HomeMy WebLinkAboutC-8907-1 - On-Call PSA for Civil Engineering ServicesON -CALL PROFESSIONAL SERVICES AGREEMENT
WITH DUDEK FOR
CIVIL ENGINEERING SERVICES
THIS ON -CALL PROFESSIONAL SERVICES AGREEMENT ("Agreement") is
made and entered into as of this 26th day of July, 2022 ("Effective Date"), by and
between the CITY OF NEWPORT BEACH, a California municipal corporation and
charter city ("City"), and DUDEK, a California corporation ("Consultant"), whose address
is 605 3rd Street, Encinitas, California 92024, 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 civil engineering and related
services on an on-call/as-needed basis ("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:
1. TERM
The term of this Agreement shall commence on the Effective Date, and shall
terminate on July 25, 2025, unless terminated earlier as set forth herein.
2. SERVICES TO BE PERFORMED
2.1 Consultant shall perform the on -call services described in the Scope of
Services attached hereto as Exhibit A and incorporated herein by reference ("Services"
or "Work"). Upon written request from the Project Administrator as defined herein,
Consultant shall provide a letter proposal for Services requested by the City (hereinafter
referred to as the "Letter Proposal"). The Letter Proposal shall include the following:
2.1.1 A detailed description of the Services to be provided,
2.1.2 The position of each person to be assigned to perform the
Services, and the name of the individuals to be assigned, if available;
and
2.1.3 The estimated number of hours and cost to complete the Services, -
2.1.4 The time needed to finish the specific project.
2.2 No Services shall be provided until the Project Administrator has provided
written acceptance of the Letter Proposal. Once authorized to proceed, Consultant
shall diligently perform the duties in the approved Letter Proposal.
3. 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 and the Letter Proposal. In the absence of a specific schedule, the
Services shall be performed to completion in a diligent and timely manner. The failure
by Consultant to strictly adhere to the schedule set forth in Exhibit A and the Letter
Proposal, 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 Letter Proposal
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
Three Hundred Thousand Dollars and 001100 ($300,000.00), 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.
DUDEK Page 2
4.2 Upon the first anniversary of the Effective Date and upon each
anniversary of the Effective Date thereafter, the billing rates set forth in Exhibit B
("Billing Rates") may be adjusted by an increase not to exceed 2.0% to the Billing
Rates. Consultant shall notify City in writing of any requests for adjustment pursuant to
this Section at least thirty (30) days prior to the Effective Date of such adjustment, and
provide updated billing rates. Adjusted billing rates shall be approved in writing by City
prior to use. The maximum adjustment increase to the Billing Rates, for any year where
an adjustment is made pursuant to this Section, shall not exceed 2.0% of the Billing
Rates in effect immediately preceding such adjustment.
4.3 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.
4.4 City shall reimburse Consultant only for those costs or expenses
specifically identified in Exhibit B to this Agreement and the Letter Proposal or
specifically approved in writing in advance by City.
4.5 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 and the Letter Proposal.
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 Russ Bergholz, PE PMP
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.
DUDEK Page 3
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
Public Works Director 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 all matters pertaining to the Services to be rendered pursuant to this Agreement.
7. CITY'S RESPONSIBILITIES
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.
8. 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 community professional standards
and with the ordinary degree of skill and care that would be used by other reasonably
competent practitioners of the same discipline under similar circumstances. All
Services shall be performed by qualified and experienced personnel who are not
employed by City. By delivery of completed Work, Consultant certifies that the Work
conforms to the requirements of this Agreement, all applicable federal, state and local
laws, and legally recognized professional standards.
8.2 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 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, acts of God, or the failure of City to furnish timely information or to
approve or disapprove Consultant's Work promptly, or delay or faulty performance by
City, Consultants, or governmental agencies.
DUDEK Page 4
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 any person or entity owning or otherwise in legal control of
the property upon which Consultant performs the Project and/or Services contemplated
by this Agreement (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"), and which may arise from or in any manner
relate (directly or indirectly) to any breach of the terms and conditions of this
Agreement, or the negligent or reckless acts, errors and/or omissions, or the willful
misconduct, of Consultant in performance of the 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's principals, officers,
agents, employees, vendors, suppliers, subconsultants, 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 to the extent
arising from the negligence, reckless 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 the Consultant.
9.3 Notwithstanding the foregoing, to the extent this Agreement includes
design professional services under Civil Code Section 2782.8, as may be amended
from time to time, such duties of Consultant to indemnify and defend shall only be to the
full extent permitted by Civil Code Section 2782.8.
10. INDEPENDENT CONSULTANT
It is understood that City retains Consultant on an independent Consultant 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
DUDEK Page 5
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
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 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.
DUDEK Page 6
16. SUBCONTRACTING
The subcontructors authorized by City, if any, to perform Work on this Project are
identified in Exhibit A and the Letter Proposal. Consultant shall be fully responsible to
City for all acts and omissions of any subcontructors. Nothing in this Agreement shall
create any contractual relationship between City and any subcontructors 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 subcontructors other than as otherwise required by law. City is an
intended beneficiary of any Work performed by the subcontructors for purposes of
establishing a duty of care between the subcontructors 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, including but not limited to, websites, blogs, social media accounts
and applications (hereinafter "Documents"), prepared or caused to be prepared by
Consultant, its officers, employees, agents and subcontructors, 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. Additionally, all material posted in
cyberspace by Consultant, its officers, employees, agents and subcontructors, 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, including all logins and password information 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 Computer Aided Design and Drafting ("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, or (b) any use by City, or anyone authorized by City,
of CADD data for additions to this Project, for the completion of this Project by others, or
DUDEK Page 7
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 AutoCAD used by the City in .dwg
file format, and should comply with the City's digital submission requirements for
improvement plans available from the City's Public Works Department.
17.4 All improvement and/or construction plans shall be plotted on standard
twenty-four inch (24") by thirty-six inch (36") paper size. Consultant shall provide to City
digital `As -Built' drawings in both AutoCAD and Adobe PDF file format within thirty (30)
days after finalization of the Project.
18. OPINION OF COST
Any opinion of the construction cost prepared by Consultant represents the
Consultant's 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 Consultant or Consultant bids or actual cost to City.
19. 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 expressly authorizes in writing the release of information.
20. 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.
21. 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. 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.
DUDEK Page 8
22. 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.
23. 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.
24. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the right to employ other Consultants in connection with the
Project.
25. CONFLICTS OF INTEREST
25.1 Consultant or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et
seq., which (1) require such persons to disclose any financial interest that may
foreseeably be materially affected by the Work performed under this Agreement, and (2)
prohibit such persons from making, or participating in making, decisions that will
foreseeably financially affect such interest.
25.2 If subject to the Act and/or Government Code §§ 1090 et seq., Consultant
shall conform to all requirements therein. 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.
26. NOTICES
26.1 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 mail, addressed as hereinafter provided.
DUDEK Page 9
26.2 All notices, demands, requests or approvals from Consultant to City shall
be addressed to City at:
Attn: Public Works Director
Public Works Department
City of Newport Beach
100 Civic Center Drive
PO Box 1768
Newport Beach, CA 92658
26.3 All notices, demands, requests or approvals from City to Consultant shall
be addressed to Consultant at:
Attn: Robert Ohlund
DUDEK
605 3rd Street
Encinitas, California 92024
27. CLAIMS
27.1 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 et seq.).
27.2 To the extent that Consultant's claim is a "Claim" as defined in Public
Contract Code section 9204 or any successor statute thereto, the Parties agree to
follow the dispute resolution process set forth therein. Any part of such "Claim"
remaining in dispute after completion of the dispute resolution process provided for in
Public Contract Code section 9204 or any successor statute thereto shall be subject to
the Government Claims Act requirements requiring Consultant to file a claim in strict
conformance with the Government Claims Act. To the extent that
Consultant/Consultant's claim is not a "Claim" as defined in Public Contract Code
section 9204 or any successor statute thereto, Consultant shall be required to file such
claim with the City in strict conformance with the Government Claims Act (Government
Code sections 900 et seq.).
DUDEK Page 10
28. TERMINATION
28.1 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.
28.2 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.
29. PREVAILING WAGES
29.1 If any of the Work contemplated under the Agreement is considered a
"public work", pursuant to the applicable provisions of the Labor Code of the State of
California, including but not limited to Section 1720 et seq., not less than the general
prevailing rate of per diem wages including legal holidays and overtime Work for each
craft or type of workman shall be paid to all workmen employed on such. In accordance
with the California Labor Code (Sections 1770 et seq.), the Director of Industrial
Relations has ascertained the general prevailing rate of per diem wages in the locality in
which the Work is to be performed for each craft, classification, or type of workman or
mechanic needed to execute the Agreement. A copy of said determination is available
by calling the prevailing wage hotline number (415) 703-4774, and requesting one from
the Department of Industrial Relations. The Consultant is required to obtain the wage
determinations from the Department of Industrial Relations and post at the job site the
prevailing rate or per diem wages. It shall be the obligation of the Consultant or any
subcontractor under him/her to comply with all State of California labor laws, rules and
regulations and the parties agree that the City shall not be liable for any violation
thereof.
29.2 In such event, unless otherwise exempt by law, Consultant warrants that
no contractor or subcontractor was listed on the bid proposal for the Services that it is
not currently registered and qualified to perform public work. Consultant further warrants
that it is currently registered and qualified to perform "public work" pursuant to California
Labor Code section 1725.5 or any successor statute thereto and that no contractor or
subcontractor will engage in the performance of the Services unless currently registered
DUDEK Page 11
and qualified to perform public work. Unless otherwise exempt by law, Consultant
warrants that no contractor or subcontractor was listed on the bid proposal for the
Services that it is not currently registered and qualified to perform public work.
Consultant further warrants that it is currently registered and qualified to perform "public
work" pursuant to California Labor Code section 1725.5 or any successor statute
thereto and that no contractor or subcontractor will engage in the performance of the
Services unless currently registered and qualified to perform public work.
30. STANDARD PROVISIONS
30.1 Recitals. City and Consultant acknowledge that the above Recitals are
true and correct and are hereby incorporated by reference into this Agreement.
30.2 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.
30.3 Waiver. A waiver by either party of any breach, of any term, covenant or
condition contained herein shall not be deemed to be a waiver of any subsequent
breach of the same or any other term, covenant or condition contained herein, whether
of the same or a different character.
30.4 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.
30.5 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.
30.6 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.
30.7 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.
30.8 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.
DUDEK Page 12
30.9 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, State of California.
30.10 Equal Opportunity Employment. Consultant represents that it is an equal
opportunity employer and it shall not discriminate against any subcontructors, employee
or applicant for employment because race, religious creed, color, national origin,
ancestry, physical handicap, medical condition, marital status, sex, sexual orientation,
age or any other impermissible basis under law.
30.11 No Attorneys' Fees. In the event of any dispute or legal action arising
under this Agreement, the prevailing party shall not be entitled to attorneys' fees.
30.12 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]
DUDEK Page 13
IN WITNESS WHEREOF, the parties have caused this Agreement to be
executed on the dates written below.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: 13 Z
By: 0 d (� C)
a on le. Harp
City Attorney
ATTEST:
Date.
By:
Leilani I. Bro n
City Clerk
CITY OF NEWPORT BEACH,
a California 7icipal corporation
Date:
1l 3(z-i Kevin Mu
Mayor
CONSULTANT:
corporation
Date:
By:
DUDEK, a California
Signed in Counterpart
Robert Ohlund
Vice President
Date:
By: Signed in Counterpart
Amy M. Paul
Secretary
[END OF SIGNATURES]
Attachments: Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
Exhibit C — Insurance Requirements
DUDEK Page 14
IN WITNESS WHEREOF, the parties have caused this Agreement to be
executed on the dates written below.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date:?/ 3/2L
By: A
ron C. Harp -7 i3(tiz.
City Attorney
ATTEST:
Date:
Leilani I. Brown
City Clerk
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
By:
Kevin Muldoon
Mayor
CONSULTANT: DUDEK, a California
Date: atio� ?
Date: a
By:
9�i+u"-d-moo se -Pk Monaco
President +CEO
Date: 2j Z,Z
� I �
[END OF SIGNATURES]
Attachments: Exhibit A - Scope of Services
Exhibit B - Schedule of Billing Rates
Exhibit C - Insurance Requirements
DUDEK Page 14
EXHIBIT A
SCOPE OF SERVICES
ON -CALL CIVIL ENGINEERING
Civil Engineering services shall include conceptual and final design of a wide variety of
City capital improvement and maintenance projects. The Consultant shall have the
ability to provide in-house services, or capacity to subconsultant, for the following areas:
■ Provide full plans, specifications, and estimates for a broad -range of civil
engineering disciplines.
■ Provide cost estimating and value engineering services
■ Provide bid support and preparation of record drawings
■ Provide construction support, administration, and management services
■ Provide construction traffic control concepts and plans
■ Provide project -specific professional surveying services
■ Review public/private development plans and maps
■ Provide regulatory permitting support
■ Prepare various studies and supporting documentation, including hydrology and
hydraulic analysis, water and sewer studies and network analysis
■ Prepare/review NPDES reports, Water Quality Management Plan (WQMP) and
Storm Water Pollution Prevention Plans (SWPPP)
■ Prepare maps and legal descriptions for right-of-way acquisition and easements
■ Other engineering -related tasks, as necessary
Consultant shall perform the on -call services described in the Scope of Services. Upon
written request from the City Project Administer or designee, Consultant shall provide a
letter proposal for specific services requested by the City (hereinafter referred to as the
"Letter Proposal").
The Letter Proposal shall include, but is not limited to, the following:
■ A detailed description of the Scope of Services to be provided;
■ The Contract number;
■ The Title/Position of each person who will be performing the work;
■ The hourly rates of each provider; and
■ Any anticipated consumable, material, or ancillary cost to perform the services.
DUDEK Page A-1
1
Cover Letter
Aprilo 6, 2022
Submission via electronic upload to Planet8ids
Michael I Sinacori, P.E., MPA
Assistant City Engineer
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
Subject: On Call Professional Civil Engineering Services, RFQ No. 22-51
Dear Mr. Sinacori,
Dudek understands that the City of Newport Beach (City) is requesting proposals from qualified firms to
provide comprehensive professional civil engineering services on an on-call/as-needed basis. The City has
requested that we have the ability to provide the following (and potentially other) key services:
■ Roadway improvements/widening
■ Right-of-way acquisition
■ Storm drain and tide gate/valve
■ Seawall/bulkhead
■ Sewer improvements, including lift stations
and supporting facilities
■ Water improvements, including
transmission/distribution/treatment
facilities
■ Streetlight/electrical
■ Structural
■ Environmental
■ Traffic control
■ Water quality/resources
■ Hydrology
■ Surveying
■ Value Engineering
Dudek's range of professional staff offers a full suite of services to support the life cycle of any project, from
planning, design, permitting and environmental compliance, to construction management and facility
operation, making Dudek the perfect fit to provide on call civil engineering services to the City. Based on our
understanding of the City's RFP, we believe the City will benefit from the ability of the Dudek team to quickly
respond to your needs, identify solutions, assemble the required resources and prepare quality deliverables.
Our proposed team is comprised of experienced site civil, water, wastewater, and recycled water engineers
who are currently working together on the Bay Crossing Water Transmission Mains Project or have recently
completed an array of projects together. Dudek offers the City the following advantages:
Efficient On -Call Engineering Services. The key to extension of staff services is seamless integration into the
City's processes. Our professionals are skilled at understanding how your team and processes work and
applying our expertise within that structure. The result is maximized efficiency without sacrificing valuable
time and energy. Our method of integration has led to more than 180 successful municipal on call / as -
needed / extension -of -staff contracts, some lasting more than 18 years.
On Call Professional Civil Engineering Services, RFQ No. 22-51
1
DUDEK
Team Personnel that Know and Understand City's Needs. Our proposed Project Manager and Principal
Engineer, Russ Bergholz and Wastewater Task Manager Neil Harper, are now or have recently served as
project managers on two City infrastructure design projects. Our project team is familiar with City's
personnel, standards, and procedures. Our proposed team includes technical task leads and multiple
engineers for each area of expertise, allowing us to build the right team for each assignment and tackle
multiple concurrent task orders. Dudek also has a vast array of collateral services, including full -service
environmental and construction management divisions, providing a one -stop shop on which the City can
confidently rely.
Relevant Design Experience. The Dudek team has a distinguished history of delivering projects to the City
and other southern California municipalities and agencies. Our submittal outlines a summary of similar on -
call project experience, including:
■ Water, sewer and recycled water infrastructure design and rehabilitation;
■ Pump/lift station design for large and small water, recycled water, and wastewater flows;
■ Pipeline design, including a wide range of materials and trenchless techniques for challenging
alignments;
■ Trenchless sewer rehabilitation using conventional and reinforced CIPP liners and various manhole
lining techniques;
■ Drainage studies and storm drain design, stormwater and flood control infrastructure rehabilitation,
design, and modeling using an array of modeling techniques including complex 2D hydraulic
simulation of sub -surface and surface flooding;
■ Regulatory permitting and a full suite of environmental services for California Environmental Quality
Act (CEQA), National Environmental Policy Act (NEPA), and Coastal Commission requirements.
Close Proximity to City Offices. Dudek has a local office in San Juan Capistrano and a main office in
Encinitas; both are just a short drive to your Newport Beach offices and facilities. With 450+ available staff
in this area, Dudek is ready to provide the City with all services required for the successful completion of the
City's Tasks. Further, Dudek holds a current City of Newport Beach Business License.
Advance notice requirements - Ability of your firm to provide service on short notice. Because Dudek has
450+ local staff, Dudek's usual turnaround time is 24-hours. In cases of emergency, we have mobilized
response in just a few hours. We take extremely good care of our clients!
We enjoy working with the City and staff, and thank you for the opportunity to submit our proposal. Russ
Bergholz will serve as the primary contact and project manager for this contract. If you have any questions or
wish to discuss our statement of qualifications, please contact Russ at 760.479.4107 or at
rergholz@dudek.com.
SincerQ171_,7 _-,
L��o
Russ Bergholz, P.E., PMP
Project Manager
Bob Ohlund is authorized to sign on behalf of Dudek.
Bob Ohlurid,P.E. "
Vice President of Engineering
On Call Professional Civil Engineering Services, RFQ No. 22-51
History
Dudek Overview Dudek Services
The firm was founded in 1980 in Encinitas,
California as a small civil engineering consulting
practice working for municipal wastewater agencies
and private land developers in San Diego County.
The firm steadily grew its civil engineering practice
through the 1980s, expanding throughout Southern
California.
In 1990, Dudek started an environmental practice
in response to expanding state and federal
environmental regulations. Primarily through organic
growth and limited acquisitions of small firms,
Dudek has grown to a 740+ person multi -discipline
environmental and engineering firm with offices
throughout the United States. Dudek is ranked as
one of the Top 120 U.S. Environmental Firms
(Engineering News -Record, 2021). Joe Monaco
serves as president and CEO.
Dudek has 42 years in business under the present
business name; no prior business names, and 42
years of experience providing the proposed,
equivalent or related services.
Dudek has no conditions (e.g., bankruptcy, pending
litigation, planned office closures, mergers) and
organizational conflicts of interest that may affect
the ability of the proposer to perform the required
duties.
Dudek is not debarred, suspended, or otherwise
declared ineligible to contract with any other federal,
state, or local public agency.
nar lal5ta! iiity
Dudek is an employee -owned corporation that has
been profitable each year since its founding in
1980. The firm is in sound financial condition and
has no financial issues that would impede our ability
to provide the services sought for this contract.
Dudek has a strong, experienced, fiscally
■ Civil Engineering., Roadways, Streets,
Pavement, ADA, ROW, Lighting, Security
■ Construction Management, Monitoring, and
Inspection
■ Water, Recycled Water and Wastewater
Infrastructure Planning & Design
■ Groundwater, Stormwater and Natural
Resources Monitoring, Planning and Design
■ Hydrology & Hydraulics
■ Water Conservation Planning
■ CEQA/NEPA Compliance
■ Agency Permitting
■ SRF, Grant Applications and Administration
■ Biological Surveys and Monitoring
■ Cultural Resources
■ Environmental Planning
■ Habitat Restoration and Management
■ Urban Forestry
■ Wildfire Protection Planning
responsible management team, allowing the firm to
finance operations with internally generated funds.
Early on, the firm enabled direct purchase of shares
by employees. In addition, the firm started an
employee stock ownership plan (ESOP) in the early
2000s, and has regularly funded the ESOP from
profits. As a result, the company continues to
successfully fund ownership transfer and function
as an independent, employee -owned firm.
Professional Engineering
Services
Dudek engineers plan, entitle, and design land
development and infrastructure projects throughout
the state. Our project managers understand the
importance of adhering to tight regulations,
aggressive schedules, and narrow budgets, while
navigating and complying with conditions of
approval to planning and design projects that are
technically practical, economically viable, and
On Call Professional Civil Engineering Services, RFQ No. 22-51 4
realistic given the regulatory environment. Dudek
offers LEED-accredited staff trained to create
environmentally sensitive and low -impact designs
that accomplish the desired results and produce
sustainable infrastructure.
During our over 42 years, Dudek's range of services
has expanded to support the life cycle of a project,
from planning, design and environmental
compliance, to construction management and
facility operation. We understand the importance of
adhering to tight regulations and narrow budgets
and know how to provide exemplary services within
these constraints to produce sustainable
infrastructure. From project inception to project
closeout, our project managers will be with you
every step of the way. Our goal is to deliver a
finished project that exceeds client expectations.
Diverse Capabilities
Dudek is a medium-sized firm. We are small enough
for project managers to make nimble decisions,
quickly draw from our pool of technical resources,
and stay engaged with you from project start to
finish. We are large enough that our diverse staff
id—k aiitorr-lia Office Locations
DUDEK
can tackle a spectrum of engineering and
environmental challenges. Our depth and breadth of
experience means we can quickly assemble and
mobilize the appropriate level of service to match
your project needs and budget. Our 740+ person in-
house team includes:
■ Licensed professional engineers
■ AICP-certified environmental planners
■ CDFW- and USFWS-certified biologists
■ Registered professional archaeologists
■ Registered landscape architects
■ Registered environmental assessors
■ Certified arborists and foresters
■ Professional foresters
■ Noise and air quality specialists
■ Accredited LEED professionals
■ Certified GIS professionals
■ Certified hydrogeologists
■ Certified Floodplain Managers
■ Licensed geologists
■ Licensed contractors
San Diego - Headquarters
Bakersfield
Central Coast
605 Third Street
1701 Westwind Drive
621 Chapala Street
Encinitas, CA 92024
Bakersfield, CA 93301
Santa Barbara, CA 93101
Coachella Valley
Inland Empire
Los Angeles
78-075 Main Street, Suite G-203
3615 Main Street
38 North Marengo Avenue
La Quinta, CA 92253
Riverside, CA 92501
Pasadena, CA 91101
Oakland
Orange County
Sacramento
1630 San Pablo Avenue, Suite 300
27372 Calle Arroyo
1102 R Street
Oakland, CA 94612
San Juan Capistrano, CA 92675
Sacramento, CA 95811
San Diego Liberty Station
Santa Cruz
Sierra Foothills
2280 Historic Decatur Road,
725 Front Street, Suite 400
853 Lincoln Way, Suite 208
Suite 200
San Diego, CA 92106
Santa Cruz, CA 95060
Auburn, CA 95603
On Call Professional Civil Engineering Services, RFQ No. 22-51 5
Project
Cha rt
Stru ctu re
Dudek will serve as prime consultant, providing
overall management and coordination with City
staff. Mr. Russ Bergholz, PE, PMP, will serve as the
Principal/Project Manager, overseeing the
development and execution of the projects, tracking
budgets and schedules, and serving as the main
point of contact for the City's project manager. Mr.
Bergholz leads Dudek's Water Infrastructure Group
and has 25 years' experience in the planning,
design, and construction of water, wastewater and
recycled water infrastructure. Mr. Bergholz will
ensure all resources are being used to complete the
projects on time and budget. He understands the
importance of good communication, being solution -
oriented, and efficient multi -tasking.
Mr. Bob Ohlund, PE, a Vice President of Dudek, will
oversee Quality Assurance/Quality Control. For over
38 years, he has managed and designed water
resource, water, wastewater, and recycled water
infrastructure projects. Mr. Ohlund will assure the
review of all deliverables by independent technical
experts prior to submission to the City.
Organization
Mr. Bergholz and many Dudek team members have
delivered multiple projects for the City and will
maintain this continuity for the on -call professional
civil engineering services contract. The expertise
shown in our organization chart represents a
fraction of the total extent of services available from
Dudek. Should a task arise outside of Dudek's area
of expertise, Dudek will coordinate with the City to
utilize one of the City's approved subconsultants or
will contract with a trusted Dudek subconsultant
familiar with City work.
Our management team is supported by a
collaborative group of experienced engineers and
design professionals. Our Task Managers are
industry leaders in their field. On the following page,
Figure 1 illustrates our team's organizational
structure and team communication for the contract.
Overview resumes for key staff follow, with full
resumes available upon request.
Workload & Availability of Key Staff
Table 1 below outlines our workload and availability for key staff members.
Table 1. Workload and Availability
Team Member -
Russ Bergholz, PE, PMP
Principal/Project Manager
40%
60%
Bob Ohlund, PE
QA/QC
20%
80%
Amanda Combs, PE
Water Task Manager
40%
60%
Neil Harper, PE
Wastewater Task Manager
40%
60%
Elizabeth Caliva, PE
Recycled Water/IPR Task Manager
40%
60%
Nicole Rieger, PE, QSD
Drainage/Design/Hydrology & Hydraulics
40%
60%
Charles Greely, PE, LEED AP, QSD
Roadways/Traffic/Street Lights/ROW
40%
60%
On Call Professional Civil Engineering Services, RFQ No. 22-51
QUALITY CONTROL
Bob Ohlund, PE
WATER WASTEWATER
Amanda Combs, PE Neil Harper, PE
Pipelines
Kate Palmer, PE
Amanda Combs, PE
Justin Scheidel, PE
Olivia Ready, EIT
Agata Bugala, EIT
Trenchless Technologies
Russ Bergholz, PE, PMP
Kate Palmer, PE
Pump/Lift Stations
Neil Harper, PE
Brandon Lacap, PE
Brian Robertson, PE, QSD
Ian Crane, PE
Sewer Rehabilitation
Amanda Combs, PE
Sindos Nuhaily, CMIT,
ENV SP
Agate Bugala, EIT
Courtney Carr, EIT
Condition Assessment
Amanda Combs, PE
Phil Gion, PE
Brandon Lacap, PE
Brian Robertson, PE, QSD
Courtney Carr, EIT
Recycled Water
Planning
Elizabeth Caliva, PE
Michael Metts, PE
Greg Ripperger, PE
Hydraulic Modeling
Hanna Dodd, PE
Kasey Harvey, PE
Shannon Brown, PE, QSD
Jenny Li, EIT
CEQA/NEPA & Regulatory
Permitting Support
Carey Fernandes, AICP
zt aEW PO�,T
U yRn, z
eac
i
Cg4pppN�P'a
PRINCIPAL/
PROJECT MANAGER
Russ Bergholz, PE, PMP
TASK MANAGERS
RECYCLED WATER/IPR
Elizabeth Caliva, PE
PROJECT TEAM / ROLES
Drainage Design/
Rehabilitation
Nicole Rieger, PE, QSD
Jan O'Brien, PE
Josh Cato, PE
Shannon Brown, PE, QSD
Sofie Black, EIT
Stormwater
Management
Bryn Evans, CPSWQ
Nicole Rieger, PE, QSD
Shannon Brown, PE, QSD
Sofie Black, EIT
Surface Water, H&H
Charles Greely, PE, QSD
Nicole Rieger, PE, QSD
Jan O'Brien, PE
Josh Cato, PE
DUDEK
DRAINAGE/DESIGN/H&H SITE CIVIL
Nicole Rieger, PE, QSD Charles Greely, PE, LEED AP,
QSD
Developer Services/
Plan Check
Justin Scheidel, PE
Armando Magana, PE, LS
Elizabeth Caliva, PE
Olivia Ready, EIT
Sindos Nuhaily, CMIT,
ENV SP
Cost Estimation/
Value Engineering
Justin Scheidel, PE
Brandon Lacap,PE
Servando Diaz, PE
Michael Metts, PE
Construction Support
Kate Palmer, PE
Brandon Lacap, PE
Justin Scheidel, PE
Sindos Nuhaily, CMIT
Olivia Ready, EIT
Site Civil/Roadways/
Streets/Pavement/ADA/
Grading/Surface Water
Charles Greely, PE, LEED AP,
QSD
Armando Magana, PE, LS
Jen O'Brien, PE
Hifzeen Ali. PE
Subconsultants
Dudek will use
subconsultants from
the City's on -call list or
respected subconsultants
with whom we have
previously worked.
ALL subconsultants are
subject to City approval
On Call Professional Civil Engineering Services. RFQ No. 22-51 7
Qualifications
■ 25 years of experience in
management, planning and
infrastructure design
■ Leads Dudek Water Group;
strong skills and proven record in
tracking, monitoring, delegation,
and subconsultant coordination
■ Expertise in trenchless design
construction methods including
HDD, slip lining, microtunneling,
cured in place, and jack and bore
■ Well known to City
Related Experience
■ City of Newport Beach, Bay
Crossing Water Transmission
Mains and Sewer Main
Subaqueous Replacement
■ City of Oceanside, Planning and
Design of Upper and Lower
Recycled Water System
■ Moulton Niguel Water District As
Needed Consulting Services
® City of Oceanside As Needed
Design Services
■ Padre Dam MWD As Needed
Engineering
■ OCSD As Needed Engineering
Design Services
Education/License(s)
Civil Engineer, CA No. 59396
PMP No. 14722209
BS Civil Engineering
Qualifications
■ 37 years of engineering
consulting experienced focused
on developing creative and
sustainable solutions to
infrastructure
■ Pipelines: up to 60-inch
transmission mains
■ Pump Stations: 12 pump
stations up to 25 cfs/350 hp
■ Expertise in system planning and
hydraulic analysis
■ Established relationship with the
City
Related Experience
■ City of Newport Beach 16th
Street Pump Station Backup
Generator and Upgrades
■ City of Oceanside, Planning and
Design of Upper and Lower
Recycled Water System
■ Moulton Niguel Water District As
Needed Consulting Services
■ MWDOC, Planning Level
Reliability Analysis
■ EMWD, Goetz Road Tank and
Pipeline Design
■ SCWD, As Needed Engineering
Services
■ SCWD, Dana Point Town Center
Infrastructure Improvements
■ EMWD Mtn Ave West Basins
Education/License(s)
Civil Engineer, CA No. 41006
BS Civil Engineering
DUDEK
Qualifications
■ 20 years of experience in
planning and design of
water, wastewater, and
recycled water infrastructure
■ Expert in trenchless design
sewer rehabilitation
■ Strong mechanical design
experience including pump
stations, reservoirs, and
treatment facilities
Related Experience
■ Padre Dam MWD, As -Needed
CIP Engineering Services
■ City of San Diego El Monte
Pipeline
■ City of Oceanside, Morro Hills
No. 1 and 2 Reservoir
Repairs and Booster Pump
Station
■ Santa Margarita Water
District, Aufbenkamp
Transmission Main
Relocation
■ City of Oceanside, Planning
and Design of Upper and
Lower Recycled Water
System
Education/License(s)
Civil Engineer, CA No. 67287
MS Environmental Engineering
BS Civil/Environmental
Engineering
On Call Professional Civil Engineering Services, RFQ No. 22-51 8
Qualifications
■ 22 years' experience in project
management, engineering,
planning, design, and
construction support services for
a variety of municipal and public
agency projects
■ Specific areas of practice include
water, wastewater, and water
reuse systems.
■ Experience includes wastewater
distribution and treatment
facilities and lift stations
Related Experience
■ City of Newport Beach 16th
Street Pump Station Backup
Generator and Upgrades Project
- Phase 2 (2020)
■ South Coast Water District, As
Needed Engineering Services
■ South Coast Water District Dana
Point Town Center W/WW/RW
Improvements
■ City of Oceanside As Needed
Engineering Services
■ Vista Irrigation District, E
Reservoir and Booster Pump
Station
■ Padre Dam MWD As Needed
Engineering CIP Projects
Education/License(s)
Civil Engineer, CA No. 63228
BS, Bio-Resource and
Agricultural Engineering
Qualifications
■ Over 18 years of modeling and
master planning experience
■ Experienced computational
hydraulics and environmental
fluid mechanics, design and
modeling of water, wastewater,
and recycled water distribution
systems
■ Expertise in InfoWater and
InfoSewer for development of
modeling
■ Understands the District's Water
and System Evaluation and
Planning Criteria
Related Experience
■ City of Oceanside, Citywide
Planning and Design of Upper
and Lower Recycled Water
System
■ Moulton Niguel Water District, As
Needed Hydraulic Modeling
Services
■ Master Planning, Cities of
Pasadena, San Marino, Chino &
many others
■ City of San Juan Capistrano, RW
Conversion Program
■ Irvine Ranch Water District As
Needed Developer Services
■ EMWD As Needed Hydraulic
Modeling
Education/License(s)
Civil Engineer, CA No 64331
MS Water Resources Engineering
BS Environmental Engineering
DUDEK
Qualifications
■ 19 years' experience
specializing in floodplain,
drainage, and stormwater
quality design and analysis
■ Engineers and manages
projects from preliminary
design through construction
■ Extensive experience as a
drainage and stormwater
design lead on municipal,
roadway, and private
development projects
■ Well versed in stormwater
quality/management
requirements
■ Related Experience
■ City of Oceanside, Citywide
Recycled Water System
■ City of Carlsbad, Park Drive
Drainage Improvements
■ City of San Diego, As Needed
Emergency Storm Drain
Projects
■ City of Encinitas, Coast
Highway Green Streets and
Sidewalk Improvements
Projects
■ City of Laguna Beach Flood
Channel Improvements
■ City of San Marino
Stormwater System
Condition Assessment
Education/License(s)
Civil Engineer, CA No. 70782
QSD, No. 24471
BS Civil Engineering
On Call Professional Civil Engineering Services, RFQ No. 22-51 9
Qualifications
■ 24 years' experience experience
with public and private entities
on infrastructure improvement
projects throughout CA
■ Diverse skill set, having provided
management and design
services on water resource,
environmental mitigation and
restoration, stormwater
management and quality control,
transportation, and site
development projects
■ Specializes in the application of
low -impact development
techniques for infrastructure
improvement projects
Related Experience
■ Eastern Municipal Water District
Mtn Avenue West Basin Design
and Mtn Ave East Recharge
Basins
■ City of La Qu i nta - 12+ street,
park, pavement, ADA and civil
design projects
■ City of Carlsbad Park Drive
Drainage Improvements
■ City of Yucaipa Dunlap Boulevard
Bridge Removal and
Replacement Crossing at Wilson
Creek Channel
■ Big Bear Alpine Zoo, Big Bear
Valley Recreation and Park
District
Related Experience, cont.
■ City of Laguna Beach Laguna
Canyon Channel Culvert Flood
Alternative Study
■ Riverside County Flood Control &
Water Conservation District,
Mockingbird Canyon Drainage
Improvement Project
■ City of Pasadena Water & Power
Arroyo Seco Canyon Project
■ Aqua Caliente Band of Cahuilla
Indians, South Palm Canyon
Improvements -Phase III
■ Coachella Valley Water District
WRP7 Percolation Ponds
■ City of San Diego Midway Street
Bluff -Storm Drain and Slope
Repair Project
■
Education/License(s)
■ Civil Engineer, CA No. 69056
Certified LEED AP (USGBC)
Qualified SWPPP Developer
(QSD), No. 69056
BS, Civil Engineering
DUDEK
Subconsultant
Participation
The expertise shown in our
organization chart represents a
fraction of the total extent of
services available from Dudek.
Should additional task needs
arise, Dudek will supplement
the team with in-house expertise
or enlist the services of
subconsultants from the City's
On Call List(s).
Alternatively, Dudek has a wide
array of trusted firms with whom
we have long-term relationships;
they have made significant
contributions to successful
projects.
ALL subconsultants are subject
to City approval.
Following are proposed
subconsultants and their
specialties:
■ Converse Consultants
Geotechnical
■ Guida Surveying -
Survey & Mapping
■ Kelsey Structural
Structural
■ ProjectLine Technical
Electrical/SCADA
■ Traffic Management Inc.
Traffic Control
■ Underground Services,
Inc.
Potholing & Utilities
On Call Professional Civil Engineering Services, RFQ No. 22-51 10
Expertise
Dudek's team is highly accustomed to providing
exceptional services to a wide range of municipal
customers with an equally wide range of project
sizes. The following items summarize the major
components of Dudek's approach to engineering
projects:
Planning and Design Development
Dudek is skilled in the preparation of project/task
order planning and schematic design. A successful
project/task order begins with gaining a thorough
understanding of the issue and the City's definition
of task order critical success factors (i.e. the
barometer of performance to meeting the goals and
expectations).
Quality engineering starts with gaining a thorough
understanding of the problem and the client's
critical success factors (i.e. the barometer of how we
are performing towards meeting the goals and
expectations of our client). For example, a critical
success factor for a water reservoir repair project
that Dudek designed for the City of Oceanside was
to complete repairs to the first tank before the high
demand summer season. This goal necessitated a
fast -track project design schedule. Dudek best
achieves an understanding of the project/task and
client goals through face-to-face meetings, listening
carefully to you, and visits to the project site(s) by
key team members.
These early discussions will address critical topics
such as budget and schedule constraints,
constructability, environmental issues,
standardization, and public acceptance. Our teams
will be prepared to offer solutions with experience to
back them up. During a project for Chino Basin
Desalter Authority, Dudek designed a new 30-inch
diameter steel pipeline using trenchless horizontal
directional drilling methods crossing
environmentally sensitive habitat under the Santa
Ana River, which completed the product water
pipeline project.
The project understanding/development phase will
culminate in preparation of a detailed project plan.
The plan will incorporate a scope of work, schedule,
and work breakdown structure (fee table with staff
hours by task). For detailed design projects, lists of
drawings and specifications to be prepared will also
be included.
Permitting
Required permits can greatly affect the cost and
schedule of a project. Identifying potential permits
early during project planning/schematic design is
critical for efficient processing of required permits.
Dudek will conduct a permit evaluation at the start of
each task order and coordinate with City staff to
develop a project implementation strategy that
considers permit constraints with a focus on
avoidance. The evaluation will include encroachment
permits for entities such as Caltrans, energy utilities,
and railroads, pavement moratoriums, and
environmental resource agency permits such as with
Army Corps of Engineers, California Department of
Fish and Wildlife, and Regional Water Quality Board.
We have relationships with staff at these agencies and
are used to working with these staff to acquire
permits.
In many cases, the project design can proceed in a
way that minimizes or better facilitates permitting,
such as utilizing trenchless construction methods
for pipelines to avoid environmentally sensitive
areas. Our approach to permits includes contacting
the approving entity early to inform them of the
project and gather requirements and constraints
and submitting complete applications in a timely
manner.
Environmental Service
If needed, Dudek has environmental planning
experts who have prepared more than 3,800
CEQA/NEPA documents for large and small projects
throughout California. We have in-house expertise
available to conduct air quality and greenhouse gas
On Call Professional Civil Engineering Services, RFQ No. 22-51 11
(GHG) emissions reports, cultural and historic
resources evaluations, biological resources reports,
and noise studies. Dudek's environmental
specialists work collaboratively with clients,
regulatory agencies, and the public to clearly define
project objectives and appropriate processes. We
apply practical knowledge of CEQA and NEPA to help
lead agencies comply with current laws, regulations,
and case law. Our team expedites complex project
processing by designing and maintaining realistic
document schedules, adhering to consistent
communication protocol, leveraging our
longstanding agency relationships, and anticipating
potential issues as soon as possible.
Hydraulic And Hydrologic Resource
Assessment
Dudek's surface water specialists help clients
achieve project goals, control costs, and comply with
regulatory standards on a variety of projects ranging
from single streams to large-scale projects involving
multiple watersheds.
Applying the right resources to surface water
projects is tied integrally to the project setting and
objectives. We offer comprehensive surface water
services and expertise in highly technical surface
water subspecialties for a broad range of
environmental, engineering, and permitting projects.
We also offer the most advanced numerical
modeling services for hydrologic, hydraulic, and
sediment transport studies.
Additionally, we provide groundwater development,
reservoir modeling, and GIS implementation
services.
Hydrology
■ Drainage and stream network planning
■ Watershed flood control, stormwater, and
planning
■ Dams and reservoirs
■ Risk and post flood damage assessments
DUDEK
Hydraulic
■ Storm drainage systems
■ Hydraulic structures
■ Bridge piers, abutments, and culverts
■ Streambed stabilization
■ Levees, erosion control, and bank protection
■ Flood control facilities
Water Quality
■ Stream bank and channel stabilization
■ Bioengineering
■ Stream and wetland restoration plans
■ Natural channel and open space surface
water conveyance
■ Fluvial systems and sediment transport
Hydrology is the foundation of all water resources
studies. Knowing the volumes, flow rates, and
timing of runoff is critical for determining the sizing
of reservoirs and conveyances and long-term water
supplies. Dudek has conducted many hydrologic
studies for flood control districts, municipalities, and
developers throughout Southern California.
Hydraulic structures (both natural and engineered)
play an important role in watershed control. Dudek
has conducted numerous hydraulic analysis studies
on natural creeks and rivers, ephemeral systems,
engineered channels, dams, and pipelines for
various agencies.
Surface water systems are often complex, requiring
a detailed understanding of the entire system to
provide accurate and appropriate assessment of the
existing and future conditions. Many systems
include natural streams and rivers that must be
protected from degradation related to changes in
flow rates, timing, and volumes. This type of study
often requires hydrologic, hydraulic, and sediment
transport analysis to prevent damage to existing or
proposed facilities.
Dudek specializes in preparing stormwater
assessments and design using proven, lasting, low -
On Call Professional Civil Engineering Services, RFQ No. 22-51 12
maintenance, and low -impact development
techniques. Our expertise in engineering, biology,
and landscape architecture produces designs that
are functional, aesthetic, and compliant with
regulations. Specifically, we offer the following:
■ Floodplain and floodway delineation
■ Floodwater inundation analysis
■ Dam break analysis
■ Hydrologic, watershed, and floodplain
modeling
■ Hydraulic channel and systems modeling
■ Groundwater recharge and coupled
groundwater -surface water models
■ Runoff contaminant quality modeling
■ Sediment transport modeling
■ Alluvial fan analysis
■ Computational fluid dynamics
Delivering Water/5e,,rver/Re, ycied
\Hater Pipeline Rehabilitation and
Replacement Projects
The Dudek team brings engineering expertise in all
facets of pipeline projects, including small to large
diameter replacements and rehabilitation using the
full range of Greenbook methods (as well as
reinforced CIPP liners for pressure pipes). We are
experts in trenchless construction methods and
have successfully completed large horizontal
directional drill (HDD), microtunneling, auger boring,
and CIPP lining and slip lining projects to minimize
impacts to the public and environment.
We have all -encompassing experience designing
pipeline replacement projects for water, wastewater,
and recycled water, involving a variety of pipe
materials and site conditions. We have successfully
navigated the full spectrum of pipeline replacement
challenges, such as the City of Pasadena sewer
rehabilitation program, which involved the
rehabilitation of over 160,000 If of sewer pipe using
CIPP in densely populated residential areas. In
addition, our pipeline design engineers understand
the importance of accurate depiction of critical
buried infrastructure to avoid conflicts in the field.
We emphasize thorough record drawing research,
DUDEK
coupled with field walks, supplemental potholing,
and careful mapping to minimize change orders.
Our team understands constraints related to
removing and disposing of asbestos cement pipe,
as well as connecting new piping to it. During the
March Air Reserve Base Water Pipeline
Improvements project for Western Municipal Water
District, Dudek evaluated alignment alternatives
and provided engineering design services for several
critical areas in the system due to poor condition
and corrosion. Major elements of the project
included, traffic control, minimization of shutdowns,
coordination with MARE, and permitting.
■ Large diameter pipeline improvements
present a unique set of challenges, such as:
■ Pipe materials such as cement mortar lined
and coated steel that must be custom
engineered and fabricated
■ Little flexibility for field changes due to utility
conflicts
■ Cathodic protection to extend the life of a
costly and critical underground asset
■ Slower installation increases impacts to
traffic and surrounding communities
■ Access structures in large diameter water
mains
■ Odor control in large diameter sewers
■ Complicated shutdowns and flow diversions
to minimize disruptions to service and
protect the environment from spills, etc.
The Dudek team has tackled these issues
successfully on many projects, such as pipeline
design adjustments project for Moulton Niguel
Water District, which involved a water main
relocation within a creek and under an 1-5 overpass,
protection of an existing water main passing under a
bridge being widened, a sewer casing extension,
and numerous miscellaneous smaller conflicts
along the project corridor. Design of all the
components required extensive coordination with
Caltrans. Dudek provided Moulton Niguel Water
District with streamlined solutions that reduced cost
and permitting complexities. In addition, our
pipeline design engineers understand the
On Call Professional Civil Engineering Services, RFQ No. 22-51 13
DUDEK
importance of accurate depiction of critical buried
infrastructure to avoid conflicts in the field. We
emphasize thorough record drawing research,
coupled with field walks, supplemental potholing,
and careful mapping to minimize change orders.
Delivering Water and Wastewater
Facility Improvement Projects
Our team includes task managers and engineering
staff proficient in the design and rehabilitation of
water and sewer facilities, such as pump stations,
pressure reducing stations, storage tanks,
treatment processes and diversion structures.
These projects require a greater degree of
interdisciplinary coordination, as they typically
involve electrical, SCADA, structural, and sometimes
architectural designs. We have successfully
coordinated all these disciplines and see our trusted
subconsultants as an extension of our staff.
We actively participate in organizations such as the
Southern California Alliance of Publicly Owned
Treatment Works (SCAP), California Water
Environment Association (CWEA), and American
Water Works Association (AWWA), which keeps our
staff informed on new technologies and industry
trends and allows us to better serve our clients.
Dudek recently designed improvements to Padre
Dam Municipal Water District's Influent Pump
Station (IPS) Wet Well due to significant concrete
corrosion. Dudek assessed the condition of the
structure and piping, reviewed previous wet well
inspection reports and photos, and worked closely
with the District to develop an approach to the work
that met their budget and schedule requirements.
Additionally, contract documents included a 10
MGD sewage bypass pumping system during the
one month construction. The project was
successfully constructed in 2018.
Delivering Sanitation and Treatment
Facilities Projects
Dudek's treatment group proudly delivers projects
that shape California's water initiatives including
clean water, water recycling, and water supply.
Confronted with ever more stringent regulations and
increasing water shortages, our team of engineers,
scientists, operators, and managers implement
sustainable solutions to improve the quality of life
for the communities we serve. Project owners
benefit from our extensive resources including
experts in physical, chemical, and biological
processes. Dudek's team of highly qualified
professionals routinely assesses treatment
operations and assist owners in obtaining improved
efficiencies and long-term cost savings.
For example, Dudek provided professional
engineering services involving the replacement of
the wastewater solids handling facilities at the
Coachella Valley Water District's WRP 7. Dudek's
engineering design services will include a new solids
handling facility, complete with sludge holding tank,
odor control, new truck scales, polymer storage and
feed pumps, and solids thickening/dewatering and
conveyance facilities.
Delivering Treatment Facility
Optimization and Rehabilitation
Dudek engineers are specialists in identifying and
implementing optimization measures through
operation and maintenance strategies and/or
design of physical improvements. We effectively
balance the needs, experience, and concerns of
plant 0&M staff with management goals,
expectations, and budgets. This balance is achieved
by capturing treatment issues and concerns in
workshops with 0&M staff and vetting them against
objective engineering and data analysis, modeling,
and performance metrics. In our experience, there
are typically several process challenges that
manifest due to a lack of effective process
monitoring and control data, misinterpretation of the
data, or insufficient data.
We provide responsive, cost-effective, and
operations -focused engineering services customized
to meet the specific needs of our clients and their
0&M staff. Our flexibility and desire to focus on
facility intricacies makes us well suited for as -
needed engineering contracts.
On Call Professional Civil Engineering Services, RFQ No. 22-51 14
DUDEK
Delivering Stormwater and
Groundwater Projects
Our engineers and hydrologists provide services
from flood control infrastructure planning, design,
and conjunctive use to natural drainage feature
creation, watershed management, and water quality
permit compliance to plan and design projects that
optimize valuable surface water assets while
reducing risks to infrastructure and property. Our
engineers excel at the planning, modelling, design,
and management for surface water and stormwater
infrastructure, as well as natural watershed
systems. Our diverse experts integrate innovative
technology for numeric modeling, source and
conveyance assessment and control, low -impact
development techniques, and quality
enhancements, reducing reduce flood risk and
protecting beneficial uses.
In addition, our engineers and hydrogeologists
provide planning, analysis, and design experience in
hydrogeology, groundwater recharge facilities, linear
infrastructure, pump station and groundwater wells.
Drought conditions require water agencies to
maximize limited resources. Conjunctive use, or the
coordination between surface and groundwater
resources, can be an effective means to improve
overall water supply reliability. For example, Dudek
recently completed the design for the 50-acre
Mountain Ave West Recharge Basin for Eastern
Municipal Water District. Located in a residential
neighborhood, reducing operational impacts and
risks associated with the recharge facility was a
critical component of the design.
We help water agencies utilize non -local or imported
sources to quantify recharge volumes and then
withdraw amounts specific to those deposits when
the need arises. Conjunctive use allows you to
maximize natural sources of recharge, banking
surface water runoff when abundant during wet
years for use during dry years.
Providing Bid and Construction
Support Services
We routinely provide bidding and construction
support services to our clients. We understand that
time -sensitive nature when questions and issues
arise during bidding and construction. Chuck Greely
will prioritize requests for assistance, providing in -
person support and responding to RFIs and shop
drawing submittals in a timely manner that meets or
exceeds task order requirements. For the
emergency repair projects, we were able to turn
around RFIs in less than 24 hours in most cases
and met with the contractor and resident engineer
regularly to ensure they had the information they
needed when they needed it. Our primary objective
is for your project to be successfully bid and
constructed on time and within budget.
Error Mitigation
Commonly, the quality control review process avoids
design errors and/or omissions. In the rare event of
error identification in the project construction
phase, time is of the essence. Upon notification,
Dudek staff will immediately assume the lead in an
investigation of the situation.
The primary goal is to keep the project moving
forward, maintain project safety, and minimize
downtime by the contractor. Time is money.
Dudek will coordinate a field meeting with the City
Contractor, Vendors, Construction Management
team and other stakeholders to brainstorm and
investigate the best solution as quickly as
possible. Once the appropriate corrective action
has been determined, Dudek will assist in
researching the root cause of the error. Trust is a
foundational characteristic of Dudek, and we will do
all that is necessary to mitigate the situation while
maintaining trust with the City.
In addition to being highly reactive and assuming
the investigative lead, Dudek has been successful
approaching the construction process with
Contractors as a supporting partner, open and
eager to identify means to assist the Contractor to
streamline construction while adhering to the
specifications of the work. We have found that
building trust has led to improved construction
efficiency, higher quality, and the team proactively
seeking and mitigating potential issues before
problems arise.
On Call Professional Civil Engineering Services, RFQ No. 22-51 15
%J
I I VJcl.l `.VI Ill VIZ) 01 lu LLAC11 111pit= I I IJJCI.I
Technical Approach
The Dudek team is accustomed to providing
exceptional services to a wide range of municipal
customers with an equally wide range of project
sizes and complexities. Dudek has both managed
and supported numerous similar contracts
throughout southern California.
Program and Project
Management
Every project, from complex planning, analysis, and
design involving a multi -faceted team, to the most
basic design process benefits from strong,
consistent leadership and communication. The
project manager's many hats include serving as a
single point of contact for the City and task
managers, assuring quality deliverables, and budget
and schedule monitoring and reporting. Our
management approach emphasizes the following
key elements:
■ Senior technical oversight and daily
administrative management
■ Continuous and clear communication
■ Schedule and cost monitoring and reporting
■ Quality assurance/quality control (QA/QC)
■ Multi project management and collaboration
■ Virtual collaboration and technology; and,
■ Peer -to -peer collaboration.
Senior Technical Oversight and Administrative
Management. We foster clear and regular
communication and coordination between the
Dudek, client, and subconsultant teams. We
collaborate with our clients to establish regular face-
to-face meetings or teleconferences and prepare
agendas, minutes, and notes to assist teams in
clearly understanding issues so that work proceeds
in a unified manner. We use check -in meetings with
our project teams to allocate resources properly
according to the client's schedule constraints. When
working on several concurrent projects, Dudek
identifies commonalities and areas where
information sharing can reduce the time, budget, or
work needed to produce deliverables.
Continuous and Clear Communication. Proactive
client communication is the cornerstone of the
Dudek business
philosophy.
Beginning at the
Kickoff Meeting, COMMUNICATIONS
Dudek will clearly Kickoff meeting to establish
outline the project milestones/develop strategy
work plan, Evaluation of exisiting data
schedule, budget, Consistent reporting and direct
and communication access to PM
process with the
project team so that all parties have a uniform
understanding of roles, responsibilities,
requirements, stakeholders, deliverables,
objectives, and goals. Each project manager is
accountable for providing proactive client
communications that include:
■ Regularly calling or emailing the City's key
contact staff person to discuss project
milestones, activities, and potential issues
■ Holding regular project management
meetings with key project staff to coordinate
work efforts, monitor task completion, and
review budget conformance
■ Updating, as necessary, the project
description, schedule, work progress
reports, and inventories of available data so
that all team members are aware of
information that may affect their work
products and schedules
■ Meeting with City staff at design milestones
and other strategic junctures; and
On Call Professional Civil Engineering Services, RFQ No. 22-51
16
DUDEK
■ Diligent documentation of issues, action
items, and decisions
Atypical communication plan for most projects is
our 2 x 2 approach for electronic communication
(email), where all electronic communication reaches
two members of the Client and two members of the
Dudek team, increasing our ability to quickly
respond to project needs. I
Schedule and Cost Monitoring and Reporting.
�
Dudek uses a variety
-.
of computerized
project management
PROJECT WORKFLOW
systems to oversee
Master deliverables I ist
project costs and
Schedule tracking with
schedule adherence.
Microsoft Project
We use our regular
Budget tracking with Vision
and Excel
project team meetings
— ----
to maintain
continuous
communication. These meetings also help closely
monitor cost and schedule performance.
Project schedule, budget and progress are
monitored by earned -value schedules and budget
tracking. The tracking system uses the project Work
Breakdown Structure (WBS), combined with the
project schedule to map the estimate the projected
accumulation of cost from beginning to end,
referred to as the Base Line. As the project
advances, the project manager communicates with
the team on a regular basis to evaluate each task
for completion and compares total earned value to
project billings to establish a highly accurate budget
status at any point in the project. Proactively
managing the project schedule and budget from the
onset of the project provides the project manager
with the early warning indicators necessary to
manage the work effort and protect the project
budget.
Quality Assurance/Quality Control (QA/QC). Our
Project Manager and Quality Control team are
responsible for quality assurance and monitoring
the completion of quality control reviews. The
quality control review for specific project elements is
delegated to senior staff with expertise in the
project scope elements. Additionally, the QC
reviewer and Project Manager will collaborate on
interdisciplinary reviews, checking of actual field
conditions, project calculation reviews, cost
opinions, deliverable review, permit requirements,
and responses to City comments.
Lack of quality is a leading cause of budget
overruns, construction claims and client
dissatisfaction. Dudek is committed to training
project managers in proven project management
and control methods. To that end, we maintain an
in-house Project Managers Committee to establish
guidelines for project management and review each
project manager's performance. Application of
proven project management and quality review
principles assures that client satisfaction is
improved, project quality is improved, and cost
savings realized. Our Quality Management Program
focuses on continually improving quality by
identifying and correcting problems, so that they do
not reoccur.
Quality assurance is a project management
responsibility conducted in accordance with the
Quality Control Plan. The project manager monitors
quality assurance continuously, making sure proper
quality control reviews are conducted and
documented at appropriate stages of the project
development. Team members habitually check in
with peers or senior engineers for every key
decision, creating a continuous quality control check
that reduces the potential for rework. Our assigned
"Quality is never an accident. It is always the
result of intelligent effort. "
-John Ruskin
Quality Control Lead will ensure all project
deliverables are reviewed by an independent
technical expert prior to submittal to the City.
Multi -Project Management and Collaboration.
Dudek project managers follow similar project
tracking, scheduling, and budgeting systems. In
addition, by utilizing a standard file management
system, flexible budget and schedule tracking
systems, our project managers can not only manage
multiple projects, but can quickly pickup and
support other project managers if the need arises.
On Call Professional Civil Engineering Services, RFQ No. 22-51 17
DUDEK
Demonstrated success of our ability to manage
multiple projects is reflected in our management
tracking system, where our managers maintain a
schedule performance index (SPI) and cost
performance index (CPI) of 1.0 for nearly every
project.
Management of Subconsultant QA/QC. Dudek has
a comprehensive array of in-house services;
however, in some cases, it is necessary to
subcontract for expertise we do not provide, or
where it is more economically feasible, efficient, or
better meets the goals of our client. Dudek works to
build strong relationships with subconsultants who
work to the same levels of excellence and quality
Dudek expects from our own employees. We view
subconsultants as an extension of our staff, and as
such, we review their work under our QA/QC
program for interdisciplinary coordination and
require that they conduct independent technical
reviews of all deliverables.
Coordination with Subconsultants. Effective
subconsultant coordination is critically important to
the success of multi -disciplinary engineering
projects. Our subconsultants depend on us for
information to provide their services efficiently and
accurately. Often times, they are not given direction
or necessary data until the last minute of an
upcoming deliverable. This negatively affects project
schedule and quality. The philosophy of Dudek's
engineering and design group is to coordinate with
our subconsultants early and often.
Technologies, Innovations, and
Processes
Virtual Collaboration and Technology. Dudek offers
tools and technologies for efficient, productive
virtual collaboration with the City including:
■ File Sharing/Storage via ShareFile, allowing
Dudek to store, share, exchange and track
files with the City; providing a centralized
location for documents and data collection
Document Co-authoring simultaneously
through SharePoint, via setup of a client
On Call Professional Civil Engineering Services, RFQ No. 22-51
portal. Specified author permissions may be
created for version control purposes.
• Client Web Portals, custom-built for access
via dudek.com, and set up according to
client and/or project specifications.
■ Mobile Data Collection and Reporting,
allowing in -field data capture and
quantification solutions that bring results
and analysis directly to the City.
■ Virtual Meetings using Zoom, MS Teams,
WebEx, or Skype to schedule and conduct
real-time online (video/audio/web) meetings
with the City.
■ Geographic information system (GIS)-based
mapping, analysis, and alternatives
evaluations; and
■ Drones. Dudek currently has professional -
grade Federal Aviation Administration -
registered Unmanned Aircraft Systems (UAS;
drones) for purposes of documenting site
conditions and assisting with biological,
cultural, engineering, hydrologic, and other
evolving types of survey work. UAS are the
only tools that allow for more cost-effective
and safer data acquisition.
■ Peer -to -Peer Collaboration. Dudek has a
long history of providing on -call and as -
needed services and conducting peer
review. In this capacity, Dudek has built
strong relationships with other engineering
firms throughout Southern California. Our
highest priority is creating solutions for the
City and facilitating a successful,
collaborative process. When necessary, we
will collaborate with other firms to help the
City establish consistency and efficiencies
during task order execution.
r
COLLABORATION TOOLS
Sharepoint
Client Web Portals
Go To Meeting
Webinars
18
Typical Scope of Work
The specific work breakdown structure of projects
can vary widely based on the nature of the project.
The following structure includes commonly used
tasks for the preparation of typical engineering
design projects.
Preliminary Design
The preliminary design task typically includes a
combination of:
■ Review of site conditions or condition
assessment of facilities
■ Interview with City engineering and
operations staff
■ Record -drawing research
■ Surveying and aerial mapping
■ Utility research
■ Verification of right-of-way encroachment
requirements
■ Preparation of preliminary design options
■ Identify permitting requirements
■ Evaluate hydraulic conditions,
constructability, alternative analysis
■ Preparation of a preliminary construction
cost opinion
■ Preparation of a preliminary design review
package to include alternative analysis,
design criteria, material selections, and
information noted previously.
60% Design
After City review of the preliminary design report
and confirmation of the preferred project
description is established, Dudek will proceed with
the 50% design level for the project. The 60% design
submittal generally includes:
■ Incorporation of review comments from
preliminary design report.
■ 60% design plans, specifications, and
estimate of probable construction cost.
Design typically includes horizontal
DUDEK
alignment detail based on surveys to identify
conflicts
■ Project description and exhibits for CEQA
document preparation
■ Geotechnical investigation and potholing as
needed
■ List of anticipated City and agency permit
requirements, including encroachment
permit applications
■ Design calculation package, including
catalog information and discussion of
difficult design issues
90% Design
After City review of the 60% design, Dudek will
proceed with the 90% design for the project. The
90% design includes:
■ Incorporation of review comments from 60%
submittal
■ 90% design plans and specifications.
Design incorporates subsurface utility
information for the development of the full
alignment profile as appropriate.
■ Identify encroachment permits, easement
preparation and license agreements
■ Projected final construction cost opinion
■ Projected final calculation package.
Final Design
After City review of the 90% design, Dudek will
proceed with the final design for the project. The
final design task will include:
■ Incorporation of review comments from 90%
submittal
■ Final design plans and specifications
■ Final construction cost opinion
■ Final calculation package.
■ Constructability Review, Value Engineering
as needed.
On Call Professional Civil Engineering Services, RFQ No. 22-51 19
Bid Phase and Construction
Administration Assistance
During the bid and construction phases of the
project, Dudek offers construction administration
assistance as directed by the City. Potential services
during the construction phase include:
■ Bid phase services, including addressing
technical contractor questions during
bidding, developing amendment documents,
and evaluating bid results
■ Attendance at pre -bid meeting with City staff
■ Attendance at pre -construction conference
DUDEK
■ Attendance at monthly construction
progress review meetings
■ Review of shop drawing submittals and
cataloging data and other information
■ Assisting with preparation of change order
documents
■ Responding to questions from construction
manager
■ Preparing operations and maintenance
manual
■ Preparation of record drawings showing as -
constructed features
On the following page, Figure 2 presents an example
engineering design project work plan.
On Call Professional Civil Engineering Services, RFQ No. 22-51 20
x
W
0
p
m
C
0
CI
O
d
C
N
E
a w
}o rn
N .1L
m
y 5 'y W N cn
Y� S o o,a
o av aE
aS� y v o`
m'macc¢'mv
d
v
YI1 N fy]
R
d d N G
O O _ o
R L
w
O O
N
EXHIBIT B
SCHEDULE OF BILLING RATES
DUDEK Page B-1
EXHIBIT B
SCHEDULE OF BILLING RATES
ON -CALL CIVIL ENGINEERING
Engineering Services
Project Director......................................................................
$310.00/hr
Principal Engineer III.............................................................. $285.00/hr
Principal Engineer II...............................................................
$275.00/hr
Principal Engineer I................................................................
$265.00/hr
Program Manager..................................................................
$255.00/hr
Senior Project Manager.........................................................
$255.00/hr
Project Manager.....................................................................
$245.00/hr
Senior Engineer III..................................................................
$240.00/hr
Senior Engineer II..................................................................
$230.00/hr
Senior Engineer I...................................................................
$220.00/hr
Project Engineer IV/Technician IV .........................................
$210.00/hr
Project Engineer III/Technician III ..........................................
$200.00/hr
Project Engineer II/Technician II ............................................
$185.00/hr
Project Engineer I/Technician I .............................................
$165.00/hr
Senior Designer II...................................................................
$190.00/hr
Senior Designer I....................................................................
$185.00/hr
Designer.................................................................................
$175.00/hr
Assistant Designer.................................................................
$170.00/hr
CADD Operator III...................................................................
$165.00/hr
CADD Operator II....................................................................
$155.00/hr
CADDOperator I.....................................................................
$140.00/hr
CADD Drafter..........................................................................
$125.00/hr
CADD Technician....................................................................
$115.00/hr
Project Coordinator................................................................
$145.00/hr
Engineering Assistant............................................................
$120.00/hr
Environmental Services
ProjectDirector.................................................................................
$255.00/hr
SeniorSpecialist IV...........................................................................
$235.00/hr
Senior Specialist III..........................................................................
$225.00/hr
Senior Specialist II...........................................................................
$210.00/hr
Senior Specialist I............................................................................
$195.00/hr
SpecialistV........................................................................................
$185.00/hr
SpecialistIV.......................................................................................
$175.00/hr
SpecialistIII......................................................................................
$165.00/hr
SpecialistII.......................................................................................
$150.00/hr
SpecialistI........................................................................................
$140.00/hr
AnalystV...........................................................................................
$130.00/hr
AnalystIV..........................................................................................
$115.00/hr
AnalystIII...........................................................................................
$105.00/hr
Analyst11 ...............................................................................................
$95.00/hr
AnalystI ..............................
Technician III .....................
Technician II ......................
Technician I .......................
.................................................................. $85.00/hr
.................................................................. $75.00/hr
......... .................... .................. I.................. $65.00/hr
................................................................... $55.00/h r
Mapping and Surveying Services
Application Developer II.................................................................. $195.00/hr
Application Developer I...................................................................
$155.00/hr
GISAnalyst V.................................................................................... $205.00/hr
GISAnalyst IV...................................................................................
$165.00/hr
GISAnalyst III....................................................................................
$145.00/hr
GISAnalyst II.....................................................................................
$130.00/hr
GISAnalyst I......................................................................................
$115.00/hr
UASPilot...........................................................................................
$115.00/hr
SurveyLead.....................................................................................
$185.00/hr
SurveyManager..............................................................................
$135.00/hr
Survey Crew Chief............................................................................
$115.00/hr
SurveyRod Person.............................................................................
$95.00/hr
Survey Mapping Technician..............................................................
$95.00/hr
Construction Management Services
Principal/Manager.................................................................
$195.00/hr
Senior Construction Manager ...............................................
$185.00/hr
Senior Project Manager.........................................................
$175.00/hr
Construction Manager...........................................................
$160.00/hr
Project Manager.....................................................................
$150.00/hr
Resident Engineer.......................................................
........... $150.00/hr
Construction Engineer............................................................
$150.00/hr
On -site Owner's Representative ............................................
$140.00/hr
Prevailing Wage Inspector.....................................................
$139.00/hr
Construction Inspector...........................................................
$135.00/hr
Administrator/Labor Compliance
.......................................... $100.00/hr
Hydrogeology/HazWaste Services
Project Director......................................................................
$305.00/hr
Principal Hydrogeologist/Engineer II .....................................
$280.00/hr
Principal Hydrogeologist/Engineer I ......................................
$260.00/hr
Senior Hydrogeologist V/Engineer V....................................
$240.00/hr
Senior Hydrogeologist IV/Engineer IV ...................................
$230.00/hr
Senior Hydrogeologist III/Engineer III ....................................
$220.00/hr
Senior Hydrogeologist II/Engineer II .................................
I.... $210.00/hr
Senior Hydrogeologist I/Engineer I .......................................
$200.00/hr
Project Hydrogeologist V/Engineer V....................................
$185.00/hr
Project Hydrogeologist IV/Engineer IV ..................................
$175.00/hr
Project Hydrogeologist III/Engineer III ...................................
$165.00/hr
Project Hydrogeologist II/Engineer 11 .....................................
$155.00/hr
Project Hydrogeologist I/Engineer I ....................................... $145.00/hr
Hydrogeologist/Engineering Assistant .................................. $120.00/hr
District Management & Operations
District General Manager.......................................................
$210.00/hr
District Engineer.....................................................................
$205.00/hr
Operations Manager.............................................................
$160.00/hr
District Secretary/Accountant..............................................
$135.00/hr
Collections System Manager .................................................
$135.00/hr
GradeV Operator...................................................................
$125.00/hr
Grade IV Operator..................................................................
$110.00/hr
GradeIII Operator..................................................................
$100.00/hr
Grade II Operator.....................................................................
$80.00/hr
GradeI Operator......................................................................
$75.00/hr
Operator in Training.................................................................
$75.00/hr
Collection Maintenance Worker .............................................
$75.00/hr
Creative Services
Creative Services IV............................................................... $165.00/hr
Creative Services III............................................................... $150.00/hr
Creative Services II................................................................ $135.00/hr
CreativeServices I................................................................. $120.00/hr
Publications Services
Technical Editor IV................................................................. $165.00/hr
Technical Editor III.................................................................. $150.00/hr
Technical Editor II................................................................... $135.00/hr
TechnicalEditor I.................................................................... $120.00/hr
Publications Specialist IV ....................................................... $120.00/hr
Publications Specialist III ....................................................... $110.00/hr
Publications Specialist II ........................................................ $100.00/hr
Publications Specialist I ........................................................... $90.00/hr
Clerical Administration............................................................. $90.00/hr
The following items require prior written authorization from the City:
• Forensic Engineering — Court appearances, depositions, and interrogatories as
expert witness will be billed at 2.00 times normal rates.
• Emergency and Holidays — Minimum charge of two hours will be billed at 1.75
times the normal rate.
• Material and Outside Services — Subcontractors, rental of special equipment,
special reproductions and blueprinting, outside data processing and computer
services, etc., are charged at 1.15 times the direct cost.
• Travel Expenses — Mileage at current IRS allowable rates. Per diem where
overnight stay is involved is charged at cost. No travel expenses or mileage shall
apply for travel within Orange County, or for Consultant's personnel and agents'
travel to and from that person's primary worksite.
EXHIBIT C
INSURANCE REQUIREMENTS — PROFESSIONAL SERVICES
1. 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 in a 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.
2. 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 Employer's 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 City Council,
boards and commissions, officers, agents, volunteers and employees.
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, Two Million Dollars ($2,000,000) 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).
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
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 each accident.
DUDEK Page C-1
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 Two Million Dollars
($2,000,000) in the aggregate. Any policy inception date, 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 subrogation
against City, its City Council, boards and commissions, officers, agents,
volunteers and employees or shall specifically allow 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.
B. 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, its City Council, boards and commissions, officers, agents,
volunteers and employees 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
following:
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
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. The certificates and endorsements for each insurance policy
DUDEK Page C-2
shall be signed by a person authorized by that insurer to bind coverage on
its behalf. At least fifteen (15) days prior to the expiration of any such
policy, evidence of insurance showing that such insurance coverage has
been renewed or extended shall be filed with the City. If such coverage is
cancelled or reduced, Consultant shall, within ten (10) days after receipt of
written notice of such cancellation or reduction of coverage, file with the
City evidence of insurance showing that the required insurance has been
reinstated or has been provided through another insurance company or
companies. 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. Right to Review Subcontracts. Consultant agrees that upon request, all
agreements with subconsultants or others with whom Consultant enters
into contracts with on behalf of City will be submitted to City for review.
Failure of City to request copies of such agreements will not impose any
liability on City, or its employees. Consultant shall require and verify that
all subconsultants maintain insurance meeting all the requirements stated
herein, and Consultant shall ensure that City is an additional insured on
insurance required from subconsultants. For CGL coverage,
subconsultants shall provide coverage with a format at least as broad as
CG20380413.
D. 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.
E. 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. If the
Consultant maintains higher limits than the minimums shown above, the
City requires and shall be entitled to coverage for higher limits maintained
by the Consultant. Any available insurance proceeds in excess of the
specified minimum limits of insurance and coverage shall be available to
the City.
F. Self -insured Retentions. Any self -insured retentions must be declared to
and approved by City. City reserves the right to require that self -insured
DUDEK Page C-3
retentions be eliminated, lowered, or replaced by a deductible. Self-
insurance will not be considered to comply with these requirements unless
approved by City.
G. 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.
H. Timely Notice of Claims. Consultant shall give City prompt and timely
notice of claims made or suits instituted that arise out of or result from
Consultant's performance under this Agreement, 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.
Consultant's 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.
DUDEK Page C-4
��WPORT City of Newport Beach
o i ;ia Insurance Compliance
PO Box 100085 - FV
04"'. N"" Duluth, GA 30096
August 5, 2022
Dudek
605 3rd St
Encinitas, CA 92024
Reference Number: FV00000819
This Account has moved from non -compliant to COMPLIANT status and currently in compliance for
certificate of insurance requirements.
As of the date above, your insurance meets City of Newport Beach insurance requirements. We appreciate your efforts
and those of your insurance agent in working with our insurance representatives.
Please call us at (951) 766-2285 if you have any questions.
Sincerely,
City of Newport Beach
Compliant Notice [CA1]