Loading...
HomeMy WebLinkAboutC-3519 - Streetlight Replacement - Lido Sands, Shorecliffs, Cameo Shores and Highlands9 E AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT WITH TETRA TECH, INC., FOR THE DESIGN OF 2002 -2003 STREETLIGHT REPLACEMENT PROJECT This AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, entered into this day of May, 2003, by and between the City of Newport Beach, a municipal corporation, (hereinafter referred to as "CITY ") and Tetra Tech, Inc., whose address is 16241 Laguna Canyon Road, Suite 200, Irvine, California, 92618, (hereinafter referred to as "Consultant'), is made with reference to the following: RECITALS: A. On March 12, 2002, City and Consultant entered into a Professional Services Agreement, hereinafter referred to as "Agreement', for engineering services for the Design of the 2002 -2003 Street Light Replacement Project, hereinafter referred to as 'Project." B. City and Consultant desire to amend Agreement, hereinafter referred to as Amendment No. 1, to provide additional scope of work as defined in Exhibit "A" dated February 28, 2003. NOW, THEREFORE, the parties hereto agree as follows: 1. Section X, Additional Services: Consultant shall perform the additional services to coordinate with the Laguna Beach County Water District in providing service to their existing catholic protections system at Cameo Highlands, provide additional alternative analysis on street light fixture design as directed by the City, additional field coordinate of service locations with Southern California Edison and provide additional research for potential decorative fixtures to be included in the Project, • identified in attached Exhibit A dated February 28, 2003. The fee for the additional services identified in this Amendment is $4,700. 2. Except as expressly modified herein, all other provisions, terms, and covenants set forth in Agreement shall remain unchanged and shall be in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 1 on the date first above written. APPROVED AS TO FORM: By: u ✓`�.. Cit ttorney ity Lim CITY OF NEWPORT BEACH, A municipal corporation BY: ""✓ ty Manager TETRA TECH, Inc. BY: F: \USERS \PB\MSharedWgreements \Fy 01 -02 \Tetra Tech - Street Light Replacement - Amendment No. 1.doc 0 0 TETRATECHI INC. Exhibit A Infrastructure Services Group r MAR 0 6 2002 _ February 28, 2003 Mr. Michael J. Sinacori, P.E. City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92659 -1768 Reference: Street Light Replacement Project C -3447 Additional Work Request for Design Services Dear Mr. Sinacori: Tetra Tech, Inc. is pleased to submit this additional work request for additional costs to complete the Street Light Replacement Project for the City of Newport Beach. The following tasks summarize the additional work as requested: 1. Coordinate with the Laguna Beach County Water District to provide cathodic protection at the northeast corner of Cameo Shores and PCH, including revising our plans to accommodate their connection. 2. Additional meetings and coordination to review the street lighting alternatives for Cameo Shores and Shorecliffs. This task includes summarizing the alternatives and cost impacts. Construction details will also be provided and included into the project detail sheets or plan sheets. Project plans, specifications, and cost estimates will be revised to include the modifications based on the preferred alternative. 3. Coordinate with SCE on service locations, including plan submittals. This task includes field site visits that may be required by SCE to determine exact locations of new service cabinets and addressing conversion issues. Plans, specifications, and cost estimates will be revised to include the revisions as required by SCE. 4. Provide additional research of available decorative light fixtures to be considered on existing light pole mast arms. 1 6241 Laguna Canyon Road, Suite 200. Irvine, CA 92618 Tel 949.727.7099 Fax 949.727.7097 www.tecraLech.com • TETRATECH, INC. Infrastructure Services Group Mr. Michael J. Sinacori, P.E. February 28, 2003 Page 2 The anticipated fee required to perform the tasks related to the description above is $4,700 and is itemized below: Task 1. $ 800 Task 2. $2,300 Task 3. $ 600 Task 4. $1,000 Total $4,700 We appreciate the opportunity to submit this additional work request for design services. We look forward to your favorable reply; and if you require any additional information, please don't hesitate to call either of us at (949) 727 -7099. Sincerely, Peter Project Manager SUcr J: \0606 \0072\A WRs\AWR41- rev.022803.doc Project File: 0606.0072.00 (101) �b l Steve Ita g ak Lead Engineer C 3`)I (I PROFESSIONAL SERVICES AGREEMENT WITH TETRA TECH, INC., FOR THE 2002 -2003 STREETLIGHT REPLACEMENT PROJECT THIS AGREEMENT, entered into this day of March, 2002, by and between the City of Newport Beach, a Municipal Corporation (hereinafter referred to as "City "), and Tetra Tech, Inc., whose address is 16241 Laguna Canyon Road, Suite 200, Irvine, California, 92618, (hereinafter referred to as "Consultant'), is made with reference to the following: RECITALS A. City is a Municipal Corporation duly organized and validly existing under the laws of the State of California with the power to cant' on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is planning to implement a Streetlight Replacement Project ('Project'). C. City desires to engage Consultant to provide engineering and design services for the proposed Project for the Lido Sands area, Shorecliffs, Cameo Shores, and Cameo Highlands upon the terms and conditions contained in this Agreement. D. The principal members of Consultant are for purpose of Project are Peter Kim, T.E., P.E. and Steve Itagaki, E.I.T. E. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and Be • Al desires to contract with Consultant under the terms and conditions provided in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the 13th day of March, 2002, and shall terminate on the 30th day of June, 2003, 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 thirty-three thousand, two hundred twenty -seven and 00/100 Dollars ($33,227.00). 3.1 Consultant shall maintain accounting records of its billings which includes the name of the employee, type of work performed, times and dates of all work which is billed on an hourly basis and all approved incidental expenses including reproductions, computer printing, postage and mileage. -2- rI 0 3.2 Consultant shall submit monthly progress invoices to City payable by City within thirty (30) days of receipt of invoice. 3.3 Consultant shall not receive any compensation for extra work without prior written authorization of City. Any authorized compensation shall be paid in accordance with the schedule of the billing rates as set forth in Exhibit "B ". 3.4 City shall reimburse Consultant only for those costs or expenses, which have been specifically approved in this Agreement, or specifically approved in advance by City. Such cost shall be limited and shall include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services which Consultant agrees to render pursuant to this Agreement which have been approved in advance by City and awarded in accordance with the terms and conditions of this Agreement. B. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 4. STANDARD OF CARE 4.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement and that it will perform all services in a manner commensurate with the community professional standards. All services shall be performed by qualified and experienced personnel who -3- 0 0 are not employed by City nor have any contractual relationship with City. Consultant represents to City that it has or shall obtain all licenses, permits, qualifications and approvals required of its profession. Consultant further represents 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, acts of God, failure of City to furnish timely information or to promptly approve or disapprove Consultant's work, delay or faulty performance by City, contractors, or governmental agencies, or any other delays beyond Consultant's control. 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 and means of performing the work provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement which may appear to give City the right to direct Consultant as to the details of the performance of the services or to exercise a measure of control over Consultant shall mean that Consultant shall follow the desires of City only in the results of the services. 6. COOPERATION _I 0 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 Peter Kim, T.E., P.E. to be its Project Manager. Consultant shall not bill any personnel to Project other than those personnel identified in Exhibit `B ", whether or not considered to be key personnel, without City's prior written approval by name and specific hourly billing rate. Consultant shall not remove or reassign any personnel designated in this Section or assign any new or replacement person to Project without the prior written consent of City. City's approval shall not be 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 Consultant shall perform the services in accordance with the attached Exibit "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 -5- 41 0 for delays, which are due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 8.1 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition, which purportedly causes a delay, but not later than the date upon which performance is due. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays, which are beyond Consultant's control. 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 telephone, fax, hand delivery or mail. 9. CITY POLICY Consultant shall 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 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 Q:2 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, 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 7! 0 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. Insurance policies with original endorsements indemnifying Project for the following coverages shall be issued by companies admitted to do business in the State of California and assigned Best's A- VII or better rating: A. Worker's compensation insurance, including "Wavier of Subrogation" clause, covering all employees and principals of Consultant, per the laws of the State of California. B. Commercial general liability insurance, including additional insured and primary and non - contributory wording, 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, including additional insured, covering any owned and rented vehicles of Consultant in a minimum amount of $1 million combined single limit per accident for bodily injury and property damage. Primary and non - contributory wording must be M 0 9 included (for waste haulers only), D. Professional errors and omissions insurance, which covers the services, to be performed in connection with this Agreement in the minimum amount of One Million Dollars ($1,000,000). Said policy or policies shall be endorsed to state that coverage shall not be 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. 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, which Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City, on behalf of any insurer providing workers compensation, 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 Loll 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 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 -10- 0 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 City authorizes the release of information. 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 materials in a timely manner so as not to cause delays in Consultant's work schedule. B. Provide blueprinting, CADD plotting, copying and other services 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. D. City will prepare and provide to Consultant street base digital file in AutoCAD (DWG) compatible format. oil i 0 18. ADMINISTRATION The Public Works Department will administer this Agreement. Michael J. Sinacori, P.E., shall be considered the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 19. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business hours to examine, audit and make transcripts or copies of such records. Consultant shall allow inspection of all work, data, documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment under this 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 SPA 0 11 interest on any withheld sums at the rate of seven percent (7 %) per annum from the date of withholding of any amounts found to have been improperly withheld. 21. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or a restoration expense shall be borne by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other consultants in connection with Project. 23. CONFLICTS OF INTEREST A. Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose financial interest that may foreseeably be materially 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 -13- 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. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Attention: Michael J. Sinacori, P.E. City of Newport Beach, Public Works Department 3300 Newport Boulevard 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: Peter Kim, P.E., T.E. Tetra Tech, Inc. 16241 Laguna Canyon Road, Suite 200 Irvine, CA 92618 (949) 727 -7099 Fax: (949) 727-7097 26. TERMINATION -14- 0 In the event either part hereto fails or refuses to perform any of the provisions hereof at the time and in the manner required hereunder, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) days, or if more than two (2) days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) days after receipt by defaulting party from the other party of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the nondefaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 26.1 City shall have the option, at its sole discretion and without cause, of terminating this Agreement by giving seven (7) days' prior written notice to Consultant as 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. -15- 0 0 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 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 -16- 0 0 modification or misuse of such CADD data. All drawings shall be transmitted to the City in the City's latest adopted version of AutoCAD in ".dwg" file format. All written documents shall be transmitted to the City in the City's latest adopted version of Microsoft Word and Excel. 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 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: City Attorney AT By: City Clerk CITY OF NEWPORT BEACH A Municipal Corporation By: cz ' o Mayor TETRA TECH, INC. By: -19-OZ IV f : \usem\pbW\shared\agreements \fy 01 -02\tetratech - 02 -03 streetlight replacement.do -17- EXHIBIT A TETRATECH, INC. Infrastructure Services Group February 15, 2002 Mr. Michael J. Sinacori, P.E. City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92658 -8915 Reference: Proposal for Fiscal Year 02/03 Street Light Replacement Project C -3447 Lido Sands, Shorecliffs, Cameo Shores and Highlands Dear Mr. Sinacori: Tetra Tech, Inc. is pleased to submit this proposal to provide engineering and design services for the proposed street lighting modifications for Lido Sands, Shorecliffs, Cameo Shores and Highlands. We understand the scope of work involves the conversion of obsolete 5,000 -volt series circuits and replacement of aging facilities. These five (5) circuits are indicated by your street lighting atlas and circuit maps attached to the Request for Proposal (RFP) dated January 18, 2002. Our proposal has been carefully prepared to be fully responsive to your RFP and presents our project understanding, scope of work, qualifications and relevant experience, and proposed project schedule to complete each element of the project. The following is our detailed approach and tasks based on your RFP: A. Introduction, Project Understanding and Project Issues 1. Introduction Tetra Tech proposes to provide professional consulting services to the City of Newport Beach and to treat this project with the same commitment to quality and responsiveness as we have on previous projects. This project is similar to those we have completed for the City of Newport Beach, and we are fully aware of the City's demand for detail. The initial approach to this project is critical to the success of its completion. Our mutual understanding of this project will define our approach and minimize design changes. We understand the City may require this project to be submitted into two parts. For this reason, we propose to have two separate bid packages submitted to the City. The City shall determine which districts for which each project will be submitted. 16241 Laguna Canyon Road, Suite 200. Irvine, CA 92618 Tel 949.727.7099 Fax 949.727.7097 www.terratech.conn 0 • TETRA TECH, INC. '� Infrastructure Services Group Mr. Michael J. Sinacori Page 2 February 15, 2002 2. Project Understanding The existing street lights in the Lido Sands, Shorecliffs, Cameo Shores and Highlands are slated for replacement under the City's fifteen -year program to convert obsolete 5,000 -volt series circuits and replace aging facilities. Approximately 216 incandescent street lights and 35,000 lineal feet of conduit and wiring will be replaced or refurbished from this project. 3. Project Issues .After performing a cursory field review of the site, we have determined various issues to be addressed during the design stages. We understand the City utilizes IW' PVC conduit for all new installations. Unless existing PVC conduit exists, we will replace all galvanized steel conduits with new PVC. Due to minimal sidewalk and right -of -way widths typical for most of these areas, we will determine on a pole -to -pole basis the location of each new light standard, if needed. Existing utilities will always be a concern when installing underground structures. We will indicate on the design plans the locations of all known utilities supplied to us by the City. Should a utility conflict arise during the design stages, we will indicate all pertinent information on the plans, including details, to minimize the impacts. Lido Sands consists of 38 Type I concrete light standards fed from one series circuit service disconnect. New PVC conduit will be installed throughout since there is no existing PVC which can be utilized. The existing series service disconnect, located within a gated community of Lido Sands Drive, will be salvaged. An existing 120/240 - volt service cabinet, located at River Avenue and 54th Street, will be used to provide the new circuit. Shorecliffs consists of 34 Type I concrete light standards fed from one series circuit service disconnect near Evening Canyon Road and Seaward Road. The existing service disconnect will be salvaged and replaced with a new 120 /240 -volt service cabinet. There are a few locations along this circuit with existing PVC that will be identified and reused for the new circuit. There is an additional series circuit north of Pacific Coast Highway (PCH) which consists of 13 Type I and II concrete light standards fed from one series circuit service disconnect at PCH and Morning Canyon Road. New PVC conduit and a new 120 /240 -volt service cabinet will be installed. Cameo Shores consists of 89 Type I concrete light standards fed from one series circuit service disconnect at Hampden Road and Milford Drive. The existing service disconnect will be salvaged. There is an existing 120 /240 -volt service cabinet at Cameo Shores L* TETRATECH, INC. Infrastructure Services Group Mr. Michael J. Sinacori Page 3 February 15, 2002 Road and Camden Drive, which is serving a flashing beacon unit. We will look into the possibility of utilizing this service for our new circuit. Highlands consists of 55 Type III post -top light standards fed from one series circuit service disconnect, which used to be located at PCH and Milford Drive. However, this circuit was removed and a new series circuit was established along Cameo Highlands Road. This existing service disconnect will be salvaged and replaced with a new 120 /240 -volt service cabinet. Tetra Tech has discovered a separate task for each project requesting the preparation of signing and striping plans, as indicated in the RFP. This task may not be necessary, in order to reduce design costs. Per Standard Specifications for Public Works Construction (Green Book), "all existing facilities removed or damaged by contractor's work must be replaced or restored to its original condition." Unless the City desires to change the striping conditions following the street light construction, we feel this task may be omitted. B. Identification of Subconsultants Tetra Tech does not anticipate utilizing subconsultants for this project. C. Related Experience Related Experience #1 Client: City of Newport Beach Project Location: Balboa Peninsula Project Description: Prepared plans, specifications and construction cost estimates for street light modifications to existing series circuits along Balboa Peninsula_ These modifications included the replacement of post -top and 30 -foot concrete street light standards. (See attached sample plans.) Completion Date: 2002 Contact: Michael J. Sinacori, P.E. Utilities Engineer & Project Manager (949) 644 -3342 0 TETRATECH, INC. Infrastructure Services Group Mr. Michael J. Sinacori Page 4 February 15, 2002 Related Experience #2 Client: City of Pomona Project Location: East End Avenue and Reservoir Street Project Description: Preparing plans, specifications and construction cost estimates for street light modifications resulting from railroad grade separations at East End Avenue and Reservoir Street. All street lighting and soffit lighting were designed per City of Pomona standards for ownership and maintenance. Completion Date: 2003 (Est.) Contact: David Nelson, P.E. Assistant Traffic Engineer (909) 620 -2256 Related Experience #3 Client: Project Location: City of Inglewood Market Street Project Description: Prepared plans, specifications and construction cost estimates for the installation of decorative street lighting resulting from the redevelopment of Market Street. This redevelopment established an old downtown theme, creating a pedestrian- friendly shopping environment. Completion Date: 2001 Contact: Parviz Koupai, P.E. City Traffic Engineer (310) 412 -5424 0 TETRATECH, INC. Infrascruccure Services Group Mr. Michael J. Sinacon Page 5 February 15, 2002 D. Identification of Project Team, Organizational Chart, and Resumes Our continued City relationship with past projects and understanding of the importance of this project has Tetra Tech committed to providing the City of Newport Beach with staff who are not only knowledgeable in their expertise, but also with City staff and standards. For this reason, we will assign Peter Kim, P.E., T_E., as primary contact for this project. His familiarity with a recently completed City project makes him an ideal candidate. Mr. Kim is a Divisional Project Manager with Tetra Tech and shall remain in responsible charge of all duties from contract negotiations through project completion. Should Mr. Kim become unavailable to complete this project, we will assign Steve Itagaki as the alternate representative. Mr. Itagaki will also serve as the Project Design Engineer for this project. His background with previous City projects and staff allows him to remain proactive in all aspects to complete this project. Attached is an organizational chart and resumes. Following is a table showing the anticipated total staff utilization effort. NAME TASK PERCENT UTILIZATION Peter Kim, P.E., T.E. Project Manager 6% Steve Itagaki Project Engineer 44% Jay Bautista Design & Support 25% Joel Bareng Design & Support 25% E. Project Schedule Tetra Tech anticipates the street lighting plans, specifications and estimates (PS &E) for both projects can be completed by the July 1, 2002, bid advertisement date, as indicated on the RFP, assuming a contract approval date of March 13, 2002. This 15 -week schedule also includes a three -, two- and one -week City plan review time for the 50 %, 95 %, and Final Review submittals, respectively. The attached project schedule provides a breakdown of the time frames. Tetra Tech will initiate a kick -off meeting with City staff to review the project and discuss specific details involving the City's requirements and concerns for the project. Periodic meetings will be conducted with City staff as necessary to review progress of the work. 0 0 TETRA TECH, INC. Infrascruccure Services Group Mr. Michael J. Sinacori Page 6 February 15, 2002 F. Scope of Work Task 1 — Project Meetin s and Coordination Tetra Tech will meet with City staff to review the project and discuss specific details involving the City's requirements and concerns for the project. Periodic meetings will be conducted with City staff as necessary to review progress of the work or resolve design - related issues in the field. Task 2 —Field Investigation Tetra Tech will gather all record drawings from the City and perform a detailed field review of existing conditions for each project. This task will be conducted and coordinated with City staff in order to address any design concerns. This task will also include site meetings with City staff to review specific issues during the preliminary design stages. Task 3 — Project Plans Tetra Tech will prepare street lighting modification plans in accordance with City of Newport Beach Standards and Specifications. The plans will be prepared using AutoCad Release 14. The following plans will be completed: • One title sheet for each project containing vicinity and sheet index maps and street lighting general notes. • Approximately twelve street lighting plans for Lido Sands, Shorecliffs, Cameo Shores and Highlands will be prepared at Y'=40' scale. Base mapping will be provided by the City. The plans will indicate the installation, relocation and removal of street light poles and the installation of new multiple circuits fed from new or existing 240 -volt multiple service cabinets. Details to relocate utilities will also be provided as necessary. • One street lighting detail sheet for each project. The plans will be submitted as a single project or separated into two projects, as directed by the City. r TETRA TECH, INC. Infrastructure Services Group Mr. Michael J. Sinacori Page 7 February 15, 2002 Task 4 — Contract Documents Tetra Tech will prepare complete contract documents for each project, including general and special provisions, quantities, bid proposals and Engineer's estimates conforming to City requirements. All word processing will be performed using Microsoft Word and Excel. One complete set of hard copy contract documents and electronic files will be submitted to the City for bid set preparation. Task 5 — Construction SUDDOrt Services Tetra Tech will assist the City for design - related issues for each project, if necessary, and will include the preparation of addenda and contractor's Request for Information (RFI) during bidding and construction. Task 6 — As -Built Plan Preparation Tetra Tech will prepare as -built plans for each project from information provided by the City. These as -built plans will be resubmitted to the City on the original approved bid drawings, unless directed otherwise by the City. Task 7 — Submittals Milestone progress submittals for each project will be at the 50% Design Review, 95% Design Review, Final Approval Review, and Approval of Plans. The Approval of Plans submittal will include consultant- approved, mylar original drawings and original contract documents. The approved drawings and documents will also be submitted in electronic file format to the City in any medium desired (diskette, CD, or email). Each submittal will include meetings with City staff, as necessary, to address plan review comments and clarifications. G. Personnel Matrix See the attached matrix showing each task versus personnel man hours by classifications. H. Additional Consultant Responsibilities Tetra Tech shall complete the specified services in accordance with the City's standard "Professional Services Agreement." • TETRA TECH, INC. Infrastructure Services Group Mr. Michael J. Sinacori Page 8 February 15, 2002 We are prepared to begin work immediately following your notice to proceed. We are excited at the prospect of providing these continued services to the City of Newport Beach and look forward to your favorable reply. If you have any questions regarding this proposal, please don't hesitate to call Peter Kim or Steve Itagaki at (949) 727 -7099. Respectfully submitted, Peter Kim, P.E., T.E. Divisional Project Manager PK/cr L \prop021p039p kiLe tter- Scope. doc Attachments i:. J Q cn O a O of a U.1 w LL r v v M U H U w 0 w a z Z W 2 W U J a w H 2 C7 J F W w Of F- (n 2 U Q w m F- 2 O a w z LL O F- U J C L d F d d Y m ❑ w Q' ¢ a w a N 0 0 N LA d 3 a d LL W ❑ • Exhibit B , 0 N N O o r v N o r co o co c+-i r 'o N co O r N r N o O N Ly Q H m N N CO Ln O O V Ln (o Ge U N - N O Ln W N (rT O Q WA Vi ('4 A Eq A EH EA m L.Nj y� F- J J V7 N n N M O r co N O r n H � 0 _ V N r o O v LO O a a O z Q -. o V o of co M m (o m co Q) 0 O = Q W U a. Nco s V (� 00 2 ❑ z z co Nj Lv N N 7 0 cJ DJ N o Q U N V W W Z d' ❑- W 2 R N N N n o N O 0O a M o w a to U rn @ y LL O O LL J In O = a ° E E a L`p W W ❑ C 0 ° C z Q fq LL � to Lo m w O o a N a O c6 a O U > ❑ <j y m w CD w E U) o m _m L d L N CL CO ` l6 O C J (n J Z' U) LL O m O. n d LL z O m m c L' c c _c L6 a °- m F- a. a a U v LL d d d ¢ aE = U U W o N d O 0 0 0 @ N U L Z ❑ a ii ° m m ii Q Q ❑ Qr N M C U) t0 r w m 0 N N TETRAECH, INC. • Infrastructure Services Group . 1* 2002 HOURLY CHARGE RATE AND EXPENSE REIMBURSEMENT SCHEDULE Professional Engineering Intem/Technician .................. $ 44.00 Designer /CAD Operator/Engineer I .......... $ 82.00 Engineer II and III/Senior Designer.......... $ 92.00 Planner ........................ ............................... $ 94.00 Senior Engineer/Landscape Architect........ $ 103.00 Project Engineer/Project Coordinator........ $ 120.00 Project Manager /Sr. Project Coordinator... $ 135.00 Senior Project Manager ............................. $ 150.00 Program Director(Project Director ............. $ 180.00 Administrative Administrative Clerk .......... ....................... $ 38.00 Word Processor /Admin. Support ............... $ 54.00 Graphic Designer ........ ............................... $ 90.00 Survey/Mapping Survey Technician .. ............................... Surveyor/Field Supvsr. /Sr. Survey Tech Two- Person Survey Party ...................... Two - Person Survey Party with GPS...... Three- Person Survey Party .................... Survey Travel Time (Two - person) ........ Survey Travel Time (Three- person) .. _.. Construction $ 87.00 $ 97.0C $ 172.00 $ 210.00 $ 250.00 $ 83.00 $ 118.00 Construction Observer ............................... $ 72.00 Senior Construction Observer .................... $ 78.00 Resident Engineer ...... ..... ....................... $ 110.00 Construction Manager . ............................... $ 140.00 Reproduction, special photography, postage, delivery services, express mail, out -of -area telephone calls, printing and any other services performed by subcontractor, will be billed at cost plus 15 %. Reimbursable In -House Costs Photo Copies (B &W 8.5 °xI I ") ...... $0.10 /Each Photo Copies (B &W 11 "x17')....... $0.35/Each Color Copies (up to 8.5 "x11 ")........ $1.50/Each Color Copies (to 11 "x17 ") .............. $2.50 /Each Blueprints ........ ............................... $ 0.35 /S.F. Computer Time ............................. $10.00./Hour Mil eage .......... ... .................... $ 0.40M4ile ForensicEngineer ................................................................................................. ............................... $250.00 Court Appearances, Expert Witness Testimony, Depositions, and Preparation for Testimony ........................................................ ............................. - $350.00* *Minimum $1,000.00 for half day plus expenses. NOTE: All rates are effective to October 1, 2002. There will be a negotiated increase in rates, 5% minimum per year, for contracts extending beyond October 1, 2002. \ \NTSI- IRV\wpmisc \prop02 \p039pk \Exhibit A.doc acoRA CERTIFICA OF LIABILITY INSU NCB OP ID L BATE( /2"0/0) SLCO -1 OEZMI 02 PRODUCER 1W THIS CERTIFICATE IS UED AS A MATTER OF INFORMATION Lyons Insurance Agency, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Powdermill Square 3844 Kennett Pike, Suite RIVED HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Wilmington DE 19807 Phone:302- 658 -5508 Fax INSURERS AFFORDING COVERAGE INSURED IB1. INSURERA: Hartford Insurance INSURER B'. Twin City Fire Insurance Co. Department Tetra Tech, Inc. port Beach 3280 E. Foothill Pasadena CA 91 101 INSURERC: INSURER D' . - - -- INSURER E: 10/01/01 COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REOUCEO BY PAID CLAIMS, LTRf TYPE OF INSURANCE T- POLICY NUMBER DGPEFR -E 1 E DATE MMIDDIYY -POLICY ID T DATE MMIDDMf LIMITS _ GENERAL LIABILITY AUTHO REPRESENTATIV _ EACH OCCURRENCE 81000000 A X COMMERCIAL GENERAL LIABILITY 44UUNFU3205 10/01/01 10/01/02 FIRE DAMAGE (Any one tire) 18300000 l CLAIMS MARE a OCCUR MED EXP (Any one peson) S 10000 X Contract Llab. PERSONAL B ADV INJURY $ 1000000 GENERAL AGGREGATE $ 2000000 GEN'L AGGREGATE LIMIT APPLIES PER'. PRODUCTS - COMPIOP AGO x2000000 POLICY g PRO. JECT LOC • AUTOMOBILE LIABILITY ,,, IXI ANY AUTO 1 44UENFU3301 l 10 /01 /01 i 10/01/02 (Edam COMBINED SINGLE LIMIT (Ea accident) S 1000000 BODILY INJURY (Per Person) ', $ III ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per awidant) - $ X HIRED AUTOS X 1 NON -OWNED AUTOS PROPERTY DAMAGE (Per amident) S GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO _ $ AUTO ONLY: AGG EXCESS LIABILITY EACH OCCURRENCE $10000000 • X OCCUR ❑ CLAIMS MADE 44XHUFU0785 10/01/01 10/01/02 AGGREGATE $ 10000000 •- $ 1 $ DEDUCTIBLE $ RETENTION $ B WORKERS COMPENSATION AND EMPLOVERS'LIABILITY 44WBRMP3350 AIDS 10/01/01 10/01/02 Y LIMITS: Eft tE.LENCH ACCIDENT $10000 00 44WNMP3351 CA 10 /01 /01 10/01/02 ASE- EA EMPLOYEE$1000000 E . DISEASE - POLICY LIMIT ! $ 10000 00 JOTHER DESCRIPTION OF OPERATIONSILOCATIONSNEHICLE SIEXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS Newport Beach, its elected officials, officers, agents, representatives and employees are additional insured as respects the CG 20101185 attached. The coverages shown above are primary and noncontributory and Hartford agrees to waive rights of subrogation on same. Re: Engineering services for the streetlight replacement project. CERTIFICATE HOLDER I Y I ADDITIONAL INSURED; INSURER LETTER: CANCELLATION CTYNEWP SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL 1000E90MUW MAIL 3_ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, . City of Newport Beach Shauna Oyler 3300 Newport Blvd. Newport Beach CA 92658 -8915 AUTHO REPRESENTATIV _ ACORD 25 -S (7/97) 1 u' / - © ACORD CORPORATION 1988 CERTIFICA OF LIABILITY DATE INSU 03 SLCO D /20/02 PRODUCER THIS CERTIFICATE IS ED AS A MATTER OF INFORMATION Lyons Insurance Agency, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Powdermill Square HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 3844 Kennett Pike, Suite 210 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Wilmington DE 19807 Phone:302- 658 -5508 Fax:302 -658 -1253 INSURERS AFFORDING COVERAGE INSURED INSURER A: Greenwich Insurance Company INSURER B: I $ INSURER C: Tetra Tech, Inc. 3280 E. Foothill Blvd. Ste 350 Pasadena CA 91107 INSURER D - INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IN LTR TYPE OF INSURANCE POLICY NUMBER P I Y FFE V DATE MMIDD/Y1' P LI V EXPIRATION DATE MM /ODIW LIMITS GENERAL LIABILITY AUTHO REPRESENTATIV Newport Beach CA 92658 -8915 EACH OCCURRENCE $ FIRE DAMAGE (Anyone fire) I $ COMMERCIAL GENERAL LIABILITY CLAIMS MADE ❑OCCUR MED EXP (Any one person) $ PERSONAL 8 ADV INJURY GENERAL AGGREGATE -- $ $ _ FGIIN,'L AGGREGATE LIMIT APPLIES PER ' PRODUCTS - COMP /OP AGG : $ POLICY PRO- LOC ECT AUTOMOBILE LIABILITY ANY AUTO ' COMBINED SINGLE LIMIT (Ea accident) S BODILY INJURY (Pe(person) $ ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS . BODILY INJURY NON - OWNEO AUTOS ' (Per accident) $ PROPERTY DAMAGE (Per accident) $ ' GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG EXCESS LIABILITY EACH OCCURRENCE Is OCCUR CLAIMS MADE AGGREGATE DEDUCTIBLE $ RETENTION $ WORKERS COMPENSATION AND TORY LIMITS ER EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $ ` E I DISEASE - EA EMPLOYEE $ E. L. DISEASE - POLICY LIMIT $ i AlOTHER Profess. /Pollution PEC0005771 10 /01 /01 10/01/02 See Below For Limits E60 Legal Liab DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS LIMITS: $2,000,000 Ea. Occ. /$2,000,000 Agg. and $250,000 Retention Ea. Cl. CLAIMS MADE FORM: Maximum for all claims during the policy year. Re: Engineering services for streetlight replacement project. CERTIFICATE HOLDER 1 N I ADDITIONAL INSURED; INSURER LETTER: CANCELLATION CTYNEWP SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL 113MIDWOMM MAIL _30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, City of Newport Beach Shauna Oyler 3300 Newport Blvd. AUTHO REPRESENTATIV Newport Beach CA 92658 -8915 e ACORD 25 -S (7197) ' a.a- "T / - , �/" . © ACORD CORPORATION 1988 0 0 POLICY NUMBER: 44UUNFU3205 COMMERCIAL GENERAL LIABILITY THE HARTFORD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART, SCHEDULE Name of Persons or Organization: The City of Newport Beach, its elected officials, officers, agents, representatives and employees. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respects to liability arising out of "your work' for that insured by or for you. The insurance provided is primary and none contributory, any other insurance coverage carried by the Additional Insureds shall be excess insurance. CG 20 10 11 85 Copyright, Insurance Service Office, Inc. 1984 Date: 3/27/02 02:25 PM Sender's Fax ID: 3026581253 Page 2 of 2 Workers Compensation and Employers' Liability Policy POLICY NUMBER: 44WNMP3351 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will Mt enforce our right against the person or organization named in the Schedule. (This agreement apples only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE The City of Newport Beach, Its elected officials, officers, agents, representatives and employees. Countersigned by ' ' - " v " x Authorized Representative Form WC 00 0313 Printed in U.S.A. Process Deis 03127/02 Policy Expiration Date: October 1, 2002 V MR-28-2002 THU 08;52 AM CAL RANCE FAX N0. 714391654 CERTIFICATE OF INSURANCE CHECKLIST CITY OF NEWPORT BEACH THIS CHECKLIST IS COMPRISED OF REQUIREMENTS AS OUTLINED ABY THE CITY OF NEWPORT BEACH. P. 01/01 DATE RECEIVED: O�L DEPARTMENT /CONTACT RECENED FROM:, /U LCD WL-Xt V, I t DATE COMPLETED: 3 2S DZ' SENT TO:� l✓-�A 0!- j!� BY: N etll a t 1) COMPANY/PERSON REQUIRED TO HAVE CERTIFICATE: I e +e-A �- ^ C- I. GENERAL LIABILITY: A, INSURANCE COMPANY: f orrn Gt5 ( ✓1� L2. B. AM BEST RATING (A VII or greater):,, C. ADMITTED COMPANY: ( Must be California Admitted) Is company admitted in California? Yes_Z NO- D, LUvM: (Must be $1,000,000 or greater) What is limit provided? 1 r)_T . DL-r- O L) LI 000, UJ E. PRODUCTS AND COMPLETED OPERATIONS: (Must Include) Is it included.• Yes No_ F. ADDITIONAL INSURDED WORDING TO INCLUDE: ( The City its officers, agents, officials, employees and volunteers). Is it included? Yes, No_ G. PRIMARY AND NON CONTRIBUTORY WORDING: (Must be included) Is it included? Yes No„ H. CAUTION! ( Confirm that loss or liability of the Named insured is not limited solely by their negligence.) Does endorsement include "solely by negligence" wording? Yes_ No 0 I. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley the City will accept the endeavor wording. II. AUTOMOBILE LIABILITY: A. INSURANCE COMPANY: kPV1- h ,-d-, lit 5 rn t- ^ Ce- B. AM BEST RATING (A VII of greater): V Fl C. ADMITTED COMPANY: ( MUST BE CALIFORNIA ADMITTED) Is company admitted? Yes No_ D. LIMITS: (Mug be $1,000,000 minimum BI & PD and $500,000 UM) What is limits rovided?- 1 I Occ) 01:eu TO INCLUDE: (The City its officers ,agents, officials, employees and volunteers). Is it included? Yes 4 No_ F. PRIMARY AND NON CONTRIBUTORY WORDING: (For Waste Haulers Only). Is it included? Yes -�V-114ot G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley the City will accept the endeavor wording. III. WORKERS COMPENSATION; A. INSURANCE COMPANY: I W1 l l �1 ✓2 {'IaS- B. AM BEST RATING (A VII or greater)_ VV _ C. LIMITS: Statutory D. WAVIER OF SUBROGATION: (To include). Is it included? Yes--P— Nq„_ HAVE ALL ABOVE REQUIREMENTS BEEN MET? Yes__,O No IF NO, WHICH ITEMS NEED TO BE COMPLETED? MAR 12 2002 V TO: Mayor and Members of the City Council FROM: Public Works Department March 12, 2002 CITY COUNCIL AGENDA ITEM NO. s SUBJECT: STREETLIGHT REPLACEMENT PROJECT - APPROVAL OF PROFESSIONAL SERVICES AGREEMENT WITH TETRA TECH, INC. RECOMMENDATION: Approve a Professional Services Agreement with Tetra Tech, Inc., of Irvine, for the preparation of plans and specifications of the Streetlight Replacement Project, Lido Sands, Shorecliffs, Cameo Shores and Highlands, at a contract price of $33,227 and authorize the Mayor and City Clerk to execute the Agreement. PROJECT DESCRIPTION: The streetlights in the communities of Lido Sands, Shorecliffs, Cameo Shores, and Highlands are slated for replacement under the City's fifteen -year program to convert obsolete 5000 -volt series streetlight circuits and replace aging facilities. The project calls for the replacement or refurbishment of approximately 200 incandescent lights and approximately 35,000 feet of electrical conduit and wiring. The conduit will be designed such that installation can be accomplished by boring, with minimal open cut excavation required. Most of the project work is along the parkways where new conduit needs to be installed. Pole locations will not vary much from existing locations. The contract documents will stipulate the existing series streetlight system is to remain in service throughout the installation of the new system and that no more than a seven -day shut down for any one light will be allowed. (See attached Project Location Maps). THE SELECTION PROCESS: Three firms were selected to propose on the design services for the subject project. Each of the following firms provided the City a written proposal as requested: • Austin -Foust and Associates • Burns and McDonnel • Tetra Tech, Inc. The Utilities Manager, the Utilities Engineer, and the City Engineer reviewed the proposals to evaluate each firm's qualifications, past experience on similar projects, and availability before ranking Tetra Tech, Inc., the highest. Tetra Tech designed the Balboa Peninsula Streetlight Replacement project, which is currently under SUBJECT: STREETLIGHT REPOMENT PROJECT - APPROVAL OF PROFESSIW SERVICES AGREEMENT WITH TETRA TECH, INC. March 12, 2002 Page 2 construction. Their team has provided excellent service to the City and has worked well with staff in developing the project documents. Tetra Tech will charge a fee of $33,227 to complete the design services. SCOPE OF SERVICES: Tetra Tech will prepare the project plans and specifications for the installation of new conduit, wires and luminares. Most streetlight poles will be reused, with the exception of the various poles that will be replaced because they show progressive signs of deterioration. Complete design efforts include construction drawings, which include details of the pole installations and appurtenances, any traffic control requirements, preparation of detailed written special provisions, bid documents, quantity estimates, and an overall cost estimate. Funds for this project in the amount of $33,227 are available in Account No. 7014 - 05300035. Respectfully PUB 1RKS DEPARTMENT ep n . Baddum, Director By: Mi ael J. Sinacori, P.E. Utilities Engineer Attachments: Professional Services Agreement Project Location Maps I 2-2.?z40 cl, s-aNl 's LJ z O �Q 0 133gus I ti O c is HISS H199 HILS miss H169 0 -i O 2 0 cc U) x E U) 0 JI O O Lr) 0 I Cr xi to -cl o —YA ---- - ----- _ C ------- - --- io I N—VI u 0-� K AD O x E UI �! • 80 d N—VI u 0-� K AD O x E UI Tj im AN v . 4�cOAD Ov- Lo o \1-7 .......... z Nvs OM ,F. '.i') U � � �xl i l z 0 u Ji In 0 0 a) E m I 1337V.13„ — —j — F 6, i _J_. S HIVS S HILS Iz "185 JI IS H.169 O -j rV O 0 Iq co 0 (1)