Loading...
HomeMy WebLinkAbout11 - Big Canyon Creek Restoration ProjectCITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 11 December 8, 2009 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Robert Stein 949 - 644 -3322 rstein @newportbeachca.gov SUBJECT: BIG CANYON CREEK RESTORATION PROJECT — APPROVAL OF A REIMBURSEMENT AGREEMENT WITH ORANGE COUNTY SANITATION DISTRICT FOR DESIGN AND CONSTRUCTION OF A MAINTENANCE ROAD IN BIG CANYON IT, 114 1:1 11.7119 RI Approve an agreement with the Orange County Sanitation District (OCSD) for reimbursement by OCSD for costs associated with design of the Big Canyon Creek Restoration Project and for reimbursement of future costs associated with managing, permitting, gaining CEQA approvals and constructing an OCSD maintenance road as part of a future restoration project in Big Canyon Creek. DISCUSSION: The OCSD Big Canyon Trunk Sewer traverses through the Big Canyon Creek East of Jamboree Road to Back Bay Drive. OCSD has requested the City include construction of a maintenance access road to one of OCSD's manholes as part of the City's restoration efforts in Big Canyon Creek. The original intent was to construct the maintenance road in concert with the City's Big Canyon Creek Restoration Project beginning in Fall, 2009. However, this restoration project has been withdrawn and a smaller future project is now being considered. While there is no date yet scheduled for this future project, it will be advantageous to proceed with this reimbursement agreement so that the City can immediately recover costs of $66,925 spent on the design of the OCSD maintenance road and $10,000 expended for project management. The wording of the attached proposed reimbursement agreement is very similar to the recent reimbursement agreement signed with OCSD for work on the upstream portion of the Big Canyon Trunk Sewer within the Big Canyon County Club area. Under the terms of this proposed reimbursement agreement, the City will be responsible for gaining the CEQA approvals, performing the design, processing the permit applications for approval, bidding and awarding the project, and supervising and inspecting the construction. The agreement provides for gaining approval from OCSD for the final engineering design documents for tasks related to OCSD facilities. Additionally, all change orders related to OCSD facilities must be approved by OCSD. At its discretion, OSCD will provide construction management oversight and inspection of construction of its facilities. In compensation, this agreement provides for OCSD to reimburse the City SUBJECT: Big Canyon Creek Restoration Project — Approval of Reimbursement Agreement with Orange County Sanitation District for Design and Construction Support Services December 8, 2009 Page 2 immediately for costs spent for the design of the maintenance road and expenses for project management: 1. Preliminary Engineering Design* $28,222.00 2. Final Engineering Design* 38,703.00 3. Contract Project Management" 10,000.00 Design Subtotal $76,925.00 *These amounts were verbally negotiated with OCSD in December 2007 and were reflected in the December 11, 2007 Council Memo approving the professional services agreement with VA Consulting (attached). Under this currently proposed agreement, these amounts will be formally incorporated into the OCSD reimbursement package. ** This amount was appropriated by the City Council on January 13, 2009 and was used for project management services during the design phase. Additionally, the agreement provides for OCSD to reimburse the City for permitting and construction once the project moves forward. Appropriation of these construction - related costs will be included in. a future Capital Improvements Program budget and are estimated as follows: 4. CEQA and Permits $ 3,075.00 5. Construction 432,163.00 6. Administrative Fee (4 %) 20,837.00 Construction Subtotal $456,075.00 Estimated Total (Items 1 -6) $533,000.00 Once a future restoration project is determined, City will reevaluate cost estimates and meet with OCSD to finalize reimbursement costs. Environmental Review: A Mitigated Negative Declaration (MND) has been prepared for the restoration project as originally conceived. This MND includes the proposed OCSD maintenance road. Once a new project is defined, the MND will be reviewed and modified as necessary. Pre Robert Stein Assistant City Engineer Submitted by: �h( . Badum Works Director Attachments: Reimbursement Agreement for the Big Canyon Trunk with OSCD December 11, 2007 Council Memo Approving VA Consulting Inc. Contract for Final Engineering Services REIMBURSEMENT AGREEMENT BETWEEN THE ORANGE COUNTY SANITATION DISTRICT AND THE CITY OF NEWPORT BEACH FOR ACCESS IMPROVEMENTS TO SEWERS IN THE BIG CANYON NATURE PARK AREA. OCSD Project No. 5 -64 THIS REIMBURSEMENT AGREEMENT ( "Agreement "), is made and entered into on this day of , 2009, by and between the ORANGE COUNTY SANITATION DISTRICT, a County Sanitation District ( "District "), and the CITY OF NEWPORT BEACH, California, a Municipal Corporation ( "City "). District and City are sometimes hereinafter individually referred to as "Party" and collectively referred to as "Parties." RECITALS WHEREAS, District is a duly organized County Sanitation District existing pursuant to the County Sanitation District Act, California Health and Safety Code Sections 4700 et seq., providing for the ownership, operation, and maintenance of wastewater collection, treatment, and disposal facilities within Orange County, California; WHEREAS, 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 the City; WHEREAS, District owns, operates and maintains fifteen inch (15 ") to twenty - four inch (24 ") trunk sewers and related manholes ( "Sewers ") within the Cityw located beneath the Big Canyon Nature Park Area; WHEREAS, a portion of the Sewers within the Big Canyon Nature Park Area are currently inaccessible from the existing maintenance access road due to the presence of a natural creek; WHEREAS, City is planning implemetentation of a Nature Park Restoration Project ( "Restoration ") within the Big Canyon Nature Area and as part of this implementation of the Restoration, the City has agreed to grant the District a non- exclusive easement, divert the creek through a ten foot (10') pipe, construct a retaining wall and extend the existing access road to the District's Sewers ( "Access Improvements "); WHEREAS, City and District desire to construct the Access Improvements and perform the Restoration simultaneously ( "Joint Project ") so as to minimize the impacts to the environment, the public and surrounding homeowners; WHEREAS, City has agreed to administer and enter into the design and construction contracts for the Joint Project; and WHEREAS, District has agreed to reimburse the City for all costs associated with the construction of the Access Improvements subject to the conditions set forth in this Agreement. AGREEMENT NOW THEREFORE, in consideration of the mutual promises set forth herein, the Parties hereto agree as follows: SECTION 1. RECITALS The Recitals above are deemed true and correct, are hereby incorporated in this Section as though fully set forth herein, and each Party to this Agreement acknowledges and agrees that they are bound by the same. SECTION 2. ELEMENTS OF AGREEMENT City and District shall work cooperatively together so the Joint Project may be constructed in a manner that minimizes the costs and impacts to the public. The specific terms and conditions governing the elements of this Agreement are set forth below. SECTION 3. CITY'S SPECIFIC OBLIGATIONS A. City shall enter into and administer contracts for the design and construction services necessary for the Joint Project. B. City shall grant District a non - exclusive easement allowing vehicle and pedestrian ingress and egress on the maintenance access road for the purpose of allowing District access to its Sewers. The easement and the easement's legal description is attached to this Agreement as Exhibit "A" and is incorporated herein by reference. C. As part of the Access Improvements' construction the City will extend the existing dirt road to the District's Sewers and provide all additional work necessary to support the access road's extension, including but not limited to the construction of a retaining wall and the placement of a ten foot (10') diameter pipe to divert the creek. City shall construct the Access Improvements according to the standards currently employed by the City for the construction of dirt roads, retaining walls and the placement of .pipes. D. City shall submit the Access Improvements' construction documents to the District for review and approval by the District's Director of Engineering. The drawings and specifications shall meet District's standards and technical requirements for items affecting the District and shall have separate bid items so that the City's and District's costs can be easily identified. District shall not unreasonably withhold its approval of the construction documents. E. City shall be responsible for compliance with the California Environmental Quality Act ( "CEQA ") (Pub. Resources Code, Sections 21000 of seq.) for all activities associated with the Joint Project and City shall be the lead agency for purposes of CEQA. In such capacity, the City's City Council adopted a Mitigated Negative Declaration ( "MND ") for the Joint Project on August 11, 2009. A copy of the Resolution adopting the MND is attached to this Agreement as Exhibit "B" and is incorporated herein by reference. F. City shall prepare and issue a public works bid package for the Joint Project and administer the construction contract(s) for the Joint Project. G. Upon opening of bids, City shall submit results for the Access Improvements for review and approval by District. District shall have a period of three (3) working days for review of bid results and approval or rejection of the apparent responsive low bidder. In the event the District rejects the responsive low bidder, the City shall reject all bids or shall proceed with the Access Improvements' construction at its sole cost and expense without reimbursement from the District for expenses from that point forward. Money previously expended on District's behalf by City shall be reimbursed by District to City according to the terms of this Agreement. H. City shall obtain all necessary permits for construction of the Joint Project from federal, state and local authorities. I. Provided the District or City do not reject the apparent responsive low bidder, City shall enter into a contract for construction of the Joint Project in accordance with the approved construction documents. J. City shall require a one (1) year warranty on the Joint Project from its construction contractor. The Access Improvements portion of the warranty shall be assigned to District upon the completion of the Access Improvements and the granting of the non - exclusive easement by the City. Such warranty shall read as follows: "Contractor guarantees for a period of one (1) year from the date of final acceptance of the work by City that the Contractor shall repair or remove and replace any work, together with any other work which may be displaced in so doing, that is found to be defective in workmanship and /or materials without any expense to City or its assigns, ordinary wear and tear excepted. If Contractor fails to comply with this warranty within one (1) week after being notified in writing, City or its assigns are authorized to proceed to have the defects remedied at Contractor's expense. Contractor shall pay the cost and charges thereof immediately on demand. If, in the opinion of City or its assigns, defective work detected during the guarantee period creates a dangerous condition or requires immediate correction or modification to prevent further loss to City or its assigns or to prevent interruption of City's or its assigns' operations, City or its assigns shall be authorized to repair the condition without prior notice to the Contractor and Contractor shall pay the cost and charges thereof immediately upon demand. Contractor's obligations under this section are in addition to Contractor's other express or implied assurances under this Agreement and State law and in no way diminish any other rights that City or its assigns may have against Contractor for faulty materials, equipment, or work. Contractor agrees that this warranty and guarantee shall be freely assignable to the Orange County Sanitation District without any further notice to or consent from Contractor. The Faithful Performance Bond and Labor and Materials Bond required under this Agreement shall continue in full force and effect for the guarantee period." K. City shall promptly inform the District during the course of the Access Improvements' construction of any proposed change orders to the construction contract. Copies of proposed change orders affecting the District will be provided to the District within thirty (30) calendar days of submission to City. All change orders shall be subject to District's approval if, and to the extent, the Access Improvements are affected thereby. District agrees not to unreasonably withhold its approval to such change orders. L. City shall furnish and deliver to District all record drawings of the Access Improvements and any additional project - related documents requested by District at no cost to District. SECTION 4, DISTRICT'S SPECIFIC OBLIGATIONS A. District shall reimburse City for all costs and expenses for the design and construction attributable to the Access Improvements and services related thereto including, but not limited to services and costs for design consulting engineer, contract project management, outside construction support, such as geotechnical or survey work, the pro rata share of CEQA costs and necessary permits, temporary construction easements, and access agreements. The District shall also pay the City an amount equal to four percent (4 %) of the amount of all of said costs and expenses, which shall be considered the City's "Administrative Fee," which is intended to cover the costs incurred by the City for its internal costs related to the Access Improvements. The District's share of Joint Project costs shall not include costs and services for the design and construction of the City's Restoration improvements. B. District and City shall share discretion and approval authority for all aspects of the design and construction of the Access Improvements, as well as construction change orders related thereto. District shall assign a resident engineer to oversee change orders, if any. C. District shall provide construction management and inspection services for their portion of the Joint Project. District shall inspect construction of the Access Improvements as it deems necessary to assure compliance with the approved drawings and specifications, including shop drawing review and/or material inspection thereof. District shall promptly notify City if any portion of the work appears not to conform to the construction documents and shall work with the City on all items affecting the District associated with the Access Improvements' construction. D. Once completed, the District shall maintain, and repair as necessary, the Access Improvements to the satisfaction of the City. The District shall conduct scheduled periodic inspections of the Access Improvements to ensure they are in working order and notify the City of any required repairs. If repairs are deemed necessary by the City, the District shall commence the repairs no later than seven (7) working days after receiving notice from the City to commence the repairs. The District shall be solely responsible for the maintenance, inspection and repair costs, unless previously agreed to in writing by the City. SECTION 5. TIMING AND AMOUNT OF REIMBURSEMENT For each payment made by City to its consultants or contractors in connection with the Access Improvements, including all progress and final payments, City shall submit an invoice to District setting forth District's share of the payment, accompanied by a copy of any supporting documentation that substantiates the calculation of the District's portion. Within forty -five (45) days following receipt of each invoice, District shall pay the City the full amount of such invoice plus the pro rata share of the Administrative Fee. The projected costs are: 1. Preliminary Engineering Design $28,222 2. Final Engineering Design $38,703 3. CEQA and Permits $3,075 4. Contract Project Management $10,000 5. Construction $432,163 6. Administrative Fee (4 %) $20,837 Estimated Total $533,000 The District's obligation to reimburse the City hereunder is estimated at a cumulative total of $533,000. The construction costs are more fully detailed and explained in the cost estimate attached to this Agreement as Exhibit "C" and incorporated herein by reference. The costs not detailed in Exhibit "C" (e.g., preliminary engineering design, final engineering design, CEQA and permits and contract project management) were verbally negotiated between the City and District in December 2007. The City agrees to notify the District at the earliest opportunity if the District's share is expected to exceed $533,000 anytime during the Joint Project. The City will not expend more than $533,000 on the Access Improvements without the written authorization of District. If the costs exceed $533,000 and District refuses to expend additional funds the City shall be released from its obligations under this Agreement. SECTION 6. INDEMNIFICATION District shall indemnify, defend and hold City, its elected and appointed officials, officers, agents, employees, and consultants, harmless from any and all actions, suits, claims, liability or expense for death, injury, loss or damage to persons or property which may arise or is claimed to have arisen as a result of any act performed by District, its officers, agents, employees or consultants, with respect to the construction of the Joint Project or following District's acceptance of the District's portion of the Access Improvements, as a result of or in connection with the maintenance, repair and operation of the improvements, save and except in those instances where such expense, liability or claim is solely caused by any deliberate, reckless, or grossly negligent act or omission of City, its officers, agents, employees or consultants. District shall also indemnify, defend and hold City, its elected and appointed officials, officers, agents, employees, and consultants, harmless from any and all actions, suits, claims, liability, cost or expense which may arise or is claimed to have arisen as a result of the District's denial of any change order or part thereof. SECTION 7. INSURANCE City shall require the Joint Project's construction contractor to maintain insurance policies in the amounts stated herein during all times of the construction project. City shall not allow a contractor or subcontractor(s) to commence work on the Joint Project until such insurance is obtained in accordance with the requirements of this section. City shall require that insurers be admitted carriers and authorized to transact business in the State of California and that insurers have an "A2, or better, Policyholder's Rating, and a Financial Rating of at least Class VII, or better, in accordance with the most current A.M. Best Rating Guide. City shall include a provision in its contract with contractor that District may require contractor to substitute any insurer whose rating drops below the levels herein specified and that the substitution shall occur within twenty (20) calendar days of written notice to contractor by District or its agent. City shall require contractor to furnish District with original certificates and amendatory endorsements effecting coverage. Said policies and endorsements shall conform to the requirements herein stated. District reserves the right to require complete, certified copies of all required insurance policies, including endorsements, affecting the coverage required by these specifications, at any time upon written notice to the City. City shall require that all general liability and automobile liability policies be endorsed to name the District and City, their officers, employees, agents, and consultants as additional insureds. City shall require that each insurance policy required herein be endorsed to state that coverage shall not be cancelled by either Party, except after thirty (30) calendar days' written notice. City shall require coverage in at least the following amounts: A. General Liability. $2,000,000 per occurrence for bodily injury, personal injury, and property damage and $4,000,000.aggregate for bodily injury, personal injury, and property damage. B. Automobile Liability. $2,000,000 combined single limit per accident for bodily injury and property damage, including non -owned and hired vehicles. C. Workers' Compensation. Workers' Compensation, in accordance with the Workers' Compensation Act of the State of California for a minimum of $1,000,000 or such minimum limits as the required by the State, whichever is greater. Such Workers' Compensation Insurance shall be endorsed to provide for a waiver of subrogation against District. SECTION 8. ERRORS & OMISSIONS City acknowledges that City's consultant, VA Consulting Inc., is providing a number of services related to the Access Improvements. However, District is not in a direct contractual relationship with City's consultant and is unable to enforce the errors and omissions clause against City's consultant. Therefore, on behalf of District City agrees to enforce Section 24 (Errors & Omissions) of the December 11, 2007 Professional Services Agreement with VA Consulting Inc. for Big Canyon Creek Restoration Project against City's consultant at District's written request. SECTION 9. TERM This Agreement shall remain in full force and effect unless and until the Agreement is terminated in writing by both Parties. SECTION 10. NOTICES All notices or other communications required or permitted hereunder shall be in writing and shall be personally delivered or sent by registered or certified mail, postage prepaid, return receipt requested, delivered or sent by electronic transmission, and shall be deemed received upon the earlier of: (i) the date of delivery to the address of the person to receive such notice if delivered personally or by messenger or overnight courier; (ii) three (3) business days after the date of posting by the United States Post Office if by mail; or (iii) when sent if given by electronic transmission. Any notice, request, demand, direction, or other communication sent by electronic transmission must be confirmed within forty -eight (48) hours by letter mailed or delivered. Notices or other communications shall be addressed as follows: To District: Orange County Sanitation District Post Office Box 8127 Fountain Valley, CA 92728 -8127 Attention: Penny Kyle, Clerk of the Board Facsimile: (714) 962 -0356 To City: City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Steve Badum, Public Works Director Facsimile: (949) 644 -3020 SECTION 11. JURISDICTION In the event of a dispute regarding performance or interpretation of this Agreement, the venue for any action to enforce or interpret this Agreement shall lie in the Superior Court of California for Orange County. SECTION 12. NO THIRD PARTY BENEFICIARIES This Agreement is entered into by and for the District and the City, and nothing herein is intended to establish rights or interests in individuals or entities not a party hereto. SECTION 13. FORCE MAJEURE Except for the payment of money, neither Party shall be liable for any delays or other non - performance resulting from circumstances or causes beyond its reasonable control, including without limitation, fire or other casualty, Act of God, strike or labor dispute, war or other violence, acts of third - parties, or any law, order, or requirement of any governmental agency or authority. SECTION 14. GOVERNING LAW This Agreement shall be governed by the laws of the State of California. Venue shall be in Orange County, California. SECTION 15. ENTIRE AGREEMENT This Agreement constitutes the entire understanding and agreement between the Parties and supersedes all previous negotiations and agreements between the Parties pertaining to the subject matter hereof. SECTION 16. WAIVER A waiver of a breach of the covenants, conditions, or obligations under this Agreement by either Party shall not be construed as a waiver of any succeeding breach of the same or other covenants, conditions, or obligations of this Agreement. SECTION 17. AMENDMENTS This Agreement may be modified or amended only by a written document executed by both District and City and approved as to form by the City Attorney. SECTION 18. SEVERABILITY If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. SECTION 19. AGREEMENT EXECUTION AND AUTHORIZATION Each of the undersigned represents and warrants that they are duly authorized to execute and deliver this Agreement and that such execution is binding upon the entity on whose behalf they are executing this Agreement. IN WITNESS WHEREOF, the Parties hereto have caused this Agreement to be executed as of the day and year first above written. [SIGNATURES ON FOLLOWING PAGE] APPROVED AS TO FORM: By General Counsel APPROVED AS TO FORM: OFFICE OF THE CITY ATTORNEY V00.01 �' -.. ATTEST: By Leilani I. Brown, City Clerk ORANGE COUNTY SANITATION DISTRICT By James Ruth, General Manager By Secretary, Board of Directors CITY OF NEWPORT BEACH, A Municipal Corporation By Edward Selich, Mayor Attachments: Exhibit A- Non - exclusive Easement & Legal Description Exhibit B- Resolution Adopting Joint Project MND Exhibit C- Construction Costs Estimate [END OF SIGNATURES] Exhibit 'A" Non-exclusive Easement & Legal', Dbtcription RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City of Newport Beach 3300 Newport Blvd. P.O. Box 1768 Newport Beach, CA 92658 -8915 Attn: City Clerk Exempt from Recording Fees Pursuant to Government Code §§ 6103 & 27383 (SPACE ABOVE THIS LINE FOR RECORDER'S USE) GRANT OF EASEMENT This Grant of Easement (this "Easement ") is entered into as of - 2009 ( "Effective Date ") by and between the CITY OF NEWPORT BEACH, a municipal corporation ( "Grantor ") and ORANGE COUNTY SANITATION DISTRICT, a California County Sanitation District, its successors and assigns (referred to as the "Grantee"), with reference to the following facts. A. Grantor is the fee owner of certain real property located in the City of Newport Beach, County of Orange, State of California, commonly referred to as the Big Canyon Nature Park Area,(the "Grantor's Property "). B. Grantor desires to convey to Grantee a non - exclusive easement for pedestrican and vehicle ingress and egress over that portion of the Grantor's Property, which property is more particularly described in Exhibit "A" attached hereto and incorporated by this reference ("Easement Area "), subject to the terms and conditions set forth herein. NOW, THEREFORE, in consideration of the mutual promises, covenants, benefits, obligations and agreements set forth herein, the parties agree as follows: 1. Grant of Easement. Grantor grants to Grantee, and Grantee accepts the grant of, a non - exclusive easement on, over, under and across the Easement Area for pedestrian and vehicle access in order to inspect, maintain and repair Grantee's sewers, manholes and related sewer equipment (the "District Facilities "). 2. Nonexclusive Easement. The Easement is non - exclusive and the Grantor reserves all rights compatible with and not prejudicial to the construction, operation, maintenance and repair of or access to the District Facilities, 3. Indemnification. To the fullest extent permitted by law, Grantee, its successors or assigns, agrees to indemnity, defend with counsel approved in writing by Grantor, and hold harmless Grantor and its elected and appointed officials, officers, agents and employees ( "Indemnified Parties ") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a "Claim;" collectively, "Claims "), which arise from the Grantee's its agents', employees', invitees', or contractors' use of the Easement Area, or the operation, inspection, maintenance, repair and/or continued existence of the District Facilities on the Easement Area. Notwithstanding the foregoing, nothing herein shall be construed to require Grantee to indemnify the Indemnified Parties from any Claim arising from the willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys; fees in any action on or to enforce the terms of this Grant of Easement. 4. Joint and Several Liability. Unless otherwise provided in this Grant of Easement, the terms, covenants, and conditions contained herein shall apply to and bind the heirs, successors, executors, administrators, and assigns of all the parties hereto, all of whom shall be jointly and severally liable hereunder. 5. Commencement of Easement. The Easement rights contained herein shall commence upon recordation of this Easement in the Official Records of the County of Orange. 6. Taxes. The payment of any real property taxes and assessments relating to the Easement granted herein shall be borne by the Grantee. 7. Permitted Use. Grantee shall use or permit the use of the Easement solely for the purposes stated in Section 1 hereof. & Successors and Assims. This Agreement, including the grant of Easement and all rights and duties of the parties, shall run with the land and inure to the benefit of and be binding upon the heirs, successors and assigns of the parties hereto. 9. Miscellaneous Provisions. A. There are no representations, warranties or other agreements between the parties as to the matters described in this Agreement except as expressly stated herein, and this Agreement fully states the agreement of the parties as to such matters. B. No change, amendment, alteration or revision of this Agreement shall be valid unless in writing and signed by the parties hereto. C. In any action or proceeding between the parties to enforce any provision hereof; the party prevailing shall not be entitled to reasonable attorney's fees in addition to such other relief. D. Except as otherwise provided herein, all covenants, agreements and representations will survive the execution of this Agreement and any conveyances, transfers and deliveries contemplated herein. E. This agreement shall be interpreted, enforced and governed by the laws of the State of California. 2 APPROVED AS TO FORM: OFFICE OF THE CITY ATTORNEY By yne e , Assistant City Attomey ATTEST: 0 Leilani I. Brown, City Clerk GRANTEE: APPROVED AS TO FORM: By General Counsel CITY OF NEWPORT BEACH, A Municipal Corporation Edward Selich, Mayor ORANGE COUNTY SANITATION DISTRICT By James Ruth, General Manager M. Secretary, Board of Directors State of California ) ) ss. County of Orange ) On before me, , Notary Public, personally appeared EDWARD SELICH, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capadty(ies), and that by his signature on the instrument the person, or the enfity upon behalf of which the person(s) acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) Stale of California } ) ss. County of Orange } On before me, Notary Public, personally appeared. who Proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacily(les), and that by his signature on the instrument the person, or the enfity upon behalf of which the person(s) acted, executed the instrument. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) 0 EXHIBIT'A' LEGAL DESCRIPTION BEING A PORTION OF LOT 56 OF IRVINE SUBDIVISION AS PER MAP RECORDED IN BOOK 1, PAGE 88, OF MISCELLANEOUS RECORD MAPS, IN'THE OFFICE OF THE COUNTY RECORDER OF SAID COUNTY, MORE PARTICULARLY DESCRIBED AS FOLLOWS: COMMENCING AT THE SOUTHEAST CORNER OF GRANT. DEED AS DESCRIBED IN INSTRUMENT NO. 85- 399606, RECORDED OCTOBER 17, 1985, AND BEING A POINT ON THE WESTERLY. RIGHT OF WAY LINE OF JAMBOREE ROAD, 132.06 FEET WIDE AS DESCRIBED IN BOOK 7964, PAGE 631 OF OFFICIAL RECORDS OF SAID COUNTY, SAID WESTERLY LINE BEING A CURVE CONCAVE WESTERLY HAVING A RADIUS OF 5950.00 FEET A RADIAL LINE TO SAID POINT BEARS SOUTH 56°27'34" EAST; THENCE NORTHERLY ALONG SAID CURVE THROUGH A CENTRAL ANGLE OF. 00 031'55" AN ARC DISTANCE OF 55,24 FEET TO THE POINT OF BEGINNING; THENCE LEAVING SAID WESTERLY RIGHT OF WAY, NORTH 43 °37'44" WEST, 16.59 FEET; THENCE NORTH 56 °04'55" WEST, 22.68 FEET TO THE BEGINNING OF A CURVE CONCAVE . NORTHEASTERLY WITH A RADIUS OF 87.50 FEET; THENCE.ALONG LAST'SAID CURVE THROUGH A CENTRAL ANGLE.OF 53 °02'43" AN ARC DISTANCE OF 01.01 FEET; THENCE NORTH 05 °02'12" WEST, 86.65 FEET TO THE. BEGINNING OF A'CURVE CONCAVE EASTERLY WITH A RADIUS OF 82.50 FEET; THENCE ALONG LAST SAID CURVE THROUGH A CENTRAL ANGLE OF 35 034.'25" AN ARC DISTANCE'OF 51'.22 FEET; THENCE, NORTH 30 632'13" EAST, 0.51 FEET. TO THE BEGINNING OF A CURVE CONCAVE. SOUTHEASTERLY WITH A RADIUS OF 92.50 FEET; THENCE ALONG LAST SAID CURVE THROUGH A CENTRAL ANGLE OF 39 °31'25" AN:ARC DISTANCE OF 63.81 FEET; THENCE SOUTH 70 °03'38" WEST, 22.25 FEET; THENCE NORTH 08 °54'49" EAST, 14.98 FEET; THENCE SOUTH 70 °1650" EAST, 20.45 FEET; THENCE NORTH 54 651'01" EAST, 15.24 FEET; THENCE NORTH .43 °07'35" EAST, 114.63 FEET TO THE BEGINNING OF A CURVE CONCAVE NORTHWESTERLY WITH A RADIUS OF 23800 FEET; THENCE ALONG LAST SAID CURVE THROUGH A CENTRAL ANGLE OF 22-0328- AN ARC . DISTANCE OF 91_63 FEET; THENCE NORTH 21 °04'07" EAST; 87.09 FEET TO THE BEGINNING OF A CURVE.CONCAVE SOUTHEASTERLY WITH A RADIUS OF 102.50 FEET;' , PAGE I.OF 3 EXHIBIT'A' LEGAL DESCRIPTION THENCE ALONG LAST SAID CURVE THROUGH A CENTRAL ANGLE OF 42 °01'27" AN ARC DISTANCE OF 75.18 FEET; THENCE SOUTH 63 °05:34" WEST, 35.11 FEET TO THE, BEGINNING OF A CURVE CONCAVE NORTHEASTERLY WITH A RADIUS OF 92.50 FEET; THENCE ALONG LAST SAID CURVE THROUGH A CENTRAL ANGLE OF 36 "36'05" AN ARC DISTANCE OF 59.09 FEET; THENCE NORTH 26°29'28' EAST, 175.46 FEET; THENCE NORTH 25 048'31" WEST. 40.03 FEET; THENCE NORTH 25 °38'29" EAST, 96.90 FEET; THENCE SOUTH 64 021'31 ". EAST, 45.76 FEET TO THE'BEGINNING OF A CURVE .CONCAVE SOUTHWESTERLY WITH A RADIUS OF 10.00 FEET; THENCE ALONG LAST SAID CURVE THROUGH A CENTRAL ANGLE OF 89- 52'41" AN ARC DISTANCE OF 15.69 FEET; THENCE SOUTH 25"31A0" WEST, 64.51 FEET; THENCE SOUTH 29 °36'57" WEST, 87.68 FEET; THENCE SOUTH 26 °29'28" WEST, 218.46 FEET; THENCE SOUTH 34 038'06" WEST, 310.61 FEET; THENCE NORTH 70"16'50^ WEST; 74.32 FEET; THENCE SOUTH 70°03'36" WEST, 32.07 FEET TO.THE'BEGINNING OF A CURVE CONCAVE SOUTHEASTERLY. WITH A RADIUS OF 77.50:PEET; THENCE ALONG, LAST SAID. CURVE THROUGH A CENTRAL ANGLE OF 39 °31'25" AN ARC DISTANCE OF 53.46 FEET; THENCE SOUTH 30 032'13' WEST,.0.51 FEET TO THE BEGINNING OF A CURVE CONCAVE EASTERLY WITH A RADIUS OF 07.50 FEET; THENCE ALONG LAST SAID CURVE THROUGH A CENTRAL ANGLE OF 35°34'25 ": AN ARC DISTANCE OF 41.91 FEET; THENCE SOUTH 05 "02'12" EAST, 68.65 FEET TO THE BEGINNING OF A CURVE CONCAVE NORTHEASTERLY WITH A RADIUS OF 72.50 FEET; THENCE ALONG LAST SAID CURVE THROUGH A CENTRAL ANGLE OF 53 002'43" AN ARC DISTANCE OF 67:12 FEET; THENCE SOUTH 58 "04'55" EAST, 22.68 FEET; PAGE20F3 e EXHIBIT `A' LEGAL DESCRIPTION THENCE SOUTH 72-07-55- EAST, 16.97 FEET TO A POINT ON SAID WESTERLY RIGHT OF WAY LINE OF JAMBOREE ROAD, SAID POINT BEING ON A CURVE CONCAVE WESTERLY AND HAVING A RADIUS OF 5950.00 FEET; A RADIAL LINE TO SAID POINT BEARS SOUTH 57°12'56" EAST; THENCE ALONG LAST SAID CURVE THROUGH A CENTRAL ANGLE OF 60 °13'26" AN ARC DISTANCE OF 23.26 FEET TO THE POINT OF BEGINNING. ALL AS SHOWN ON EXHIBIT'S', ATTACHED HERETO AND BY THIS REFERENCE MADE A PART HEREOF. SUBJECT TO COVENANTS, CONDITIONS, RESERVATIONS, RESTRICTIONS, RIGHTS OF WAY AND EASEMENTS OF RECORD, IF ANY: . CONTAINING AN AREA OF 0,91 ACRES, MORE OR LESS. THIS DESCRIPTION. HAS, BEEN PREPARED BY ME OR UNDER MY DIRECTION AND DATED THIS.ZZvrA DAY OF MAY, 2009. LAND Not 4yz lb� * Exp. 09 Ap J.O. AUSTINSON, P.L.S, 5394._ FOR.; CAU�� P LICENSE EXPIRES.09/3W10 PAGE 3 OF 3 NOTE: SEE PAGE 4 OF 4 FOR LINE, CURVE AND RADIAL INFORMATION. LOT 56. GRANT DEED IRVINE SUBDIVISION INST. NO. 85- 399606` M.R.M. 1%88 / . \REC'D. 10/17/85 f . A) -N A TRACT 6947 M. B.. 285/8. 12 ZI Nl 0 N N g as a� r LEGEND: RIGHT OF WAY LINE CENTER. LINE — LEGAL DESCRIPTION BOUNDARY LINE . LOT. LINE VA CONSULTING INC. 47VR. ENGWEENS_ . V s \� LAM S8MMS UN9 M 'y A. 6400 ON( fiWYQ'L AlIE t50 MME, CA 47616 - d4W pt/1a0 '°,1� M a i Cls O oi6A5 �4 �O ro (Q�`' �.. OP <2 C17 R3 Qtc� 7 3. v; R2 / i 66 XwANqD SUR/�. i No. 5394. " ?. NOTE:. * Exp. oS /3o /l0 ( )= INFORMATION PER INST. NO. 85= 399606 of cae�f °� AND TRACT 6947 AREA =:D.91' A.C. ��ES�p PEN90N 4MlE.,. .. EXHIBIT 'IT _YRDJECT NQ 37, UI00. NNEA6 - PLAT, - Ua,E;'66/re0/0Y -. , ao•.:._ TO aCC ANY TECAI OESCRIPnM M PROD NOR: wv P1acE THE OI W NENPORT BEACH SuRVEY01t 1 COUNTY 0G. 0RFN4E, STAGE OF CAIwcivxA ,� - t} NOTE: SEE PAGE 4 OF 4 FOR LINE, CURVE AND RADIAL INFORMATION. GRANT DEED INST. NO. 85- 399606 REC'D, 10/17/85 5`'... oA LAND SV AUgrJRIFO LEGEND: ? ? 09 /3o /t0 RIGHT OF WAY LINE p CENTER LINE. LEGAL DESCRIPTION e�F .CAI df° BOUNDARY LINE LOT LINE AREA =0:91 A.G. VAJ -' VA _CONSULTING INC - CIVIL EN"FR9 wo anvEYaas [ANO aANNeRa EXHIBIT 'B' PLAT TO ACCOMPANY LEGAL DESCRIPTION RI . ME ON OF NEWPORT - BEACH. COUNTY OF ORANGE. STATE OF CALFORNIA gSuswR DATE, .: PRG EC NQ JTJ AO9 OAic m GOVs pRa ucR: oov eAa - 2 L 61W OAK CANYON SU1E %0 - RIVME, CA 92616 mss) �~ SURALrOR: AA NOTE: SEE PAGE 4 OF 4 FOR UNE, CURVE AND RADIAL INFORMATION. e -N- 4, `41 q 30 GRANT DEED INST. N0. 85- 399606 RECD. '10/17/85 AUS�.yNFt OP LEGEND: No 5394 z .RIGHT OF' WAY LINE NOTE: * ExP o9/30/10 * . CENTER 'LINE - )==INFORMATION PER N9r o��w LEGAL DESCRIPTION INST. NO 85- 399606: Da cu+ }F BOUNDARY LINE AND TRACT 5425.. LOT, LINE . AREA= 0.91,. X VA CONSULTING BBC EXHLq I oRO ECr xa na_aao.. cm ENOINEQI$ LAM RRVEV e$ Wil) RM#M PLAT TU AW WAVY LEGAL DESCRIMM IN PROJ 4M' Wv . y iw OM CANYON. Sm ISO "4.A QhNW liK aw OF NENPORT DEA 4AtKttR JDA J .. IRVINE, CA'Wle CDVNTV DE'DRANM, STATE DF..DAUFO?NIA oRAF1W: iCE' LINE TABLE LINE BEARING LENGTH L1 N43`37'44 "W 16:59'. L2 N58'04'55 "W 22.68' L3 N05'0212 "W 68.65' L4 N30'32'13 "E 0.51' L5 S70'03'38 "W 22.25' . L6 N08'54'49 "E 14.98' 0 S70'16'50 "E 20.45' L8 N54'51'01 "E 15.24' L9 N21'04'07 "E 87.09' L10 563'05'34 "W 35:11' L11 N25'4B'31 "W 40,03' L72 N25'38'29 "E .36.90'. L13 S64'21'31 "E 45.78' L14 S25'31'.10 "W 64.51' L15 N70 *16'50 "W 74.32' L16 870.'03'38 "W 32,07' L17 572'07'55 "E 16.97' CURVE TABLE CURVE LENGTH RADIUS DELTA Cl 55.24' 5950.00' 00'31'55" C2 81:01' 87,50' 53'02'43 "• . C3 5L22' 82.50' : 35734'25 ". C4 63.81'.. 92.50' 393125" . C5 91.63' 238,00'. 22'03.'28 ":. C6 75.18' 102.50' 42'01'27" C7 59.09' 92.50': 3636'05" CB . 15.69' 10.00' 89'52'41" C9 53.46' 7.50' 39'31'25" C10 41.91' ` .67.56' ` 3534'25" C11 67.12' 72.50' . .53'02'43" C12 23:26' ' 5950.00: 00'13'26" RADIAL TABLE LINE BEARING RI S56'27'34 "E R2 856'59'29 ".E R3 S57'12'56'.'E VA CONSULTWG ,1NC. RCVS ON oA e EXHIBIT V maker tm 3/3„6400 CML. EMCNIMS - uw A.6VSYCRS LINO ovi' Rs PLAT om M/=0/09' PROD MM 004 id 6400 OAR CANY M ISO - - TO ACCOMPMV LEGAL OESMPNON M . 1!191474 -MM THE CITY Q NEWMT BEACN %At tYWP "A IRVM(Er CA 9261D COONYV OF ORANGE, STALE OF'CAJFORNIA Ugi1FTCF: j� Figure Name: Parcel A North: 2176357.0997 East: 6066463.5028 Course: S 26 -29 -28 W Distance: 160.1554 North: 2176213,7601 East: 6066392.0638 Arc Length:. 59.0905 Radius: 92.5000 Delta: 36 -36 -05 Tangent: 30.5927 Choral: 58.0908 Ch Course: S 44 -47 -31 W Course In: N 63 -30 -32 W Out: S 26 -54 -26 E Ctr North: 2176255.0207 East: 6066309.2760 End North: 2176172.5348 East: 6066351:1368 Course: S 63 -05 -34 W Distance; 35.1112 North: 2176156,6453 East: 6066319,8268 Arc Length: 75.1796 Radius: 102.5000 Delta:: 42 -01 -27' ' Tangent: 39.3708 Chord: 73.5057 Ch Course: S 42-04-50 W Course Ilk: S 26 -54 -26 B. Out: N 68 -55 -53 W Ctr North: 2176WS,7A20, East: 6066366:2130 End North: 2176102.0892. East: 6066270.5651 Course: S 21 -04 -07 W Distance: 87.0935 North: 2176020.8178 . East: 6066239.2563 Arc Length: 91:6254 Radius: MAW Delta:, Tangent: 46.3870 Chord: 41.0606 Ch Course: S 32 -05 -51 W Course In: N 68 -55 -53 W Out; S 46 -52 725 E Ctr North: 2176106,3751 East: 606W17,1663 End North: 2.175943.6762 East: 6066190.8703 Course: S 43-07 -35 W Distance: 114.6299 North: 2175860.0137 East; 6066112.5083 Course: S 54- 51 -01.W Distance: 15.2397 North: 2175851.2400 East: 6066100.0475 Course: N70 -1650 W Distance: 20.4521 North: 2175858:1408 East: 6066080,7947 Course: S 08 -5449 W Distance: 14.9821 North: 2175843,3397 East.- 6066078.4733 Cqurse: S 70-03 -38 W Distance: 22,2518 North: 2175835.7512 . Bast: 6066057.5554. Arc Length; 63.8082 Radius: 92.5000 Delta :39 -31 -ZS Tangent: 33.2325 Chord: 62.5505 . Ch Course: S 50 -17 -56 W Course ht: S 19 -56 -22 E Out: N 59 -2747 W. Ctr North 2175748.7962 . East: 6066089.1003 End North: 2175795.7950 East:' 6066009.4299 Course: .9 30 -32 -13 W Distance; 0.5094 Nkirtfi.L 2175795.3562 Bast: 6066009.1711 Arc Length: 51.2224 Radius: 82.5000 Delta; 35 -34 -25 Tangent: 26.4669 Chord: 50.4036 Ch Course: S 12 -45-01 W ' Course In: S 59 -2747 E Out: S 84 -5748 W Cur North: 21757514384 East: 6066080.2284 Ead North: 2175746.1955 Ea9t: 6065998.0470. Course; S 05 -02 -12 E . Distance: 68,64.72 North:2175677,8134 East.6066004.0737 ,Arc length: 81,0089 Radius: 87.5000 Delta: 53 -0243 Tangent: 416692 Chord: 78.1466 Ch Course: S 31 -33 -34 E' Course In: N 865748 E . Out: S 31 -55 -05 W Ctr North: 2175685.4953 East: 6066091.2359 I OF 3 End Notth:.2175611.2248 East: 6066044.9742 Course: S 58.04 -55 E Distance: 22.6815 North: 2I75599.2330 East: 60660641264 Course: 8 43 -37-44 E Distance:. 16.5892 North: 2175587.2253 East: 6066075.6727 Arc Length; 23.2634 Radius: 5950.0000 Delta; 0 -13 -26 Tangent 11.6317 Chord: 23.2634 Ch Coursei N 32 -53-48 E Course In: N 56 =59 -29 W Out: S 57 -12 -56 E Ctr North: 2178828.5762 East: 6061086,0691.. End North: 2175606.7584 . East: 6066088.3076 Course: N 72 -07 -M W Distance: 16.9692 North: 2175611.9651 'East - 6066072.1570 . Course: N 58- 114 -55 W Distance: 22.6815 North: 2175623.9568 ' East: 6066052.9048 Are. Lengtli:67.1217 Radius: 715000 Delta: 53 -02133 Tangent 36.1830 Chord: 64.7501. Ch Course; N 31 -33 -34 W Course In: N 31 -55 -05 E Out S 84 -57.48 W Of North: 2175685.4953 East: 6066091.2359 End North: 2175679.1303 East: 6066019.0158 Coarse: N 05-02 -12 W Distance: 68.6472 North: 2175747.5124. East: 6066012.9891 Arc Length: 41:9092 Radius: 67.5000 Delta: 35 -34 -25 Tangent: 21.6548 Chord: 41.2393 Ch Course: N 12 -45 -01 E Course In: N 84- 5748'E Out: N 59 -2747 W Ctr North: 2175753.4384 East: 6066 . 080.2284 End North; 2175787.7348 East: 6066022.0906 Course: N 30 -32 -13 E Distance: 0.5094 Notthi 2175788.1736 East. 6066022;3494 Arc Length: 53.4609 Radius: 77.5000. Delta: 39-31-25. Taugent 27.8434 .. Chord: 524072. Ch Course: N 50 -17 -56 E Course ln: S 59- 27.47E . Out: N 19 -56 -22 W . Cir Ngrth: 2175748.7962 East 6066089.1003; End North: 2175821.6504 East 6066062.6708, Course; N 70 -03-38 E Distance: 32.0672 North:2175832.5862' East: 6066092.8157 Course: S 70 -16 -50 E Distance: 74.3188 North: 2 L75807.5 too East: 60661617762 Course: N 34 -38-16 E Distance: 310.6144 North: 2176063.0803. East 60663393127 Course: N 26.29 -28 E . Distance: 218.4565 North: 2176258.5994 East: 6066436.7575 Course: N 29 -36 -57 E: Distance; 87.6759 North: 2176334.8212. East: 6066480.o853 . Course: N 2936 -57 E Distance: 0.2682 North: 2176335.0544 .East: 6066480.2179 Course:N 25 -31 -10 E . Distance: 64,5117 North: 2176393.2723 East: 606650 &0106 Arc Length. 15.6867 Radius: 10.0000 Delta: 89 -5241 Tangent: 9.9788 Chord: 14.1271 Ch Course:'N 19-25711 W Course In: N 64 -28 -50 W Out-. N 25 -38 -29 E Ctr North: 2176397.5804 East 6066498.9862 2OF3 End NortM 2176406.5956 East: 6066503.3136 Course: N 6421 -31 W Distance: 45.7799 North: 2176426.4062 East: 6066462.0420 Course: S 25 -38 =29 W Distance: 36.9007 North: 2176393.1395 East: 6066446.0738 Course: S 25.48 -31 E Distance: 40.0330 North: 2176357:0997 East. 6066463.5028 Perimeter: 2221.1532 Area: 39668.2569 0.9107 acres . Mathematical Closure- (Uses Survey Units) , Error of Closure: 0.00000 Course: S 90 -00.00 E Precision 1: 2221153229.99 RESOLUTION NO. 2009-59 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH ADOPTING A REVISED MITIGATED NEGATIVE DECLARATION FOR THE BIG CANYON CREEK RESTORATION PROJECT LOCATED AT 1900 BACK BAY DRIVE WHEREAS, a Mitigated Negative Declaration (MND) was prepared and approved by the City Council on September 11, 2007; and WHEREAS, water sampling was performed and high selenium concentrations were discovered in the water column, sediment and animal tissue; and WHEREAS, the project design was then revised to address this concern in consultation with the California Department of Fish and Game, United States Army Corps of Engineers, California Coastal Commission and Regional Water Quality Control Board; and WHEREAS, a revised MND was then prepared based on the revised design in compliance with the California Environmental Quality Act (CEQA), the State CEQA Guidelines, and City Council Policy K-3 and then circulated for public comment between July 2nd and August 3"d, 2009; and WHEREAS, on the basis of the entire environmental review record, the MND finds that the proposed project, with mitigation measures, will have a less than significant impact upon the environment; therefore be it BE IT FURTHER RESOLVED, that the City Council of the City of Newport Beach does hereby find, on the basis of the whole record, that there is no substantial evidence that the project, with mitigation measures, will have a significant effect on the environment, and that the Revised Mitigated Negative Declaration reflects the City Council's independent judgment and analysis. The City Council hereby adopts the Revised Mitigated Negative Declaration. The document and all material, which F constitute the record upon which this decision was based, are on file with the Public Works Department, City Hall, 3300 Newport Boulevard, Newport Beach, California. City Clerk PASSED, APPROVED AND ADOPTED at a regular meeting of the City Council of the City of Newport Beach held on theA f h day of Apqust, 2009. ATTEST: Qi"r�tiV1^� CITY CLERK �_ STATE OF CALIFORNIA } COUNTY OF ORANGE CITY OF NEWPORT BEACH l I, Leilani I. Brown, City Clerk of the City of Newport Beach, California, do hereby certify that the whole number of members of the City Council is seven; that the foregoing resolution, being Resolution No. 2009.59 was duly and regularly introduced before and adopted by the City Council of said City at a regular meeting of said Council, duly and regularly held on the 11th day of August, 2009, and that the same was so passed and adopted by the following vote, to wit: Ayes: Henn, Rosansky, Curry, Webb, Mayor Seheb Noes: None Absent Gardner, Daigle Abstain: None IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed the official seal of said City this 12th day of August, 2009, City Clerk Newport Beach, California (Seal) Exhibit °C" Construction Costs Estimate OCSD Upper Maintenance Road Cost Estimate 5/31/2007 IZ General 1 Mobilization LS 1 $50,000 $50,000 2 Clearing/Grubbing/Demolition LS 1 $15,000 $15,000 3 SWPPP LS 1 $10,000 $10,000 Subtotal $75,000 Driveway Approach at Jamboree Road 4 Type I Driveway Approach LS 1 $2,000 $2,000 5 6" Thk. P.C.C. SF 390 $7 $2,730 6 2' Log retaining wall LF 21 $375 $7,875 7 Sawcut (sidewalk and pavement) LS 1 $500 $500 8 Cut CY i5 $5 $75 9 Compacted Fill CY 8 $25 - $200 Subtotal $13,380 12' Gravel Maintenance Ramp 10 Gravel surfacing with PX300 SF 4,200. $2 $8,400 11 Logs LF 560 $50 $28,000 12 Adjust Manhole to grade EA 1 $1,000 $1,000 13 Cut CY 155 $5 $755 14 Fill CY 80 $25 $2,000 1s Slope Stabilization LS 1 $15,000 $15;000 Subtotal $55,175 Junction Area 16 Gravel surfacing with PX300 SF 1700 $2 $3,400 17 Cut CY 65 $5 $325 18 Fill CY 35 $25 $875 Subtotal $4,600 10' Access Road 19 Gravel surfacing with PX300 SF 5,885 $2 $11,770 20 Cut CY 220 $5 $1,100 21 Fill CY 110 $2S $2,750 Subtotal $15,620 Turnaround 22 Gravel Surfacing with PX300 SF 1,545 $2 $3,090 23 Cut CY 60 $5 $300 24 Fill CY 30 $25 $750 Subtotal $4,140 Crossing 25 Gravel surfacing with PX300 SF 2,345 $2 $4,690 26 12' Dia. RCP LF 32 $2,000 $64,000 27 Join Pipe (RCP to CMP) LS 1 $2,000 $2,000 28 Riprap CY 55 $75 $4,125 29 Adjust Manhole to grade EA 1 $1,000 $1,000 w 30 Conc. Retaining/Headwall CY 75 $750 $56,250 31 Guard Rail LF 78 $20 $1,560 32 Channel Excavation LS 1 $10,000 $10,000 33 Cut CY 90 $5 $450 35 Outlet Grade to Drain and Erosion LS 1 $30,000 $30,000 Control Subtotal $184,825 Total Offsite Improvement $352,740 Contingency $79,423 Total Offsite Improvement with Contingency $432,163 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 6 December 11, 2007 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Mark Reader, Project Manager 949 -844 -3311 SUBJECT: BIG CANYON CREEK RESTORATION PROJECT - APPROVAL OF PROFESSIONAL SERVICES AGREEMENT WITH VA CONSULTING, INC.; BUDGET AMENDMENT ISSUE: Should the City contract with a new lead engineering firm, at a slightly higher price (including some additional services), to continue work on the Big Canyon Creek Restoration Project? RECOMMENDATIONS: Approve a Professional Services Agreement with VA Consulting, Inc., of Irvine, California, for design services at a contract price of $435,159 and authorize the Mayor and City Clerk to execute the Agreement. 2. Approve a Budget Amendment appropriating $28,222 to Account No. 7251 - 05100709 and increasing revenue estimates by $28,222 representing a contribution from Orange County Sanitation District for preliminary design and CEQA documents for an OCSD maintenance access road. 3. Approve a Budget Amendment appropriating $38,703 to Account No. 7251- 05100709 and increasing revenue estimates by $38,703 representing a contribution from Orange County Sanitation District for additional costs related to the design of the access roadway. 4. Approve a Budget Amendment appropriating $50,000 to Account No. 7251 - 05100709 and increasing revenue estimates by $50,000 representing contributions from the Irvine Company via the Irvine Ranch Conservancy to cover educational and interpretative elements for the project. 5. Approve a Budget Amendment appropriating $48,456 from the unappropriated General Fund Reserves (Tidelands) to Account No. 7231- C5100709 for the Big Canyon Creek Restoration Project. Big Canyon Creek Restoration — Approval of Professional Services Agreement with VA Consuttlrg, Inc. December 11, 2007 Page 2 DISCUSSION: On May 23, 2006, the City Council approved a Professional Services Agreement with WRC Consulting Services (WRC) in the amount of $698,595 to prepare a feasibility assessment, Water Quality Assurance Program Plan (QAPP), Sampling and Analysis Plan (SAP), CEQA documents and notifications, and preliminary engineering tasks as well as final construction documents for the Big Canyon Creek Restoration Project. Per recommendations by the Regional Water Quality Control Board, three amendments to the agreement were subsequently approved adding $8,650 to the contract. Also, at the request of Orange County Sanitation District (OCSD), the City of Newport Beach approved Amendment No. 4 for $28,222 for the preliminary design and CEQA documents for an OCSD maintenance road to cross Big Canyon Creek to provide maintenance access to an OCSD manhole on the other side of the creek. (OCSD will reimburse the City $28,222 for this task.) With these amendments, the total contract amount is $735,467. WRC completed several aspects of the work — the feasibility assessment, the QAPP, the SAP, CEQA document preparation and most of the preliminary engineering. But for preparation of the final construction documents, city staff determined, in consultation with our two major grant funders (the Regional Water Quality Control Board and the State Coastal Conservancy) that a fully- staffed civil engineering fine should take the lead on completing. the final construction documents by next summer. WRC did not want to be subordinate to another-firm. As such, on October 17, 2007 the City terminated.WRC's contract per Section 28 of the Professional Services Agreement with WRC leaving $298,000 remaining in the contract and project fund once the City receives the $28,222 reimbursement from OCSD. Staff subsequently spoke with three firms and selected VA Consulting as the best suited for completing the project within this schedule. Staff requested that VA prepare a budget based on the remaining tasks in WRC scope of work VA Consulting contacted all the previous subconsultants and has reconstituted the original WRC team with the exception of WRC plus the addition of LSA for the upland landscape design. Based on the remaining tasks in the WRC scope of work, VA Consulting submitted its proposal for a fee of $314,574. This amount is $16,574 (about 5%) higher than WRC's original budget. In addition to the change of lead engineering firms, VA Consulting suggested, and staff agrees, that some additional design - related work should be done as a part of this Phase. This work is described in the following section. Big Canyon Creek Restoration — Approval of professional Services Agreement with VA Consulting, Inc. December 11. 2007 Page 3, Additional Work Items Not Covered Under the Original WRC Scope of Work During the preliminary engineering phase of the work, WRC identified additional tasks that need to be performed during the final engineering phase of this project. A discussion of the additional services follows: Survey and Mapping: Even though an aerial survey was previously provided for the 60 acre project, additional topographic survey information is required for the final engineering design to obtain more accurate information than the aerial survey currently provides. The proposed work also includes ground truthing the original topographic survey for its acceptance by VA Consulting as to its accuracy. Geotechnical: Geotechnical investigations were provided by Geosoils during the preliminary engineering phase of the project. It is recommended to provide additional geotechnical data in the locations of design elements of the project. Invasive Vegetation: During preparation of the feasibility report, it was determined that certain invasive species which inhabit the Big Canyon Nature Park also occur on the bluffs and in some instances on private property. Due to the sensitive nature of soil stability and erosion of the bluffs the consultant will prepare specifications relating to removals of the invasive species and planting specifications for non invasive species. Interpretive Signage: The original contract fee estimate assumptions stated "One interpretive panel at kiosk and four signs along the trait for final design". Since completion of the feasibility study, it is recommended that 15 additional sign panels be provided than originally considered for the project The scope of the interpretive sign design is noted in Part 2-G of the VA Consulting Scope of Services. NPDES: A Water Quality Management Plan (WQMP) and a Storm Water Pollution Prevention Plan (SWPPP) were excluded from the contract documents with WRC and needs to be included with the VA Consulting contract. Engineering Support During Bidding: This item provides for consultant time to support activities during the bidding process. The total for these tasks is $120,585. Of this amount, $88,703 would be reimbursed by others: OCSD would reimburse $38,703 for the design of the access roadway. The Irvine Ranch Conservancy (IRC) is administering a grant to the City as a part of the Irvine Company's donation to the Big Canyon Creek Project. The Irvine Company's donation is to cover the educational and interpretive elements of this Project. For this design phase, IRC will budget $50,000 of the TIC grant to be used by the City. Wig Canyon Creek Restoration — Approval of Professional Services Agreement WO VA Consulting, Inc. December it. 2007 Page 4 As a result of these funds, the net cost to the City for these additional design related tasks is $31,882. With the additional costs of $16,574 for the base contract, the total additional funds required for the design work is $48,456. Funding Availability: Initial funding for this project came from State Water Resources Control Board ($200,000), State Coastal Conservancy ($500,000) and $100,000 to match these funds from the City's tidelands account. Upon approval of the recommended Budget Amendment, sufficient funds are available in the following accounts for the project: Account Description Unappropriated General Fund Reserves (Tidelands) OCSD Reimbursement The Irvine Company via IRC Prepared by: Fyn Mark Read r Project Manager Account Number Amount 7231 - 05100709 $48,456 7251- C5100709 $66,925 7251- C5100709 $50,000 Total: $165,381 Submitted by: e . Badum Publi orks Director Attachment: PSA with VA Consulting Inc. Big Canyon Creek Restoration Exhibit PROFESSIONAL SERVICES AGREEMENT WITH VA CONSULTING ING FOR BIG CANYON CREEK RESTORATION PROJECT THIS AGREEMENT is made and entered into as of this , day of 200, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation and VA CONSULTING INC a California. Corporation whose address is17801 Cartwright Road, Irvine, California, 92614 ( "Consultant"),:and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is planning to restore the historic tidal wetlands that have been traditionally situated in the mouth of Big Canyon. Water quality features will be incorporated which include a series of fresh water ponds. Also now interpretive and educational facilities will be constructed within the Big Canyon Nature Park. C. City desires to engage Consultant to act as the lead consultant and provide final engineering services as outlined in VA Consulting Scope of Services referenced as Exhibit "A" for the Big Canyon Creek Restoration Project ( "Project"). D. Consultant possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement. E. The principal member of Consultant for purposes of Project shall be John S. Wolter, Inland Empire Division President and Daniel D. Villenes, Director of Water Resources. F. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and desires to retain Consultant to render professional services under the terms and conditions set forth in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: TERM The term of this Agreement shall commence on the above written date, and shall terminate on the 31 day of June, 2009, unless temtinated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference. The City may elect to delete certain tasks of the Scope of Services at its sole discretion. 3.— TIME OF PERFORMANCE Time is of the essence in the performance of services under this Agreement and the services shall be performed to completion in a diligent and timely manner. The failure by Consultant to perform the services in a diligent and timely manner may result in termination of this Agreement by City. Notwithstanding the foregoing, Consultant shall not be responsible for delays due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for the Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 3.1 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (1 -0) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Consultant's control. 3.2 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances, by either telephone, fax, hand - delivery or mail. 4. COMPENSATION TO CONSULTANT City shall pay Consultant for the services on a time and expense not -to- exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit 6 and incorporated herein by reference. Consultant's compensation for all work performed in accordance with this Agreement, including all reimbursable items and subconsuitant fees, shall not exceed Four Hundred Thirty Five Thousand One Hundred Fifty Nine Dollars and no /100 ($435,159.00) without prior written authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. 4.1 Consultant shall submit monthly invoices to City describing the work performed the preceding month. Consultant's bills shall include the.name of the person who performed the work, a brief description of the services performed and/or the specific task in the Scope of Services to which it relates, the date the services were performed, the number of hours spent on all work billed on an hourly. basis, and a description of any 2 reimbursable expenditures. City shall pay Consultant rio.later.than.thirty (30) days after approval of the monthly invoice by City staff. . 4.2 City shall reimburse Consultant only for those costs or expenses specifically approved in this Agreement, or specifically approved in writi ng in advance by City. Unless otherwise approved, such costs shall be limited and include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services that Consultant agrees to render pursuant to this Agreement, which have been approved in advance by City and awarded in accordance with this Agreement. B. Approved reproduction charges C. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 4.3 Consultant shall not receive any compensation for Extra Work performed without the prior written authorization of City. As used herein, "Extra Work" means any work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Compensation for -any authorized Extra Work shall be paid in accordance with the Schedule of Billing Rates as set forth in Exhibit B. 4.4 Notwithstanding any other provision of this Agreement, when payments made by City equal 90% of the maximum fee provided for in this Agreement, no further payments shall be made until City has accepted the final work under this Agreement. 5. PROJECT MANAGER Consultant shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Consultant has designated Daniel D. Ullenes, Director of Water Resources to be its Project Manager. Consultant shall not remove or reassign the. Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of services upon written request of City. Consultant warrants that it will continuously fumish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 3 6. ADMINISTRATION This Agreement will be administered by the Public Works Department. Mark Reader, PE shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of its responsibilities under this Agreement, City agrees to, where applicable: A. Provide access to, and upon request of Consultant, one copy of all existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. Provide blueprinting and other services through City's reproduction company for bid documents. Consultant will be required to coordinate the required bid documents with City's reproduction company. All other reproduction will be the responsibility of Consultant and as defined above. C. Provide usable fife of facilities criteria and information with regards to new facilities or facilities to be rehabilitated. 8. STANDARD OF CARE 8.9 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. By delivery of completed work, Consultant certifies that the work conforms to the requirements of this Agreement and all applicable federal, state and local laws and the professional standard of care. 8.2 Consultant represents and warrants to City that it has, shall obtain, and shall keep in full force in effect during the term hereof, at its sole cost and expense, all licenses, permits, qualifications, insurance and approvals of whatsoever nature that is legally required of Consultant to practice its profession. Consultant shall maintain a City of Newport Beach business license during the term of this Agreement. 8.3 Consultant shall not be responsible for delay, -nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City N to furnish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. HOLD HARMLESS To the fullest extent permitted by law, Consultant shall indemnify, defend and hold harmless City, its City Council; boards and commissions, officers, agents, volunteers and employees (collectively, the "Indemnified Parties) from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to the negligence, recklessness, or willful misconduct of the Consultant or its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them. Notwithstanding the foregoing, nothing herein shall be construed to require Consultant to indemnify the Indemnified Parties from any Claim arising from the sole negligence, active negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Consultant. 10. INDEPENDENT CONTRACTOR It is understood that City retains Consultant on an independent contractor basis and Consultant is not an agent or employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute approval for Consultant or any of Consultant's employees or agents, to be the agents or employees of City. Consultant shall have the responsibility for and control over the means of performing the work, provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Consultant as to the details of the performance or to exercise a measure of control over Consultant shall mean only that Consultant shall follow the desires of City with respect to the results of the services. 11. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Consultant on the Project. 12. CITY POLICY Consultant shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Consultant is responsible for keeping the Project Administrator and/or his/her duly authorized designee informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 14. INSURANCE Without limiting Consultant's indemnification of City, and prior to commencement of work Consultant shall obtain,. provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Consultant shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. B. Signature. A person authorized by the insurer to bind coverage an its behalf shall sign certification of all required policies. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. D. Coverage Requirements. - Workers' Compensation Coverage. Consultant shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California. In addition, Consultant shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non: renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days (10 calendar days written notice of non- payment of premium) prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Consultant for City. ii. General Liability Coverage. Consultant shall maintain commercial general liability insurance in an amount not less than one million. dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. iii. Automobile Liability Coverage. Consultant shall maintain automobile insurance covering bodily injury and property damage for all activities of the Consultant arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. iv. Professional Errors and Omissions Insurance. Consultant shall maintain professional errors and omissions insurance, which covers the services to be performed in connection with this Agreement in the minimum amount of one million dollars ($1,000,000). E. Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language. The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the Consultant. ii. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Consultant's operations or services provided to City. Any insurance maintained by City, including any self - insured retention City may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. Is. 16. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) calendar days (10 calendar days written notice of non - payment of premium) written notice has been received by City. Timely Notice of Claims. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Consultant's performance under this Agreement. G. Additional Insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer, or syndicate member or cotenant if Consultant is a partnership or joint- venture or syndicate or cotenancy, which shall result in changing the control of Consultant. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint - venture. SUBCONTRACTING City and Consultant agree that subconsultants may be used to complete the work outlined in the Scope of Services. The subconsultants authorized by City to perform work on this Project are identified in Exhibit A. Consultant shall be fully responsible to City for all acts and omissions of the subcontractor. Nothing in this Agreement shall create any contractual relationship between City and subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. The City is an intended beneficiary of any work_ H performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and the City. Except as specifically authorized herein, the services to be provided under this Agreement shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 17. OWNERSHIP OF DOCUMENTS Each and every report, draft, map, record, plan, document and other writing produced (hereinafter `Documents "), prepared or caused to be prepared by Consultant, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Consultant or any other party. Consultant shall, at Consultants expense, provide such Documents to City upon prior written request. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed Documents for other projects and any use of incomplete Documents without specific written authorization from Consultant will be at City's. sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. All improvement and /or construction plans shall be prepared with indelible waterproof ink or electrostaticly plotted on standard 24 -inch by 36 -inch Mylar with a minimum thickness of three mils. Consultant shall provide to City 'As- Built' drawings, and a copy of digital ACAD and tiff image files of all final sheets within ninety (90) days after finalization of the Project. For more detailed requirements, a copy of the City of Newport Beach Standard Design Requirements is available from the City's Public Works Department. 18. COMPUTER DELIVERABLES CADD data delivered to City shall include the professional stamp of the engineer or architect in charge of or responsible for 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 CARD 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 original drawings shall be submitted to City in the version of Auto CAD used by CITY in `.dwg" file format on a CO, and should comply with P, the City's digital submission requirements for Improvement Plans. The City will provide AutoCAD file of City Title Sheets. All written documents shall be transmitted to City in the Citys latest adopted version.of Microsoft Word and Excel. 18. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans; notes and communications that result from the services in this Agreement, shall be kept confidential unless City authorizes in writing the release of information. 20. OPINION OF COST Any opinion of the construction . cost prepared by Consultant represents hist6er 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. 21. INTELLECTUAL PROPERTY INDEMNITY The Consultant shall defend and indemnify City, its agents, officers, representatives and employees against any and all liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. 22. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall "maintain complete and accurate records with respect to the costs incurred under this Agreement and any services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Consultant under this Agreement All such records and invoices shall be clearly identifiable. Consultant shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Consultant shall allow inspection of all work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Consultant under this Agreement. 23. WITHHOLDINGS City may withhold payment to Consultant of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his/her designee 10 with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 24. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than what would have resulted if there were not errors or omissions in the. work accomplished by Consultant, the additional design, construction and /or restoration expense shall be bome by Consultant. Nothing in this paragraph is intended to limit City's rights under the law or any other sections of this Agreement. 25. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other Consultants in connection with the Project. 26. CONFLICTS OF INTEREST The Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any _financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. 27. NOTICES All notices, demands, requests or approvals to be given under the terms of 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: Attn: Mark Reader Public Works Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA, 92663 Phone: 949 - 644 -3311 Fax: 949 -644 -3318 11 All notices, demands, requests or approvals from CITY to Consultant shall be addressed to Consultant at: Mr. Max P. Vahid, P.E. President and CDO VA Consulting, Inc. 17801 Cartwright Road Irvine, CA 92614 Phone: 949474 -1400 Fax: 949- 261 -8482 28. TERMINATION In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, and thereafter diligently take steps to cure the default, the non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days prior written notice to Consultant. In the. event of termination under this Section, City shall pay Consultant for services satisfactorily performed and costs incurred up to the effective date of termination for which Consultant has not been previously paid. On the effective. date of termination, Consultant shall deliver to City all reports, Documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 29. COMPLIANCE WITH ALL LAWS Consultant shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including. federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all work prepared by Consultant shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 30. 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 tens, covenant or condition contained herein, whether of the same or a different character. 12 31. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged'herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 32. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 33. INTERPRETATION The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 34. AMENDMENTS This Agreement may be modified or amended only by a written document executed by both Consultant and City and approved as to form by the City Attorney. 35. SEVERABILITY If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 36. CONTROLLING LAW AND VENUE The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 37. EQUAL OPPORTUNITY EMPLOYMENT Consultant represents that it is an equal opportunity employer and' it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age... 13 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: CitA orney for the City of Newport Beach ATTEST: By: LaVonne Harkless, City Clerk CITY OF NEWPORT BEACH, A Municipal Corporation By: Mayor for the City of Newport Beach CONSULTANT: By: (Corporate Officer) Title: Print By: (Financial Officer) Title: Print Name: Attachments: Exhibit A— Scope of services Exhibit B — Schedule of Billing Rates kWserslpbK hared{agreem"d91fy 07 -Mlle wnsWBng4)tg wiryen aeek.do 14 �ww kp Exhibit A V A CONSULTING December 4, 2007 Mr. Mark Reader, P.E. Project Manager Public Works Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 -3864 Dear Mr. Reader: Thank you for providing VA Consulting, Inc. (VA) the opportunity to submit this proposal for professional consultant services to prepare the final design, contract documents and obtain resource agency permits for the Big Canyon Creek Restoration Project (Project) - nits proposal supersedes our proposal submitted to the City on November 29, 2007. VA understands that the City of Newport Beach (City) has undertaken the Project In order to - restore historical tidal wetlands that have been traditionally situated in the Upper Newport Bay at the mouth of Big Canyon. The Project Feasibility Study, prepared by WRC Consulting Services, Inc., was completed in June 2007 and the Project Mitigated Negative Declaration (CEQA Document) was adopted by the City council In September 2007. The services provided in this proposal are for the project described In the above Feasibility Study and CEQA Document. VA has assembled a highly qualified Project team to perform the design and permitting tasks necessary to bid and construct the Project. VA staff will perform field surveys and mapping, civil engineering and structural engineering design, preparation of Construction plans, specifications and cost estimates and provide overall project management. LSA Associates, Inc. (LSA) YAK provide the design and specifications for the riparian and upland vegetation planting, the design and specifications for removal and monitoring of invasive species, and the landscaping design and specifications for the Project trail system. From the previous Feasibility Study Project Team, Ron Yeo, FAIA Architect, Inc. (RY) :Wll;: continue to provide the architectural services necessary for the final design of Projiep. ' Improvements. Geosoils Inc. (GSI) will provide geotechnical services necessary to update tile; preliminary soils investigation to include final design criteria for the conceptual Project plans'. Weston Solutions Inc. (Weston) will continue with the Project and will prepare a post - construction Water Quality Sampling and Analysis Plan (SAP). The Acorn Group (Acorn): will, provide design and specifications for interpretive signing and WRA Consultants (WRA).will . provide design guidelines and specifications for the grading and planting of the proposed tidal wetlands and freshwater ponds and will provide services necessary for the .completion of regulatory agency permitting activities. VA Coosa180g,IDc . ormp c O . omoge owrtylkviaioo 17801 4vim.G9261CA 9261 l Road 4 Pbo 949.474 -1400 F=949261.8482 Mr. Mark Reader December 4.2007 Page 2 of 13 Our total estimated fee for the services included in this proposal is $435,159.00, which includes $38,703 for the Orange County Sanitation District (OCSD) portion of the design services that are related to the improving access to their sewer facilities located adjacent to Jamboree Road. Detailed descriptions of the services proposed for the Project are provided in the following sections of this proposal. Section I provides a detailed scope -of- services for the Project and Section It a listing of assumptions and excluded services that are not Included in this proposal. Section III provides a summary of the fees associated with the tasks identified in the scope -of- services. SECTION I — SCOPE-OF- SERVICES PART 1 — PROJECT PERMIT AND AGENCY APPROVALS A. Resource Agency Permitting WRA initiated resource agency permitting during the Feasibility Study phase of the Project and will complete the permitting process with Federal and State Resource Agencies and the California Coastal Commission. Included in the permitting process will be the preparation of an Essential Fish Habitat Study (EFHS). Mr. Rick Ware of Coastal Resources Management, Inc. on behalf of WRA, will prepare the EFHS. At the conclusion of the Permitting Process, WRA will prepare a Cal'domla Environmental Quality Act (CEQA) and permit condmons compliance matrix for inclusion into the Project contract documents. B. OCSD Process and Approvals VA will submit construction plans and specirications to obtain approvals from the Orange County Sanitation District. C. NPDES Compliance VA will prepare a Water Quality Management Plan (WQMP) that will identify BMP's to provide for the water quality of on -site runoff to the proposed Big Canyon improvements. The WQMP will conform to Regional Water Quality Control Board (RWQCB) and City standards. VA will also prepare a Storm Water Pollution Prevention Plan (SWPPP) that will identify water quality BMP's to be implemented during the construction phase of the Project. Both of these documents will demonstrate compliance with current NPDES requirements. This task also provides for assistance to the City while filing and processing the Notice of Intent (NOI) and the subsequent Notice of Termination (NOT) with the RWQCB. PART 2— PREPARATION OF PLANS AND FINAL CONTRACT DOCUMENTS A. Civil Engineering Design VA will perform the civil engineering design services for the two specific Project areas as follows: The Orange County Sanitation District Access Road Improvements The City Project Area for the Big Canyon Restoration Mr. Mark Reader December 4, 2007 Page 3 of 13 VA will perform the following tasks related to the civil engineering and design of the Project facilities and components: Collect and Review Existing Data This task will provide for the collection and review of existing Information, hydrologic and hydraulic analyses, sediment transport analyses included in existing reports and documentation as provided by the City. The collected information will be reviewed and incorporated into the civil design of the Project. 2. Hydraulic Design of Stormwater Conveyances This task provides for design -level hydraulic analyses of the proposed hydraulic features of the Project. These features Include the following: • The Jamboree Road culvert extension and energy dissipater stricture; • Overflow outlets from the two freshwater ponds; Flo -slit facility downstream of the lower freshwater pond; and • Back Bay Drive culverts to the Upper Newport Bay The hydraulic analyses will use the WSPG and/or HEC-RAS hydraulic analysis software packages to determine conveyance capacities, hydraulic grade lines, and facility configurations. The results of the hydraulic analyses VIII be used to develop construction plans and details for the Project. 3. Selection and Design of Proposed BMP's This task provides for the selection and sizing of the proposed BMP s to be located at storm drain irdets to the Big Canyon Restoration Area. VA Wit coordinate with suppliers of BMP devices and the Qty in order to assist the City with the selection of BMP's. Once selected, BMP's will be hydraulically sized and details for their installation and/or construction will be depicted on the overall Project improvement plans. 4. structural Analyses and Designs This task provides for structural analyses of architectural and reinforced concrete elements of the proposed restoration project. These elements include interpretive signing, gathering area covering, restroom facility enclosures, culvert headwalls, outlet weirs, energy dissipater structures, and BMP connections to storm drain lines. The results of the analyses will be used to determine foundation dimensions, Ember sizing and timber connections and the section thicknesses and reinforcement requirements for the various concrete structures. Structural analyses will be prepared in accordance with the latest requirements of the National Design Specification (NDS) for wood construction and the American Concrete Institute Code 398 for reinlorced concrete construction. - Mr. Mark Reader December 4.2007 Page 4 of 13 5. Back Bay Drive Realignment improvement Plans This task provides for the preparation of street improvement plans for the realigned portion of Back Bay Drive. The plans will consist of approximately 1,600 linear feet of street improvements shown on 10=40' plan and profile sheets. The plans will be prepared on City titleblock and formatted for inclusion in the Project Improvement Plan Set as described below. It is estimated that two plan and profile sheets and two signing and striping sheets will be required for the proposed realignment. 6. Interpretive Area and Street. Precise Grading Plans This task provides for the preparation of precise grading and Improvement plans for the Interpretive Area. The plans will be prepared at a scale of 1 ° =10' and will provide spot elevations for access roads, parking lots, trails and. walkways. These plans will also depict signing and striping Information for vehicular access way and parking areas within the Interpretive Area: A total of four plan sheets will depict the Interpretive Area and will be placed on City titieblock for inclusion in the overall Project Improvement Plan Set as described below. Restoration Area Grading Plans This task provides for the preparation of grading and improvement plans for the Big Canyon Restoration Project between Jamboree Road and the Upper Newport Bay. The grading plans will provide contour grading for the propospd facilities including the freshwater ponds, trails, treatment wetland, service roads and tidal marsh. The restoration area grading plans will be prepared at a scale of 1 "=40' donslsbng of 5 plan sheets and one grading rote sheet. The plans will be prepared on City tltleblodc and formatted for Inclusion in the Project Improvement Plan Set as described below. . 8. Drainage improvement Plans and Details This task provides for the preparation of plans, details and sections of the proposed Project drainage facilities. The drainage improvement plans will be based on the hydraulic and structural analyses as described above and will provide construction -level details for the following Project elements: • The Jamboree Road culvert extension and energy dissipater • Overflow outlets from the two freshwater ponds • Flow slit facility downstream of the lower freshwater pond • Back Bay Drive culverts to the Upper Newport Bay The plans will be prepared on City fitleblodc and formatted for inclusion in the Project Improvement Plan Set as described below. ___ '° �- �.a+ven•+�RU�a� A+Pia0ll�e.pstiququVWaammav o•w.,cv,mc Mr. Mark Header December 4.2007 Page 5 of 13 9. Erosion Control Plans VA will prepare a set of erosion control plans that will identify the construction BMP's necessary to minimize site erosion and the transport of sediments beyond the Project site. The erasion control plans will be prepared at a scale of 1 °=10' consisting of 5 plan sheets and a BMP detail sheet. The erosion control plans will be prepared on City titieblock and formatted for inclusion in the Project Improvement Plan Set as described below. 10. Project Technical Specifications VA will prepare a set of technical specifications to define material and construction requirements of the work Included in the Project Improvement Plan Set. The specifications will be prepared in accordance with City standards and Will be formatted for inclusion with the City's bid package. This task also includes the preparation of a bid sheet to list the Items of work and their associated quantities. 11. Engineer's Opinion of Probable Construction Costs VA will prepare quantity estimates for the items of work depicted on the Project Improvement Plan Set. The quantity estimates will be itemized along with corresponding units of measurement. VA will then create an opinion of probable construction Cost from the quantity estimate by applying unit cost data to the estimated quantities as collected by VA during recent construction activities or as published in current cost data.manuals. 12. Process Improvement Plans VA will submit the Improvement plans and technical specifications to the City Public Works Department for review and approval. It is anticipated that two submittals will be required prior to approval of the documents. This task provides for written responses to comments and minor adjustments to the plans and specifications after each submittal. In the event that the City requires significant changes to the plans and/or technical specifications, a separate proposal for these changes wl11 be provided when and if these changes are required. B. Survey and Mapping VA will perform the following tasks: Research VA will research, compile and review all existing survey control and mapping data from the City, County and /or other governing agencies for boundary information adjacent to or relevant to the Projects design. 2. Project Control VA field crews will locate project specific horizontaVvedicai control (NAD83 and NAVD88) and transfer 0 to the project including boundary monument search (f x'�`�q�ammr m,nm�e�,,,amwm aw.«w. W. Mark Reader December 4, 2007 Page 6 of 13 existing/recoverable) to use for the subsequent topographic design survey. VA field crews will establish a temporary benchmark on the project site. 3. Topographic Design Survey VA will perform an aerial topographic survey of undeveloped drainage area west of Jamboree Road, east of Bads Bay Drive, north of San Joaquin Hills Road and south of Easibluff Drive in Newport Beach (approximately 75 acres). VA field crews will perform a topographic design survey to be utilized In preparation of the base map to include ground shots on a twenty five foot (25') grid over the westerly portion (approximately 35 acres) and the area around the outlet structure off Jamboree Road. 4. Topographic Mapping Survey data from Task B.2 & B.3 will be compiled by VA staff to create topographic mapping at a scale of one Inch equals forty feet (1 2=40') with one foot (1') contours for the project area. The topographic base map will depict the existing conditions together with the right -of -way boundary as required. b. Big Canyon Nature Park Boundary VA staff will show the Big Canyon Nature Park boundary and CDFG boundary on the new project topo map. C. Geotechnicai Investigation & Soils Report GSI will perform the geotechnical Investigation and prepare a Soils Report for the two specific Project Areas, including: The OCSD access road improvement area, including the Jamboree Road storm drain extension, new head -wall and wing -wall construction and construction of the maintenance road adjacent to Jamboree Road. The City Project area including freshwater ponds, upper spillways, hydraulic structures and underlying drainage culverts, Back Bay Drive Re- alignment, parking areas and the Interpretive Area building pad(s). GSI will perform the following tasks: • Review available published literature, maps and aerial photos of the vicinity. • Meet with Underground Service Alert (USA), If warranted, to search for buried utilities within the public right of way. • Consult with the project environmental firm with respect to suitability of proposed boring and test pit locations, in light of environmental constraints at the site. • Perform site exploration We hollow stem auger rig, backhoe and hand auger In order to evaluate subsurface soil conditions at the site. We propose to perform four (4) hours of backhoe trench work and eight (8) hours of hand auger boring W. Mark Reader December4,2007 Page 7 of 13 within the storm drain extension and maintenance road area. For the other area we propose to conduct ten (10) hours of hollow stem auger drilling, four (4) hours of backhoe trenching and eight (8) hours of hand auger boring. Boring and excavations are anticipated to range from 3 to 50 feet in depth, or practical/economic refusal. • Obtain representative samples of site soil for laboratory testing. Testing may include, but may not. be limited to: in-situ moisture density determinations; compaction, permeability, soil expansion; grain size; shear strength;. consolidation; and corrosion. • Perform an evaluation of site seismicity and seismic hazards. • Prepare an appropriately illustrated geotechnicai engineering, and engineering geologic report that would include: the logs of the eiploratlons; extent of earth material units; laboratory test results; hydraulic embanlonent design parameters; earthwork factors; liquefaction potential; and conclusions and recommendations related to project planning, preliminary foundation design and grading guidelines. D. Tidal Wetlands and Freshwater Ponds Design WRA will perform the following tasks: • Prepare the flne grading plans for the tidal wetlands, new freshwater pond and restored wetland. • Prepare planting and irrigation plans and specifications for the tidal wetlands, new freshwater pond and restored wetland. • Prepare bid specifications in a format to be provided by VA. Prepare a final cost estimate for planting components of the plan. • Attend up to 3 project meetings. E. Riparian and Upland Areas Planting Design LSA will perform the following tasks: • Prepare the planting plans and specifications for the Riparian and Upland Project Areas. • Prepare plan and specifications for the removal and monitoring of Invasive species removal Prepare maintenance, monitoring and reporting requirements for the planted vegetation and for the invasive species removal • Attend up to 3 project meetings Z�.� ^RO�BrsN9q WT�RgAtlJteg13M0]QR14 PEyNc Mr. Mark Reader December4,2007 Page 8 of 13 F, Architectural Services Ron Yeo will provide project archftecturaf services and perform the following tasks: i • Prepare enclosure plans and specifications for 4 portable chemical toilets. • Prepare plans and specifications for Vista Terrace seating area plan for 100. • Prepare plans and spec'dicatlons for Vista Terrace seating area shade structure (hand retractable canvas). • Prepare plans and specifications for minor structure for interpretive materials. • Attend up to 6 meetings. G. Interpretive Sign Design The Acorn Group will perform the following tasks: • Provide digital photographs for B panels. • Develop text for Interpretive, Regulatory and Orientation Panels for 15 panels. • Prepare final design development and final art production and delivery on disk per vendor specifications. N. Trail and Overlook Design LSA will provide landscape architect services and prepare plans and specifications for Project Trail and overlook system. • Assist with development of the grading plans to include the trail and overlook system. • Prepare plans, details and specifications for preparation of the trail and overlook system. • Attend up to 3 project meetings PART 3 — POST- CONSTRUCTION WATER QUALITY SAMPLING AND ANALYSIS PLAN (SAP) Weston will develop and submh post - construction Water Quality Sampling and Analysis Plan to the Regional Water Quality Control Board. included with this task, Weston will prepare for and attend one meeting with the Big Canyon County Club Goff Course. PART 4 — PROJECT MANAGEMENT, COORDINATION AND MEETINGS We anticipate project design duration of 6 months starting from the City's Notice to Proceed. Project management time is required to coordinate the transfer of project Information to sub - consultant and City staff, coordinate consultant and sub - consultant activities and to coordinate zws.c7lmrsvaw..�,eemep mwr 0+•KI�Ax � NaYdaa�.•:�vaeeae • _k�uae'Ace .:. , Mr. Mark Reader December 4, 2007 Page a of 13 project status with the Technical Advisory Committee. Fdr the purpose of the proposal we have estimated 40 hours per month for a total of 240 hours for project management We estimate a total of 12 Project meetings during the 6 month period Including, 1 kickoff meeting, 6 morthly status meetings, 4 TAC meetings and 1 City council meeting. VA will provide agendas and meeting minutes for .each of the meetings. For the purpose of this proposal we have assumed 3 hours of Project Management and 4 hours of support staff for each meeting. PART 5 - ENGINEERING SUPPORT DURING BID PHASE It is anticipated that Project improvements may be constructed in phases over several years. However, at this time it is not clear if one construction contract or separate construction contracts will be awarded to .contractor(s) for the construction of the proposed Improvements. Therefore, for the purpose of this proposal-we have assumed there will be one bid phase. Should engineering support services for additional bid phases be required, a change order request or a separate contract will be processed through the City. For purpose of this proposal, we have assumed 16 hours of VA staff time for participation in engineering support activities during the bidding process. VA will provide assistance to the City during the bid process as follows: Attend pre -bid meeting with Interested. contractors. Respond to request for clarification, interpretation of plans and interpretation of specifications. Prepare addenda to bid documents as necessary. For purpose of this proposal we have assumed one (1) addenda will be prepared and that city staff will be responsible for distribution of addenda to the bidders. PART 6 - REIMBURSABLE EXPENSES This task provides for the cost of reproduction of plan sets and reports for submittals and the cost of messenger services, delivery services, reproduction services, etc. that will be associated with assisting the City with the preparation of materials for meetings and project reviews. BF -CTION II - ASSUMPTIONS AND EXCLUSIONS It has been assumed for the purposes of this proposal that hydrological studies of Big Canyon have been completed during the preparation of the previous Project studies including the Feasibility Study. As such, the flow rates reported in previous Project studies are assumed to be acceptable to the City and other reviewing agencies for purposes of facility design. Furthermore, additional hydrological studies are excluded from this proposal. Lastly, the foregoing tasks and the attached fee estimate do not include the following: D Lot Line Arustments; D Monumentation of Lot Line Adjustments; D ALTA (American Land Title Association) Surveys; • Parcel Mergers; • Preparation of Record Maps; X vaa�neF Mr. Mark Reader December 4, 2007 Page 10 of 13 D Re- establishment of missing Monumentation; D Record of Surveys; D Re- establishment of missing post-construction Monumentation; D Comer Records; . D Preparafion of Legal Documents (Metes & Bounds) for Easement Acquisitions; D Obtaining Title Reports/Deeds/Easement Documents; D Rights -of -way acquisitions; D Obtaining Permission to Enter upon Private Properties; D Interior Property Parcel Boundary Surveys; D Construction Staking; D As -Built Surveys; D Resource Agency Permit Fees; • Engineering Support during Construction; • Construction Management; D Construction Services including: • Geotechrical • Biology • Environment • Survey • Materials Testing • Inspection SECTION III — SUMMARY OF FEES A detailed breakdown of the proposal fees is Included below. Our services will be provided on a time- and - materials, not- to-exceed basis in accordance with the attached fee schedule (E)hibR •A°). As requested, the fees associated with Improvements to the OCWD facilities have been indicated separately. PART 1 - PROJECT PERMITS AND AGENCY APPROVALS A. Resource Agency Permits (City Project Area ) .............................. $23,682.00 .................. B. OCSD Process and Approvals (OCSD Improvement Area) ......... ......................$7,500.00 C. NPDES Compliance (City Project Ared ........ ............................... .....................$15,000.00 Subtotal (Part 1 - City Project Area) .......... _ ............................. _ ........................... ..$38,582.00 Subtotal (Part 1 - OCSD Improvement Area) ........ ............................... ......................$7,500.00 PART 2 - PREPARATION OF PLANS AND FINAL CONTRACT DOCUMENTS A. Civil Engineering Design Collect and Review Existing Data a. City Project Area :................... ........................I...... ......................$2.500.00 b. OCSD improvement Area ...... ............................... ......................$1,000.00 2. Hydraulic Design of Stormwater Conveyance a. City Project Area .................... ............I.,................ ......................$5.000.00 Mr: Marc Reader December 4,2007 Page 11 of 13 B. Surrey and Mapping 1. Reid Survey and Mapping (City Project Area) ................. .....................$18,600.00 2. Reid Survey and Mapping (OCSD Improvement Area) .... ..............:.......$1,000.00 Sub -total (Part 213 - City Project Area) ........................... _ ............................. $18,600.00 Sub -total (Part 2B - OCSD improvement Area) ........................ ......................$1,000.00 zwaemu>nww.me�owwuan�,a..mey �mr�.� b. OCSD Improvement Area ...... ............................... ......................$2,500.00 3. Selection and Design of Proposed BMP's a. City Project Area .................... ......................I........ ......................$6,000.00 4. Structured Analyses and Design a. City Project Area .................... ............................... ......................$6,500.00 b. OCSD Improvement Area ...... ............................... ......................$2,000.00 5. Back Bay Drive Realignment Improvement Plans a. City Project Area.. ................. ...................................... -- .... --$12,000.00 6. Interpretive Area and Street Precise Grading Plans a. Gty Project Area ................... ............................... .....................$21,000.00 7. Restoration Area and OCSD Access Road Grading Plans a. Qty Project Area ................... ............................... .....................$14,000.00 b. OCSD improvement Area ...... ............................... ......................$4,000.00 B. Drainage Improvement Plans and Details a. City Project Area, ............................................................... I ........ $61WO.00 b. OCSD Improvement Area ...... ............................... ................::....$3,000.00 9. Erosion Control Plans a. City Project Area .................... ............................... ......................$5,500.00 b. OCSD Improvement Area ...... ............................... ......................$2,000.00 10. Project Technical Speoitications a. Qty Project Area .................... ............................... ......................$8,500.00 b. OCSD Improvement Area ...... ............................... ......................$3,500.00 11. Engineer's Opinion of Probable Construction Costs a. City Project Area .................... ............................... ......................$4,000.00 b. OCSD Improvement Area ...... ............................... ......................$1,500.00 12. Process Improvement Plans a. Qty Project Area...... ... .......... . ..................................................... $6,500.00 b. OCSD Improvement Area.. ......................................................... $3,500.00 Sub -total (Part 2A- City Project Area) ...... ............................... .....................$97,500.00 Sub -total (Part 2A - OCSD Improvement Area) ....................... .....................$23,000.00 B. Surrey and Mapping 1. Reid Survey and Mapping (City Project Area) ................. .....................$18,600.00 2. Reid Survey and Mapping (OCSD Improvement Area) .... ..............:.......$1,000.00 Sub -total (Part 213 - City Project Area) ........................... _ ............................. $18,600.00 Sub -total (Part 2B - OCSD improvement Area) ........................ ......................$1,000.00 zwaemu>nww.me�owwuan�,a..mey �mr�.� Mr. Mark Reader December 4, 2007 Page 12 of 13 C. Geotechnical Investigation & Soils Report 1. Geotechnical Services (City project Area) ....................... .....................$14,412.00 2. Geotechnical Services (OCSD improvement Area) .... ..... ....................... $7,203.00 Sub -total (Part 2C - City Project Area) ............... ...._. .............. ..................... $14,412.00 Sub -total (Part 2C - OCSD Improvement Area) ........................ ......................$7,203.00 D. Tidal Wetlands and Freshwater Pond Design 1. Final design, plans and specifi cations ............................. .....................$34,970.00 2. Attend up to 3 project meetings ......... ............................... ......................$9,678.00 Sub -total (Part 2D - City Project Area) ........ ..... ....... ........... .....................$44,648.00 E. Riparian and Upland Area Planting Design 1. Preparation of Planting Plans and Specifications..........._ ......................$8.165.00 2. Preparation of lnvaskre Vegetation Removal Specifk:atiions ...................$3.680.00 3.. Preparation and Attendance of up to 3 project meetings .. ......................$6.785.00 Sub -total (Part 2E - City Project Area) ............ ....................... _ .............. _ ... $18,630.00 F. Architectural Services 1. Prepare Plans and Specifications ..... ............................... .....................$11,500.00 2. Attend up to 6 project meetings....-°° ............................... ......................$6.900.00 Sub -total (Part 2F - City Project Area) ....... .. .............. ..._ ........... .. ................. $18,400.00 G. Interpretive Sign Design 1. Design Interpretive sign panels ........ ............................... .....................$40,180.00 2. Attend up to 4 project meetings ..................... ............................... ..........$1.380.00 Sub - total (Part 2G - City Project Area) --..„ . „„ „. ,......._ _....„ ............... $41,570.00 H. Trail and Overlook Design 1. Prepare Plans and Specifications ... .............................. ........._.............$22,425M 2. Preparation and Attendance of up to 3 project meetings .. ......................$6,785.00 Sub -total (Part 2H - City Project Area) .................. _ ... _ ................................. $29,210.00 Sub -total (Part 2A through 21­1 - City Project Area) .... .. ...................... ...... $282,970.00 Sub -total (Part 2A through 2H - OCSD Improvement Area) ... .....................$31,203.00 cw.wwpt+.ysrJp pomekvw. � ,emma�.�,awwoeo��mm.rtmm,vwa,¢nm Mr. Mark Reader December 4, 2007 Page 13 of 13 PART 3 - POST- CONSTRUCTION WATER QUALITY SAMPLING AND ANALYSIS PLAN (SAP) A. Post Construction Sampling and Monitoring Plan ........................ ......................$6,900.00 B. Meeting with Big Canyon County Club Golf Course ..................... ......................$1,200.00 Sub -total (Part 3 - City Project Area) ......... ............................... ......................$8,100.00 PART 4 - PROJECT MANAGEMENT, COORDINATION AND MEETINGS A. Project Management & Coordination .......... ............................... .....................$41,520.00 B. Attendance at project, TAC and City Council Meetings ............... .....................$13,284.00 Sub -total (Part 4 - City Project Area) .................... ............................... .....................$54,804.00 PART 5 ENGINEERING SUPPORT DURING BID PHASE Sub -total (Part 5 - City Project Area) ..................... ............................... ......................$3,000.00 PART 6 REIMBURSABLE EXPENSES Sub -total (Part 6 - Clty Project Area) ..................... ............................... ......................$9,000.00 TOTAL FEES (PART 1 THROUGH 6 - CITY PROJECT AREA) ........... ...................$398,456.00 TOTAL FEES (PART 1 THROUGH 6 - OCSD IMPROVEMENT AREA) .....................$38,703.00 TOTAL ESTIMATED FEE (PART 1 THROUGH PART 6 - CITY PROJECT & OCSD IMPROVEMENT AREAS) .............:............. ............................... ....................$435,159.00 We.look tonvard to being of service to you on this Project. We have the resources available to perform these services and will initiate work upon the receipt of your Notice to Proceed". it you have any questions, please calilohn Wolter at (951) 340 -0030 or me at (949) 474 -1400. and CEO MPV/kam /cmj Enclosure: cc: John Wolter Daniel Viliines Contracts x'�"�'�^"4 MbrMwt NEVles sw�» f4 City of Newport Beach Big Canyon Creek Restoration Project Phase IV t.3 V Forward Budget Assessment Pnpned By VA Conwhing, hm 29 -toW7 Vol? CONSULTING VA WESTON ACORN LSA R.YEO GEOSOIL3 WRA Total Phase Description Cont. Amt Cont. Amt Cont. Amt. Cont. Amt Cont, Amt Cont. Amt Cont. Amt Amount I. Feasibility Assessment -Task Completed - II. Water Quality QAPP and SAP -Task Completed - 111. Preliminary Engineering -Task Completed - IV. Environmental Review & Permits $23,682 $23.562 V. Outreach, Final Engineering & Design Publlc Meetings - Budget Expended - Final Engineering $97,500 $13,000 $30,590 $11,500 $34,970 $187,560 Meetings, Technical Team (Original Scope) $13,284 $1,380 $14,664 VI. Post Construction Water Quality Monitoring Plan $6,900 $6,900. V8. ProjectCManagemendCoordimtlon lMo"ng&nWmbumablee $50,520 $1,200 $1"70 $8 g00 $9.678 $81,868 SUBTOTAL (Phase I to VII) $314,674 Vlll. OC8D Maintance Road $31,600 $7,203 $36,703 DL Additional Consulting Services Survey and Mapping $18,600 $18,800 Geotechnical Investigations and Report $14,412 $14,412 Invasive Vegetation Removal Specifications $3,680 $3,880 Interpretive Sign Graphic Design $27,190 $27,190 NPDES City Compliance $16,000 $16,000 Engineering Support During Bidding $3,000 $3,000 $ $ SUBTOTAL (Phase VIII & IX) $120,685 Totab 229A04 100 670 $47,840 $10,400 21615 8 D 4 8 , 6 Big Canyon Creek Restoration Project M Wm. DYMM J rt _ I tlLrlffii dl10 .. �-- �•— �,•- °-- �nnWweenPnq N tfnf " "'a Ir�q.nnnnlM n.IM. wM 1pnuT rnemYw TO em NOO MILT Abo,ul M '...�... I OpDFDOeaxbn ep nm Non MIME McRD91 3 "'I I xlDae eoMw MMeww fnMwtll 'e 'IMMFCeMnn DaeMnena 2"l -M lwflNfb) Mon Mroff HIIIIIIIIIII +seam ww Ifi1NLt Men rnroa . auM'/ p!!m MMn IaltDt I Owipmol r•'j a.ne� wn.p w.e lfntnT rngtat/l 10 I M.IF ImMMxDeajl! IICOm Mon1RIM MMOM4i �T, PopnM FUI+I�tl On.yn hoary, Mon Inia MOgwOe� - 'i}''� I Armn.dMw Dubn 00Lm Mm NFL! "Mmi 11_l IMYwMM eqn Da.pn IOOL Mm qMl MF ll _.i7....1 Tnpownlw Oran 100 e.M Men qwe rneTnroel �� 6lM fulMPN pPq MMII/00 fn MILH a 1F� CHI Rr !Om Mtn Ma fnMMel II 19'-1 I.M G.nDrvabn exnpMq MU loam W.MMn McRONSI "Tt "I I 06x e.OmMM OMs POW s McDwml p ..T�... CIO'P.NIw fC.ly Mul pn]M In OCUM 'Fb`1 rwll.enMM IM. rM. eo.lelnMbn.urmp. IaMw Mr mroe wee lanut MOn Tnroe MgMe rn ]] IaNaefwn fe0.w Tun T /MI In NIMB PiOM;aq D.nIV1(Y..f.�Nf D.M'IMU 11ReM Teak Q rr.m.r swn+v 6.MnwTaM V eoD ,_ MlMnoe � NvMawn*n.n �T epnmillf..lelM � cxnxuF•nnc W0.1 EXHOW irb" VA CONSULTING, INC. FEE SCHEDULE 2001 91aff Classification Gi0 gnplinegring and Planning Services ffourN Rate President-.._...---.._ ......................_.. $190 Divislan PresidepUDivision Manager .......................................... ------ ........ ........ .......... e-- ...... $173 Sr. VIce RasidentMoe Preskieny Exec. DkeCW ......... ....................... ....................................... _ $103 DiMizitor.............................. _ .. ......... ------------------- ---------------- --- ------ - - -- ---------------------------- ... $16R4- SeniorProject Manager .......................................................... i .... j.,; .............. ... dv ..... ............. $465 Pr6jeetManager ...................... ------- ...............:.....:..,.,..:... ..:_.:....::.:_, :.,........$9A7 msliitant."ied-manager, ............... ........ . :4.,; ....... ..... ....:._:.:....... ......:.:.,.:::....:,,......... :::..,$1342 W P MjoO EV .:........................:.$1 37 Propaei ertg1hW1l)bi3i0n. Supeivisor ................................. ...................... __ ........... . .................... &132 1mpqn,w-.,. ......... .. I ...... I.-- ......... ....... : ......... ....................... I ....................... .. ------ .. ..... Senior 13"dri EngiliepaSenior'Designer ...................... - ........................... -.- ...... ....... . ........ $422*- tl6stp Enginear/Plifiner ......... .................................. ........ . ........................ $1 Design.:...:_.......:_ ... . ..................... . . ..... -; .................. ........... ............... . .............. . AssisUnt Endlneer/AssisWt Planner.._._:.........._ ......... ................ ReseaMh and PtacAassirtg CoqvdlWor .... .............................................. t-_ .... ...... Sonial' CADD TWJhhboi2" * ....... .. ................ "'- ......... .............. ....... ............ JurT6fEngfneo( . ................ .... ................... _ ......... .... z ............... ......... ........ ...............................•........ -__ .......... $95 CARDTecbrilclan ............................ ........ ........ ........................................ : no EngineeringInlem .................... .. :- ......... - ....... ....... ------- --l—.- .... .......... .................... $7Q offloe-stippivClerical ................................... .............. ...... ................ - ................ ......... ------ . ..... $69, Felt) -Qur-vay and lopigeryioos 8'l3eUlhlS&r,VlCe U15gafm...... .............. __ ..................... _ ................. ........ .. Notes. 1. invoices will be 0twaaad for all s¢hvrcesfhtbughfha hxhd ot each catentlar month. Imorcxa ere due and payah� on phesaMaliph. 2. OwAunt, when requested by the client, YA be Surcharged at a rate of 135% of the Standard boudy rates. Sundays and holidays will be surchapled.ai a rate of 170% of the standard hourly mM 3. RePw9faPhics. messenger servioe. travel (including WdgirQ and meals), and o0w direct eVensas vAl be charged at cast plus The seri4rea of outside consultants will be ch. arged atcost pbs 16% to 00%w administration and overhead. 4. In-house reProgmPhics Chafgas: B&W Bond copia* Z1.0019q.ft Color Bond 36-001sq.fL 5 Mleaga Will he billed at standard ff"De rates sat by PS. 2007 rate; cyfMaW 5sted at $0.485 per nW- CUE FIGURE 2.2-2 Grading, Utilities, Plan City Of Newport Beach NO. BA- 08BA -032 BUDGET AMENDMENT 2007 -08 AMOUNT: $tss,36t.00 EFFECT ON BUDGETARY FUND BALANCE: X Increase Revenue Estimates Increase in Budgetary Fund Balance X Increase Expenditure Appropriations AND X Decrease in Budgetary Fund Balance Transfer Budget Appropriations X No effect on Budgetary Fund Balance SOURCE: from existing budget appropriations X from additional estimated revenues X from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To increase revenue estimates and expenditure appropriations due to contributions from the Orange County Sanitation District and the Irvine Ranch Conservancy and to increase expenditure appropriations from Tidelands fund balance for approval of a PSA with VA Consulting to provide design services for the Big Canyon Creek Restoration Project. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Amount F.!Lnd_ Account Description Debit Credit 230 3605 Tidelands Fund - Fund Balance $48,456.00 ` REVENUE ESTIMATES (360 1) Fund /Division Account Description 250 4839 Contributions - OC Sanitation District Conti $28,222.00 250 4839 Contributions - OC Sanitation District Contri $38,703.00 250 4887 Contributions - Irvine Ranch Water District .$60,000-00 EXPENDITUREAPPROPRIA77ONS (3603) Description Division Number 7251 Contributions Account Number C6100709 Big Canyon Creek Restoration $28,222.00 Division Number 7251 Contributions Account Number C5100M Big Canyon Creek Restoration $38,703.00 Division Number 7251 Contributions Account Number C5100709 Big Canyon Creek Restoration $50,000.00 Division Number 7231 Tidelands Capital Account Number C5100709 Big Canyon Creek Restoration $48,456.00 Division Number Account Number �% Automark System Enrry. Signed: x �/ia�i��J �1/i��r f�� Flihancial Approval: Administraf Services Director Date Signed: Administrative Approval: City Manager t Signed: City Council Approval: City Clerk Date