Loading...
HomeMy WebLinkAboutC-3026(B) - Development of San Diego Creek North, Environmental Consulting0 • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 TO: FINANCE DIRECTOR FROM: CITY CLERK (714) 644 -3005 C'Tj IV y -a3 -�S DATE: February 23, 1995 SUBJECT: Contract No. C- 3026(B) Description of Contract Engineering Services for San Diego Creek North Site (Environmental Consulting Services) Effective date of Contract February 14 1995 Authorized by Minute Action, approved on February 14 1995 Contract with LSA Associates, Inc. Address One Park Plaza, Suite 500 Irvine, CA 92714 Amount of Contract (See Agreement) &tez�,' 6 Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach CONSULTANT AGREEMENT Engineering Services for San Diego Creek North Site Environmental Consulting Services THIS AGREEMENT, entered into this % day of 1995, by and between the CITY OF NEWPORT BEACH, a municipal corporation, (hereinafter referred to as "CITY ") and LSA ASSOCIATES, INC., whose address is One Park Plaza, Suite 500, Irvine, CA 92714 (hereinafter referred to as "CONSULTANT') is made with reference to the following: RECITALS: A. CITY is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the Statutes of the State of California and the Charter of the City. B. CITY and The Irvine Company (hereinafter referred to as "TIC ") and Fletcher Jones Motorcars (hereinafter referred to as FJMC) have signed a Memorandum of Understanding (hereinafter referred to as "MOU ") to develop the property known as the San Diego Creek North Site (hereinafter referred to as SDCN) as a relocation site for the FJMC Mercedes Benz automobile dealership currently located elsewhere in the City. C. CITY and FJMC have agreed in the MOU to share costs associated with the development of SDCN, including environmental review services for site development. CITY and FJMC have further agreed that CITY shall administer the consultant contract for environmental review services for SDCN. D. CITY and CONSULTANT now desire to enter into an agreement for engineering services related to the SDCN. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: SECTION 1, TERM The term of this Agreement shall commence on February 14, 1995, and shall terminate on December 31, 1996, unless terminated earlier as set forth herein. 0 SECTION 2. SERVICES TO BE PERFORMED BY THE CONSULTANT CONSULTANT shall complete all services and work as outlined herein and more fully described in the Letter Proposal dated January 18, 1995, attached hereto and identified as Exhibit "A ". Task I ISMOP Familiarization Task II Technical Studies Task III Environmental Impact Report Task IV Entitlement Support Task V Project Management and Meetings Task VI Deliverables SECTION 3. COMPENSATION TO CONSULTANT CONSULTANT shall be compensated for services performed pursuant to this Agreement in the amount and manner set forth in Exhibit "A ", the Proposal, which is attached hereto and incorporated herein by this reference. The maximum fee shall not exceed $94,000.00. SECTION 4. STANDARD OF CARE CONSULTANT agrees to perform all services hereunder in a manner commensurate with the community professional standards and agrees that all services shall be performed by qualified and experienced personnel who are not employed by the CITY nor have any contractual relationship with CITY. SECTION 5. INDEPENDENT PARTIES CITY and CONSULTANT intend that the relation between them created by this Agreement is that of employer- independent contractor. 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 express terms of this Agreement. SECTION 6. HOLD HARMLESS CONSULTANT shall indemnify and hold harmless CITY, its CITY Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, suits, costs and expenses whatsoever, including reasonable attorneys' fees, regardless of the merit or outcome of any such claim or suit arising from or in any manner connected to CONSULTANT's negligent performance of services or work conducted or performed pursuant to 2 this Agreement. SECTION 7. INSURANCE 0 Without limiting the CONSULTANT's indemnification of CITY, CONSULTANT shall obtain and provide and maintain at its own expense during the term of this Agreement, policy or policies of liability insurance of the type and amounts described below and satisfactory to the CITY. Such policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must filed with the CITY prior to exercising any right or performing any work pursuant to this Agreement. All insurance policies except workers' compensation and professional liability shall add as insured the CITY, its elected officials, officers and employees for all liability arising from CONSULTANT's services as described herein. A. REQUIRED COVERAGE Prior to the commencement of any services hereunder, CONSULTANT shall provide to CITY, certificates of insurance from an insurance company authorized to do business in the State of California with original endorsements and copies of policies, if requested by CITY, of the following insurance: 1. Worker's compensation insurance covering all employees and principals of the CONSULTANT, per the laws of the State of California; 2. Commercial general liability insurance covering third parry liability risks, including without limitation, contractual liability, in a minimum amount of $1 million combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial general liability insurance or other form with a general aggregate is used, either the general aggregate shall apply separately to this project, or the general aggregate limit shall be twice the occurrence limit; 3. Commercial auto liability and property insurance covering any owned and rented vehicles of CONSULTANT in a minimum amount of $1 million combined single limit per accident for bodily injury and property damage. 4. Professional liability insurance which includes coverage for the professional acts, errors, and omissions of the CONSULTANT in the amount of at least $1,000,000. 3 0 Said policy or policies shall provide that coverage shall not be canceled by either party, or reduced in coverage or in limits except after thirty (30) days' prior notice has been given in writing to CITY. CONSULTANT shall give to CITY prompt timely notice of claim made or suit instituted arising out of CONSULTANT's operation hereunder. CONSULTANT shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. B. SUBROGATION WAIVER CONSULTANT agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that CONSULTANT shall look solely to its insurance for recovery. CONSULTANT hereby grants to CITY, on behalf of any insurer providing comprehensive general and automotive liability insurance to either CONSULTANT or CITY with respect to the services of CONSULTANT herein, a waiver of any right of subrogation which any such insurer of said CONSULTANT may acquire against CITY by virtue of the payment of any loss under such insurance. C. FAILURE TO SECURE If CONSULTANT at any time during the term hereof should fail to secure or maintain the foregoing insurance, CITY shall be permitted to obtain such insurance in the CONSULTANT's name or as an agent of the CONSULTANT and shall be compensated by the CONSULTANT for the costs of the insurance premiums at the maximum rate permitted by law computed from the date written notice is received that the premiums have been paid. D. ADDITIONAL INSURED CITY, its City Council, boards and commissions, officers, and employees shall be named as an additional insured under all insurance coverage required by this Agreement, except for workers' compensation and professional liability. The naming of an additional insured shall not affect any recovery to which such additional insured would be entitled under this policy if not named as such additional insured. An additional insured named herein shall not be held liable for any premium, deductible portion of any loss, or expense of any nature on this policy or any extension thereof. Any other insurance held by an additional insured shall not be required to contribute anything toward any loss or expense covered by the insurance provided by this policy. 4 0 0 SECTION 8. PROHIBITION AGAINST TRANSFER CONSULTANT shall not assign, sublease, hypothecate, or transfer this Agreement or any interest therein directly or indirectly, by operation of law or otherwise without the prior written consent of CITY. Any attempt to do so without said consent shall be null and void, and any assignee, sublessee, hypothecate or transferee shall acquire no right or interest by reason of such attempted assignment, hypothecation or transfer. The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of CONSULTANT, or of the interest of any general partner or joint venturer or syndicate member or cotenant if CONSULTANT is a partnership or joint venture or syndicate or cotenancy, which shall result in changing the control of CONSULTANT, shall be construed as an assignment of this Agreement. Control means fifty percent (50 %) or more of the voting power of the corporation. SECTION 9. PERMITS AND LICENSES CONSULTANT, at its sole expense, shall obtain and maintain during the term of this Agreement, all appropriate permits, licenses and certificates that may be required in connection with the performance of services hereunder. SECTION 10. REPORTS Each and every report, draft, work - product, map, record and other document reproduced, prepared or caused to be prepared by CONSULTANT pursuant to or in connection with this Agreement shall be the exclusive property of CITY. CITY shall make no use of materials prepared by CONSULTANT pursuant to this Agreement, except for construction, maintenance and repair of the Project. Any use of such documents for other projects, and any use of uncompleted documents, shall be at the sole risk of the CITY and without liability or legal exposure of the CONSULTANT. No report, information or other data given to or prepared or assembled by the CONSULTANT pursuant to this Agreement shall be made available to any individual or organization by the CONSULTANT without prior approval by CITY. CONSULTANT shall, at such time and in such form as CITY may require, furnish reports concerning the status of services required under this Agreement. 0 0 SECTION 11. RECORDS CONSULTANT shall maintain complete and accurate records with respect to costs, expenses, receipts and other such information required by CITY that relate to the performance of services required under this Agreement. CONSULTANT shall maintain adequate records of services provided in sufficient detail to permit an evaluation of services. All such records shall be maintained in accordance with generally accepted accounting principles and shall be clearly identified and readily accessible. CONSULTANT shall provide free access to the representatives of CITY or its designees at all proper times to such books and records, and gives CITY the right to examine and audit same, and to make transcripts therefrom as necessary, and to allow inspection of all work, data, documents, proceedings and activities related to this Agreement. Such records, together with supporting documents, shall be kept separate from other documents and records and shall be maintained for a period of three (3) years after receipt of final payment. SECTION 12. NOTICES All notices, demands, requests or approvals to be given under this Agreement shall be given in writing and conclusively shall be deemed served when delivered personally or on the second business day after the deposit thereof in the United States mail, postage prepaid, registered or certified, addressed as hereinafter approved. All notices, demands, requests, or approvals from CONSULTANT to CITY shall be addressed to CITY at: City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Attention: Emmet Berkery, Project Manager (714) 644-3311 All notices, demands, requests, or approvals from CITY to CONSULTANT shall be addressed to CONSULTANT at: LSA Associates, Inc. One Park Plaza, Suite 500 Irvine, California 92714 Attention: Lyndon Calerdine (714) 553 -0666 v SECTION 13. TERMINATION Either party may terminate this Agreement at any time and for any reason by giving the other party seven (7) days' prior written notice; notice shall be deemed served upon deposit in the United States Mail, postage prepared, addressed to the other party's business office. In the event of termination due to the fault of CONSULTANT, CITY shall be obligated to compensate CONSULTANT for only those authorized services which have been completed and accepted by CITY. If this Agreement is terminated for any reason other than fault of CONSULTANT, CITY agrees to compensate CONSULTANT for the actual services performed up to the effective date of the Notice of Termination, on the basis of fee schedule contained above, subject to any maximum amount to be received for any specific service. SECTION 14. COST OF LITIGATION If any legal action is necessary to enforce any provision hereof or for damages by reason of an alleged breach of any provisions of this Agreement, the prevailing parry shall be entitled to receive from the losing party all costs and expenses in such amount as the court may adjudge to be reasonable attorneys' fees. SECTION 15. COMPLIANCES CONSULTANT shall comply with all laws, state or federal, and all ordinances, rules and regulations enacted or issued by CITY. SECTION 16. WAIVER A waiver by CITY 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. SECTION 17. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind of 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 I hereof. Any modification of this Agreement will be effective only by written execution signed by both CITY and CONSULTANT. 7 0 i IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first above written. • "' • • • ATTEST: e CITY CLERK CITY OF NEWPORT BEACH, a municipal corporation BY: 1A J MANOR CONSULTANT if . /t✓i 06&a_ / CONSULTANT 8 0 "EXHIBIT A" 4.0 PROPOSED SCOPE OF WORK (REVISED FEBRUARY 1, 1995) The following is the scope of work as proposed by LSA. This scope of work is subject to negotiation with the City. 4.1 INITIAL STUDYAND NOTICE OF PREPARATION Utilizing the City's standard checklist, LSA will prepare a draft Initial Study and Notice of Preparation for the project. A discussion of each checklist item will provide necessary backup analysis for checklist responses. The focus of the EIR will be identified. The draft Initial Study will be provided to the City for review and comment, and a final Initial Study will be submitted, incorpo- rating the City's comments. LSA staff will assist the City at the scoping meeting. This proposal is based upon the City providing the mailing list and distribut- ing the NOP. LSA could also conduct these tasks as an optional item. 4.2 ENVIRONMENTAL IMPACT REPORT LSA will provide the Screencheck, Draft and Final Environmental Impact re- ports, including the responses to comments. We suggest an early meeting with the City to discuss the format of the documents and the basic approach to the issues. One approach to consider is to tier the document off the Circulation Improvement and Open Space Agreement Ellt, to reduce the extent of repeated analysis. Our proposal is based upon the City providing LSA with the following data: 1) General Plan Amendment Text 2) "Lone Change 3) Site Plan and Tentative Map 4) Geotechnical Study, including hazardous waste analysis 5) Hydrology Data and Drainage Plan 6) Preferred Mitigation Site for CSS impacts. LSA will prepare the following technical studies: 1) Biological Assessment 2) Traffic Study (with raw traffic runs to be provided by Austin Foust Associates) 3) Noise Study 4) Air Quality Study 5) Cultural Itesource Analysis. The following describes the scope of work for the technical studies. 02/17/95 (L,CNn501 •.11110110SAL) LSA Ass dates, Inc Biological Assessment Task I - Literature Searcb and Records Check Prior to the field studies, ISA will review the information compiled during the preparation of previous studies for the project area that are in our files or that can be provided by the City, especially the Circulation Improvement and Open Space Agreement (CIOSA) EIR. ISA will also review the California Natural Diversity Data Base for information on sensitive biological elements on the Newport Beach and Tustin USGS 7.5' topographic quads. Finally, U.S. Fish and Wildlife Service (USFWS), California Department of Fish and Game (CDFG) and Caltrans biologists will be contacted to obtain specific informa- tion about sensitive species that they have observed in the project area. Task 2 - Field Studies During the field studies, ISA will survey the property on foot for indications of sensitive species and habitat identified during Task 1. Surveys will be conducted on three separate occasions for the California gnatcatcher, accord- ing to the current protocol set forth by the NCCP Scientific Review Panel (SRP). The survey will include notes of all plant and animal species observed during the field study, as well as an evaluation of the general condition of the habitat. The timing of the primary surveys may limit the positive identifi- cation of the annual and root perennial plant species, since these species can be observed only during the early summer flowering period. However, I SA will conduct a follow -up survey during the preparation of the Screencheck or Draft EIR to verify the on -site status of sensitive plant species, such as many - stemmed dudleya. Finally, the limits of the on -site wetland, as indicated by the hydrophytic vegetation, will be mapped. Our understanding is that existing wetlands will be avoided by the project and that a formal wetland delineation will not be required. Task 2a - Optional Field Studies If the initial field assessment identifies the potential for the occurrence of sensitive species that cannot be adequately surveyed for without additional studies, such as the endangered Pacific pocket mouse, ISA will notify the City and request authorization for additional studies. At this point the maximum estimate for such studies would include five nights of small mammal trapping for the Pacific pocket mouse in May through September. ISA holds federal Section 10(a) permits to survey for this species and the California gnatcatcher. These permits require I SA to report the results of such surveys to USFWS. 07/17l95(1:ICNB501 • PROPOSAL) 0 Task 3 - Plant Communities Map Ll ctA Amci es� r,K ISA will map the plant communities on the project site using current (within the last two years) aerial photographs at an appropriate scale (e.g., 1 "= 200'), and a topographic base map at a corresponding scale. Verification of aerial photograph interpretation will be done during the field surveys. The aerial photograph and topographic map (on mylar film) will be provided by the City. Task 4 - Report Preparation ISA will prepare a report describing the field methods used and the results of the studies. The report will include the findings on sensitive species, including an evaluation of potential sensitive habitat, plant and animal spe- cies present, and a general habitat description. An analysis of the impacts of the project on the biological resources and all identified sensitive species will be provided. The analysis will include a discussion of the amount of habitat present on site, the importance of the habitat in a regional sense, and the relative importance of the project site with respect to wildlife movement in the local area. In addition, LSA will recommend mitigation measures for significant impacts identified during the study, including mitigation measures for impacts to the sensitive resources, to the extent they are significantly affected. Specific mitigation measures relating to the California gnatcatcher and coastal sage scrub habitat will be written based on consultation with USFWS and CDFG, as part of the entitlement support tasks. Ideally, this consultation will occur prior to the circulation of the Draft EIR. If not, measures will be at a more conceptual level. In any case, specific restoration plans, e.g., for coastal sage scrub habitat or wetland replacement, are not included in this scope, al- though ISA is able to prepare these plans as an optional item. Based on the mitigation measures that are developed, the report will also include the draft findings necessary for compliance with the NCCP process guidelines for interim take. The report will be presented in draft form for review by the City. Subse- quent to the review, a final report incorporating changes in response to comments will be prepared for incorporation into the Draft EIR Tragc and Circulation The proposed project will be analyzed for two conditions. The first will be based on the City of Newport Beach Traffic Phasing Ordinance (TPO) analysis guidelines to determine short -term project impacts. The second analysis will 02/17/'95(1: *CNB501,PROPOSAL) 3 0 0 LSA At dates, Inc examine long -range General Plan Amendment impacts based on the City's General Plan build out conditions. TPO Analysis LSA will prepare a TPO analysis for the proposed project, consistent with the City of Newport Beach TPO analysis guidelines. Project trip generation, distribution and assignment for the proposed auto dealership project will be based on City of Newport Beach Traffic Analysis Model (NBTAM). Model runs will be obtained from Austin -Foust Associates. It is important to realize that while the relocation project may be adding trips to a critical move at an intersection, this is a replacement project; there- fore, any existing trips from the vacated site need to be accounted for and either removed or an alternate land use trip generator assumed. LSA will work with City staff to determine what, if any, land use development to assume for the vacated site. Prior to preparation of the analysis, LSA will meet with City staff to deter- mine the extent of the study area, i.e., the intersections to be examined in the analysis, and will coordinate preparation of the traffic model runs. For purposes of this analysis, two short -term select -zone assignment model runs are included in the budget estimate. out understanding is that neither the JR -5 flyover ramp nor the Bayview Way extension should be assumed in the TPO analysis. LSA will request the most recent baseline peak hour turn volumes and peak period approach volumes from the City. Consistent with the TPO analysis guidelines, the most recent "Approved Projects List" will also be required from the City. The test year for the analysis will be based on information provided by the auto dealership and assumed to be one year after full occu- pancy of the proposed project. The results of the TPO analysis will identify the project's potential to exceed the "One Percent" test results and any intersections exhibiting unacceptable levels of service (LOS E or worse). if required, mitigation measures will be recommended based on the City of Newport Beach General Plan proposed improvements package. General Plan Traffic Analysis A General Plan level traffic circulation analysis will be prepared to examine the effects of the change in traffic, if any, on the local streets around the project site with the proposed General Plan Amendment (GPA). The format of the analysis shall be suitable for inclusion in an Environmental Impact Report (EIR). For purposes of this analysis, the City's General Plan traffic model will be used. O7J17/95(1r.CNB501 .PROPOSAL) 4 Noise Study 0 0 M A"&dates, Inc ISA will request the City traffic model consultant (Austin -Foust Associates) to provide a General Plan build out model run replacing the GP land use desig- nation for the San Diego Creek North site with the proposed auto dealer- ship. A determination of the land use for the vacated site will be determined based on discussions with City staff. General Plan build out conditions will include build out of the City's circulation network, including the San Joaquin Hills Transportation Corridor, the Jamboree Road "flyover" on -ramp and the extension of Bayview to University Drive North. LSA will provide a comparison of the current General Plan versus the General Plan Amendment with the proposed auto dealership relocation. The compar- ison will document changes in intersection levels of service and arterial daily traffic volume projections in the project vicinity. Any significant changes due to the project will be identified and appropriate mitigation measures recom- mended. A technical noise study will be prepared for inclusion in the EIR. The follow- ing outlines the tasks and products to be contained in the report: Prior to conducting field studies, the Noise Element for the Newport Beach General Plan will be reviewed. In addition, all available noise assessment reports prepared for projects in the vicinity of the project will be reviewed. Potential short -term impacts such as those associated with construc- tion activities will be qualitatively addressed for noise sensitive recep- tors in the vicinity of the construction area. Construction equipment, hours of operation, duration and equipment use peaks, if provided by the project proponent, will be utilized to identify appropriate mea- sures to reduce construction noise levels as necessary. The applica- tion of City noise ordinances or other guidance to control construc- tion noise will be discussed. Long -term noise impacts generated by project related roadway traffic will be assessed in terms of potential increase at two locations along Jamboree Road. The traffic volumes calculated for the proposed pro- ject will be utilized in determining the potential noise impact of the project. Noise levels will be predicted using the FHWA Noise Model for the existing condition, future with project and future without project. Noise impacts will be assessed in terms of the Community Noise Equivalent Level (CNEL), with and without the proposed pro- ject. Note: no field measurements of existing noise levels are pro- posed. Impacts that are a result of the project will be identified sepa- rately from cumulative impacts. 02/17M(1:,.CNB501',PROPOSAL) LSA Asrodarer, Inc Mitigation measures will be identified to mitigate any project related noise impacts at the sensitive receptors. Air Quality Study LSA will prepare an air quality analysis consistent with the South Coast Air Quality Management District ( SCAQMD) CEQA Air Quality Handbook (April, 1993). The baseline air environment will be described in terms of meteorol- ogy, local topography affecting pollution concentrations, and ambient air monitoring data from the SCAQMD monitoring station in Costa Mesa. Short -term construction related impacts, such as fugitive dust generat- ed by grading and demolition activities, exhaust emissions associated with on -site construction equipment and off -site import/export of materials, will be quantified. These emissions will be calculated using formulas outlined in the CEQA Air Quality Handbook and based on the following assumptions to be provided by the project proponent: 1) acreage of grading by phase, 2) estimated construction period, 3) types and number of construction equipment that could potentially be used during construction, 4) amount of import/export of construction/demolition of material. The regional air quality impacts of the proposed project will be com- puted using the most current emission factor program developed by CARB and compared to the significance threshold criteria suggested by SCAQMD, for the proposed project and the no project scenario. Emissions associated with motor vehicles, consumption of natural gas on site, and off -site generation of electricity will be calculated. A determination of the significance of the emissions associated with the project will be made. An evaluation of the project's consistency with the 1994 Air Quality Management Plan (AQMP) will be prepared. LSA will prepare a detailed technical air quality report presenting setting information, impact analyses and mitigation measures, as needed. Cultural Resource Assessment LSA will prepare an archaeological resource assessment for the San Diego Creek North project. The assessment will include an inventory of all archae- ological sites, and recommendations for their mitigation, if applicable. It is our understanding that this project is being conducted pursuant to the Cali- 02/17/95 (J:,CNB501, PROPOSAL) tstA�aW.s, Ma fornia Environmental Quality Act (CEQA). CEQA requires that all cultural resources over 100 years of age be documented and evaluated for signifi- cance. Archaeological site CA -ORA -57177 is within the boundaries of the project area. In 1938, this site was excavated by J. W. Winterbourne and the Works Project Administration. They recovered three prehistoric human burials and a large number of various artifacts. In 1985, the site was resurveyed. Mid - den remains and artifacts were observed (Macko 1985)• Also in 1985, Ap- plied Conservation Technology, Inc. placed 35 2x2 m surface scrapes on the site. Additional artifacts were recovered (de Barros and Koerper 1990). In 1989, Chambers Group conducted test excavations consisting of ten sub- surface units. Based primarily on artifacts collected by Winterbourne, it was concluded that this site was a major village site (de Barros and Koerper 1990:5 -20). It should be noted that in the event this project becomes a federal undertak- ing, i.e., the project requires an Army Corps of Engineers Section 404 Permit, cultural resources will need to be evaluated pursuant to Section 106 of the National Historic Preservation Act. This stipulates that cultural resources over 45 years of age be documented and evaluated for significance. Although it is unlikely that this requirement will result in the need to document and evaluate sites that would not be recorded under CEQA, it will be necessary to complete Section 106 consultation/coordination with the lead federal agency, who will in ruin have to consult/coordinate with the California State Historic Preservation Officer. LSA is qualified to complete this potential additional work, as an optional task. Task 1 - Records Search LSA will conduct an archaeological and historical records review and litera- ture search at the South Central Coastal Information Center, located at the University of California, Los Angeles, to obtain archaeological site and survey information pertinent to the project area. All pertinent references will be reviewed and summarized. The objective of this archival research will be 1) to establish the status and extent of previous surveys in the project area, and 2) to note what site types might be expected to occur within the proposed project area, based on the existing data from archaeological sites located within one mile of the project area. Specifically, LSA will evaluate previous work at CA -ORA -57/77 to assess needs for additional work and the potential for encountering buried resources. 02/17N5(L,CNB501NPR0P0SAL) 7 E Task 2 - Field Work (Optional) 0 lSA Amdate; I� Based on the records search and the evaluation of previous work completed at CA -ORA- 57177, ISA will survey the site to complete the assessment. The site survey will be conducted by one archaeologist, who will conduct an intensive pedestrian survey of the site area to determine whether any evi- dence of the site remains visible on the ground surface. Throughout the reconnaissance, any cultural resources that are encountered will be docu- mented as to their artifact assemblage and horizontal extent, and will be mapped and photographed. Subsequently, this information will be submit- ted to the South Central Coastal Information Center. Screencbeck EIR ISA will prepare a Screencheck EIR that incorporates the results of the above studies. In addition,, the following sections will be provided. Executive Summary This section will summarize the project description, impacts and mitigation measures for the project. A table summarizing the impacts of the project will be provided in the preliminary draft EIR Introduction This section will describe the previous environmental review of the site, the environmental procedures that are being followed, and the major areas of concern and controversy. Project Description This section will describe the project objectives and the characteristics of the proposed project. Setting, Impacts and Mitigation Measures The following sections will be provided. In addition, summaries of the tech- nical studies will be provided. OZ/17i95(1:,CNB501 •PROPOSAL) Eartb ResourceslLand Form/Topograpby This section will incorporate data from the CIOSA EIR, summarize the data provided to LSA from the project geotechnical engineer, and provide recom- mended mitigation measures. Water Resources This section will summarize the data in the CIOSA EIR and that provided to LSA by the project hydraulic engineer or civil engineer. In compliance with NPDES requirements, LSA will develop recommended mitigation measures for water quality impacts that may result from development of the site. In addition, measures to reduce erosion from the site and sediment deposition into San Diego Creek and Upper Newport Bay will be developed. Land Use This section will assess the consistency of the proposed project with the City's General Plan policies, and with other relevant planning programs (i.e., Loral Coastal Plan). The compatibility of the proposed use with adjacent land toes will be assessed. Data from the CIOSA EIR will be utilized. The project will result in the conversion to development of land currently designated for open space. The significance of this conversion will be as- sessed based upon criteria to be developed between LSA and the City. Aestbetics This section will describe the aesthetic impacts of the development of the project site. The current general character of the site will be described from three different viewpoints. The selection of viewpoints will be developed in cooperation with the City. LSA suggests consideration of a vantage point along northbound Jamboree Road, across Jamboree Road from the site, and along northbound MacArthur Boulevard or the SJHTC. The impacts of development of the site will be generally described (in text) along with the changes from each of the viewpoints. Cross sections showing the effects of grading will be included. As an option, the section could contain "before" views from each vantage points, and computer generated "after development" views from each site. 02/17l95(I:%CNB501,PROPOSAL) - 9 0 Public Services LSA Aa date.51, This section will be based upon public service agencies' and utility providers' responses to the NOP. The ability of each agency and utility to provide necessary service will be described. The general economic benefits of the project will be described (i.e., sale tax revenues). Recreation The project site is currently designated for open space/public facility uses, and we understand that recreation is a potential use of the site under the current General Plan. The proposed project will preclude recreational uses on the site. Based upon interviews with the City's recreation staff, the recreation needs in the vicinity will be assessed, and the effects of the loss of this potential recreation site will be determined. Cumulative Impacts The cumulative impacts of the project will be described, based upon a list of potential projects in the vicinity to be provided by the City of Newport Beach and the City of Irvine. The Cumulative Impacts Section of the MacArthur Boulevard EIR will be utilized as a model. The further extension of Bayview Way is proposed to be treated as a special cumulative impact. The San Diego Creek North project will effectively set the final alignment of Bayview Way from jamboree to MacArthur Boulevard. While the City will maintain the option of not extending Bayview Way to MacArthur, this project will effectively preclude alternative alignments. Ther- efore, the cumulative impacts of the project plus the extension of Bayview Way will be discussed as a special case of cumulative impacts. (For example, impacts to the wetlands will be acknowledged as an impact of the Bayview way extension.) Alternatives We propose to consider the following alternatives for the project: 02/17/95(1: •.CNB501 IPROPOSAL) 10 Draft EIR 0 !SA Av CiXes, Inc 1. No Project, i.e., no change from existing plans for the site (public facilities and open space) 2. No Build, i.e., no development of the site 3. Alternative sites under the control of the Lead Agency 4. Alternative uses of the site 5. Other alternatives as suggested by the City. Alternatives will be broken into two categories: feasible alternatives, and alternatives considered and rejected. Alternatives will be considered and rejected if they fail to achieve fundamental project objectives. The environmentally superior alternative will be identified. Growtb Inducing Impacts The potential growth inducing aspects of the project will be discussed. Given the developed nature of the surrounding area, and the decisions made by the City as part of the Circulation Improvement and Open Space Agree- ment, the project is not anticipated to result in growth inducement. CEQA Mandated Sections The following topics will be addressed. 1. Irreversible and irretrievable commitment of resources 2. Unavoidable adverse impacts. LSA will prepare a Preliminary Draft EIR that incorporates responses to the City's comments. Given the tight time schedule for the project, we suggest that a working meeting be established with City staff and LSA so that immedi- ate closure can be reached on changes required in the document. In LSA's experience, this process greatly reduces the requirement for time-consuming multiple revisions to the document. The mitigation monitoring program will be included in the Preliminary Draft EIR. ISA will submit the preliminary draft to the City for review and comment. It is anticipated that the comments on the preliminary draft will be limited to clarification of the text and that no significant issues will be raised. LSA will incorporate these comments into a signature draft for the City's final ap- proval before circulation. Upon approval, LSA will prepare the Draft EIR for circulation to the public. This proposal assumes that the City will coordinate mailing and circulation of the EIR and the required noticing. LSA can also conduct these efforts for an added fee. 02/17/95(1r.CNB50 l', PROPOSAL) 11 Final EIR 0 9 LTA Ctat..s Inc During the Final EIR process, ISA will prepare the following deliverables: 1. Responses to Comments on the Draft EIR 2. Draft Findings 3, Draft Statement of Overriding Considerations 4. Final EIR Package. Response to Comments LSA will prepare draft responses to all comments received during the public review process. Where comments refer to items prepared by other consul- tants or the City (e.g., earth resources), ESA will rely on those sources to prepare the draft response. LSA will compile all comments and responses into a draft Response to Comments document for review and comment by City staff. Again, close coordination between City staff and LSA will be re- quired to meet the tight schedule. We anticipate that one round of revisions to the Response to Comments document will be required. Findings and Statement of Overriding Considerations LSA will prepare a set of draft findings and Statement of Overriding Consid- erations for review and approval by City staff and adoption by the City Coun- cil. Final EIR Package Upon certification of the EIR by the City Council, LSA will prepare the Final EIR package, consisting of the following: 1. Draft EIR 2. Response to Comments (including descriptions of any changes to the Draft EIR) 3. Council Meeting Package, including Findings, Statement of Overriding Considerations, Staff Report, Minutes, and Certification Resolution. As an optional item, LSA can revise the Draft EIR to incorporate any changes that result from public review. 4.3 F.NITELEMENT SUPPORT LSA will support the City in its efforts to secure approvals by other agencies with jurisdiction over the project. 07/17/95(1:%CNB50 I, PROPOSAL) 12 LSA Associate; Inc Gnatcatcber Issues LSA will assist the City as requested in negotiations with the USFWS and CDFG regarding interim take of coastal sage scrub habitat and the California gnatcatcher. LSA's primary role will be to provide technical information, based on our field studies and assessment of impacts, and to explore poten- tial options for mitigation of unavoidable impacts. Mutually acceptable mitigation measures resulting from these negotiations should be incorporat- ed Into the Draft EIR if possible. However, more specific mitigation mea- sures than detailed in the DEIR and specific NCCP findings can follow the DEIR if necessary. Local Coastal Plan Amendment and Coastal Development Permit According to City staff, the project will require an amendment to the adopted Local Coastal Plan (LCP) and a Coastal Development Permit (CDP) from the California Coastal Commission. LSA's role in this phase of the permitting process shall be to assist City staff in obtaining the required Coastal Commis- sion approvals. Based upon the data in the Final EIR, ISA will prepare a draft LCP Amend- ment and CDP application for review and comment by Newport Beach City staff. The draft LCP amendment and the CDP application will meet the submittal requirements of the Coastal Act and will include an analysis of the project's consistency with Chapter 3 of the California Coastal Act, Coastal Resources Planning and Management Policies. During the preparation of these documents, LSA suggests that City staff and LSA meet with Coastal Commission staff to determine their concerns and issues. This proposal is based upon one round of comments on the LCP amendment and CDP application from City staff. The amendment and applications would then be approved by the Newport Beach City Council and filed with the Coastal Commission. LSA's role during the Commission approval process would be to support City staff in obtaining the required approvals. If the Commission or its staff suggests findings or modifications to the project, LSA will work with the City and Commission staff to resolve the suggestions. The Coastal Commission permitting support include up to two meetings with City staff to develop the amendment/permit strategy, and two meetings with Coastal Commission staff to discuss processing issues. 4.4 PROJECT MANAGEMENT Project management includes contract administration, meetings, scheduling and coordination. We anticipate up to eight meetings with City staff over the course of the project, one meeting before the Planning Commission, one 02/17/95(1: �CNB501,PROPOSAL) 13 0 0 LSA Amdates, Inc meeting before the City Council, one meeting with U.S. Fish and Wildlife Service, and one meeting with Coastal Commission staff. 4.5 DELIVERABLES During the course of the project, we anticipate the following deliverables: Draft Technical Studies 5 Final Technical Studies 5 Screencheck EIR 5 Preliminary Draft EIR 5 Signature Draft EIR 1 Draft EIR 50 Draft EIR Appendices 30 Draft Response to Comments 5 Final Response to Comments 50 Final EIR Package (excluding Draft EIR) 20 Finding/Statement of Overriding Considerations 5 Draft LCP Amendment/CDP Application 5 Final LCP Amendment/CDP Application 5 The number of copies can be adjusted at the request of the City. 02/17/95(r:`•CNB501,PROPOSAL) 1 14 0 5.0 SCHEDULE 9 LSA Arwdat¢t, Inc The proposed project schedule is shown on the following page. We recog- nize that timely completion of this project is a very important factor. 6.0 BUDGET The budget for the proposed project is contained in the attached sealed envelope. LSA's standard billing rates are attached behind the project sche- dule. 7.0 CONCLUSIONS LSA is uniquely qualified to perform the services requested by the City of Newport Beach. We are thoroughly familiar with the San Diego Creek - North site and its vicinity, and we have successfully addressed with previous projects all of the issues that are anticipated with the development of the proposed automobile dealership. Virtually all of the work will be completed in house. LSA has selected a highly qualified Project Manager for this effort. The City already is familiar with Mr. Calerdine's efforts on the MacArthur Boulevard EiR and the Route 73 Widening project. He has demonstrated his ability to successfully complete development project EIRs with the Disney Newport Coast project, the Planning Area 13 project, and the North Peak project. He works well on projects with tight time frames. LSA has the qualifications to successfully complete this effort in a timely fashion and is looking forward to again serving the City of Newport Beach. Attachments: Project Schedule Standard Billing Rates 01/18/95(L:'. PROPOSAL,Z72501B.PRO) 29 /SA Associates, Inc HOURLY BILLING RATES OCTOBER 4, 1993 ,Job Classification Hourly Rate' PRINCIPAL $100 -165 ASSOCIATERROJECT MANAGER $ 65 -120 ASSISTANT PROJECT MANAGER $ 50 -75 PRINCIPAL INVESTIGATOR/PROJECT SCIENTIST $ 45 -70 ENVIRONMENTAL ANALYST /ASST. PLANNER/ASST. ENGINEER $ 40 -60 FIELD DIRECTOR ( ARCHAEOLOGY /PALEONTOI- OGY/BIOLOGY) $ 35 -50 RESEARCH ASSISTANT/PECHNICIAN $ 25 -50 FIELD CREW $ 15 -40 GRAPHICS $ 50 OFFICE ASSISTANT S 35 WORD PROCESSING $ 45 The hourly rate for work involving actual expenses in court, giving depositions or similar expert testimony, will be billed at $175 per hour regardless of job classification. 10/06/93(L CORD CONTRACTPRO) 3 J c a FFB Fri ti F :a6Fri l.�R x [lQ 1�1 �a WI i4 1 0 V 61 a P-4 _ 0 0 dr p� k yry� L p� N r m c C 6 a �ry W y w Cy yyC �1 O 0 > G o N I In Cn Ofn � o W 1^ o c � O T T G� c O aD p Gp o v� F W O � w a � m y h C � N F r � Y N J V aD D V� � iC H n N N N Y 7 ❑ J V. C r LQG N N m p � y � Y Y g� N N T � M F O a N Y E u p V1 ❑ f4V' 4 � ' T F M q4 V Q 3 3 y 00 C C C y F uazH4�w��� P-4 _ 0 0 dr p� k yry� L p� N r m c C 6 a �ry W y w Cy yyC �1 O 0 > G o N I C -,3oa� Cc� CONSULTANT AGREEMENT ENVIRONMENTAL CONSULTING SERVICES BIG CANYON ENVIRONMENTAL MITIGATION PROJECT THIS AGREEMENT, entered into thisa'{,dday of /''' `> 1996, by and between CITY OF NEWPORT BEACH, a Municipal Corporation (hereinafter referred to as "City "), and LSA Associates whose address is One Park Plaza, Suite 500, Irvine,CA 92714 (hereinafter referred to as "Consultant'), is made with reference to the following: RECITALS A. City is a Municipal Corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of the City. B. The principal member of Consultant is Art Homrighausen. C. City desires to engage Consultant to provide Professional Environmental Consulting Services to manage implementation of a revegetation project in the City owned Mouth of Big Canyon property upon the terms and conditions contained 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 1st day of November, 1996, and shall terminate on the 31st day of December, 1997, unless terminated earlier as set forth herein. 0 2. SERVICES TO BE PERFORMED E Consultant shall perform the tasks set forth in Consultant's proposal letter dated August 22, 1996, attached hereto as Exhibit "A" and incorporated herein by this reference. 3. COMPENSATION TO CONSULTANT Consultant shall be compensated for services performed pursuant to this Agreement in the amount and manner set forth in Exhibit "A ", attached hereto and incorporated herein by this reference. The maximum fee shall not exceed $20,150.00 4. STANDARD OF CARE All of the work shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement and that it will perform all services in a manner commensurate with the community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City nor have any contractual relationship with City. The Consultant shall be responsible to City for any errors or omissions in the execution of this Agreement. Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications and approvals required of its profession. Consultant further represents and warrants that it shall keep in effect all such licenses, permits and other approvals during the term of this Agreement. 5. INDEPENDENT PARTIES City retains Consultant on an independent contractor basis and Consultant is not an employee of the City. The manner and means of conducting the work are under the 2 0 0 control of Consultant, except to the extent they are limited by statute, rule or regulation and the express terms of this Agreement. No civil service status or other right of employment with City will be acquired by virtue of Consultant's services. None of the benefits provided by City to its employees, including, but not limited to, unemployment insurance, worker's compensation plans, vacation and sick leave, are available from City to Consultant, its employees or agent. Deductions shall not be made for any state or federal taxes, FICA payments, PERS payments or other purposes normally associated with an employer - employee relationship from any fees due Consultant. Payments of the above items, if required, are the responsibility of Consultant. B. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator, and any other agencies which may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Consultant on the project. 7. PROJECT MANAGER The Consultant shall assign the project to a Project Manager, who shall coordinate all phases of the project. This Project Manager shall be available to the City at all times. The Consultant has designated Art Homrighausen to be its Project Manager. 8. TIME OF PERFORMANCE The tasks to be performed by Consultant shall be in accordance with the schedule specified in Exhibit "A ". Consultant shall receive no additional compensation if completion of its obligation under this Agreement requires a time greater than as set forth herein, unless such extension is caused solely by the conduct of the City. Each party hereby agrees to provide timely notice to the other of any violation occurring under this Section and the cause thereof. K 0 i 9. CITY POLICY Consultant will discuss and review all matters relating to policy and project direction with the Project Administrator in advance of all critical decision points in order to ensure that the project proceeds in a manner consistent with City goals and policies. 10. CONFORMANCE TO APPLICABLE REQUIREMENT All work prepared by Consultant shall conform to applicable city, county, state and federal requirements and be subject to approval of the Project Administrator and City Council. 11. PROGRESS Consultant is responsible to keep the Project Administrator and /or his /her duly authorized designee informed on a regular basis regarding the status and progress of the work, activities performed and planned, and any meetings that have been scheduled or are desired. 12. HOLD HARMLESS Consultant agrees to indemnify, defend, save and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, suites, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, attorneys fees and court costs arising from any and all negligent actions of Consultant, its employees, agents or subcontracts in the performance of services or work conducted or performed pursuant to this Agreement. Consultant shall indemnify and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, V 0 0 liability, claims, suits, costs and expenses whatsoever, including reasonable attorneys' fees, accruing or resulting to any and all persons, firms or corporations furnishing or supplying work, services, materials, equipment or supplies arising from or in any manner connected to the Consultant's negligent performance of services or work conducted or performed pursuant to this Agreement. 13. INSURANCE Without limiting consultant's indemnification of City, Consultant shall obtain and provide and maintain at its own expense during the term of this Agreement policy or policies of liability insurance of the type and amounts described below and satisfactory to the City. Such policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with the City prior to exercising any right or performing any work pursuant to this Agreement. All insurance policies, with the exception of Professional Errors and Omissions and Workers' Compensation, shall add as additional insured the City, its elected officials, officers and employees for all liability arising from Consultant's services as described herein. Prior to the commencement of any services hereunder, Consultant shall provide to city certificates of insurance from an insurance company certified to do business in the State of California, with original endorsements, and copies of policies, if requested by City, of the following insurance, with Best's Class A7 or better carriers; unless otherwise approved by the City Risk Manager: A. Worker's compensation insurance covering all employees and principals of the Consultant, per the laws of the State of California. B. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of $1 million 5 0 0 combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial general liability insurance or other form with a general aggregate is used, either the general aggregate shall apply separately to this project, or the general aggregate limit shall be twice the occurrence limit. C. Commercial auto liability and property insurance covering any owned and rented vehicles of Consultant in a minimum amount of $1 million combined single limit per accident for bodily injury and property damage. D. Professional errors and omissions insurance which covers the services to be performed in connection with this Agreement in the minimum amount of One Million Dollars ($1,000,000.00). Said policy or policies shall be endorsed to state that coverage shall not be suspended, voided nor canceled by either party, or reduced in coverage or in limits except after thirty (30) days' prior notice has been given in writing to City. Consultant shall give to City prompt and timely notice of claim made or suit instituted arising out of Consultant's operation hereunder. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. Consultant agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Consultant or City with respect to the services of Consultant herein, a waiver of any right of subrogation which any such insurer of said Consultant may acquire against City by virtue of the payment of any loss under such insurance. 1 14. PROHIBITION AGAINST TRANSFERS Consultant shall not assign, sublease, hypothecate or transfer this Agreement or any interest in this Agreement, directly or indirectly, by operation of law or otherwise without prior written consent of City. Any attempt to do so without consent of City shall be null and void, and any assignee, sublessee, hypothecate or transferee shall acquire no right or interest by reason of an attempted assignment, hypothecation or transfer. The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint venture or syndicate or cotenancy, which shall result in changing the control of Consultant, shall be construed as an assignment of this Agreement. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint venture. 15. REPORTS Each and every report, draft, work product, map, record and other document reproduces, prepared or caused to be prepared by Consultant pursuant to or in connection with this Agreement shall be the exclusive property of City. No report, information or other data given to or prepared or assembled by Consultant pursuant to this Agreement shall be made available to any individual or organization by Consultant without prior approval by City. Consultant shall, at such time and in such forms as City may require, furnish reports concerning the status of services required under this Agreement. 0 0 16. CONFIDENTIALITY The information which results from the services in this Agreement is to be kept confidential unless the release of information is authorized by the City. 17. CITY'S RESPONSIBILITIES City shall furnish to Consultant base, maps, existing studies, ordinances, data and other existing information as shall be requested by Consultant and materials in City's possession necessary for Consultant to complete the work contemplated by this Agreement. City further agrees to provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. 18. ADMINISTRATION This Agreement will be administered by the Public Works Department. The Public Works Director or his /her designees shall be considered the Project Administrator and shall have the authority act for the City under this Agreement. The Project Administrator or his /her authorized representative shall represent the City in all matters pertaining to the services to be rendered pursuant to this Agreement. 19. EXTRA WORK Consultant shall receive compensation for extra work authorized by City in accordance with the schedule of billing rates set forth in Exhibit "B ". All extra work must be authorized in writing by the Project Administrator and Consultant shall not be entitled to extra compensation without authorization. 20. RECORDS Consultant shall keep records and invoices in connection with its work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be I 0 0 clearly identifiable. Consultant shall allow a representative of City during normal business hours to examine, audit and make transcripts or copies of such records. Consultant shall allow inspection of all work, data, documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 21. REIMBURSEMENT FOR EXPENSES Consultant shall not be reimbursed for any expenses unless authorized in writing by City. 22. MONTHLY INVOICES Consultant shall submit invoices to the City on a monthly basis in accordance with Consultant's schedule of fees contained in Exhibit "B" hereof. Each invoice will be itemized. Each invoice shall show the number of hours worked per person /consultant and the nature of the work performed. 23. PAYMENT OF COMPENSATION City shall make payments to Consultant within thirty (30) days of receiving a monthly invoice unless City disputes the amount Consultant claims is owned under this Agreement. 24. WITHHOLDINGS City may withhold payment of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue its work for a period of thirty (30) days from the date of withholding as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. The determination of the City Manager 4 0 0 with respect to such matter shall be final. Consultant shall be entitled to receive interest on any withheld sums at the rate of seven percent (7 %) per annum from the date of withholding of any amounts found to have been improperly withheld. 25. ERRORS AND OMISSIONS In the event that the Project Administrator determines that the Consultant's negligence, errors or omissions in the performance of work under this Agreement has resulted in expense to City greater than would have resulted if there were no such negligence, errors or omissions in the plans or contract specifications, Consultant shall reimburse City for the additional expenses incurred by the City including engineering, construction and /or restoration expense. Nothing herein is intended to limit City's rights under any other sections of this Agreement. 26. TEN PERCENT (10 %) WITHHOLDING City may withhold an amount equivalent to ten percent (10 %) of the total compensation provided herein, to be released to Consultant upon final adoption of the study by the Mayor and City Council. The City reserves the right to refuse to pay all billings requesting amounts in excess of ninety percent (90 %) of the total compensation provided herein until the project is completed and adopted as specified above. 27. NONDISCRIMINATION BY CONSULTANT Consultant represents and agrees that Consultant, its affiliates, subsidiaries or holding companies do not and will not discriminate against any subcontractor, consultant, employee or applicable for employment because of race, religion, color, sex, handicap or national origin. Such nondiscrimination shall include, but not be limited to, the following: employment, upgrading, demotion, transfers, recruitment, recruitment advertising, layoff, WSJ 0 termination, rates of pay or other forms of compensation and selection for training, including apprenticeship. 28. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other consultants in connection with this project. 29. CONFLICTS OF INTEREST A. The Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose financial interest that may foreseeable be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeable financially affect such interest. B. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by the City. The Consultant shall indemnify and hold harmless the City for any claims for damages resulting from the Consultant's violation of this Section. 30. SUBCONTRACTING A. Consultant shall not subcontract any portion of the work required by this Agreement, except as expressly stated herein, without prior approval of City. B. Subcontracts, if any, shall contain a provision making them subject to all provisions stipulated in this Agreement. 31. NOTICES All notices, demands, requests or approvals to be given under this Agreement shall be given in writing and conclusively shall be deemed served when delivered personally or on the second business day after the deposit thereof in the United States 11 • • LSAAno,-i.rer,M1. LSA ASSOCIATES, INC. CONFLICT OF INTEREST LIST Rob Balen Santa Ana Unified School District School District Board of Trustees 12/1/89 to 12/31/97 12/15/93(H: \GINA \FILES \CONFLICT.LST) • mail, postage prepaid, registered or certified, addressed as hereinafter provided. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: City of Newport Beach 3300 Newport Boulevard P. O. Box 1768 Newport Beach, CA 92658 -8915 Attention: Bill Patapoff, City Engineer All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: LSA Associates One Park Plaza Suite 500 Irvine, CA 92714 Attn: Art Homrighausen 32. TERMINATION In the event Consultant hereto fails or refuses to perform any of the provisions hereof at the time and in the manner required hereunder, Consultant shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) days, or if more than two (2) days are reasonably required to cure the default and Consultant fails to give adequate assurance of due performance within two (2) days after receipt by Consultant from City of written notice of default, specifying the nature of such default and the steps necessary to cure such default, City may terminate the Agreement forthwith by giving to the Consultant written notice thereof. City shall have the option, at its sole discretion and without cause, of terminating this Agreement without cause by giving seven (7) days' prior written notice to Consultant as provided herein. Upon termination of this Agreement, each party shall pay to the other 12 0 0 party that portion of compensation specified in this Agreement that is earned and unpaid prior to the effective date of termination. 33. COST OF LITIGATION If any legal action is necessary to enforce any provision hereof or for damages by reason for an alleged breach of any provisions of this Agreement, the prevailing party shall be entitled to receive from the losing party all costs and expenses in such amount as the court may adjudge to be reasonable attorneys' fees. 34. COMPLIANCES Consultant shall comply with all laws, state or federal and all ordinances, rules and regulations enacted or issued by City. 35. WAIVER A waiver by City 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. 36. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Consultant. 13 0 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. ATTEST: CITY CLERK APPROVED S TO FORM: CITY ATTORNEY CITY OF NEWPORT BEACH A Municipal Corporation WORKS DIRECTOR `3 14 CONSULTANT By. ,c' /l c'x."f LSA ASSOCIATES f:\g rou ps \pubwork \agmt \Isa6 b 11101/96 • I'ALI L SA Associates, Inc. 2 3 1996 1 Environmental Analysis T J wR� Transportation Engineering rd�t996 LSA �� _ Resource Management �' Cnrnrmmeq Planning Y` ... ' � C� ;LIE J Ecological Restoration EXHISII Al' Principals August 22, 1996 Rab Balers Lyn Calerdine Lee Card Mr. Emmet Berkery Steve 6ranholm City of Newport Beach Richard llarlacber Public Works Department Roger Harris 3300 Newport Boulevard, P.O. Box 1768 Art xontrigbansen Newport Beach, CA 92659 -1768 Larry Kennings George Kurtikn Caroll ec s�n Lobell Subject: Proposal for Implementation of the Detailed Interim Habitat Loss Bill Afarer Mitigation Plan for the Fletcher Jones Motorcars Dealership at the Ray McCann San Diego Creek North Site Bob Sehonholtz MalcoBnJ, Sproul Dear Mr. Berkery: Associates LSA Associates, Inc. (LSA) is pleased to provide the City of Newport Beach (City) Deborah Baer with this scope of services and budget estimate for implementation of the De- Conrtie Calico tailed Interim Habitat Loss Mitigation Plan ( IHLMP) for the Fletcher Jones Motor - Steven V! Conkhng cats automobile dealership at the San Diego Creek North site. Implementation Ros, Dobbertecu of the IHLMP will fulfill the requirements of biological mitigation measures 7 -4, Cary Dow Ke,in Fnd,er 7 -5 and 7 -6 of the Draft EIR for the project, which require restoration and en- Clint Kellner hancement on City property in the mouth of Big Canyon. Karen Kv'rland Leura Lafler Be "son lee SCOPE OF SERVICES Sabrina Ni,bolls M. W "Bill" O'Con"ell We propose to perform the following tasks, as necessary to implement the Antbony Pent,s Brad Strom IHLMP: Jill WiLen • Contract for and manage seed propagation and container plant produc- tion; • Prepare contract specifications for site preparation, exotic weed removal and installation (including post - installations maintenance); • Assist during the bid process; • Monitor site preparation and exotic weed removal activities; • Monitor installation, performance and maintenance activity (through December 1997); • Prepare two reports (one as -built and one annual) documenting the progress of the restoration area. A proposal for monitoring and reporting in subsequent years will be provided in fall of 1997, when these costs can be more defined. 822i96«1ACNB501\13dPLEM.PR0» One Park Plaza, Suite 500 Telephone 714 553 -0666 lrvine, California 92714 Facsimile 714553 -8076 • • LSA Assacwtes, Inc. Task 1 - Contract For and Manage Seed Propagation and Container Plant Production In accordance with the IHLMP, we will assist the City in procuring and managing the contract for collection of the seed required for both the seeding and the production of the container plants. This seed is to be collected by a seed collec- tion firm specializing in native seed, under the supervision of a revegetation specialist. The management of the seed/propagule collection will include the following: • Monitoring the seed/propagule collection to assist in the identification of species (if necessary), approving collecting locations, and verifying that the amounts collected are as specified in the IHLMP. • Coordinating with the supplier and reviewing all purity and germination testing reports. • Coordinating delivery of the seed/propagules to the nursery for prop- agation. • Coordinating delivery of the seed to the site, consistent with timing of installation. • Inspecting the seed materials and labels upon delivery to document species, quantities and condition of the seed. We will also assist the City in choosing and contracting with a qualified nursery specializing in the growing of native plants for the production of the container plants. The management of the plant materials production will include the following: Ensuring that the correct number and size of each required species are produced and ready for planting during the fall and winter of 1996/97. Inspecting the plant materials at the nursery prior to delivery and at the time of delivery to assure the adequacy of quality (i.e., healthy plants with fully developed root systems), for planting success. Task 2 - Prepare Contract Specifications Using the IHLMP, we propose to prepare contract specifications for the site preparation, exotic weed removal and installation activities, for use by the City in soliciting bids. We propose to prepare these specifications in two phases, to coincide with the natural separation of these tasks. The first phase will include the site preparation and exotic weed removal specifications, and the second will consist of the installation (and maintenance) specifications. These specifications will be submitted to the City in draft form for review and approval, before being finalized. Task 3 - Assist During the Bid Process LSA proposes to assist the City in soliciting bids for the above work. This task will include providing the City with a list of qualified contractors, contacting all 8/22/96� 1 ACNB501 \P"LEM. PRO» • • LSA Associates, Inc. prospective bidders, coordinating the pre-bid meeting/walk through, and collect- ing and reviewing the bids before sending them to the City with recommenda- tions. Task 4 - Monitor Site Preparation and Exotic Weed Removal Activities Once a contractor has been chosen to perform the site preparation and weed removal work, LSA will conduct a pre-job meeting/walk through with the suc- cessful bidder to review the scope of work and the methods by which the con- tractor proposes to accomplish the work. In addition, LSA will monitor the implementation of this work as necessary to ensure compliance with the specifi- cations. All completed work will be reviewed, and any deficiencies reported to the contractor for correction. LSA will also review requests for progress payments with the contractor, prior to their being submitted to the City for payment, to confirm that payment is being requested only for work that has been completed. Task S - Monitor Installation, Performance and Maintenance Activity ftbrougb December 1997) Once a contractor has been chosen to perform the installation and maintenance work, LSA will conduct a pre-job meeting/walk through with the successful bidder to review the scope of work and the methods by which the contractor proposes to accomplish the work. During planting and seeding, we propose to visit the site as needed, to ensure that planting and seeding methods are in compliance with those set forth in the IHLMP. In addition, as the revegetation specialist, we will make recommendations to the contractor if corrective mea- sures are necessary. The budget for this task includes the time required to flag the locations of the required container plants. The newly revegetated sites will require maintenance until the plant community has attained the performance standards set forth in the IHLMP. The expected time period for this is three years; however, the budget included in this proposal provides for this monitoring only through December 1997. Normal maintenance will include weeding and plant replacement. Although the contractor will perform this maintenance, we propose to inspect his work and notify the contractor and the City of any problems that may arise during the maintenance period. Locating early stages of any browsing damage, indications of insufficient soil moisture, vandalism, pest infestations or other serious prob- lems that may occur will help to avoid a significant loss or delay in the establish- ment of this plant community. Such corrective measures will be performed by the landscape contractor under contract to the City, and may include the follow- ing: 8/22i9&IACNB501 \IMPLEM.PR0- u • LSA Associates, Hoc. • Installing herbivore control fencing • Providing irrigation • Treating any pathological infestations that may occur • Repairing areas that are lightly damaged by erosion, by adding jute net- ting, etc. As an aid to the contractor and in order to reduce the amount of time required for maintenance inspections, LSA has prepared a maintenance manual with photos depicting the weed species to be removed, which will be adapted specifi- cally to this site. This manual will be supplied to the contractor for use during the maintenance period. In order to ensure that the revegetation areas are in compliance with the perfor- mance standards of the IHLMP, the plan requires that the entire revegetation process be monitored until the performance standards are met. We propose to perfomt the first year of monitoring after the installation is complete, as follows: Initial inspections during the 120 day establishment period. We will visit the site twice a month to examine the revegetation areas and determine the establishment success of the container plants and seed. Quarterly assessments. Visits will be conducted to assess the mainte- nance activity of the contractor and the condition of the revegetation areas relative to progress payments. However, more frequent visits may be necessary if any of the problems mentioned above are encountered. Evaluation of the site for survival, appearance and function. Evaluations will occur on a semiannual basis, and we propose to accomplish these performance evaluations in conjunction with our reviews of the con- tractors maintenance activity. Task 6 - Report Preparation In accordance with the IHLMP, an as -built report is required following installa- tion, and then annual reports are required thereafter until the performance standards are attained. LSA will prepare the as -built report approximately 30 days following the completion of the installation, and then the first annual report one year later. These reports will evaluate the performance of the seed- ing and plantings in accordance with the performance standards contained in the IHLMP, and will contain periodic photos of the site documenting its progress toward achievement of the performance standards. They will also identify any corrective actions necessary to achieve the performance standards. The reports will be based in part, on our records from Task 5. These reports will be submit- ted in draft form to the City for review, and in final form incorporating your suggestions to the U.S. Fish and Wildlife Service, and the California Department of Fish and Came. 8/22/9601: \CNB501\1MPLEM.PRO» • • LSA Associates, kt% Task 7 - Meetings and Project Management We have budgeted for attendance at six meetings over the duration of this con- tract to report the progress and to discuss specifications, corrective procedures or any other items of concern. We have allowed three hours for each meeting. This time includes travel time to and from the meeting, attendance at the meet- ing, and follow -up discussion subsequent to the meeting. Also included in this task is budget for reviewing and updating schedules and costs associated with the monitoring effort, coordinating transmission of infor- mation on project and budget status both internally and with the City, and coor- dinating internally with ISA staff, including field personnel, supervisors, and other staff members. Task 8 - Special Production Request In early July 1996, ISA produced 20 copies of the 1H124P for distribution by the City. Since this production task was not covered in our previous scope of work, we have included it in this proposal. Consequently, sufficient budget has been added to cover the time spent completing this task, as well as the cost of produc- tion materials (see attachments). BUDGET We propose to perform this work on an hourly basis, consistent with the terms of our current contract. We estimate the following budget will be adequate to perform these tasks: Task Budget Task 1 Contract For and Manage Seed Propagation $1,500 and Container Plant Production Task 2 Prepare Contract Specifications 4,200 Task 3 Assist During Bid Process 750 Task 4 Monitor Site Preparation and Exotic Weed 3,000 Removal Task 5 Monitor Installation, Performance and Main- 5,000 tenance (through December I ") 199 7 Task 6 Report Preparation 3,000 Task 7 Meetings and Project Management 2,000 Task 8 Special Production Request 400 Reimbursables 300 Total $20,150 822i96� ] ACNB501VMPLEM.PRO» • • LSA Associates, Im. Thank you for requesting this proposal from LSA. We look forward to continue working with you on this project. If you have any questions or request further information, please feel free to contact me at (714) 553-0666. Sincerely, LSA ASSOCIATES, INC. L � L e Art haause Principal Attachments 8R 296"1ACNB501\ VAPLEM. PRO» LSA At iate4 Im HOURLY BILLING RATES - 1996' Job Classirwation Hourly Rate PRINCIPAL $100 -165 ASSOCIATERROJECT MANAGER $ 65 -120 ASSISTANT PROJECT MANAGER $ 50 -75 PRINCIPAL INVESTIGATOR/PROJECT SCIENTIST $ 45 -70 ENVIRONMENTAL ANALYST /ASST. PLANNER/ASST. ENGINEER $ 40 -60 FIELD DIRECTOR ( ARCHAEOLOGY /PALEONTOLOGYBIOLOGY) $ 35 -50 RESEARCH ASSISTANT/FECHNICIAN $ 25 -50 FIELD CREW $ 15 -40 GRAPHICS $ 50 OFFICE ASSISTANT $ 35 WORD PROCESSING $ 45 Last revised October, 1993 The hourly rate for work involving actual expenses in court, giving depositions or similar expert testimony, will be billed at $175 per hour regardless of job classification. 522/96aLXOMCONTRACTYRO» 3 • TO: FROM: SUBJECT: C • 0 CITY OF NEWPORT BEACH • MEMORANDUM February 7, 1995 CITY MANAGER PUBLIC WORKS DEPARTMENT PROFESSIONAL SERVICES AGREEMENT FOR CIVIL ENGINEERING SERVICES, GEOTECHNICAL ENGINEERING SERVICES, AND ENVIRONMENTAL CONSULTANT SERVICES FOR THE SAN DIEGO CREEK NORTH SITE RECOMMENDATIONS: Staff recommends that the City Council authorize the Mayor and City Clerk to execute Professional Services Agreements for the subject project with the following firms: LSA Associates to perform environmental services for a fee not to exceed $94,000.00. 2. A.S.L. Consulting Engineers to perform civil engineering and surveying services for a fee not to exceed $94,000. Pacific Soils Engineering, Inc. to perform geotechnical engineering and site assessment services for a fee not to exceed $17,000. DISCUSSION: The City of Newport Beach (City), The Irvine Company (TIC), and Fletcher Jones Motorcars (FJM) have reached an understanding to develop the property commonly known as the San Diego Creek North site (SDCN) as a relocation site for FJM, whose dealership is currently located at 1301 Quail Street. The SDCN property is a triangular parcel bounded by Jamboree Road, San Diego Creek, and the San Joaquin Hills Transportation Corridor (SR 73) currently under construction. Title to the SDCN site is currently held by TIC. As stated in the Memorandum of Understanding (MOU), the City, TIC, and FJM are committed to developing the SDCN as a relocation site from FJM's Mercedes Benz dealership. It is the intention of all parties to pursue an aggressive project schedule which will allow the relocated dealership to open in December 1996, or as close to this date as possible. This necessitates initiating the environmental review process, zoning and entitlement procedures, grading and infrastructure design, right -of -way acquisition (Caltrans and the Transportation Corridor Agencies) and initial utility agency coordination by City staff, and on -site architectural and engineering design by the FJM consultant team. To initiate the City's portion of the project, staff implemented "qualifications -based selection" (QBS) process for the following services: (1) Environmental Consultant (2) Civil Engineering (3) Geotechnical Engineering ATTACHMENT 8 C� Page 2 • • The QBS process for necessary professional design and consulting services for government and public agencies is governed by the Brooks Architect - Engineering Act of 1972 which requires that architects, engineers and other consultants be selected on the basis of qualifications. • The City of Newport Beach has a procedure for obtaining professional services. The Public Works, Planning, and Utilities Departments use essentially identical procedures to obtain professional design and consulting services. The consultant selection process for these three services were conducted consistent with State law and City policy. Details about the selection process follow. ENVIRONMENTAL CONSULTANT SERVICES In conformance with the City's QBS process, a Request for Proposal (RFP) was solicited from three firms: Michael Brandman and Associates, LSA Associates, and Culbertson, Adams and Associates. All three firms have performed similar services for the City of Newport Beach in the past, and are familiar with the policies and procedures of the Planning Department. A copy of the RFP (and an addendum there to) is included as an attachment to this report. Proposals received from these three firms were reviewed by two representatives of the Planning Department and one representative of the Public Works Department. Criteria used to evaluate the proposals included: experience, • work on similar projects, proposed project team, project perception and approach, and general overall impression. On the basis of this criteria and experience with similar projects, the review team selected LSA Associates as the recommended firm. They have a team of highly qualified personnel who have worked or are working on several comprehensive environmental impact studies and reports for projects of similar or greater difficulty. A partial listing would include the following: 1.) San Joaquin Hills Transportation Corridor 2.) San Diego Creek Master Plan EIR 3.) Newport Coast Drive EIR 4.) Jamboree Road Widening in the City of Irvine The proposed Professional Services Agreement with LSA Associates provides for a comprehensive set of tasks to perform the necessary environmental • review services, interface with City staff, and solicit necessary input from the public, adjacent governmental agencies, adjacent property owners, and resource agencies as required by the California Environmental Quality Act (CEQA) and City ordinances and policies. Staff believes LSA Associates will provide a high quality, cost- effective, and timely environmental review services and will work closely and efficiently with City staff, the public, and other agencies to achieve all necessary environmental clearances for the project in order to meet the desired project completion date. Page 3 • • The proposed Professional Services Agreement with LSA Associates provides for a comprehensive set of professional level tasks necessary to complete the environmental review process. All of the tasks required are to be performed on • the basis of an approved Fee Schedule at an hourly rate, included in the Agreement. The Agreement provides a total "not -to- exceed" fee amount of $94,000.00. The specific work tasks and responsibilities are further enumerated and are detailed in the Agreement and are attached to this report. If approved, LSA Associates will be brought on board immediately to begin work. CIVIL ENGINEERING SERVICES The selection process for a civil engineering consultant (as well as for a geotechnical consultant) was nearly identical to the environmental consultant selection process. RFP's were sent to and proposals were received from four firms: ASL Consulting Engineers, Van Dell and Associates, Adams - Streeter Civil Engineers, and Williamson and Schmid. All these firms have extensive experience on projects in Newport Beach, either working directly for the City or for various private developers. A copy of the RFP (and addendum thereto) is included as an attachment to this report. • The proposals were reviewed by three representatives of the Public Works Department using the criteria described under the environmental consultant portion of this report. Based upon their review staff is recommending the selection of ASL Consulting Engineers. ASL is currently working on a project immediately adjacent to the site at Bayview Way and jamboree Road for the Orange County Water District, and is also currently designing 6000 lineal feet of 36 -inch water transmission main as part of the City's Groundwater Development Project. Their design teams members' past experience with public agency street and infrastructure projects, large grading projects and subdivision experience make ASL well qualified to perform the necessary design services in a timely manner. ASL also prepared the plans for widening East Coast Highway between MacArthur Boulevard and Bayside Drive. The proposed Professional Services Agreement with ASL Consulting Engineers provides for a comprehensive set of tasks necessary to perform civil engineering and topographic mapping and surveying services to prepare the necessary improvement plan and contract bid documents and interface with City staff and FJM architectural team in order to meet the proposed project completion date. The Agreement provides a total "not -to- exceed" fee amount of $94,000.00. The specific work tasks and additional responsibilities are further detailed in the agreement attached to this report. • If approved, ASL Consulting Engineers will be brought on board immediately to begin work, particularly on those items which need to be provided to other consultants. GEOTECHNICAL ENGINEERING SERVICES RFP's were sent to and proposals were received from three firms: Stoney - Miller Consultants, Pacific Soils Engineering and Geosoils. All three firms have performed geotechnical services in the City in the past and are familiar with the ,_ti I 0 0 Page 4 requirements of the City's grading ordinance and the policies and requirements of the Building Department. A copy of the RFP (and addendum thereto) is included as an attachment to this report. The proposals were reviewed by two representatives from the Public Works Department and one representative from the Building Department, using the same criteria used to select the environmental consulting and civil engineering firms. Based upon their review, staff is recommending the selection of Pacific Soils Engineering (PSE). PSE has performed geotechnical investigations on SR 73 and is very familiar with the SDCN property. The proposed Professional Services Agreement with Pacific Soils Engineering authorizes the initial geotechnical investigation, a Level 1 environmental site assessment, and the preparation of a preliminary geotechnical report. The specific work tasks and additional responsibilities are further detailed in the agreement attached to this report. The Agreement provides a total "not -to- exceed" fee of $17,000.00. Of this total, $13,500.00 is authorized for the preliminary geotechnical report, and $3,500.00 is authorized for the Level 1 site assessment. If approved, Pacific Soil Engineering will be authorized to begin work immediately as the Level 1 site assessment will be included in the environmental review documentation, and the preliminary soils investigation needs to be provided to the FJMC architectural design team and to the City's civil engineering consultant. r /, l 111��� � - Don Webb Public Works Director EB:kc • • • 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 (714) 644 -3311 ADDENDUM TO REQUEST FOR PROPOSAL FOR GEOTECHNICAL SERVICES SAN DIEGO CREEK NORTH SITE The City of Newport Beach has established a procedure for the selection of consultants to provide professional design and consulting services. This procedure conforms with the requirements of federal and state regulations regarding the selection of design professionals and consultants by public agencies to provide such services. The City's procedure is a "qualifications -based selection" (QBS) process which precludes "bidding" for professional services. Instead, it requires that consultants be selected on criteria relating to competence, experience, ability and qualifications. Therefore, consultants submitting a proposal for the subject project are advised of the following: • 1. Proposals submitted for this project should be prepared as outlined in the Request for Proposal (R.F.P.) without reference to specific fee amounts, either for the project as a whole or individual line items. The proposal should include a schedule of standard hourly rates, as stated in the R.F.P. 2. In addition to the written qualifications based proposal outlined in the R.F.P. and amended herein, the consultant shall provide a "Fee Schedule" outlining all applicable hourly rates and costs for services, including a breakdown of fees associated with each project task, and a total "not to exceed" fee which shall incorporate all work necessary to complete the project. The Fee Schedule shall be provided in a separate, sealed envelope. 3. Consultants are advised they must satisfy certain insurance requirements. The basic components of this requirement are liability insurance coverage and errors and omissions insurance coverage in the amount of One Million Dollars ($1,000,000.00). 4. City staff will review the written proposals and select one based on the quality of • the proposals received and the guidelines of the City's QBS procedure. The separate Fee Schedule submitted by the selected firm will be retained by City staff and used as a basis for negotiating a contract fee with the selected firm. The proposal and the contract will be presented to the City Council for recommended approval. 5. The separate Fee Schedules from the non - selected firms will be returned unopened. 3300 Newport Boulevard, Newport Beach 1� 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 (714) 644 -3311 REQUEST FOR PROPOSAL For Geotechnical Engineering Services for the City of Newport Beach San Diego Creek North Site Description and Location of Project: The City of Newport Beach has reached an understanding with the Irvine Company and Fletcher Jones Motorcars to develop the San Diego Creek North (S.D.C.N.) property as a relocation site for the Mercedez Benz dealership currently located on Quail Street between Spruce Street and Dove Street. The S.D.C.N. site is a triangular shaped parcel of land bounded by Jamboree Road, San Diego Creek, and the San Joaquin Hills Transportation Corridor (S.R. 73) which is currently under construction. Access to the site will be provided by an extension of Bayview Way easterly of Jamboree Road. This extension of Bayview Way is a segment of a future arterial roadway identified as University Drive North. The ultimate limits of Bayview Way /University Drive North extend from Jamboree Road to MacArthur Boulevard. It is the City's intention to pursue an aggressive project schedule which will allow for the relocated dealership to open in December 1996. Project Requirements and Strategy: The City will be negotiating with the Irvine Company to acquire title to the existing S.D.C.N. parcel and with Caltrans and the Transportation Corridors Agency (T.C.A.) to acquire title to approximately 1.1 to 1.5 acres of existing S.R. 73 right of way (after having it designated as surplus), including an easement to use the space beneath the future northbound Jamboree Road "flyover" on -ramp (J.R. 5) to S.R. 73. The surplus right of way would be combined with the S.D.C.N. parcel to create a site of approximately 8.6 acres, which would be available for site development upon completion of rough grading (into 2 or 3 large pads), utility infrastructure installation, and construction of Bayview Way street improvements. Site rough (or mass) grading and street and utility construction will be done as City cash contracts administered by the Public Works Department. Initially, Bayview Way will be extended a distance of approximately 600 feet from Jamboree Road easterly to the limits of an existing wetlands marsh. Construction of the balance of the ultimate Bayview Way /University Drive North will be constructed at an unspecified future date, and is not part of the proposed project. CNB 1/95 3300 Newport Boulevard, Newport Beach 1 • • • S5 • 0 0 Request for Proposal - Geotechnical Engineering San Diego Creek North Site Page Two Concurrent Consultant Services: There will be consultant service contracts for real estate appraisal, civil engineering services and environmental services awarded concurrently with this contract. The geotechnical engineering consultant will be expected to coordinate the work effort with these consultants and with the Fletcher Jones Motorcars' architectural design team, and provide support and assistance as required by the City. The geotechnical report will be included in and made a part of the Draft and Final Environmental Impact Report prepared by the Environmental Services consultant. Scope of Services: The following is a task list for the suggested approach to the project. This task list is intended to assist the consultant in the preparation of a contract proposal. It is not absolute, and if additional tasks are determined to be necessary, they should be indicated in the submitted proposal. • I. San Diego Creek North Site A. Review geotechnical reports for S.R. 73 and San Diego Creek South site development to determine sections which may be referenced. B. Prepare Level 1 site assessment for hazardous materials (including lead). This assessment shall include the surplus freeway right of way to be acquired. C. Prepare preliminary geotechnical report for site rough grading. The report shall address the need for over - excavation and include parameters for building construction. D. Prepare final geotechnical report upon conclusion of rough grading. The report shall include compaction test results and limits and depths of over - excavation. The consultant will budget adequate time to provide an on -site representative to observe the grading operation and take samples and perform tests, as necessary. • II. Bayview Way A. Review the geotechnical report and test results for T.C.A. rough grading of Bayview Way (part of S.R. 73 construction). B. Prepare Level 1 site assessment for Bayview Way rough graded section (including lead). CNB 1/95 2 �o 0 0 Request for Proposal - Geotechnical Engineering San Diego Creek North Site Page Three II. Bayview Way - continued C. Perform two (2) R -valve tests on rough graded section of Bayview Way. D. Take two core samples in existing Jamboree - Bayview intersection. E. Provide geotechnical services during street and utility infrastructure construction, including materials testing, trench compaction testing, sub -grade compaction testing and base material compaction testing. City Responsibility: The City will provide the following materials to the consultant: • 1. Preliminary Site Plan. 2. One copy of the applicable sheets of the San Joaquin Hills Transportation • Corridor Plans. (A copy of the geotechnical report for S.R. 73 is available for review at the offices of the Transportation Corridor Agency.) 3. Copies of architectural plans for the on -site development as they become available. Instructions for Submitting Proposals: Proposal should include the following: I. Identification of the consultant project team, including the Principal -in- Charge, Senior Project Manager or Project Manager who will supervise and review the work effort, and any sub - consultants deemed necessary, and a brief description of their recent projects. 2. Client contact person for the two most recent major projects of the Project • Manager. 3. Any suggested revisions to the scope of work the consultant deems necessary. 4. Project budget by task area, with a schedule of hourly rates and reimbursable expenses. 5. Proposed project schedule. CNB 1/95 3 0 Request for Proposal - Geotechnical Engineering San Diego Creek North Site Page Four • Proposals Should Be Submitted To: • • City of Newport Beach Public Works Department Attention: Emmet Berkery 3300 Newport Boulevard Newport Beach, California 92659 -8915 PROPOSALS MUST BE RECEIVED BY 5:00 P.M. ON THURSDAY, JANUARY 19,1995. CNB 1/95 0 a 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 (714) 644 -3311 ADDENDUM TO REQUEST FOR PROPOSAL FOR CIVIL ENGINEERING SERVICES SAN DIEGO CREEK NORTH SITE The City of Newport Beach has established a procedure for the selection of consultants to provide professional design and consulting services. This procedure conforms with the requirements of federal and state regulations regarding the selection of design professionals and consultants by public agencies to provide such services. The City's procedure is a "qualifications -based selection" (QBS) process which precludes "bidding" for professional services. Instead, it requires that consultants be selected on criteria relating to competence, experience, ability and qualifications. Therefore, consultants submitting a proposal for the subject project are advised of the following: 1. Proposals submitted for this project should be prepared as outlined in the Request for Proposal (R.F.P.) without reference to specific fee amounts, either for the project as a whole or individual line items. The proposal should include a schedule of standard hourly rates, as stated in the R.F.P. 2. In addition to the written qualifications based proposal outlined in the R.F.P. and amended herein, the consultant shall provide a "Fee Schedule" outlining all applicable hourly rates and costs for services, including a breakdown of fees associated with each project task, and a total "not to exceed" fee which shall incorporate all work necessary to complete the project. The Fee Schedule shall be provided in a sgparare, sealed envelope. 3. Consultants are advised they must satisfy certain insurance requirements. The basic components of this requirement are liability insurance coverage and errors and omissions insurance coverage in the amount of One Million Dollars ($1,000,000.00). 4. City staff will review the written proposals and select one based on the quality of the proposals received and the guidelines of the City's QBS procedure. The separate Fee Schedule submitted by the selected firm will be retained by City staff and used as a basis for negotiating a contract fee with the selected firm. The proposal and the contract will be presented to the City Council for recommended approval. 5. The separate Fee Schedules from the non - selected firms will be returned unopened. 3300 Newport Boulevard, Newport Beach • 5-1 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT P,O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 (714) 644 -3311 REQUEST FOR PROPOSAL For Civil Engineering Services for the City of Newport Beach San Diego Creek North Site Description and Location of Project: The City of Newport Beach has reached an understanding with the Irvine Company and Fletcher Jones Motorcars to develop the San Diego Creek North (S.D.C.N.) property as a relocation site for the Mercedez Benz dealership currently located on Quail Street between Spruce Street and Dove Street. The S.D.C.N. site is a triangular shaped parcel of land bounded by Jamboree • Road, San Diego Creek, and the San Joaquin Hills Transportation Corridor (S.R. 73) which is currently under construction. Access to the site will be provided by an extension of Bayview Way easterly of Jamboree Road. This extension of Bayview Way is a segment of a future arterial roadway identified as University Drive North. The ultimate limits of Bayview Way /University Drive North extend from Jamboree Road to MacArthur Boulevard. It is the City's intention to pursue an aggressive project schedule which will allow for the relocated dealership to open in December 1996. Project Requirements and Strateev: The City will be negotiating with the Irvine Company to acquire title to the existing S.D.C.N. parcel and with Caltrans and the Transportation Corridors Agency (T.C.A.) to acquire title to approximately 1.1 to 1.5 acres of existing S.R. 73 right of way (after having it designated as surplus), including an easement to use the space beneath the future northbound Jamboree Road "flyover" on -ramp (J.R. 5) to S.R. 73. The surplus right of way would be combined with the S.D.C.N. parcel to create a site of approximately 8.6 acres, which would be available for site • development upon completion of rough grading (into 2 or 3 large pads), utility infrastructure installation, and construction of Bayview Way street improvements. Site rough (or mass) grading and street and utility construction will be done as City cash contracts administered by the Public Works Department. Initially, Bayview Way will be extended a distance of approximately 600 feet from Jamboree Road easterly to the limits of an existing wetlands marsh. Construction of the balance of the ultimate Bayview Way /University Drive North will be constructed at an unspecified future date, and is not part of the proposed project. CNB 1/95 1 3300 Newport Boulevard, Newport Beach UP 0 Request for Proposal - Civil Engineering San Diego Creek North Site Page Two Concurrent Consultant Services: 0 There will be consultant service contracts for real estate appraisal, geotechnical services and environmental services awarded concurrently with this contract. The civil engineering consultant will be expected to coordinate the work effort with these consultants and with the Fletcher Jones Motorcars' architectural design team, and provide support and assistance as required by the City. Scope of Services: The following is a task list for the suggested approach to the project. This task list is intended to assist the consultant in the preparation of a contract proposal. It is not absolute, and if additional tasks are determined to be necessary, they should be indicated in the submitted proposal. I. Boundary and Topo A. City to provide title report B. Consultant to produce 40 scale aerial topo with sufficient overlap. Consultant will also provide diskette to City. C. Plot all easements and rights of way of record. D. Plot S.R. 73 improvements and right of way as though they are existing or have been recorded. E. Plot Salt Water Marsh grading as though it were complete. F. Shoot top of pipe elevations on 36" M.W.D. and 42" M.C.W.D. lines. Assume 12 -15 shots and two "move- ins." City will arrange for potholing. G. Locate and shoot outlet of 78" Caltrans storm drain. H. Plot all utilities of record including the ones previously mentioned. II. Preliminary Design A. Bayview Way extension (aka University Drive North) centerline profile from • Jamboree to MacArthur, including both intersections. B. 40 scale geometrics (i.e., lane configurations) for Bayview Way extension, including intersection modification to Jamboree, UN- US /UN -3 ramp, and MacArthur /MB -2 ramp. C. Preliminary cost estimate. CNB 1/95 2 0 . • • Request for Proposal - Civil Engineering San Diego Creek North Site • Page Three III. Improvement Plans A. Rough grading plan for San Diego Creek North Site pad. 1. Earthwork quantities including over- excavation. City will provide geotechnical report. 2. Erosion control plan, incorporating N.P.D.E.S. requirements. 3. Coordination with site architect and civil engineer. 4. N.P.D.E.S. Runoff Management Plan B. Bayview Way street improvement plan. 1. Jamboree Road to bridge approach (approx. 600 feet). 2. Street storm drain system. C. Jamboree Road intersection modification. 1. 20 scale indicating areas of overlay, cold milling, and removal. • 2. Median modifications. D. Jamboree /Bayview traffic signal plan. 1. Modification to existing signal. 2. Interconnect to future signals. E. Jamboree /Bayview street light plan. F. Domestic water plan. 1. Approximately 600 feet of 12" inch main in Bayview. 2. 2 fire hydrants and 1 fire protection stub to site. 3. 2 meter boxes and service stubs. G. Cost and quantity estimates for all of the above. IV. Right of Way and Legal Description Documents and Parcel Map • A. Caltrans surplus right of way and new easement for 78" storm drain. B. Easement for surface use beneath future JR -5 ramp. C. Legal description for S.C.E. 66 kv overhead realignment. D. Legal description for Pacific Bell easement adjacent to S.R. 73 CNB 1/95 3 \iti Request for Proposal - Civil Engineering San Diego Creek North Site Page Four IV. Right of Way and Legal Description Documents and Parcel Map continued... E. Legal description for access easement to M.W.D., M.C.W.D., and Pacific Bell through site. F. Final Parcel Map creating one parcel, including an easement for bicycle trail adjacent to S.R. 73. V. Agency Coordination and Meetings and Reproduction Services A. City of Newport Beach B. City of Irvine (Preliminary design only) C. Caltrans D. Transportation Corridor Agency E. Irvine Ranch Water District F. So. California Edison (for 66 kv) G. S. A. R. W. Q. C. B. IN. P. D. E. S. H. S.C.E., S.C.G., C.N.B., I.R.W.D., P.B., City of Irvine, and Caltrans for facilities within project limits 1. Resource Agencies (Corps of Engineers, U.S. Fish & Wildlife Service, California Department of Fish and Game, and Coastal Commission). J. Initial meeting authorization of 100 hours K. Initial reproduction and photocopy budget of $10,000. VI. Construction Bid Documents A. San Diego Creek North Site rough grading. B. Phase 1 improvements. VII. Construction Consultants and Coordination A. 40 hours (breakdown by phases) B. Shop drawing review C. Minor design revisions CNB 1/95 rd • 0 Y) . . • Request for Proposal - Civil Engineering San Diego Creek North Site Page Five • City Responsibility: The City will provide the following materials to the consultant: 1. Preliminary Title Report. 2. Geotechnical Report. 3. One copy of the applicable sheets of the San Joaquin Hills Transportation Corridor Plans. 4. One copy of the Salt Water Marsh grading plan. 5. One copy of relevant record drawings adjacent to the site. 6. Copies of architectural plans for the on -site development as they become available. Instructions for Submitting Proposals: • Proposal should include the following: 1. Identification of the consultant project team, including the Principal -in- Charge, Senior Project Manager or Project Manager who will supervise and review the work effort, and any sub - consultants deemed necessary, and a brief description of their recent projects. 2. Client contact person for the two most recent major projects of the Project Manager. 3. Any suggested revisions to the scope of work the consultant deems necessary. 4. Project budget by task area, with a schedule of hourly rates and reimbursable expenses. 5. Proposed project schedule. • Proposals Should Be Submitted To: City of Newport Beach Public Works Department Attention: Emmet Berkery 3300 Newport Boulevard Newport Beach, California 92659 -8915 PROPOSALS MUST BE RECEIVED BY 5:00 P.M. ON THURSDAY, JANUARY 19,1995. CNB 1/95 &I A • • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 (714) 644 -3311 ADDENDUM TO REQUEST FOR PROPOSAL FOR ENVIRONMENTAL CONSULTANT SERVICES SAN DIEGO CREEK NORTH SITE The City of Newport Beach has established a procedure for the selection of consultants to provide professional design and consulting services. This procedure conforms with the requirements of federal and state regulations regarding the selection of design professionals and consultants by public agencies to provide such services. The City's procedure is a "qualifications -based selection" (QBS) process which precludes "bidding" for professional services. Instead, it requires that consultants be selected on criteria relating to competence, experience, ability and qualifications. Therefore, consultants submitting a proposal for the subject project are advised of the following: 1. Proposals submitted for this project should be prepared as outlined in the Request for Proposal (R.F.P.) without reference to specific fee amounts, either for the project as a whole or individual line items. The proposal should include a schedule of standard hourly rates, as stated in the R.F.P. 2. In addition to the written qualifications based proposal outlined in the R.F.P. and amended herein, the consultant shall provide a "Fee Schedule" outlining all applicable hourly rates and costs for services, including a breakdown of fees associated with each project task, and a total "not to exceed" fee which shall incorporate all work necessary to complete the project. The Fee Schedule shall be provided in a separate, sealed envelope. 3. Consultants are advised they must satisfy certain insurance requirements. The basic components of this requirement are liability insurance coverage and errors and omissions insurance coverage in the amount of One Million Dollars ($1,000,000.00). 4. City staff will review the written proposals and select one based on the quality of the proposals received and the guidelines of the City's QBS procedure. The separate Fee Schedule submitted by the selected firm will be retained by City staff and used as a basis for negotiating a contract fee with the selected firm. The proposal and the contract will be presented to the City Council for recommended approval. 5. The separate Fee Schedules from the non - selected firms will be returned unopened. 3300 Newport Boulevard, Newport Beach ffi • • • Vc 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT P.O. BOX 1768, NEWPORT BEACH, CA 92659 -1768 (714) 644 -3311 REQUEST FOR PROPOSAL For Environmental Consultant Services for the City of Newport Beach San Diego Creek North Site Description and Location of Project: The proposed project consists of a General Plan amendment, zoning amendment, and a development permit for development of the San Diego Creek North (S.D.C.N.) property as a relocation site for the Mercedez Benz dealership currently located on Quail Street between Spruce Street and Dove Street. The S.D.C.N. site is a triangular shaped parcel of land bounded • by Jamboree Road, San Diego Creek, and assignment of the San Joaquin Hills Transportation Corridor (S.R. 73) which is currently under construction. Access to the site will be provided by an extension of Bayview Way easterly of Jamboree Road. This extension of Bayview Way is a segment of a future arterial roadway identified as University Drive North. It is the City's intention to pursue an aggressive project schedule which will allow for the relocated dealership to open in December 1996. Project Requirements and Strategy: The City will be negotiating with the Irvine Company to acquire title to the S.D.C.N. parcel and with Caltrans and the Transportation Corridors Agency (T.C.A.) to acquire approximately 1.1 to 1.5 acres of existing freeway right of way (after having it designated as surplus), including an easement to use the space beneath the future northbound Jamboree Road "flyover" on -ramp (J.R. 5) to S.R. 73. The surplus freeway land would be combined with the S.D.C.N. parcel to create a site of approximately 8.6 acres. Initially, Bayview Way will be extended a distance of approximately 600 feet from Jamboree Road easterly to the limits of an existing wetlands marsh. • Construction of the balance of the ultimate Bayview Way /University Drive North alignment is not part of the proposed project. The environmental work for S.D.C.N. will address development of the site as an automobile dealership with or without the J.R. 5 flyover ramp. Due to uncertainty of funding availability, the J.R. 5 ramp construction will not occur until or after completion of site development, and is not part of the proposed project. CNB 1/95 3300 Newport Boulevard, Newport Beach 1 Request for Proposal - Environmental Consultant San Diego Creek North Site Page Two Scope of Services: The following is a task list for the suggested approach to the project. This task list is only a suggestion. If additional tasks are deemed necessary, please indicate them in the submitted proposal. I. Project Management A. Coordinate with City staff regarding scheduling, data requirements and analysis methodology. B. Contract administration. C. Meetings with City staff, developer and consultants. II. Public Meetings A. Attendance at one scoping meeting will be required. City staff will schedule, organize and host the meeting. B. Attendance at one Planning Commission hearing and one City Council meeting. III. Investigation /Notice of Preparation A. Review Final E.I.R.'s for S.R. 73 (San Joaquin Hills Transportation Corridor), and the San Diego Creek South Site development, and the Circulation and Open Space Agreement to determine sections which may be referenced. B. Complete Environmental Analysis Checklist /Notice of Preparation with explanations emphasizing appropriate items to be addressed in the E.I.R. CNB 1/95 2 • 0 • V1 • Request for Proposal - Environmental Consultant San Diego Creek North Site isPage Three IV. Environmental Impact Report A. Draft E.I.R. and Technical Studies 1. Biology Study (impacts on existing Coastal sage scrub and wetlands areas within project limits) 2. Air Quality and Land Use Study 3. Traffic Study (Traffic Phasing Ordinance and General Plan issues) 4. Archeo -Paleo Study 5. Noise Study 6. Geotechnical Report (provided by City) B. Final E.I.R. and Response to Comments • V. Project Entitlement Support A. Interim Take Finding and Mitigation Plan B. Coastal Development Permit Support City Responsibility The City will provide the following materials to the consultant: 1. Preliminary site plan for S.D.C.N. 2. Preliminary T.C.A. plans for J.R. 5. 3. One copy of the Final E.I.R. for San Diego Creek South, and the Circulation Improvement and Open Space Agreement. The Final E.I.R. for S.R. 73 is available for review at the offices of the Transportation Corridor Agency. 4. Copies of all relevant City documents (e.g., planning and zoning documents, maps, aerial photos). • 5. Geotechnical Report (including Level 1 site assessment). 6. Topographic map of site. CNB 1/95 3 k0% Request for Proposal - Environmental Consultant San Diego Creek North Site Page Four Concurrent Consultant Services: There will be consultant service contracts for real estate appraisal, geotechnical services and civil engineering services awarded concurrently with this contract. The environmental services consultant will be expected to coordinate the work effort with these consultants and with the Fletcher Jones Motorcars' architectural design team, and provide support and assistance as required by the City. Instructions for Submitting Proposals: Proposal should include the following: 1. Identification of the consultant project team, including the Principal -in- Charge, Senior Project Manager or Project Manager who will supervise and review the work effort, and any sub - consultants deemed necessary, and a brief description • of their recent projects. 2. Client contact person for the two most recent major projects of the Project Manager. 3. Any suggested revisions to the scope of work the consultant deems necessary. 4. Project budget by task area, with a schedule of hourly rates and reimbursable expenses. 5. Proposed project schedule. Proposals Should Be Submitted To: City of Newport Beach Planning Department Attention: John Douglas 3300 Newport Boulevard Newport Beach, California 92659 -8915 PROPOSALS MUST BE RECEIVED BY 5:00 P.M. ON THURSDAY, JANUARY 19, 1995. CNB 1/95 4 bA To: Newport Beach City Council From: - February 13, 1995 Questions and Comments- Agenda ItemNo.15 2/13/95 Fletcher Jones MOU In reviewing the staff report it is evident that substantial effort has been put forth to move this project along. My concern is that we understand the City's true cost exposure, and after reviewing the staff report I have several questions and comments. Newspaper articles have indicated the City's costs will be $155,000 and this figure is used in the City Manager's memo of 2/13/95 as being the City's cost to assist in the entitlement process. Exhibit B to the Draft MOU indicates City responsibility to be $142,000. I wonder what the difference is? Additional contingency? The City Council already approved a $70,000 agreement on 11/28/94 with Berkery /Picard for this project. Also, the staff report being reviewed tonight indicates work has been done by Keyser Marston and George Jones. What were these costs ?. 3. What are the estimated costs for the very substantial City staff time to be utilized for this project? (Obviously a significant amount has already been used) 4. The draft MOU, paragr;3H states that City will prepare and process EIR evaluating development of the site and construction of all related off -site improvements and mitigation measures required by various agencies. Jones is to pay for that portion related to development of the automobile dealership. Then it refers to Exhibit B, but I don't see anything in Exhibit B relating to this work. I believe you are being asked to approve a $94,000 contract with LSA for this work, this evening. I don't see these costs in Exhibit B. Is the City to be responsible for a substantial portion of this $94,000 ? Also, is the City to be responsible for the $17,000 Pacific Soils contract which is before you tonight? 1 of 2 4�a r; � r J n. fit. 5. Paragraph III F pg 9 of draft MOU indicates Jones is not responsible for anticipated $1.7 million flyover costs, and that City will try to get TCA or OCTA to pay for. Considering 6 the fiscal status of these agencies (ie, OC pool) shouldn't the. City. be budgeting all or part of this $1.7 million in our costs? I find that the draft MOU is mute on the future 800 Ft. extension wl bridge of Bayview Way (east of initial 600 Ft. extension). Will the City have the obligation to pay this $3.38 million cost? Will it come from CIOSA funds? 7. Agenda Attachment 3, the City Public Works cost estimate indicates' costs of $900,000 for site grading & preparation. Is this a Fletcher Jones cost? 8. Paragraph D, pg 3 in the draft MOU Introduction refers to "Jones commitment to incur, development costs substantially in excess of those normally associated with the development of automobile dealership - - - - ". Paragraph III D, in the body ;;of •the..MOU::states -','J . -ones shall pay -,the cost of designing and constructing all, on -si_te and off -site improvements normally` associated with 'an automobile :'dealership "•and also notes that "major':public utility facilities_ may have to be .relocated at significant cost to Jones ". The use of the term "normally associated with "aii'autodiobile dealership" somewhatico* nflicts with the statement :in the Introduction, <and I suggest that this language be re- studied to minimize any potential conflicts. 9. Finally, will Jones pay standard property taxes? In summary, I believe that the City's cost exposure is far more than $155,000, and I would 'suggest that conservatism be utilized in arriving at a realistic estimate of the City' cost exposure for this project. 2 of 2