Loading...
HomeMy WebLinkAbout09 - Big Canyon Water Balance9 �EwaoRr = CITY OF ��� Pz INEWPOR7 BEACH 9CIFORN City Council Staff Report Agenda Item No. 9 May 14, 2013 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department David A.Webb, Public Works Director 949 - 644 -3311, dawebbna newportbeachca.gov PREPARED BY: Robert Stein, Assistant City Engineer 949 - 644 -3322, rsteifl aDnewportbeachca.gov APPROVED: Q TITLE: Professional Services Agreement with Daniel B. Stephens & Associates, Inc., (DBS &A) for Big Canyon Water Balance and Accept a Contribution from the County of Orange for Funding ABSTRACT: DBS &A performed groundwater field studies last year in upper Big Canyon as part of the City's Selenium mitigation program. Additional field data collection has now been requested by the Regional Water Quality Control Board (RWQCB). Savings from last year's project plus an additional contribution from the County of Orange will pay for these additional tasks along with preparation of a water balance report summarizing findings. RECOMMENDATIONS: 1. Accept a $40,000 contribution from the County of Orange to fund additional tasks for an ongoing water balance study in the Big Canyon Watershed. Further, authorize the Public Works Director or designee to represent the City for all matters pertaining to this contribution. 2. Approve Budget Amendment No. 13BA -04o recognizing a contribution of $40,000 from the County of Orange to Account No. 255 -4913 and appropriating $40,000 to Account No.7255— C5002004. 3. Approve a Professional Services Agreement with DBS &A of Newport Beach, California, at a not to exceed cost of $62,893, and authorize the Mayor and City Clerk to execute the Agreement. 1 of 36 Professional Services Agreement with Daniel B. Stephens & Associates, Inc., (DBS &A) for Big Canyon Water Balance and Accept a Contribution from the County of Orange for Funding May 14, 2013 Page 2 FUNDING REQUIRENIEN TS: The fee for DBS &A to conduct the supplemental tasks for the water balance study and complete the report is $62,893. Using the $22,893 remaining from the initial contract, in addition to the $40,000 the City will be reimbursed from the County of Orange - Central Watershed budget, adequate funding is available for the project. Account Description Account Number Amount Contribution 7255- CS002004 $62,893.00 DISCUSSION: On January 10, 2012, City Council accepted a $100,000 contribution from the County of Orange, acting on behalf of the Newport Bay watershed partners, to pay DBS &A to prepare a water balance study in upper Big Canyon. As part of the City's work plan for addressing selenium impacts in Big Canyon, the purpose of the water balance study is to provide a better understanding of groundwater recharge, the groundwater flow and movement patterns, and the mobilization and transport of selenium. Last year DBS &A worked diligently to install p)ezometers and collect water and sediment data as defined in their initial scope of work. These field studies have been completed and submitted to the RWQCB for review. During this review time, the data analysis and report preparation was put on hold (with a task budget of $22,893). The RWQCB has now requested additional field studies and data prior to completing the data analysis and final report; however the initial contract with DBS &A has now expired. Staff recommends the City receive the contribution of $40,000, roll over the $22,893 remaining from the previous contract, and enter into a new agreement with DBS &A for $62,893.00 to perform the additional field studies and prepare the final analysis and report. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this action is not subject to the California Environmental Quality Act ( "CEQA ") pursuant to Sections 15060(c)(2) (the activity will not result in a direct or reasonably foreseeable indirect physical change in the environment) and 15060(c)(3) (the activity is not a project as defined in Section 15378) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential for resulting in physical change to the environment, directly or indirectly. 2 of 36 Professional Services Agreement with Daniel B. Stephens & Associates, Inc., (DBS &A) for Big Canyon Water Balance and Accept a Contribution from the County of Orange for Funding May 14, 2013 Page 3 NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). Submitted by David A. Webb Public Works Director Attachments: A. Professional Services Agreement with DBS &A B. Map of Big Canyon Watershed C. BudgetAmendment 3 of 36 ATTACHMEN-f A PROFESSIONAL SERVICES AGREEMENT WITH DANIEL B. STEPI -TENS & ASSOCIATES, INC. FOR BIG CANYON WATER BALANCE: THIS PROFESSIONAL SERVICES AGREEMENT ( "Agreement') Is made and entered Into as of this _ day of April, 2013 ( "Effective Date "), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ( "City "), and Daniel B. Stephens & Associates, Inc., a New Mexico Corporation ( "Consultant "), whose address is 260 Newport Center Drive, Newport Beach, CA 92660, 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 desires to engage Consultant to provide analytical data and water monitoring and sampling of the Big Canyon Water Balance ('Project'). C. Consultant possesses the skill, experience, ability, background, certification and knowledge to provide the professional services described In this Agreement. D. 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 Effective Date, and shall terminate on December 31, 2014 unless terminated 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 ( "Services" or "Work "). City may elect to delete certain Services within the Scope of Services at Its sole discretion. TIME OF PERFORMANCE 3.1 Time is of the essence in the performance of Services under this Agreement and Consultant shall perform the Services In accordance with the schedule included in Exhibit A. In the absence of a specific schedule, the Services shall be 4 of 36 performed to completion in a diligent and itmely manner. The failure by Consultant to strictly adhere to the schedule set forth in Exhibit A, if any, or perform the Services in a diligent and timely manner may result in termination of this Agreement by City. 3.2 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 within two (2) calendar days of the occurrence causing the delay to the other party so that all delays can be addressed. 3.3 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator as defined herein not later than ten (10) 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. 3.4 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances, by hand- delivery or mail. 4. COMPENSATION TO CONSULTANT 4.1 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 B and incorporated herein by reference. Consultant's compensation for all Work performed In accordance with this Agreement, including all reimbursable items and subconsultant fees, shall not exceed Sixty Two Thousand Eight Hundred Ninety Three Dollars ($62,893,00), 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. 4.2 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 reimbursable expenditures. City shall pay Consultant no later than thirty (30) calendar days after approval of the monthly invoice by City staff. 4.3 City shall reimburse Consultant only for those costs or expenses specifically identified In Exhibit B to this Agreement or specifically approved in writing in advance by City. 4.4 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. Daniel 13. Stephens & Associates, Inc. Fage 5201[36 Compensation for any authorized Extra Work shall be paid in accordance with the Schedule of Billing Dates as set forth In Exhibit B. 5. PROJECT MANAGER 5.1 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 Dan McCoy 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. 5.2 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 furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 5.3 If Consultant is performing inspection services for City, the Project Manager and any other assigned staff shall be equipped with a cellular phone to communicate with City staff. The Project Manager's cellular phone number shall be provided to City. 6. ADMINISTRATION This Agreement will be administered by the Public Works Department, City's Assistant City Engineer or designee shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator shall represent City In at matters pertaining to the Services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBUTIES To assist Consultant in the execution of its responsibilities under this Agreement, City agrees to 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. 81 STANDARD OF CARE 8.1 All of the Services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the Services required by this Agreement, and that it will perform all Services in a manner commensurate with the highest professional standards. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized by one (1) or more first - class firms performing similar work under similar circumstances. Daniel B. Stephens & Associates, Inc. Page bf 36 8.2 All Services shall be performed by qualified and experienced personnel who are riot employed by City. By delivery of complelod Work, Consultant certifies that the Work conforms to the requiroments of this Agreement, all applicablo federal, stale and local laws, and the highest professional standard. 8.3 Consultant represents and warrants to City that it has, shall obtain, and shall keep In full force and 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 Perm of this Agreement, 8.4 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's Won< promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. HOLD HARMLESS 9.1 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 darnage to properly), 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 any breach of the terms and conditions of this Agreement, any Work performed or Services provided under this Agreement including, without limitation, defects in workmanship or materials or Consultant's presence or activities conducted on the Project (Including the negligent, reckless, and/or willful acts, errors and /or omissions of Consultant, 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). 9.2 Notwithstanding the foregoing, nothing herein shall be construed to require Consultant to 'indemnify the Indemnified Parties from any Claim arising from the sole negligence or 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 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 Consultant. Daniel B. Stephens & Associates, Inc. _ Page 4u(35 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. No civil service status or other right of employment shall accrue to Consultant or its employees. 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 of the Work 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 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 or for other periods as specified in this Agreement, policies of insurance of the type, amounts, terms and conditions described In the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 15. 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 f 36 Daniel B. Stephens & Associates, 1 nc. Page 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 co- tenancy, which shall result in changing the control of Consultant. Control means fifty percenf (50 %) or more of the voting power or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint- venture. 16. SUBCONTRACTfNG The subcontractors authorized by City, If any, to perform Work on this Project are identified in Exhibit A. Consultant shall be fully responsible to City for all acts and omissions of any subcontractor. Nothing in this Agreement shall create any contractual relationship between City and any 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. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and 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 17.1 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 Consultant's expense, provide such Documents to City upon prior written request. 17.2 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. 17.3 All written documents shall be transmitted to City in formats compatible with Microsoft Office and /or viewable with Adobe Acrobat. f 36 Daniel B. Stephens & Associates, Inc, Page 9 o 18. CONI ID!_NTIALITY 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 expressly authorizes in writing the release of information. 19. INTELLECTUAL PROPERTY INDEMNITY Consultant shall defend and indemnify City, its agents, officers, representatives and employees against any and all liability, including costs, for Infringement or alleged infringement of any United States' letters patent, trademark, or copyright, including costs, contained in Consultant's Documents provided under this Agreement. 20. RECORDS Consultant shall keep records and invoices In connection with the Services 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. Ail 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. 21. 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 designee 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. 22. 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 borne by Consultant. Nothing in this Section is intended to limit City's rights under the law or any other sections of this Agreement. Daniel B. Stephens & Associates, Inc �F36 23. CITY'S FIGHT T O EMPLOY OTHER CONSULTANTS City reserves the right to employ other Consultants in connection with the Project. 24. CONFLICTS OF INTEREST 24.1 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. 24.2 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. 25. NOTICES 25.1 All notices, demands, requests or approvals, including any change in mailing address, 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 mall, addressed as hereinafter provided. 25.2 All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Attn: Administrative Analyst Public Works City of Newport Beach 100 Civic Center Drive PO Box 1768 Newport Beach, CA 92660 25.3 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant al: Attn: Dan McCoy Daniel B. Stephens & Associates, Inc. 260 Newport Center Drive Newport Beach, CA 92660 of 36 Daniel B. Stephens &Associates, Inc. Page 26. CLAIMS Unless a shorter time is specified elsewhere in this Agreement, before making Its final request for payment under this Agreement, Consultant shall submit to City, in writing, all claims for compensation under or arising out of this Agreement. Consultant's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Agreement except those previously made in writing and identified by Consultant in writing as unsettled at the time of Its final request for payment. Consultant and City expressly agree that in addition to any claims filing requirements set forth In the Agreement, Consultant shall be required to file any claim Consultant may have against City in strict conformance with the Government Claims Act (Government Code sections 900 of seq.). 27, TERMINATION 27.1 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. 27.2 Notwithstanding the above provisions, City shall have the right, at its sole and absolute discretion and without cause, of terminating this Agreement at any time by giving no less than 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. 28. STANDARD PROVISIONS 28.1 Recitals. City and Consultant acknowledge that the above Recitals are true and correct and are hereby Incorporated by reference into this Agreement. 28.2 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. Daniel B. Stephens & Associates, Inc. Pagel buf 36 28.3 Waiver. A waiver by either party of any broach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 28.4 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. 28.5 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. 28.6 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. 28.7 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. 28.8 Severablllty. 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. 28.9 Controllina 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, State of California, 28.10 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, age or any other impermissible basis under law. 28.11 No Attorneys' Fees. In the event of any dispute or legal action arlsing under this Agreement, the prevailing party shall not be entitled to attorneys' fees. 28.12 Counterparts. This Agreement may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same Instrument. [SIGNATURES ON NEXT PAGE) Daniel R. Stephens & Associates, Inc. Page 136 IN WITNESS WHER11 -110F, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY Av f'C -NEY'S OFFICE Date: �/�� By: Aak4p /C. !-tarp City Attorney ATTEST: By: Leilani I. Brown City Clerk Attachments: CITY OF NEWPORT BEACH, a California municipal corporation Date: By: David A. Webb Public Works Director CONSULTANT: Daniel B, Stephens & Associates, Inc., a New Mexico Corporation Date: Michael Bitner President Date: By: Judith Ann Meeter Treasurer [END OF SIGNATURES] Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements Daniel B. Stephens & Associates, Inc. Page ��or36 I uH18IT A SCOPE OF SERVICES .—Ls,of 36 OaNel B. Stephens & Assocfaies, fnc. Page A -'f �ZlpMarch 26, 2013 Mi. Robert G. Stcin Assistant City Euginccr City of Newport Beach Public Works 3300 Newport Boulevard Newport Beech, CA 92663 Rc: Scope of Work and Cost Estimate Additional Tasks (Task Order 1) Big Canyon Watet Balance and Related Tasks Big Canyon Watershed Newport Beach, California Dear Mr. Stein; Daniel B. Stephens & Associates, Inc. (DBS &A) is pleased to provide the City of Newport Beach (City) our proposed scope of work and cost estimate for additional tasks related to the Big Canyon water balance. The scope of work outlined below consists of the following: 0 Task 1 — Supptentental Groundwater Elevation Monitoring 0 Task 2— San JoaquinReservoirpocumentReview u 'task 3 — Supplemental Surface Water Monitoring and Samptu3g Task 4 —Data Analysis and Reporting Task 1— Supplements] GrouudwaterElevation Monitoring and Sampling In review of the proposed scope of work for groundwater elevation monitoring, [lie Slate of California Regional Water Quality Control Board (RWQCB) requested water level measurement events coinciding with ,surface water flow measurements. Surface water flow measurements are being conducted by Weston Solutions, Inc. (Weston) under subcontractio DBS &A (see Task 3). DBS &A will specify, procure, iustali and maintain two (2) electronic pressure transducers and data loggers in two selected piezometers in the Big Canyon area so that continuous water level rne Hsi] remenls can be recorded. A bnrofnetric pressure data converter will also be purchased and inAalted for each transducer. Continuous water level logging will continue in the two piezometers until Weston completes both dry and wet - weather monitoring in the 2012/2013 summer /winter season (until approximately April 2013). Unniel B. Stephens & ils.coclnres, /ne. 760 NOerporf Center Oilee 949 Milk Newport Oeach, CA 9160 FAX 949 9994356 Mr. Robert Stein March 26, 2013 Page 2 'fire water level data will be downloaded and reviewed to evaluate the potential relationship between groundwater levels in upper Big Canyon and surface water flow due to irrigation and storm water runoff. Per RWQCB request, additional soil sample analysis will also be conducted duringpiexomcter instal lation. Soil samples will be analyzed for grain size and total organic carbon content (TOC) to further evaluate selenium sources in the Big Canyon area. A positive correlation betwceu selenium content and TOC has been reported by die USGS. A sample of the Tertiary Monterey fornnadon outcrop in lower Newport Bay (near Back Bay View) Park will also be collected for laboratory analysis for total and speciated selenium. Task 2 — San Joaquitr Reservoir Document Review DBS &A will coordinate with the Irvine Ranch Water District (IRWD) to identify and obtain copies of 1RWD documents concerning the San Joaquin reservoir geology, hydrogeology, monitoring well /piezoulctor network, groumdwater conditions, and reservoir history. The documents will be reviewed to evaluate potential groundwater- recharge into Big Canyon from the reservoir area. DBS &A will visit the IRWD engineering library and identify key documents for loan and electronic scanning. The results of the doconreat review will be summarized in the Big Canyon reporting effort and incorporated into the water balance for uppor Big Canyon, as appropriate. Task 3 — Supplemental Sarfaee Water Monitoring and Sampling In review of the proposed scope of wodt for surface water monitoring, the RWQCB requested . supplemental monitoring in groundwater "subdrain" locations. Specifically, monitoring will be conducted in the "Seaview" subdrain (installed c. 1975 downslope of the Big Canyon reservoir, roughly aligned along San Miguel Drive near the northwestern reservoir boundary). Additional monitoring will also be conducted in the "Bren" drain (also installed c. 1975, and roughly aligned along the southern side of Bast Newport Hills Drive across from Big Carryuu reservoir and downslope from San Miguel Drive)_ The monitoring will be conducted by Weston Solutions wider subcontract to DBS &A (Attachment 1). Task 9 — Data Analysis, Reporting and Project Management DBS &A will utilize and idea porate the results ofthese additional tnsles into the water balance and reporting effort for the upper Big Canyon watershed. The water balance will utilize DBS &A's Distributed Parameter Watershed Model (DPW M) where possible to quantify the contribution to groundwater recharge from deep percolation of irrigation and rainfall. In addition, DBS&A wilt attend ameeting with fro city utilities general manager to discuss operations at the Big Canyon reservoir, sources of potable water in the reservoir, and historical data collection and monitoring at the reservoir. DBS &A will obtain and review the historical 170136 Mr. Rubel 't Stein March 26, 2013 Page 3 monitoring data for incorporation itito the reporting and water balance development effort. DBS &A will also attend it meeting of the Nitrate Selenium Management Program (NSMP) group to deliver a presentation outlining [lie scope of work and tasks completed to -date i''orthe upper Big Canyon water balance project. Summary The DBS &A Task Order request totals $62,893. This amount accounts for $22,893 of unexpended budget previously approved (for pending tasks) and remaining at the close of December 2012. Budgetary details of this Task Ogler request ate contained in the clutched spi :cadsheet table (Attacl)yneut 2). The scope of work will be completed in accordance with the Professional Services Agreement completed between the City of Newport Beach and DBS &A dated January 10, 2012. Please contact John Dodge at (949) 999 -3304 with any questions you have regarding this scope of work DBS &A appreciates the opportunity to support the City of Newport Beach. Sincerely, DANIEL B. STEPHENS & ASSOCIATES, INC. John J. Dodgc, PG Sell iorHydrogeologist Associate Attachments: Attachment 1 Weston scope and cost Attachment 2 Cost summary fable Stephen J. Cullen, PhD, PG Principal Hydrogeologisl Sr. Vice President IfX.Tal l Attachment 2 19 of 36 C'._ Wlie'1'nPF � 2rCU I IbN , Irlr:. !i0•I'J LV VJeIi Plnt�, Giilln •ID7 Cneauhod, CA 92000 (760) 705 -6000 / (760) 031- i660 1--AX 4yy_iw.�_ {:�:N gpnoltQloi t�.cuilj M, John Dodge February J5, 2013 Daniel B. Stephens & Associates, Inc. 200 Newport Center Drive Newport Beach, CA 92660 Subject: Scope of Work for a Selenium Somme Identification Study iu thc)3ig Canyon Watershed Dear John: Weston Sotutions, Tile. (Wes(on) is pleased to provide a Scope of Work (SOW) to cnnduct monitoring designed to identify sources of selenium in the Big Canyon Watershed (watershed), which drains to upper Newport Bay, The monitoring outlined in this SOW is designed to support ongoing efforts to identify sources of selenium in the watershed by the County of Orange, the Santa Ana Regional Water Quality Contro] Board, and other consultants, Estimated costs for the project are summarized at the end of the document. There are two prunary study questions that will be addressed by the study I. Which sub- dcainages contribute the greatest flows within the watershed? 2. What are the sources of water in the watershed that contribute to elevated flows at the bottom of the drainage (e.g., irrigation runoff; groundwater, seepage from big Cauymn Reservoir)? To adchcss these questions, the portion of the seleniium source identification study covered in this scope of work has three casks. Task 1. Hydrological Characterization This task is currently being done by Women raider an existing contract with Daniel B. Stephens & Associates, [ne. (DRS &A). Tnsl( 2. Installation of Addifionsl Plow Meters and Data Collection Task 3, Water Quality Monitoring Task 2 fund Task 3 will be done outside of the current Weston contract with Daniel B • Stephens & Associates, Inc. (D)3S &A) and therefore will require additional funding. Taslc 1. Hydrological Chat Heterizatiou One way of assessing the relative contributions of inputs and outputs of flows and ostimate the exchange of surface water and groundwater within a drainage system is to oonduct a water balance. The purpose of the water balance is to determine the relative contributions to the overall flow in the watershed from irrigation runoff, groundwater, and potential seepage from Big Canyon Reservoir. In this Phase of the project, one site in the Big Canyon Watershed at the top Page I of 3 20 of 36 tM.q`�. (,rUn�r,imn of 1-larbor View Naturc Park, will be installed and monitored for now rutd water cbemistry.'Ihis dada will be used to contribute to the water balance for (lie watershed being conducted by DBS &A. Plow monitoring data will be collected contimiowly at 9 sites (including the Park site listed above) for a one -year period for the purpose of estimating annual watershed loads. Plow will be determined by measuring stream stage (i.e., water depth) with a Solinst Leveloggar secured to the hottom of the channel as close to the stream thalweg as possible. Weirs or stilling wells may be incorporated into the installation, depending on site conditions. Date collected by the leveloggor Will he manually downloaded dining site visits conducted on a monthly basis. In addition to downloading data, the site visits will be used assess the need for additional stream rafiuga (see below) and trouble shoot any flow or sampling - related issues. To convert stream stage data to continuous flow, a stream rating will be conducted at each site during the initial installation and periodically throughout the study period, depending un changes in site conditions. The stream rating will be conducted using standardized strearn rating protocols developed by the USGS (Rantz, 1982). Two monitoring surveys will also be conducted to detennine concentrations of key constituents at each of the sites. The surveys will be conducted durutg the following periods: Summer 2012 and Winter of 2012/2013. These periods were chosen to characterize the range of dry weather ambient conditions throughout the year. During each survey, grab samples will be collected at each of the 9 monitoring sites, plus the two additional monitoring sites described in Task 2. Chemical analyses of the samples, detailed under Task 3, will include selenium speciation, total and dissolved metals, and total dissolved solids (TDS). Task 2. Installation of Additional Flow Meters, Data Collection, and Site Visits Installation of additional flow meters at 2 sites adjaceatto the reservoir (Brea and Senview subdra ins) will be performed to evaluate the owributions of ground water flow to the overall flow in the watershed. These additional flow meters will monitor flow cottinuonsly fm a period of 8 months to record flows during both dry weather and wet weather seasons. This task also covers site visits with DBS &A to discuss observations and sampling locations. Task 3. Water Quality Monitoring Grub samples will be collected two times per survey: once in the early morning between Sant and Sam during peak irrigation hours, and once in file early afternoon between 12pm and 3pm during off hours for irrigation, at each of the 11 monitored sites to assess total selenium, selenitc, and scicnate concentrations, as well as total metals and (IDS). Samples from the two time periods at each silo may he cotnposited to represent an average daily conceutration for each site, Results from chemical analyses of die samples will then be used to calculate daily loads to the Back Bay and to determine where the grcateslpollutant concentrations occur in the watershed. Laboratory analysts of water samples Cor spectated selenium will be, performed by Applied Speciation, while Calscience Environmental Lab will perform analyses of total metals and TDS. Field measurements will be taken at each site immediately following each sample collection to measure pH, conductivity, temperature, and dissolved oxygen. Page 2 of 3 21 of 36 EXHIBIT B SCHEDULE OF BILLING RATES f:36 Daniel B.Slephens & Associates, Inc. 1yV lh.l)�jj Project Bch ednto: The project will commence upon written approval of a cunb'act amendment from the City of Newport Reach and will adhere to the following schedule: Hydrological CharacterizalionAugust, 2011 through February, 2013. Installation of additional IF Meters and Data Collection: August 2012 through March 2013 Water Quality Monitoring: August 2012 tlu'ough March 2013 Cost Summary: The costs for the project are sutnmrized below. Task I Hydrological Characterization: 69,712 (funding covered in existing contract between Weston and Daniel D. Stephens & Associates, 11no. (DRS &A) dated January 10, 2012) Task 2 Installation of Additional flow Meters: $6,150 Task 3: Water Quality Monitoring: $13,680 Project Total Cost Estimate feu Taste 1; $9,712 Project Total Cost Estimate forTasks 2 and 3: $19,830 Project Total Cost: $29,542 Total not to exceed estimated project cost for all tasks based on time and materials: $29,542 Please call Dan McCoy at 760- 795 -6905 if you have any questions or comments on this Scope of Work. Sincerely yours, Dan McCoy Project Manager Weston Solutions, Inc. cc: Project Pile Page 3 of 3 23o[36 Attachment 2 24 of 36 Duu le!13. J' /a p G ens R/t sso cin l as, /u C. 25 of 36 Cost Summary for Additional Tasks City of Newport Beach Big Canyon Water Balance and Related Tasks March 26, 2013 Cost Sumn7ary by Task "Task No. Description Subtotal 1 Supplemental Groundwater Elevation Monitoring $7,669 2 San Joaquin Reservoir Document Review $4,382 3 Supplemental Surface Water Monitoring and Sampling $19,830 4 Data Analysis and Reporting $8,119 5 Remaining Budget from 2012 Contract $22,893 Total: $62,893 25 of 36 EXHIBIT IS SCHEDULE OF BILLING RATES _ 26 f 36 Daniel B. Stephens & Associaes, 4nc.T _ Page B -1 Task 1 Supplemental Groundwater Elevation Monitoring _ _ Rrip.11 EEG il 111 s1t0 Dale: March 26, 2013 �'�4`ll nni r/ 0. .Cl nPGfnR �Q Ai. •ia /,'.v, lnr. Project Manager: J. DODGE Client Name: City of Newpod Beach Project Name: Dig Canyon Water Balance and Related Tasks Project Number: pending Terms: per agreement Task 1 Supplemental Groundwater Elevation Monitoring _ _ Rrip.11 EEG il 111 s1t0 Dale: March 26, 2013 Estimator: J. DODGE Project Manager: J. DODGE Prepared by: J. DODGE Approved by: S. CULLEN SERVICES _ UNIT_ UNIT FEE QUANTITY COST Principal hour $ 280.00 S Scnior technical specialisl Hour 225.00 2 450.00 Technical specialist Hour 205.00 Senior engineerlscienlisl ll Hour 10000 12 2,160.00 Senior engineer /sctenllsll Hour 157.00 Project engineer /scientist Hour 138.00 Staff engineer /sclen(ts1111 Hour 118.00 Staff engineer /scientist ll Hour 108.00 22 2.370.00 Staff engineedsclenlist l Hour 87.00 FleldAaboratory technician Hour 87.00 Senior graphics designer Hour 105.00 Senior CAD technician Hour 97.00 GS analyst/database analyst Hour 107.00 GIS technician Hour 9700 Senior technical editor Hour 100.00 Technical editor Flour 85.00 Project assislanI Hour 05.00 AssislanUpiofesslonal Hour 75.00 Assistant technician Hour 65.00 _ Subtotal: 36 $ 4,906.00 EXPENSES iMARKUP UNIT I UNIT FEE QUANrd.FY I COST Field Environmental Inc. $ $ Micro-Diver transducers (2), data cables (2), Inc cable (1) 0% ea 2,115.92 1 2,115.92 Baro-Diver Sensor and cable 0% ea 567.00 1 567.00 Subtotal; S 2,682.92 Total Direct Cost 7,068.92 FA_arkup on third party services 0.00 TASK 1 SUBTOTAL $ 7,868.92 New Mexico Gross Receipts fat Q 0.000% 0.00 TASK 1 TOTAL $ 7,668.82 27 of 35 •. 4 _ /hurl r . /D. S' /epl enx 6.lesneiule.q /ve. Client Name. City o' Newport Beach Date: March 20, 2013 Project Name: Big Canyon Water Balance and Rotated Tasks ESllmaloc J. DODGE Project Number: pending Project Manager. J. DODGE Terms' per agreement Pmparcd by: J DODGC Hour 20500 Approved by: S. CUf.LPN Tas h, 2 San Joaquin Reservoir Documonl Review SERVICES _ _ UNIT UNITFEF.j QUANTITY COST Principal Hour S 780.Do £ Senior technical specialist Hour 225.00 4 40800 Technical specialist Hour 20500 Sailor englneedscienlislB Hour 180.00 16 2,380.00 Senlurengineedsclentlst I Hour 153.00 Project engincodscienlisl Hour 136.00 Staff enalOCer /scientist 111 Hour 118.00 Staff engineer /SGenllsl ll Hour 108.00 4 432.00 Staff angineedacienhsl l Hour 87.00 Fleldllaboralory technician Hour 87.00 Senior graphics destoner Hour 105.00 Senior CAD technician Hour 47.00 GIS anal/sUdalebase analyst Hour 107.00 GIS IeUmiclan Hour 87.00 Senior l0chnlcal editor Hour 100.00 Technical editor Hour 05.00 Prolscl assistant Hour 05.00 2 17000 Assfslanliprofessiomt Hour 76.00 Asslslanl technician Hoc 'r 65.00 Subtotal: 20 S 4,302.00 E %PENSES MARKUP UNIT UNIT FEE I QUANTITY COST S S _ Subtotal: S 0.00 Total Direct Cost 4.302.00 Markup on third party services 0,00 TASK 2TOTAL _ _ 5 4,382.00 28 of 36 / _\ \Unnl r./ D. filep Acu.v .p .LV a,J, ✓ea, Irr e. I ._ +' Client Name City of Nowpon Beach Project Name: Big Canyon Waler Balance and Related Tests Project Number: pending Terms' per agicemonl Taal, 3 Suonlenle11101 SUrfaro Water Mon0odnn and Sampllnu Dale: March 26, 2010 Eslini J. DODGE Project Mana0er. J DODGE Prepared by J. DODGE Approved by S. CULLEN SERVICES UNIT UNIT FEE QUANTITY COST Principal Hour S 200.00 5 Senior tocllnleal specialist Hour 225.00 Technlcal specialist Hour 205.00 Sono( engineer /sclenlisf II Hour 180.OD Senlor engine ¢ r /scien0st l Hour 153.00 ProfeU engineer/scientist Itoor, 136.0D Stall englneadsdenfisl IN Hour 118.00 Stall engineer /sdenliSt ll hour 100.00 Stag engineer /scienUSll Ilour 07.00 Flaldnaboralory lechnidan Ilour 87.00 Senior graphics designer Hour 105.00 Senlor CAD technician Hour 07.00 GIs onolysVdalabase analyst Hour 107.00 GIs technician Hour 07.00 Santa, technical editor Hour 100.00 Technical editor Hour 85.00 Project easistanl Hour 85.00 AssislanVproresslonal Hour 75.00 Assislarn technician Hour 65.00 If subtotal: EXPENSES _. MARKUP UNIT UNITPEE QUANTITY COST _y S Weston Solullons Pr000saldaledl /iS113 0% 1 19,830.00 1 T 10,830.00 sUliiolal: $ 18,630.00 Total Direct Cost 98,830.00 Maif,up on lhlyd party services _ 0.00 TASK S SUBTOTAL S 19,030.00 New Mexico Gross Recelpls Tax @ 0.0001/. 0,00 TASK 3 TOTAL S 13 830.00 29 Of 38 .1' /r /gyp �/i! n /I rlollu/eF. Ili r. Client Nant9: Cry of NemppR Beach Woycl wino: Big Canyon water Balance and Related "fall's Project Number: pending Terms per agrcemenl Task Data Analysis and Repairing Dsle: Mauch 26,20!3 Essilnalo, J. DODGE Pmleel M.enager J. DOUCE Praparcd by. J. DODGE Appro,zd by: S. CULLEN SERVICES UMT I UNI(FEE I QUANTITY I COST Principal Hour 9 280.00 S Senior technical spedagsl Hour 225.00 d 00000 Technical spade %el Hour 205.00 Screw enginearlscienflsl ll Hour 18000 0 1,440.00 Senior rnginccrfscionlisl l Hour 153.00 24 3,67200 Project engipeedsdenOsl Hour 13800 Stall enginear/sdemisl 111 Hour II e.00 Staff enginearlsdenlisl II Here 108.00 Stall epgineedsdonlisl l How 97.00 FieldSeboralcry lecluddan Hour 87.00 Senior graphics design&( Hour 105.00 Senior CAD lechnician Hour 97.00 10 1%46.0 GIS ana{y5VA6laDdse analyst Hour 107.00 CIS Irchplcan Hour 07.00 Senior tech steal echfpf Hour 100.00 Technical editor Hour 8500 Pmfeel aft0mam Hour 86.00 426 36125 AcalslanVpmfes5iorul Hour '/5.00 Assisi.. I.eh dden Hour G9.DD 6ubloal: 88 I S 8.N9:28 _ EXPENSES MARKUP UNIT UNIT FEE QUANTITY COST J 5 S __ Subtotal: 5 (IMB 'total Direct Cosl 81119.75 MaihV pa third d SeMces 000 TASI(a TOTAL S 8,119.76 30 of 36 o\ �barJe Ul. ,G ePL enr 6.lrrurrt.lua. \Y C9enl Wale¢ Cily al Ne,rpoNCeadl PNjad We u: 1312 C..n5 WAvi Da:An2o ona Kelalcd Tasks Pmjad NumLrn. Dertd,:0 T15anS pr ,, ^.p:amenl Tnsk 6 Oat! lA010:26, W13 rafin� aloe. J DODGE Fmmd Wan lt. J OODOE Piepur0bV. J DDDGE Ap vod by: S. CUCUN SERVICES UNIT UNITPr:E QUANTITY COST Pdndpal �-� _ Ho::: S 20000 S Scrl'.or lec6!u1 SPedmw Ho0i 11500 TeOln lOoc UkSt Hour 205.00 $kni:r pn0ineArhtlrntil II Mu. Ion.00 Senlo(amJtneodadanl'ol l HUUr IWOO Projo!! eopinocrlscionllsl Hevl 08.00 Slafl on0ineorlscmttSl 111 Haur H8.00 5 {aff en0lne O dan!IS111 Mo, 100.00 5W0 .1I&. orhdonliA l Ilea 97.00 F,o:vt pralory looWliaO Hnnr 0 },00 SOn!Ol{I:Op111G5 dl Vflnl; Hav( 105Ln SenarCADler M.i n Hour 8).00 GF dm{ysVJalebe9e analyst Hoat 107.M GIS lechnid. Hour 97.00 Gonla SCC5lnical ocilof hour 10!10.5 7wn¢lal edilol Hcel 65.00 PmlDd..W.nl Hour $5.00 AS SISId11VpI Cle 55iJllili HOUi ?500 Allml= tothP!dan Moor 05.00 Sabloldl: 0 S 0.00 _ EXPENSES MARKUP UN11' UNITFEE QUANTITY COST 5 S DEnO BOd9elc,oP!; per lily WlVad 501008!en 2!!1!12 505 MlfI5 22,02TOp I 22,091, 22.89L00 _ _5 RoN10IKtl Gaz1 22,091.00 JAlahap an lkTd pally Mml.S TASK55URTOTAL 5 22.855.00 Nov, M.. G.SS PacNpla fax® O.G90A 0.00' TASK 0 TOTAL $ 22119100 Meleup CO 0.00 31 of 36 EXI-11i INSURANCE REQUIREIViLENTS — PROFESSIONAL. SEEi Provision of 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, policies of insurance of the type and amounts described below and irna form satisfactory to City. Consultant agrees to provide insurance in accordance with requirements set forth here. If Consultant uses existing coverage to comply and that coverage does not meet these requirements, Consultant agrees to amend, supplement or endorse the existing coverage. 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. 3. Coverage Requirements. A. Workers' Compensation Insurance. Consultant shall maintain Workers' Compensation Insurance, statutory limits, and Employers Liability Insurance with limits of at least one million dollars ($1,000,000) each accident for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. Consultant shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement In 'favor of City, its officers, agents, employees and volunteers. B. General Liability Insurance. Consultant shall maintain commercial general liability insurance, and If necessary umbrella liability insurance, with coverage at least as broad as provided by insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, one million dollars ($1,000,000) general aggregate. The policy shall cover liability arising from premises, operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract) with no endorsement or modification limiting the scope or coverage for liability assumed under a contract. C. Automobile Liability Insurance. Consultant shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Consultant arising out of or in connection with Work to be performed under this 32 of 36 Daniel B. Stephens & Associates, Inc. Page C -1 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 limll each accident. D. Professional Liability (Errors & Omissions) Insurance. Consultant shall maintain professional liability Insurance that covers the Services to be performed in connection with this Agreement, In the minimum amount of one million dollars ($1,000,000) per claim and in the aggregate. Any policy inception dale, continuity date, or retroactive date must be before the Effective Date of this Agreement and Consultant agrees to maintain continuous coverage through a period no less than three years after completion of the Services required by this Agreement. 4, Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogatlon against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically aiow Consultant or others providing insurance evidence In compliance with these requirements to waive their right of recovery prior to a loss. Consultant hereby waives its own right of recovery against City, and shall require similar written express waivers from each of its subconsultants. Additional Insured Status. All liability policies including general liability, excess liability, pollution liability, and automobile liability, if required, but not including professional liability, shall provide or be endorsed to provide that City and its officers, officials, employees, and agents shall be included as insureds under such policies. C. Primary and Non Contributory. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self - insurance maintained by City. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days notice of cancellation (except for nonpayment for which ten (10) calendar days notice is required) or nonrenewal of coverage for each required coverage. 5. Additional Agreements Between the Parties. The parties hereby agree to the iollowing: A. Evidence of Insurance. Consultant shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. Insurance certificates and endorsement must be approved by City's Risk Manager --33p( 36 Daniel B. Stephens & Associates, Inc. Page C -2 prior to commencement of performance. Current certification of Insurance shall be kept on file with City at all times during the term of this Agreement. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements, City reserves the right at any time during the term of the Agreement to change the amounts and types of insurance required by giving Consultant sixty (60) calendar days advance written notice of such change. If such change results in substantial additional cost to Consultant, City and Consultant may renegotiate Consultant's compensation. C. Enforcement of Agreement Provisions. Consultant acknowledges and agrees that any actual or alleged failure on the part of City to inform Consultant of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. D. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not Intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as It pertains to a given Issue and Is not Intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. E. Self- Insured Retentions. Any self- insured retentions must be declared to and approved by City. City reserves the right to require that self - insured retentions be eliminated, lowered, or replaced by a deductible. Self- insurance will not be considered to comply with these requirements unless approved by City. F. City Remedies for Non - Compliance, If Consultant or any subconsultant fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Agreement, or to suspend Consultant's right to proceed until proper evidence of insurance Is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Consultant or reimbursed by Consultant upon demand. G. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to Involve City. 3a If 36 Daniel B. Stephens & Associates, Inc. Page C -3 1-I. Consultant's Insurance. own cost and expense, judgment may be nece the Work. Consultant shall also procure and maintain, at its any additional kinds of Insurance, which in its own ssary for its proper protection and prosecution of -Sot 36 Daniel B. Stephens & Associates, Inc. Page C -4 r ��+ F„s w t 3 r ca YCr1 i 1 41 Y CL fi'n. *'I, ;i sta NL ho vo CL 10 '�' � � �;'[j t � {•,� � Y.4.- of P° ". _ 11 !(,N(, M1P �N Pyr J If 1 -' fd. • " /� "ate t ? prr - 'r' i_, by .7 ,. • ` � . '.. [rg '` -ni. �cs++vk-i�� "•'t YT,fa3' tf �•��'i'a t I`. r llo ,:G .a ,tf ,j `• t .� \ ���t -.��i .�i/:!%:.'Y 'r .iib t�'��ii'11It,i.Q City of Newport Beach NO. BA- 13BA -040 BUDGET AMENDMENT 2012 -13 EFFECT ON BUDGETARY FUND BALANCE: Pq Increase Revenue Estimates Increase Expenditure Appropriations AND Transfer Budget Appropriations SOURCE: from existing budget appropriations X from additional estimated revenues from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: AMOUNT: $ao,000.00 Increase in Budgetary Fund Balance Decrease in Budgetary Fund Balance HX No effect on Budgetary Fund Balance To increase revenue & expenditure appropriations due to a reimbursement agreement with the County of Orange for additional tasks requested by the County for an ongoing water balance study in the Big Canyon Watershed, as part of the City's selenium mitigation proqram. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description REVENUE ESTIMATES (3601) Fund /Division Account Description 255 4913 Environmental Contrib - County of Orange EXPENDITURE APPROPRIATIONS (3603) Description Division Number 7255 Environmental Contributions Account Number C5002004 Big Canyon Wash Restoration Division Number Account Number Division Number Account Number Division Number Account Number Signed: �r y' Signed: Signed: Approval: City Manager City Council Approval: City Clerk Amount Debit Credit $40,000.00 Automatic $40,000.00 ' 3 Date Date Date