankment based on existing available information and data. Develop a plan for obtaining additional,or updated, information and data identified as being needed to perform a final seismic analysis of the Big Canyon Reservoir project. ASSUMPTIONS / BASIS OF COST ESTIMATE: Meetings - Working session to discuss draft submittal. Deliverables - Draft and final versions of Plan of Approach. COST ESTIMATE: LABOR CLASSIFICATION HOURS AVG.RATE ($ /hr) TOTAL TOTAL ($) Principal- in- Charge/Peer Review 3 $ 170.00 $ 510 Project Manager 12 $ 160.00 $ 1,920 Consulting /Senior Project Professional 24 $ 135.00 $ 3,240 Project Professional 16 $ 95.00 $ 1,520 Assistant Project/Senior Staff Prof. 24 $ 82.50 $ 1,980 Staff 4 $ 69.30 $ 277 Drafter /Illustrator 6 $ 66.00 $ 396 Technical Assistant/Word Processor 4 $ 66.00 $ 264 Clerk 2 $ 49.50 $ 99 SUB -TOTAL - Labor 95 $10,206 Other Costs: DESCRIPTION QUANT. RATE TOTAL Personal mileage 33 $0.325 $11 Reproduction I.S. $55 $55 Subconsultant services: John Barneich 3 $170 $510 Mark -up on ODC's $510 15% $77 Communications 3% on labor $10,206 3% $306 SUB -TOTAL - Other Costs L $958 TOTAL STAGE 2 COSTS $11,165 L� STAGE 3 DEVELOPMENT OF SEISMIC ANALYSIS r� L SUMMARY DESCRIPTION: Element (a) - Fault characterization, including location and geometry of active and potentially active local and regional faults. Element (b) - Geotechnical investigations as required for subsurface material characterization purposes and as part of the fault investigations. Assumed to include rotary wash and/or hollow -stem auger borings, with Standard Penetration Tests (SPTs) and sampling. May also include geophysical surveys and /or Cone Penetrometer Tests (CPTs). Would also include geotechnical laboratory testing. Element (c) - Deterministic and probabilistic ground motion characterization. Element (d) - Seismic analysis of Big Canyon Reservoir embankment slopes and cut slopes under full reservoir and design earthquake load conditions. The analysis would be performed using a Newmark -type approach, which is based on performance rather than factor of safety. Development of remediation concepts, if required, including design and construction cost estimates. Assessment of overall integrity of the reservoir system. ASSUMPTIONS t BASIS OF COST ESTIMATE: General (Vote: As indicated in our proposed scope of services, the actual field investigations to be performed for the Big Canyon Reservoir SAP will depend on the findings from our Stage 1 research and assessment work. The scope of the field investigations would depend on the need to obtain additional, or updated, information and data required to complete the SAP. For purposes of this cost estimate and the City's planning process, we have estimated a basic program limited to investigations for geotechnical characterization of the soils (including fill) at the project site, and a potential maximum program for a more detailed characterization of subsurface soil and bedrock conditions. Basic Program: Three rotary wash or hollow -stem auger borings to 50 feet deep, with sampling and SPTs; stability analysis based on deterministic ground motions and including critical static and seismic load cases. Additional Program (Potential Maximum). Three seismic reflection surveys and up to 18 Cone Penetration Test (CPT) borings; two additional rotary wash or hollow -stem auger borings to 50 feet deep, with sampling and SPTs. Meetings - "Ad hoc' meetings and telephone discussions with City personnel during course of Stage 3 work; working session during field investigation or analysis elements of work as needed to discuss interim findings; working session during preparation of draft Report of Findings. Deliverables - None. COST ESTIMATE IS ON NEXT SHEET. S SUMMARY DESCRIPTION: STAGE 4 REPORT OF FINDINGS 9 Prepare Report of Findings summarizing the seismic analysis and evaluation for Big Canyon Reservoir, including assessment of the condition of the existing asphalt liner and comments relative to the City's plans for lining and covering the reservoir with HDPE. The report would also present design and construction cost estimates for alternative recommended remedial measures. ASSUMPTIONS / BASIS OF COST ESTIMATE: Meetings - Working session during preparation of Report of Findings Deliverables - Draft and final versions of Report of Findings COST ESTIMATE: LABOR CLASSIFICATION HOURS AVG.RATE ($ /hr) TOTAL TOTAL ($1 Principal -in- Charge /Peer Review 4 $ 170.00 $ 680 Project Manager 18 $ 160.00 $ 2,880 Consulting /Senior Project Professional 75 $ 135.00 $ 10,125 Project Professional 24 $ 95.00 1 $ 2,280 Assistant Project/Senior Staff Prof. 20 $ 82.50 $ 1,650 Staff 8 $ 69.30 $ 554 Drafter /Illustrator 16 $ 66.00 $ 1,056 Technical Assistant/Word Processor 8 $ 66.00 $ 528 Clerk 4 $ 49.50 $ 198 SUB -TOTAL - Labor 177 $19,951 Other Costs: DESCRIPTION QUANT. RATE TOTAL Personal mileage 90 $0.325 $29 Reproduction I.S. $250 $250 Subconsu @ant services: John Bameich 4 $170 $680 Mark -up on ODC's $680 15% $102 Communications 3% on labor $19,951 3% $599 SUB -TOTAL - Other Costs $1,660 TOTAL STAGE 4 COSTS $21,611 • See separate sheets for more detailed breakdown of estimated costs by work stage. . Big Canyon Reservoir Seismic Analysis Program SUMMARY OF ESTIMATED MAN -HOURS AND COSTS (5123/00) LABOR CLASSIFICATION AVG. RATE (SOIf) STAGES 1 and T STAGES 3 and 4 Hours Sub-total Hours Sub4alel Costs Noun 9uR1ote1 Hours Sub -lolel Coals Sfage 1 Sfa9e T star 3 Stage 4 Pri i al- in-Cfa e/Peer Review $ 170.00 2 3 5 $ 850 12 10 14 4 16 l0 18 $ 2,720 to $ 3,060 P 'ect Mara f S 160.00 24 12 36 $ 5,760 29 to 38 18 47 l0 56 8 7,520 to $ 8,960 ConsuBl Senior "act Professional $ 135.00 50 24 74 $ 9,990 110 ro 744 75 185 to 219 $ 24,975 to $ 29,565 P Professional $ 95.00 32 16 48 $ 4,560 24 to 24 24 48 l0 48 $ 4,560 to $ 4,560 AssslarA Project/Senior Staff Prof. 8 82.50 8 24 32 $ 2,640 92 l0 724 20 112 l0 144 $ 9,240 to 8 11,880 Staff $ 69.30 0 4 4 8 277 d to 72 8 12 l0 20 $ 832 to $ 1,386 OraBerAlluslralor $ 66.00 2 6 S $ 526 4 ro 6 16 20 to 22 8 1,320 to $ 1,452 Technical AssislaMAMard Processor is 66.00 4 4 8 $ 528 fi to 10 8 14 to 18 $ 924 to $ 1,188 Clerk is 49.50 4 2 6 $ 297 6 to 10 4 10 is 14 8 495 ro $ 693 SUB-TOTAL -Lab" 126 95 221 8 25,430 287 to 362 177 464 l0 559 8 52,588 to $ 62,744 OTHER COSTS: S 1,854 S 958 $ 2,842 S 10,329 to S 37,998 87,660 $ 17,989 ro $ 33,658 TOTALS: Stages 1 m1d 2: 828,272 Stag" 3 and 4: $ 64,574 to $ 96,402 GRAND TOTAL (4 Stages) $92,847 to $124,674 • See separate sheets for more detailed breakdown of estimated costs by work stage. . 96,402 • See separate sheets for more detailed breakdown of estimated costs by work stage. . • • Exhibit B BIG CANYON RESERVOIR SEISMIC ANALYSIS PROGRAM (SAP) SCHEDULE OF FEES AND CHARGES The following describes the basis for compensation for services performed during the calendar year 2000. PERSONNELCHARGES The charge for all time required in the performance of the Scope of Services, including office, field and travel time, will be at the following rates: t RSOWC LABORATORY SERVICES AND EQUIPMENT CHARGES The schedules of charges for laboratory testing performed at URSGWC facilities and/" URSGWC equipment mad on projects is available as needed. When URSGWC staff appear as expert witnesses at court trials, mediation, arbitration hearings, and depositions, their time will be charged at 1.5 times the above hourly rates. All time spend by personnel preparing to such trials, hearings, and depositions, will be charged at the above hourly rates. Overtime (hours worked in excess of eight (8) hours per day) by exempt personnel will be charged at the above straight time rate, Overtime by non-exempt personnel will be charged at 1.3 limn the above hourly rates, Special project accounting reporting and financial services, including submission of invoice support documentation will be charged. PAYMENT AND INTEREST CHARGES URSGWC shall submit progress invoices to Client in duplicate showing the services performed during the invoice period and the charges therefore. Within thirty (30) days after receipt of an Invoice, Client shall pay the full amount of the invoice; however, If Client objects to all or any portion of any Invoice. O shell so notify URSGWC of the same within fifteen (15) days from date of receipt of invoice and shall pay that portion of the invoice not in dispute. The parties shall immediately make every effort to settle the disputed portion of the invoice. Computers The charge for use of in -house computers for spreadsheets, word processing and other similar functions is $7.00 per hour. The charge for use of Computer Aided Design and Drafting (CARD), Graphics generation, modeling applications and similar technical computing is $25.00 per hour. The charge for use of the Geographic Information Systems (GIS) is $35.00 per hour. In addition to the above, there will be a charge of $5.00 each far paper plot and $15.00 for each cola plot generated by CADD and GIS systems. Document Reploduction In4house reproduction will be charged at $.10 a page for black & white and $1.50 a page for cola for letter, legal, and 11 x 17 size copies. Other size document copying will be charged at $2.75 a page. Vehicles and Mileage Field vehicles (pick -ups, vans, trucks, etc.) used on project assignments will be charged at $60.00 per day. The mileage charge for personal autos will be the Oren current mileage rate established by the Internal Revenue Service, which is now $325 per mile. This fee schedule contains confidential business Information and Is not to be copied or distributed for any purpose other than the use Intended In this contract orproposal. UPS GREINER WOODWARD CLYDE Page 1 of 2 Hourly Personnel Classification 119k OTHER PROJECT CHARGES PrincipalJn- Charge/Peer Review $ 170.00 Subcontracts and Eeuictri Rental Project Manager /Sr. Consult. Prof. $ 160.00 The cost of services subcontracted by URSGWC to others Consulting /Senior Project Professional $ 135.00 and other costs incurred by URSGWC will be charged Project Professional It 95.00 at cost plus 15 %. Assistant Project/Senlor Staff Prof. $ 62.50 Staff $ 69.30 Communications Drafter /Illustrator $ 66.00 The cost of communications including telephone, telex Technical Assistant/Word Processor $ 66.00 facsimile, routine postage and Naidental copying costs Clerk $ 49.50 will be charged at a flat rata of 3% of total gross labor charges. When URSGWC staff appear as expert witnesses at court trials, mediation, arbitration hearings, and depositions, their time will be charged at 1.5 times the above hourly rates. All time spend by personnel preparing to such trials, hearings, and depositions, will be charged at the above hourly rates. Overtime (hours worked in excess of eight (8) hours per day) by exempt personnel will be charged at the above straight time rate, Overtime by non-exempt personnel will be charged at 1.3 limn the above hourly rates, Special project accounting reporting and financial services, including submission of invoice support documentation will be charged. PAYMENT AND INTEREST CHARGES URSGWC shall submit progress invoices to Client in duplicate showing the services performed during the invoice period and the charges therefore. Within thirty (30) days after receipt of an Invoice, Client shall pay the full amount of the invoice; however, If Client objects to all or any portion of any Invoice. O shell so notify URSGWC of the same within fifteen (15) days from date of receipt of invoice and shall pay that portion of the invoice not in dispute. The parties shall immediately make every effort to settle the disputed portion of the invoice. Computers The charge for use of in -house computers for spreadsheets, word processing and other similar functions is $7.00 per hour. The charge for use of Computer Aided Design and Drafting (CARD), Graphics generation, modeling applications and similar technical computing is $25.00 per hour. The charge for use of the Geographic Information Systems (GIS) is $35.00 per hour. In addition to the above, there will be a charge of $5.00 each far paper plot and $15.00 for each cola plot generated by CADD and GIS systems. Document Reploduction In4house reproduction will be charged at $.10 a page for black & white and $1.50 a page for cola for letter, legal, and 11 x 17 size copies. Other size document copying will be charged at $2.75 a page. Vehicles and Mileage Field vehicles (pick -ups, vans, trucks, etc.) used on project assignments will be charged at $60.00 per day. The mileage charge for personal autos will be the Oren current mileage rate established by the Internal Revenue Service, which is now $325 per mile. This fee schedule contains confidential business Information and Is not to be copied or distributed for any purpose other than the use Intended In this contract orproposal. UPS GREINER WOODWARD CLYDE Page 1 of 2 • SCHEDULE OF LABORATORY AND EQUIPMENT CHARGES The following describes the basis for compensation for services — performed during the calendar year 2000. Standard laboratory tests will be invoiced at a fixed charge per test. There will be a charge for the time of laboratory personnel associated with the supervision of the testing program and summarizing and plotting of the test data. These personnel time charges will be at the hourly rates for the classification of labor involved. The charges for standard laboratory tests are as follows: Laboratory Analysis Type of Test Visual Description and Classification Water Content Determination Water Content, Unit Weight Specific Gravity Plasticity Index (LL, PL and PI) Particle-Size Analysis 314 -inch to #200 including wash 6 -inch to 0200 including wash Combined PerticleSize Analysis on material smaller than 3!4 -inch with 5 pt. hydrometer Hydrometer Analysis -10 points on material finer than 910 sieve Double Hydrometer for Dispersive Characteristics (reading to 5 microns) Wash Analysis (#200 only) Laboratory Compaction 4 -inch diameter mold 6 -inch diameter mold Miscellaneous Sample Processing (hourly rate) Unconfined Compression Consolidation TestfConfined Compression Set-up and 12 Incremental stages Single loading or unloading increment beyond 12 stages Expansion Index (recompacted 4-inch diameter per specimen) One Dimensional Swell Ring Shear Test (Consolidated Drained Test) Fully Softened Condition with residual Stage Residual, pra-cut (set -up, first point) Incremental Stage, pre-cut (per point) Unconsolidated- Undmined Triaxial Compression Test (UU) - per point Isotropically - Consolidated Drained Tdaxlal Isotropically- Consolidated Undrained Triaxial Hydraulic Conductivity, Falling Head Method per Incremental Stage Determination Pinhole Test (Intact or Remolded Specimen) Specimen Trimming and /or Ramolding (hourly rate) Rate Per Test f51 10 15 25 60 95 80 Quote 130 Rates for additional tests, not listed here, available upon request and are quoted on a project speck basis. Preparation of Shelby tube or other special samples, equipment, or laboratory consulting will be based on hourly personnel charges. Samples All samples of soil and rock will be disposed of 45 days after submission of any document that includes the data obtained from the samples unless other arrangements are mutually agreed upon. Upon request, samples will be delivered to the Client at the Client's cost or will be stored for an agreed storage charge. Equipment Inclinometer Water Level Meter Sand Cone Equipment Nuclear Density Gage Drilling Kit Down -Hole Logging Cage Rate ($ n.uumour 25.001day 3.10/hour, 15.00 /day 6.20/hour, 30.00 /day 125.00day 21.00 /day 100 Rates for other special equipment will be furnished upon request. 150 40 170 200 75 75 400 40 130 125 250 200 100 130 500 400 340 125 215 75 This fee schedule contains confidential business lnfonnadon and Is not to be copied or distributed for any purpose other than the use /mended in this contract or proposal. URS GREINER WOODWARD CLYDE Page 2 of 2 Big Canyon Reservoir Seismic Analysis Program Proposed Schedule CI m x S Q Cr (7 .£k fi"r $' I.yr rf" 5.r-•. — `,�"Ff"`sv" i". =?� 9,,r >,�!: ` ProgressdDraft Planlof y �. y,. "sat �3st Q ar i k�- M wsY Y It e 3", � mY dip rt rt ��a Research and Stages 1 ' &#2" f,tia + i t Y; Assessment Planning '�'.�- ,( i -Sly •' {[�$ Y ^l� Y K L t � �. 5 BYO f 7y I t• S k. ' I- XI A W C R �� t , ..1�itll., y�t, 4 �,',•� ��i-+I � S� tT �\ .Y' y i,p�n.at ' � `w 1 ,"�' =:; "'�� �'iil ✓ wt� `. �'k"'Tw 2'sl Sn ice«, �..M tS zh iiv` �ia"^r•. �K12k -0fP ,.-•, �,34pUnnal�r�a,:- �;�.,Meet g" t � � § a y ,.a L,m I I * � � ,, 7� Y {'" ` �'.'. `a�C g`r °1a ' ' "� .� " §� F'',��..{{�� -y,, rg n ai� k ,`tc� 5'<�,"'���+� ? �='"" `' _ c,�c`� r�. f1F ,rte .t' yY4t #i{4A ; aSwi'r�,Progressf�{ , Draft Report 4Fihal Report: ��t r -, I� r; t� qya mF x �'�fvlemorandudt of Findin s'f f FJndln sw "' g f) g ` i .�"*� V/� rN � vpwh •rx�, �., 2 ��IN r• M Fault Conclusions/ { R' Characterization Anal Y sis Field Investigation Recommendations 12 ttL��a yy'[ �}�^ y� itKlty4'ICT, '�ii'1J -i} 1 T�' f fN.[�C; +ail .i `,����' �a �' sc� � z � ko AlscussFinterim finding's �' � � �.? ,� h¢ � ^')rte r° . r ��� ,�. �y I e _ i , ° =r � r + x # \ 4'�� •�� � � tv CI m x S Q Cr (7