Loading...
HomeMy WebLinkAboutC-3485(A) - PSA for Storm Drain Diversion Support ServicesAMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT WITH EVEREST INTERNATIONAL CONSULTANTS, INC., FOR STORM DRAIN DIVERSION SUPPORT SERVICES THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, entered into this 11th day of January, 2005, by and between the CITY OF NEWPORT BEACH, a municipal corporation, (hereinafter referred to as "City") and EVEREST INTERNATIONAL CONSULTANTS, INC., a corporation whose address is 444 West Ocean Boulevard, Suite 1104, Long Beach, California, 90802, (hereinafter referred to as "Consultant "), is made with reference to the following: RECITALS A. On June 8, 2004, CITY and CONSULTANT entered into a Professional Services Agreement, hereinafter referred to as "Agreement ", for flow monitoring and computer modeling services for the storm drain diversions project hereinafter referred to as "Project". This Agreement is scheduled to expire on 315t day of December, 2005. B. City desires to enter into this Amendment No. 1 to reflect additional services not included in the Agreement or prior Amendments. C. City desires to compensate Consultant for additional professional services needed for Project. D. City and Consultant mutually desire to amend Agreement, hereinafter referred to as "Amendment No. 1 ", as provided here below. NOW, THEREFORE, the parties hereto agree as follows: 1: Consultant shall be compensated for services performed pursuant to this Amendment No. 1 according to "Exhibit A" dated December 3, 2004, attached hereto. 2. Total additional compensation to Consultant for services performed pursuant to this Amendment No. 1 for all work performed in accordance with this Amendment, including all reimburseable items and subconsultant fees, shall not exceed Twenty-nine Thousand, Five Hundred and 00 /100 Dollars ($29,500.00). 3. Except as expressly modified herein, all other provisions, terms, and covenants set forth in Agreement shall remain unchanged and shall be in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 1 on the date first above written. -OTA • • •- F0.01 11 1Ce• i • •9 LaVonne Harkless, City Clerk Attachment: Exhibit A CITY OF NEWPORT BEACH, A Municipal CA oratio ,, // 1V1ayo r"Steve rYB ro m be for the City of NewporyBe EVEREST INTERNATIONAL: By: , Ying-Keung Poon, P.E. Vice President f:\users\pbw\shared\agreements\fy 03-04\everest - storm drain amend-1.doc Exhibit A EVEREST December 3, 2004 Mr. Robert Stein City of Newport Beach Public Works Department P.O. Box 1768 Newport Beach, CA 92658 Subject. Amendment of the Storm Flow Diversion Support Services Contract — Development of a Hydrodynamic Model for Newport Bay Dear Bob: Thank you for contacting Everest International Consultants, Inc. (Everest) to assist the City of Newport Beach (City) in developing a hydrodynamic model for the entire Newport Bay. Once the hydrodynamic model is developed, it can be used to drive a water quality model to address various water quality issues for Newport Bay. Through the past studies for the City, Everest has developed a two - dimensional hydrodynamic model for the Lower Newport Bay. The model has been successfully used in conjunction with a water quality model to evaluate different water quality improvement alternatives. The proposed scope of work described below will expand the Lower Newport Bay model to include the Upper Newport Bay to build a hydrodynamic model for the entire Newport Bay. Water elevations and flow data collected by the University of California at Irvine (UCI) for Newport Bay in their past studies will be used for model verification. SCOPE OF SERVICES Task 1 — Model Development and Testing The hydrodynamic model grid that has been developed for Lower Newport Bay will be expanded to include the Upper Newport Bay. The U.S. Army Corps of Engineers recently conducted a bathymetric survey for Upper Newport Bay in September 2003. Their survey data will be used for the construction of the Upper Newport Bay model grid that will have sufficient resolution to represent the complex bathymetry of the area. Once the model grid is developed, model runs will be conducted to check that the model can properly simulate wetting and drying over mudflats in Upper Newport Bay. EVEREST INTERNATIONAL CONSULTANTS, INC. 444 West Ocean Boulevard, Suite 11D4, Long Beach, CA 90802 TEL (562) 435 -9305 • FAX (562) 435 -9310 • Mr. Robert Stein December 3, 2004 Page 2 of 2 Task 2 — Model Verification The UCI had collected some tidal elevation and current data in Newport Bay in their past water quality monitoring studies. Their data will be used to verify the hydrodynamic model developed under Task 1. In the model verification, the hydrodynamic model will be set up to simulate water elevations and currents in Newport Bay based on the ocean tides for the dates when the UCI field data were collected. The model predicted currents and water elevations will be compared with measurements at the UCI gage locations. The model parameters will be adjusted if found necessary to make the model - predicted currents and water elevations to match with the measurements. Task 3 - Report A report will be prepared summarizing the model setup, assumptions and verification results. A draft report will first be submitted to the City for review. A final report incorporating the City's comments will then be prepared upon consultation with the City. ASSUMPTIONS The City will assist in obtaining the field data collected by UCI. FEE AND SCHEDULE We propose to provide the services described above on a time and materials basis according to the billing rate schedule shown in Attachment A, with a final fee not-to- exceed $29,500 without prior written authorization from the City. The cost breakdown per task is shown in Attachment B. The model development and verification will be completed within ten (10) weeks of receiving the notice to proceed. A draft report will be completed within twelve (12) weeks. The final report will be completed within two (2) weeks of receiving comments from the City on the draft report. Please contact me by email at vino .poon(a?everestconsultants.com or by telephone at (562) 435 -9308 if you have any questions regarding this proposal. Thanks for inviting us to work on this interesting project. Sincerely, EVEREST INTERNATIONAL CONSULTANTS, INC. Ying -Keung P000�n, D.Sc., P.E. Vice PresidenttPrincipal Engineer Attachments: Billing Rate Schedule Cost Estimate Spreadsheet A& EVEREST Exhibit B Attachment A - Everest International Consultants, Inc. Rate Schedule Everest International Consultants, Inc. will provide professional services at the following rates between January 1, 2004 and December 31, 2004. Staff Category Hourly Rate Principal Engineer $145 Senior Engineer /Scientist II $130 Senior Engineer /Scientist 1 $115 Engineer /Scientist $100 Assistant Engineer $90 Staff Engineer $75 Technician /CAD Operator $65 Clerical $45 Other Direct Costs Unit Rate .Plotting $0.25 /ea. Bond $1.00 /s.f. Vellums $1.50 /s.f. Mylars $2.50/s.f. Coovino /Bindin 8.5 x 11 b &w copy $0.08 /ea. 11 x 17 b &w copy $0.25 /ea. 8.5 x 11 color copy $1.25 /ea. 11 x 17 color copy $2.50 /ea. Binding (Reports) $1.50 /ea. Transportation Personal Car (Mileage) $0.36 /mile Other Project Related Expenses Other expenses are invoiced at cost without mark up. Subconsultant Services Subconsuftants are invoiced at cost plus an agreed mark up. ATTACHMENT B - City of Newport Beach Model Development - Fee Estimate Prepared By: Ying Peon December 3, 2004 Labor Other Direct Costs Principal Engineer Engineer Assistant Engineer Unit Price Task Description EIC $14511-1r. EIC $10011-1r. EIC $901Hr. Total Task 1 Model Development and Testing Task 2 Model Verification Task 3 Report Hours 32 32 24 Cost $4,640 $4,640 $3,480 Hours 40 40 Cost $4,000 $4,000 Hours 40 40 16 Cost $3,600 $3,600 $1,440 Hours 112 112 40 Cost $12,240 $12,240 $4,920 Total 88 $12,760 80 $8,000 96 $8,640 264 $29,400 Labor Total $29,400 Other Direct Costs Total $141 Grand Total $29,541 • • Other Direct Costs Unit Price Quantity Cost Copies (8.5xl 1) $0.08 !copy 200 $16 Copies (11x17) $0.25 / copy 0 $0 Color Copies (8.5x11) $1.25 1 copy 100 $125 Plotting $1.50 I s.f. 0 $0 Mileage $0.36 1 mile 0 $0 Total $141 • • • � C3C /3� 8 Sc�� Y'fHE C47Y COUNCIL CITY OF NEWPORT BEACH Y O' !a WPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 7 January 11, 2005 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Robert Stein 949-644 -3311 rstein@city.newport-beach.ca.us SUBJECT: STORM DRAIN DIVERSIONS SUPPORT SERVICES — AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT WITH EVEREST INTERNATIONAL CONSULTANTS, INC. • RECOMMENDATION: Approve an increase in the scope of work for Everest International Consultants' (Everest) Professional Services Agreement in the amount of $29,500 to extend the existing two- dimensional hydrodynamic model for Newport Harbor into upper Newport Bay. DISCUSSION: Last year, Everest performed a sampling and modeling study to consider five potential storm drain diversions in the Harbor (at a cost of $57,613). Based on that study, Staff recommends not proceeding with costly diversion projects and instead pursuing potentially more effective water quality improvement projects. The storm drain diversion study was presented to the County of Orange, Orange County Sanitation District, and the Orange County Health Care Agency (OCHCA) and was received favorably, Douglas Moore, Director of OCHCA, recommended extending this study to the remaining storm drains in the Bay as well as along the coast of Orange County. At staff's request, Everest proposes to prepare a fully calibrated two- dimensional model of the entire bay, and use this model to perform water quality modeling using selected data from the University of California, Irvine. With this model, the City will have a very useful tool that will be the basic platform needed for predicting transport of sediment, SUBJECT: Storrs Drain Diver upport Services — Amendment No. 1 to Profe�al Services Agreement with Everest International Consu January 11, 2005 Page 2 bacteria, metals, and toxics within the Bay especially when discussions begin on TMDL allocations. The model will be completed by April 15, 2005. Everest is a leading expert in hydrodynamic and water quality studies and is the consultant selected by the Army Corps of Engineers to create the first real three - dimensional water quality model in southern California for the Santa Dominguez estuary. A two- dimensional model of Newport Bay verified by Everest will be respected by the Regional Board, County and other jurisdictional agencies. Environmental Review: The project was determined to be exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15306 of the CEQA Implementing Guidelines at the time the project was authorized by the City Council. This exemption covers basic research which does not result in a serious or major disturbance to an environmental resource. Public Notice: Not applicable. Funding Availability: Funds for this project are available in the following account: Account Description Account Number Amount City Manager Professional & Technical Services 0310 -8080 $29,500.00 ire r d by: �Subbmitte C Robert Stein / S0 en G. Badum Principal Civil Engineer Kblic Works Director Attachment: Amendment No. 1 0 - AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT WITH EVEREST INTERNATIONAL CONSULTANTS, INC., FOR STORM DRAIN DIVERSION SUPPORT SERVICES THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, entered into this 11th day of January, 2005, by and between the CITY OF NEWPORT BEACH, a municipal corporation, (hereinafter referred to as "City") and EVEREST INTERNATIONAL CONSULTANTS, INC., a corporation whose address is 444 West Ocean Boulevard, Suite 1104, Long Beach, California, 90802, (hereinafter referred to as "Consultant "), is made with reference to the following: RECITALS A. On June 8, 2004, CITY and CONSULTANT entered into a Professional Services Agreement, hereinafter referred to as "Agreement', for flow monitoring and computer modeling services for the storm drain diversions project hereinafter referred to as "Project'. This Agreement is scheduled to expire on 311day of December, 2005. B. City desires to enter into this Amendment No. 1 to reflect additional services not included in the Agreement or prior Amendments. C. City desires to compensate Consultant for additional professional services needed for Project. D. City and Consultant mutually desire to amend Agreement, hereinafter referred to as "Amendment No. 1 ", as provided here below. NOW, THEREFORE, the parties hereto agree as follows: Consultant shall be compensated for services performed pursuant to this Amendment No. 1 according to "Exhibit A" dated December 3, 2004, attached hereto. 2. Total additional compensation to Consultant for. services performed pursuant to this Amendment No. 1 for all work performed in accordance with this Amendment, including all reimburseable items and subconsultant fees, shall not exceed Twenty -nine Thousand, Five Hundred and. 001100 Dollars ($29,500.00). 3. Except as expressly modified herein, all other provisions, terms, and covenants set forth in Agreement shall remain unchanged and shall be in full force and effect. U IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 1 on the date first above written. APPROVED AS TO FORM: CITY OF NEWPORT BEACH, A Municipal Corporation By: Robin Clauson, Mayor Assistant City Attorney for the City of Newport Beach for the City of Newport Beach ATTEST: EVEREST INTERNATIONAL: By: LaVonne Harkless, Ying -Keung Poon, P.E. City Clerk Vice President Attachment: Exhibit A f lusers\pbwlsharedlagreements* 03- 041everest - storm drain amend -1 A= - 0 0 PROFESSIONAL SERVICES AGREEMENT WITH EVEREST INTERNATIONAL CONSULTANTS, INC. FOR STORM DRAIN DIVERSION SUPPORT SERVICES THIS AGREEMENT is made and entered into as of this 91h day of `1 Un -r- 20_, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "(5ity"), and EVEREST INTERNATIONAL CONSULTANTS, INC. a coastal engineering consultant whose address is 444 West Ocean Boulevard, Suite 1104, Long Beach, California, 90802 ( "Consultant "), and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is planning to evaluate the potential effectiveness of implementing selected storm drain diversions of dry weather flows to the sanitary sewer system. C. City desires to engage Consultant to perform flow monitoring for selected storm drains, advise City staff in collecting storm water runoff samples, analyze flow and water quality water data, and evaluate the potential effectiveness of implementing selected storm drain diversions. ( "Project"). D. Consultant possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement. E. The principal member of Consultant for purposes of Project shall be Dr. Ying Poon. . F. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and desires to retain Consultant to render professional services under the terms and conditions set forth in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the above written date, and shall terminate on the 31st day of December, 2005, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference. The City may elect to delete certain tasks of the Scope of Services at its sole discretion. 3. TIME OF PERFORMANCE Time is of the essence in the performance of services under this Agreement and Consultant shall perform the services in accordance with the schedule included in Exhibit A. The failure by Consultant to strictly adhere to the schedule may result in termination of this Agreement by City. Notwithstanding the foregoing, Consultant shall not be responsible for delays due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for the Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 3.1 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Consultant's control. 3.2 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances, by either telephone, fax, hand - delivery or mail. 4. COMPENSATION TO CONSULTANT City shall pay Consultant for the services on a time and expense not -to- exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Consultant's compensation for all work performed in accordance with this agreement, including all reimbursable items and subconsultant fees, shall not exceed Fifty -Seven Thousand Six Hundred Thirteen Dollars and no /100 ($ 57,613.00) without additional authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. 4.1 Consultant shall submit monthly invoices to City describing the work performed the preceding month. Consultant's bills shall include the name of the person who performed the work, a brief description of the services performed and /or the specific task in the Scope of Services to which it 2 a • relates, the date the services were performed, the number of hours spent on all work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Consultant no later than thirty (30) days after approval of the monthly invoice by City staff. 4.2 City shall reimburse Consultant only for those costs or expenses specifically approved in this Agreement, or specifically approved in advance by City. Unless otherwise approved, such costs shall be limited and include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services that Consultant agrees to render pursuant to this Agreement, which have been approved in advance by City and awarded in accordance with this Agreement. B. Approved reproduction charges. C. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 4.3 Consultant shall not receive any compensation for Extra Work without the prior written authorization of City. As used herein, "Extra Work" means any work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Compensation for any authorized Extra Work shall be paid in accordance with the Schedule of Billing Rates as set forth in Exhibit B. 5. PROJECT MANAGER Consultant shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Consultant has designated Dr. Ying Poon to be its Project Manager. Consultant shall not remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of services upon written request of City. Consultant warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 3 6. ADMINISTRATION This Agreement will be administered by the Public Works Department. Robert Stein shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of its responsibilities under this Agreement, City agrees to, where applicable: A. Provide access to, and upon request of Consultant, one copy of all existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. Provide blueprinting and other services through City's reproduction company for bid documents. Consultant will be required to coordinate the required bid documents with City's reproduction company. All other reproduction will be the responsibility of Consultant and as defined above. C. Provide usable life of facilities criteria and information with regards to new facilities or facilities to be rehabilitated. 8. STANDARD OF CARE 8.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed .by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. 8.2 Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications, insurance and approvals of whatsoever nature that are legally required of Consultant to practice its profession. Consultant further represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any and all licenses, permits, insurance and other approvals that are legally required of Consultant to practice its profession. Consultant shall maintain a City of Newport Beach business license during the term of this Agreement. 8.3 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by M r� u 0 reason of strikes, lockouts, accidents, or acts of God, or the failure of City to fumish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. HOLD HARMLESS To the fullest extent permitted by law, Consultant shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents and employees (collectively, the "Indemnified Parties) from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to any work negligently performed or services provided under this Agreement (including, without limitation, defects in workmanship or materials and /or design defects [if the design , originated with Consultant]) or Consultant's presence or activities conducted on the Project (including the negligent and /or willful acts, errors and /or omissions of Consultant, its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require Consultant to indemnify the Indemnified Parties from any Claim arising from the active negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Consultant. 10. INDEPENDENT CONTRACTOR It is understood that City retains Consultant on an independent contractor basis and Consultant is not an agent or employee of City. The manner and means of conducting the work are under the control of Consultant; except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute approval for Consultant or any,of Consultant's employees or agents, to be the agents or employees of City. Consultant shall have the responsibility for and control over the means of performing the work, provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Consultant as to the details of the performance or to exercise a measure of control over Consultant shall mean only that Consultant shall follow the desires of City with respect to the results of the services. 5 E 11. COOPERATION 0 Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Consultant on the Project. 12. CITY POLICY Consultant shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Consultant is responsible for keeping the Project Administrator and/or his /her duly authorized designee informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 14. INSURANCE Without limiting Consultant's indemnification of City, and prior to commencement of work. Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Consultant shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. D. Coverage Requirements. I. Workers' Compensation Coverage. Consultant shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California. In addition, Consultant shall require each subcontractor to similarly maintain Workers' Compensation 6 Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Consultant for City. ii. General Liability Coverage. Consultant shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. iii., Automobile Liability Coverage. Consultant shall maintain automobile insurance covering bodily injury and property damage for all activities of the Consultant arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. iv. Professional Errors and Omissions Insurance. Consultant shall maintain professional errors and omissions insurance,, which covers the services to be performed in connection with this Agreement in the minimum amount of one million dollars ($1,000,000). E. Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language: i. The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the Consultant. ii. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Consultant's operations or services provided to City. Any insurance maintained by City, including any self- insured retention City may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. 7 iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) calendar days written notice has been received by City. F. Timely Notice of Claims. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Consultant's performance under this Agreement. G. Additional Insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint - venture or syndicate or cotenancy, which shall result in changing the control of Consultant. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership orjoint- venture. 16. SUBCONTRACTING City and Consultant agree that subconsultants may be used to complete the work outlined in the Scope of Services. The subconsultants authorized by City to perform work on this Project are identified in Exhibit A. Consultant shall be fully responsible to City for all acts and omissions of the subcontractor. Nothing in this Agreement shall create any contractual relationship between City and subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. Except as specifically authorized herein, the services to be provided under this Agreement shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 0 0 17. OWNERSHIP OF DOCUMENTS Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents "), prepared or caused to be prepared by Consultant, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Consultant or any other party. Consultant shall, at Consultant's expense, provide such Documents to City upon prior written request. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed Documents for other projects and any use of incomplete Documents without specific Written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. 18. COMPUTER DELIVERABLES CADD data delivered to City shall include the professional stamp of the engineer or architect in charge of or responsible for the work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other Project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All original drawings shall be submitted to City in the version of AutoCAD used by City in ".dwg" file format on a CD, and should comply with .the City's digital submission requirements for Improvement Plans. The City will provide AutoCAD file of City Title Sheets. All written documents shall be transmitted to City in the City's latest adopted version of Microsoft Word and Excel. 19. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the services in this Agreement, shall be kept confidential unless City authorizes in writing the release of information. Q, 20. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his /her judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. 21. INTELLECTUAL PROPERTY INDEMNITY The Consultant shall defend and indemnify City, its agents, officers, representatives and employees against any and all liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. 22. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Consultant under this Agreement. All such records and invoices shall be clearly identifiable. Consultant shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Consultant shall allow inspection of all work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Consultant under this Agreement. 23. WITHHOLDINGS City may with payment to Consultant of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his /her designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 24. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than what would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or 10 0 0 restoration expense shall be borne by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 25. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other Consultants in connection with the Project. 26. CONFLICTS OF INTEREST The Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. 27. NOTICES All notices, demands, requests or approvals to be given under the terms of this Agreement shall be,given in writing, to City by Consultant and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Attn: Robert Stein Public Works Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Phone: 949 - 644 -3322 Fax: 949 - 644 -3308 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attn: Dr. Ying Poon Everest International Consultants, Inc. 444 West Ocean Boulevard, Suite 1104 Long Beach, CA 90802 Phone: 562 - 435 -9305 Fax: 562 - 435 -9310 11 • 28. TERMINATION E In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days prior written notice to Consultant. In the event of termination under this Section, City shall pay Consultant for services satisfactorily performed and costs incurred up to the effective date of termination for which Consultant has not been previously paid. On the effective date of termination, Consultant shall deliver to City all reports, Documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 29. COMPLIANCE WITH ALL LAWS Consultant shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all work prepared by Consultant shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 30. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 31. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and, agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 12 32. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 33. AMENDMENTS This Agreement may be modified or amended only by a written document executed by both Consultant and City and approved as to form by the City Attorney. 34. SEVERABILITY If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 35. CONTROLLING LAW AND VENUE The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 36. EQUAL OPPORTUNITY EMPLOYMENT Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: City Attorney for the City of Newport Beach ATTEy T: CITY OF NEWPORT BEACH, A Municipal Corporation By: Mayor _for the City of Newport Bea CONSULTANT: LaVonne Harkless, City Clerk Y' �- � �% Q Dr. Ying Poon �— Everest International Consultants, Inc. Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates f:\users\pbv✓\shared\agreements\fy 03-041everest - storm drain diversion.doc 13 • Ds?&d 14Ci10H 40 UMAUStaOM61` 06 tie 'Pr®j¢cE 1.1 INTRODUCTION Everest International Consultants, Inc. (Everest) is pleased to submit this proposal to the City of Newport Beach (City) in response to the March 23, 2004 Request for Proposal (RFP) titled, "Storm Drain Diversion Support Services." As explained in more detail below, Everest . is very familiar with the need of the City and the hydrodynamic conditions of Newport Harbor. Understanding of the hydrodynamic conditions at Newport Harbor is crucial for this proposed study to evaluate potential water quality improvements resulted from storm flow diversions. In addition, Everest is familiar with Propositionl3 Clean Beach Initiative (CBI) projects. We have recently completed another CBI project at Ventura County which involved the evaluation of different alternatives to improve water circulation at Kiddie Beach and Hobie Beach with the primary objective of reducing AB 411 violations at the two beaches. Everest will be assisted by Geomatrix Consultants Inc. (Geomatrix) who will be responsible for collecting flow data at the five storm drain locations identified by the City. Geomatrix is highly qualified for this task since they are very familiar with storm flow data collection in Orange County. Recently, they have been awarded a contract by the City of Costa Mesa to perform dry weather monitoring of over 100 storm drains for the City of Costa Mesa. 1.2 UNDERSTANDING OF THE PROJECT The City has obtained a Proposition 13 grant from the State Water Resources Control Board (SWRCB) to implement a dry weather storm flow diversion program (Program). The objective of the Program is to reduce bacteria levels in the Newport Harbor and consequently reduce exceedances of the AB 411 indicator bacteria criteria. The grant also specified that the City has to implement a monitoring plan to evaluate the effectiveness of the Program in achieving the goal of reducing bacteria levels in the harbor. The City has identified five major storm drains to be evaluated for this Program. Since the implementation and maintenance of storm drain diversions are very costly, the City will consider only those storm drain diversions that can significantly reduce bacteria levels in Newport Bay, especially near the beach areas. Hence, the primary objective of this study is to evaluate the effectiveness of implementing storm flow diversions at each of the five identified storm drains in reducing bacteria loadings to Newport Bay. The City will use the results of the study to develop storm drain diversion implementation plans for the most cost - effective storm drain locations. The Study contains two primary components: field monitoring and alternative evaluation. The field program will consist of comprehensive sampling of flow and water quality data on an event and/or continuous basis. Based on the collected data, as well as historical and Everest International Consultants, Inc. R918tT A a( Ci`tgo�/Ve�uport3¢acti$ter�n Drain �Dio¢rrien$uy�ert$¢ratces ongoing water quality data collected by the Orange County Health Care Agency (HCA), the impact of each storm drain to Newport Bay shall be evaluated such that a recommendation can be provided to the City on which storm drain to be diverted. The evaluation of the storm discharge impact to Bay water quality shall consider the complex hydrodynamic conditions of Newport Bay. Everest personnel possess a substantial level of familiarity with the site - specific hydrodynamics and water quality conditions through prior studies conducted for the City. Everest also understands that Proposition 13 grants have strict schedule constraints and administrative requirements to assure the public that the funds were spent in an effective and efficient manner. We know that the project has a tight schedule so our understanding of the project objectives and familiarity of the Newport Bay system will be essential in providing a quick assessment and recommendation to the City. In addition, our recent administrative experience with Proposition 13 projects will allow Everest the ability to prepare invoices and project progress reports quickly and efficiently; thereby saving the City time and money. Everest International Consultants, Inc. tXpI817 A D '560pe e65ej roes The Everest Team proposes to complete the Study 'tasks as outlined in the RFP following the approach presented below. The approach will be refined in consultation with the City during the kickoff meeting. TASK 1: HISTORICAL STORM FLOW AND WATER QUALITY INFORMATION The Everest team will obtain available historical storm flow and water quality data. Water quality data sources include the NPDCS Annual Progress Report. Since 2000, the Orange County HCA, part of the Ocean Water Protection Program; has been sampling Newport Bay weekly at 31 stations for bacteria levels and additional data are available since 1986. The water quality sampling locations are shown in Figure 1. In the figure, the discharge locations of the five storm drains into Newport Bay are also shown. We will review and analyze historical water quality data that have been collected for Newport Bay to identify spatial patterns of bacteria levels throughout Newport Bay. The spatial analyses will identify hot spots and their relations to the storm discharge locations. In addition, temporal changes in bacteria levels -throughout the Bay will also be analyzed in conjunction with the possible environmental forcing factors such as storm flow and precipitation, as well-as management measurements that have been implemented at various times. These temporal analyses will be performed by plotting the timelines of total coliform (TC), fecal coliform (FC), enterococus (EC), the ratio of total coliform to fecal coliform (TC /FC) and other environmental forcing parameters such as storm flow and precipitation data. The TC /FC ratio is typically used for indications of distant or local bacteria sources. Since TC has a lower die -off rate compared to FC, a high TC /FC ratio normally signifies distant bacteria sources while a TC /FC ratio close to unity can indicate local bacteria sources. The timeline analysis will be useful in seeking correlation between storm flows and bacteria levels in the Bay. Everest has used similar timeline analyses for the CBI project at Kiddie and Hobie Beaches to help identify factors causing high bacteria levels at the two beaches. Researchers of the University of California at Irvine (UCI) have also recently used similar timeline analysis techniques to help their interpretation of water quality data collected in Upper Newport Bay. TASK 2: STORM DRAIN MONITORING There are three components under this task: continuous flow monitoring of the five identified storm drains, design of a water quality sampling plan for the City to implement, and analyses and integration of the flow and water quality data to form the basis for evaluation of the storm drain diversions. These three components are discussed in detail in the following. EXHIBIT A Everest International Consultants, Inc. Figure 1 - Water Quality Testing Sites and Storm Drain Locations EI Ll ® • ��s��C' i� a�/��ewvoo: 6eac��tm� +++ !^%rnln (7iuorslan..�ja��n.'_,jeru�cns Task 2.1 Flow Monitoring The Everest team will carry out flow monitoring on the five sites designated by the City of Newport Beach (Arches, Dover Drive, El Paseo Drive, Carnation Avenue, and Polaris Drive). We understand that these sites have been desianated as monitoring locations because of the existence of a constant dry weather flow and their potential impact to water quality in Newport Bay. Four of the five monitoring locations are large diameter concrete pipes accessible through manholes and the last point is an open channel v- ditch. Based on information in the RFP and the pre - proposal meeting, we understand that the Dover Drive monitoring location access point will require a traffic control plan with lane closure and the v- ditch will require an encroachment permit from Caltrans. The traffic control plan, encroachment permit, confined space entry plan, and health & safety plan will be completed and in the possession of the field crews prior io flow monitoring site installation. The RFP states that the City will be responsible for obtaining all the encroachment permits. However, at the pre -bid meeting, the City indicated that they may want to have the selected consultant obtain the Caltrans encroachment permit. If the City desires, the Everest team will provide this service as proposed in Chapter 7 - Additional Tasks and Cost Saving Measures. The appropriate flow monitoring technology will be evaluated for each of the monitoring points. Once a more thorough evaluation of the sites is performed, the flow measurement systems will be designed. Based on our current understanding of the approximate depth of flow and monitoring point configurations, we will likely use area - velocity bubbler sensors to measure flow in the four large diameter pipe locations. The sensor uses Doppler technology coupled with precision water depth measurement. This flow measurement technology has the capability to measure flows from approximately three - quarters of an inch to 12 feet with an accuracy of +/- 2% and a range of negative 5 to positive 20 feet per second. The appropriate flow measurement technology for the open channel v -ditch is likely to be a weir. This will be sized and shaped according to expected flows. The Everest team will install the appropriate flow measurement equipment and continuously measure flow for a period of seven days as specified in the RFP. Flow measurement will be performed in conjunction with collection of-water quality samples by City of Newport Beach personnel. Flow data will be logged at 1- minute intervals over the entire monitoring period and the monitoring system will be checked two times over the monitoring period with data downloaded using a Data Transfer Unit (DTU). Data stored in the DTU will be transferred to a computer following the field inspection. The downloaded flow data will be used to create hydrographs depicting flow versus time for the seven -day period. Task 2.2 Water Quality Sampling Plan The primary objective of the water quality sampling program is to provide bacteria level data for the five storm drains that can be used in conjunction with the flow monitoring data to derive bacteria loadings from the storm drains to Newport Bay. The secondary objective is to collect data to identify the potential impact of bacteria loading from the storm discharges to different parts of Newport Bay, especially near beaches. Everest International Consultants, Inc. _ a��¢ it'y os/1�¢a�orf Boacti;j£a�•ja �ratii �iuer.sfnn Su��nYtjn.�wtcu The Everest team will prepare a water quality sampling plan identifying the location, frequency, and duration for sampling to meet the above objectives. The program will be designed to ensure sufficient data will be collected to provide statistically meaningful representation of the bacteria loading for each of the storm drains. However, since the City staff will be conducting the sampling, the sampling program will be designed to fit the City's staff work schedule to minimize the need for overtime work. In addition, 'to optimize the water sampling program such that the minimum number of samples is collected to meet the slated objectives, the sampling locations will be selected with the help of a numerical model that has been developed for Newport Bay by Everest during our prior work for the City. The model will be used to evaluate possible bacteria pathways discharging into Newport Harbor from the selected storm drains, from which the optimum sampling locations that capture the storm discharge impact will be identified. An example illustrating the use of the available numerical model to predict the bacteria pathways from the storm discharges is shown in Figure 2. In the figure, the movement of `'numerical tracers' representing bacteria being discharged into Newport Bay from the five storm locations during an ebbing tide is shown. The dots on each color line show the location of the tracer at an hourly interval for a total of ten hours after being discharged. The example illustrates the use of the numerical model to help identify possible bacteria pathways, hence, help to identify the best water sampling locations that can capture the impact of storm discharges. The example shown in Figure 2 also illustrates the complex hydrodynamic conditions in the Bay. Bacteria discharged from the five storm drains will affect different areas in Newport Bay. Task 2.3 Flow and Water Quality Data Analyses The water quality data collected by the City will be analyzed according to standard protocols to calculate the running geometric mean as specified in the RFP. Additional analyses will be performed to identify trends (e.g. weekday versus weekend) in the data and correlation with the storm flow intensity. The water quality data will then be combined with the flow hydrograph to calculate the representative pollutograph of each storm drain. The representative pollutograph will be used to evaluate the pollutant loadings to Newport Harbor from each storm drain. These pollutographs will also be used as input to the water quality numerical model described in Task 3 to evaluate the potential improvement in water quality in Newport Bay if storm drain diversion is implemented. Spatial variations of bacteria levels will also be examined in combination with the ongoing data collection program of the HCA. Correlations between high bacteria levels at hot spots and storm flows will be examined. The spatial variation in bacteria levels will also be used to verify the numerical model that will be used to evaluate the effectiveness of storm flow diversions in reducing bacteria levels in Newport Bay. Everest International Consultants, Inc. MEN - TASK. 3: STORM DRAIN DIVERSION ANALYSIS The Everest Team will utilize the flow and water quality data to evaluate low -flow storm drain diversion options. The'pollutant loadings for each storm drain to Newport Harbor obtained in Task 2 will first be compared to identify any obvious candidate for storm flow diversion. For example, if the water quality sampling data shows that one of the storm drains has bacteria levels and flow rates significantly lower than the other storm drains, it probably will not be a good candidate for storm flow diversion. For storm drains with similar flow and bacteria levels, their impact to water quality to New Bay will be evaluated so that a. recommendation can be made on which storm flows to divert. The potential impact to Newport Bay from each of the five storm drains depends on how the well the discharge from each storm drain mixes and disperses once the bacteria enters Newport Bay. The mixing and dispersion processes are governed by the tidal currents, channel dimensions, and channel properties. As mentioned earlier, Newport Bay has a complex geometry; leading to complex'hydrodynamic conditions from one location to another. The hydrodynamic and water quality model that Everest has developed for Newport Bay will be used to evaluate bacteria transport of each storm drain into Newport Bay. Since the Proposition 13 grant the City has obtained is focused on the reduction of AB 411 violations at beaches, special attention will be focused on the potential impact of the storm drains to water quality at beach areas. An example illustrating the use of the available numerical model to evaluate pollutant transport from the storm drains into Newport Bay is shown in Figure 3. In the figure, pollutant concentrations in the Bay resulted from continuous discharges of 1 gram per sec (gls) of pollutant from El Paseo Storm Drain and the Arches V -Ditch Storm are compared. This example clean" illustrates that pollutant discharge from the two storm drains will have very different impacts to Newport Bay. Pollutant from the Arches discharges into the western end of Newport Bay with poor water circulation will result in high pollutant concentration at a small local area, while pollutant from the El Paseo Storm Drain discharges into the Bay near the harbor entrance with better flushing will result in lower pollutant concentration over a larger area. The numerical model results will be used to select and recommend which storm drain(s) to be diverted that will lead to the most significant improvement in water quality in Newport Bay. For the storm drains that have been recommended for diversion, conceptual plans on flow diversion will also be provided. A letter report summarizing the collected flow and water quality data, evaluation methodology and results, as well as recommendation on storm flow diversion will be prepared. A draft report will first be submitted for the City to review. A final report accounting for the comments provided by the City will then be prepared. Everest lntemaiional Consultants. Inc. N d V N O Q. Q U) C O .y L 7 Q 0 E L O a+ U) L- 0 m d .0 V w V O L N O Q. O L- a. G 3 a d t O N f) d �O n`. v Cl) N O C. O a LO d z m LL m N co N N V coco L m Q� m co co LO N C_ C a0 C m m -3i r Y � m � m d r ti N co O N to c m to m 3 = o ro ro T -a) a a) .= @ ro C a C N cars U C N m O Ct) E m ? C -' C p ' Y ro D_ j N r N M R p p L E CJ C m m m y o m 5 c c `m m °) m w w m m m m ro ❑ E ro C C O O a _� `c - m a s m O .a ❑ N N N U c o g 2 m E d .. ID E p� O �6 > 3 3 '> 3 m m m m m Q p O (6 O O N ro C U O O O N U7 ii Y 2 0 u. LL_ u: K C) a n a N () G 3 a d t O N f) d �O n`. v Cl) N O C. O a LO d z m LL 0 0 Everest International Consultants, Inc. Rate Schedule . Everest International Consultants, Inc. will provide professional services at the following rates between January 1, 2004 and December 31, 2004, Staff Cateaory Hourly Rate Principal Engineer $145 Senior Engineer /Scientist II $130 Senior Engineer /Scientist 1 $115 Engineer /Scientist $100 Assistant Engineer $90 Staff Engineer $75 Technician /CAD Operator $65 Clerical $45 Other Direct Costs Unit Rate Dotting Bond $1.00 1s.f. Vellums $1.50 /s.f. Mylars $2.50 /s.f. 8.5 x 11 b &w copy $0.08 /ea. 11 x 17 b &w copy $0.25 /ea. 8.5 x 11 color copy $1.25 /ea. 11 x 17 color copy $2.50 /ea. Binding (Reports) $1.50 1ea. Transportation Personal Car (Mileage) $0.36 /mile Other Project_ Related Expenses Other expenses are invoiced at cost without mark up. Subconsultant Services Subconsultants are invoiced at cost plus an agreed mark up. EXHIBIT B JUN -04 -2004 FRI 04:06 , , LPjH M��, Q� Fax #: � FAX N0. • CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist !s Wrequito ments as outlined by the City of Newport E Data Received: t.IContact a ved From Date CompletedSent I� Company /Persortificate; y I. GENERAL L IABILITY A. INSURANCE COMPANY: B. C. D. E. G. P. 01 AM BEST RATING (A: VII or greater): ADMITTED Company (Must be Cal ro Is Company admitted in California? LIMITS (Must be $1 M or greater): Wh PRODUCTS AND COMPLETED OPE ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? PRIMARY & NON - CONTRIBUTORY WORDING (Must be included): Is it included? s ❑ No ❑ No H. CAUTION! (Confirm that loss or liability of the named Insured is not limited solely by their negligence) Does endorsement include "solely by ` d negligence" wording? ❑ Yes �j No I. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. II. AUTOMOBILE LIABILITY A. INSURANCE COMPANY: I D. E. AM BEST RATING.(A: VII or greater): ADMITTED COMPANY (MUSt be Califomia Admitted): Is Company admitted in California? X Yes ❑ No LIMITS (Must be $1 M min. BI & PD and $500,000 UM): What Is limits provided? ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers); Is It Included? A Yes ❑ No F. PRIMARY & NON -CONTRIBUTORY WORDING (For Waste Haulers onl Is it included? ❑ Yes ❑ No G. NOTIFICATION OF CANCELLATION: Although there is a provision a requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. BI, WORKERS' COMPENSATION A. B. C. D. INSURANCE COMPANY: AM BEST RATING (A: VII i LIMITS: Statutory WAIVER OF SUBROGATION (To include): Is it included? HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? . _i N ❑ No JUN U8 2004 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 12 May 25, 2004 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Robert Stein, P.E. 949 - 644 -3311 rstein@city.newport-beach.ca.us SUBJECT: CLEAN BEACHES - STORM DRAIN DIVERSION S — APPROVAL OF PROFESSIONAL SERVICES EVEREST INTERNATIONAL CONSULTANTS, INC. RECOMMENDATION: MAY z 2004 AGREEMENT WITH Approve a Professional Services Agreement with Everest International. Consultants, Inc. (Everest), of Long Beach, California, for Storm Drain Diversion Support Services at a contract price of $57,613.00, and authorize the Mayor and City Clerk to execute the Agreement. DISCUSSION: The City has received grants under the Clean Beaches Initiatives (Propositions 13 and 40 grants) that can be used to construct dry- weather storm flow diversions. Because storm drain diversions can be expensive to operate and maintain and grant funds cannot be used for O &M, Staff will only recommend diversions to the sanitary sewer system that will significantly reduce bacterial loads at beaches within Newport Bay. Therefore, a pre- engineering study is needed to determine if diversions will be effective. Under this contract, the consultant will evaluate if any of five candidate storm drains have high enough bacterial load to warrant a diversion. These candidate storm drains have been selected by Staff based on a review of the weekly fecal indicator bacteria measurements performed under the Orange County Health Care Agency's Environmental Health Division testing program in Newport Bay. These five candidate storm drains have been named the Arches, Dover Drive, El Paseo Drive, Carnation Avenue and Polaris Drive storm drains. Each storm drain will be evaluated for water quality and quantity of flow. Six firms were invited to submit proposals to provide water quality monitoring and evaluation services and two firms responded: 1. Everest International Consultants, Inc. 2. Moffatt & Nichol SUBJECT: Storm Drain Diversio prover of Professional Services Agreement with �st May 25, 2004 Page 2 A committee composed of City Staff from three Departments reviewed the proposals. The committee evaluated each firm's qualifications and past experience on similar projects before ranking Everest the highest. Everest specializes in coastal, estuarial, and river design and evaluations. Everest has successfully completed similar water quality evaluations for other cities in Southern California, as well as the Army Corps of Engineers and the Ports of Long Beach and Los Angeles. Staff successfully negotiated a fee of $ 57,613.00 with Everest to provide the necessary scope of services. The scope of professional services includes: 1. Collecting and analyzing historical storm flow and water quality information for Newport Harbor and Bay to identify patterns of bacteria levels. 2. Preparing a letter report summarizing findings and providing recommendations for the monitoring and sampling program. 3. Performing flow monitoring of the five candidate storm drains. The flow - monitoring program includes two weeks of continuous sampling. 4. Coordinating with the City personnel concurrently performing the water quality sampling and the Orange County Health Care Water Quality Lab at Shellmaker Island analyzing the samples. 5. Predicting water quality improvements in Newport Bay beach areas. 6. Preparing a letter report summarizing the methodology, evaluations and recommendations with regard to any proposed diversion. Funding Availabilit : The work under this contract cannot be funded under the City's Proposition 13 Grant per the provisions of that grant. However, there are sufficient funds available in the following account for the project: Account Description NPDES Program Funds Environmental Review: This project is categorica Submitted by: Stepht,66G. Badum Public Works Director Prepared y: Robert in, P.E. Principal Civil Engineer Account Number 7231- C5100011 Amount $57,613.00 exempt under Section 15306: Information Collection. 1, Da Kiff Assistant City Manager Attachment: Professional Services Agreement for Everest 0 0 PROFESSIONAL SERVICES AGREEMENT WITH EVEREST INTERNATIONAL CONSULTANTS, INC. FOR STORM DRAIN DIVERSION SUPPORT SERVICES THIS AGREEMENT is made and entered into as of this _ day of , 20 and between the CITY OF NEWPORT BEACH, a Municipal Corporation and EVEREST INTERNATIONAL CONSULTANTS, INC. a coastal engineering consultant whose address is 444 West Ocean Boulevard, Suite 1104, Long Beach, California, 90802 ( "Consultant "), and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to cant' on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is planning to evaluate the potential effectiveness of implementing selected storm drain diversions of dry weather flows to the sanitary sewer system. C. City desires to engage Consultant to perform flow monitoring for selected storm drain, advise City staff in collecting storm water runoff samples, analyze flow and water quality water data, and evaluate the potential effectiveness of implementing selected storm drain diversions. ( "Project "). D. Consultant possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement. E. The principal member of Consultant for purposes of Project shall be Dr. Ying Poon. F. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and desires to retain Consultant to render professional services under the terms and conditions set forth in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the above written date, and shall terminate on the 31 s` day of December, 2005, unless terminated earlier as set forth herein. • • 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference. The City may elect to delete certain tasks of the Scope of Services at its sole discretion. 3. TIME OF PERFORMANCE Time is of the essence in the performance of services under this Agreement and Consultant shall perform the services in accordance with the schedule included in Exhibit A. The failure by Consultant to strictly adhere to the schedule may result in termination of this Agreement by City. Notwithstanding the foregoing, Consultant shall not be responsible for delays due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for the Project, each parry hereby agrees to provide notice to the other party so that all delays can be addressed. 3.1 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Consultant's control. 3.2 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances, by either telephone, fax, hand - delivery or mail. 4. COMPENSATION TO CONSULTANT City shall pay Consultant for the services on a time and expense not -to- exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. In no event shall Consultant's compensation for all work performed in accordance with this agreement, including all reimbursable items and subconsultant fees, shall not exceed Fifty-Seven Thousand Six Hundred Thirteen Dollars and no /100 ($ 57,613.00) without additional authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. 4.1 Consultant shall submit monthly invoices to City describing the work performed the preceding month. Consultant's bills shall include the name of the person who performed the work, a brief description of the services performed and /or the specific task in the Scope of Services to which it 2 0 relates, the date the services were performed, the number of hours spent on all work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Consultant no later than thirty (30) days after approval of the monthly invoice by City staff. 4.2 City shall reimburse Consultant only for those costs or expenses specifically approved in this Agreement, or specifically approved in advance by City. Unless otherwise approved, such costs shall be limited and include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services that Consultant agrees to render pursuant to this Agreement, which have been approved in advance by City and awarded in accordance with this Agreement. B. Approved reproduction charges. C. Actual costs and /or other costs and/or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 4.3 Consultant shall not receive any compensation for Extra Work without the prior written authorization of City. As used herein, "Extra Work" means any work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Compensation for any authorized Extra Work shall be paid in accordance with the Schedule of Billing Rates as set forth in Exhibit B. 5. PROJECT MANAGER Consultant shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Consultant has designated Dr. Ying Poon to be its Project Manager. Consultant shall not remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of services upon written request of City. Consultant warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. K 6. ADMINISTRATION 0 This Agreement will be administered by the Public Works Department. Robert Stein shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of its responsibilities under this Agreement, City agrees to, where applicable: A. Provide access to, and upon request of Consultant, one copy of all existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. Provide blueprinting and other services through City's reproduction company for bid documents. Consultant will be required to coordinate the required bid documents with City's reproduction company. All other reproduction will be the responsibility of Consultant and as defined above. C. Provide usable life of facilities criteria and information with regards to new facilities or facilities to be rehabilitated. 8. STANDARD OF CARE 8.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. 8.2 Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications, insurance and approvals of whatsoever nature that are legally required of Consultant to practice its profession. Consultant further represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any and all licenses, permits, insurance and other approvals that are legally required of Consultant to practice its profession. Consultant shall maintain a City of Newport Beach business license during the term of this Agreement. 8.3 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by CI 0 reason of strikes, lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. HOLD HARMLESS To the fullest extent permitted by law, Consultant shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents and employees (collectively, the "Indemnified Parties) from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to any work negligently performed or services provided under this Agreement (including, without limitation, defects in workmanship or materials and /or design defects [if the design originated with Consultant]) or Consultant's presence or activities conducted on the Project (including the negligent and /or willful acts, errors and /or omissions of Consultant, its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require Consultant to indemnify the Indemnified Parties from any Claim arising from the active negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Consultant. 10. INDEPENDENT CONTRACTOR It is understood that City retains Consultant on an independent contractor basis and Consultant is not an agent or employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute approval for Consultant or any of Consultant's employees or agents, to be the agents or employees of City. Consultant shall have the responsibility for and control over the means of performing the work, provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Consultant as to the details of the performance or to exercise a measure of control over Consultant shall mean only that Consultant shall follow the desires of City with respect to the results of the services. 5 0 11. COOPERATION LJ Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Consultant on the Project. 12. CITY POLICY Consultant shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 1.3. PROGRESS Consultant is responsible for keeping the Project Administrator and/or his/her duly authorized designee informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 14. INSURANCE Without limiting Consultant's indemnification of City, and prior to commencement of work. Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Consultant shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. D. Coverage Requirements. i. Workers' Compensation Coverage. Consultant shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California. In addition, Consultant shall require each subcontractor to similarly maintain Workers' Compensation R 0 9 Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non- renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Consultant for City. ii. General Liability Coverage. Consultant shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. iii. Automobile Liability Coverage. Consultant shall maintain automobile insurance covering bodily injury and property damage for all activities of the Consultant arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. iv. Professional Errors and Omissions Insurance. Consultant shall maintain professional errors and omissions insurance, which covers the services to be performed in connection with this Agreement in the minimum amount of one million dollars ($1,000,000). E. Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language: i. The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the Consultant. ii. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Consultant's operations or services provided to City. Any insurance maintained by City, including any self- insured retention City may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. 7 iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) calendar days written notice has been received by City. F. Timely Notice of Claims. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Consultant's performance under this Agreement. G. Additional Insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint- venture or syndicate or cotenancy, which shall result in changing the control of Consultant. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint - venture. 16. SUBCONTRACTING City and Consultant agree that subconsultants may be used to complete the work outlined in the Scope of Services. The subconsultants authorized by City to perform work on this Project are identified in Exhibit A. Consultant shall be fully responsible to City for all acts and omissions of the subcontractor. Nothing in this Agreement shall create any contractual relationship between City. and subcontractor nor shall it create any obligation on the part of City to pay or.to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. Except as specifically authorized herein, the services to be provided under this Agreement shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. D 17. OWNERSHIP OF DOCUMENTS Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents"), prepared or caused to be prepared by Consultant, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Consultant or any other party. Consultant shall, at Consultant's expense, provide such Documents to City upon prior written request. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed Documents for other projects and any use of incomplete Documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. 18. COMPUTER DELIVERABLES CADD data delivered to City shall include the professional stamp of the engineer or architect in charge of or responsible for the work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other Project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All original drawings shall be submitted to City in the version of AutoCAD used by City in ".dwg" file format on a CD, and should comply with the City's digital submission requirements for Improvement Plans. The City will provide AutoCAD file of City Title Sheets. All written documents shall be transmitted to City in the City's latest adopted version of Microsoft Word and Excel. 19. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the services in this Agreement, shall be kept confidential unless City authorizes in writing the release of information. P. 20. OPINION OF COST 0 Any opinion of the construction cost prepared by Consultant represents his/her judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. 21. INTELLECTUAL PROPERTY INDEMNITY The Consultant shall defend and indemnify City, its agents, officers, representatives and employees against any and all liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. 22. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any services, expenditures and disbursements charged to City, for a minimum period of three (3) years; or for any longer period required by law, from the date of final payment to Consultant under this Agreement. All such records and invoices shall be clearly identifiable. Consultant shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Consultant shall allow inspection of all work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Consultant under this Agreement. 23. WITHHOLDINGS City may withhold payment to Consultant of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his /her designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 24. ERRORS AND OMISSIONS In the event of errors or omissions'that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than what would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or 10 restoration expense shall be borne by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 25. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other Consultants in connection with the Project. 26. CONFLICTS OF INTEREST The Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. 27. NOTICES All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, to City by Consultant and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Attn: Robert Stein Public Works Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Phone: 949 - 644 -3322 Fax: 949 - 644 -3308 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attn: Dr. Ying Poon Everest International Consultants, Inc. 444 West Ocean Boulevard, Suite 1104 Long Beach, CA 90802 Phone: 562- 435 -9305 Fax: 562 - 435 -9310 11 28. TERMINATION 0 In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days prior written notice to Consultant. In the event of termination under this Section, City shall pay Consultant for services satisfactorily performed and costs incurred up to the effective date of termination for which Consultant has not been previously paid. On the effective date of termination, Consultant shall deliver to City all reports, Documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 29. COMPLIANCE WITH ALL LAWS Consultant shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all work prepared by Consultant shall conform to applicable. City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 30. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 31. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. ii VA 32. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 33. AMENDMENTS This Agreement may be modified or amended only by a written document executed by both Consultant and City and approved as to form by the City Attorney. 34. SEVERABILITY If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 35. CONTROLLING LAW AND VENUE The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 36. EQUAL OPPORTUNITY EMPLOYMENT Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age.. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: City Attorney for the City of Newport Beach ATTEST: LaVonne Harkless, City Clerk CITY OF NEWPORT BEACH, A Municipal Corporation In Mayor for the City of Newport Beach CONSULTANT: Dr. Ying Poon Everest International Consultants, Inc. Attachments: Exhibit A — Scope of Services Exhibit B - Schedule of Billing Rates f: tuserslpbvAshared%agreementslfy 03- 041everest - storm drain diversion.doc 13 • The Everest Team proposes to complete the Study tasks as outlined in the RFP following the approach presented below. The approach will be refined in consultation with the City during the kickoff meeting. TASK 1.: HISTORICAL STORM FLOW AND WATER QUALITY INFORMATION The Everest team will obtain available historical storm flow and water quality data. Water quality data sources include the NPDES Annual Progress Report'. Since 2000, the Orange County HCA, part of the Ocean Water Protection Program, has been sampling Newport Bay weekly at 31 stations for bacteria levels and additional data are available since 1986. The water quality sampling locations are shown in Figure 1. In the figure, the discharge locations of the five storm drains into Newport Bay are also shown. We will review and analyze historical water quality data that have been collected for Newport Bay to identify spatial patterns of bacteria levels throughout Newport Bay. The spatial analyses will identify hot spots and their relations to the storm discharge locations. In addition, temporal changes in bacteria levels throughout the Bay will also be analyzed in conjunction with the possible environmental forcing factors such as storm flow and precipitation, as well as management measurements that have been implemented at various times. These temporal analyses will be performed by plotting the timelines of total coliform (TC), fecal coliform (FC), enterococus (EC), the ratio of total coliform to fecal coliform (TC /FC) and other environmental forcing parameters such as storm flow and precipitation data. The TCIFC ratio is typically used for indications of distant or local bacteria sources. Since TC has a lower die -off rate compared to FC, a high TC /FC ratio normally signifies distant bacteria sources while a TC /FC ratio close to unity can indicate local bacteria sources. The timeline analysis will be useful in seeking correlation between storm flows and bacteria levels in the Bay. Everest has used similar timeline analyses for the CBI project at Kiddie and Hobie Beaches to help identify factors causing high bacteria levels at the two beaches. Researchers of the University of California at Irvine (UCI) have also recently used similar timeline analysis techniques to help their interpretation of water quality data collected in Upper Newport Bay. TASK 2: STORM DRAIN MONITORING There are three components under this task: continuous flow monitoring of the five identified storm drains, design of a water quality sampling plan for the City to implement, and analyses and integration of the flow and water quality data to form the basis for evaluation of the storm drain diversions. These three components are discussed in detail in the following. EXHIBIT A Everest International Consultants, Inc. �2 � sLO�e O��E3�ULLQS I. I • The Everest Team proposes to complete the Study tasks as outlined in the RFP following the approach presented below. The approach will be refined in consultation with the City during the kickoff meeting. TASK 1.: HISTORICAL STORM FLOW AND WATER QUALITY INFORMATION The Everest team will obtain available historical storm flow and water quality data. Water quality data sources include the NPDES Annual Progress Report'. Since 2000, the Orange County HCA, part of the Ocean Water Protection Program, has been sampling Newport Bay weekly at 31 stations for bacteria levels and additional data are available since 1986. The water quality sampling locations are shown in Figure 1. In the figure, the discharge locations of the five storm drains into Newport Bay are also shown. We will review and analyze historical water quality data that have been collected for Newport Bay to identify spatial patterns of bacteria levels throughout Newport Bay. The spatial analyses will identify hot spots and their relations to the storm discharge locations. In addition, temporal changes in bacteria levels throughout the Bay will also be analyzed in conjunction with the possible environmental forcing factors such as storm flow and precipitation, as well as management measurements that have been implemented at various times. These temporal analyses will be performed by plotting the timelines of total coliform (TC), fecal coliform (FC), enterococus (EC), the ratio of total coliform to fecal coliform (TC /FC) and other environmental forcing parameters such as storm flow and precipitation data. The TCIFC ratio is typically used for indications of distant or local bacteria sources. Since TC has a lower die -off rate compared to FC, a high TC /FC ratio normally signifies distant bacteria sources while a TC /FC ratio close to unity can indicate local bacteria sources. The timeline analysis will be useful in seeking correlation between storm flows and bacteria levels in the Bay. Everest has used similar timeline analyses for the CBI project at Kiddie and Hobie Beaches to help identify factors causing high bacteria levels at the two beaches. Researchers of the University of California at Irvine (UCI) have also recently used similar timeline analysis techniques to help their interpretation of water quality data collected in Upper Newport Bay. TASK 2: STORM DRAIN MONITORING There are three components under this task: continuous flow monitoring of the five identified storm drains, design of a water quality sampling plan for the City to implement, and analyses and integration of the flow and water quality data to form the basis for evaluation of the storm drain diversions. These three components are discussed in detail in the following. EXHIBIT A Everest International Consultants, Inc. t ', Cif7 a�/UewpnrE beat ®EOYnI Task 2.1 Flow Monitoring wain �iuersinn npnrE ¢rulces • The Everest team will carry out flow monitoring on the five sites designated by the City of Newport Beach (Arches, Dover Drive, El Paseo Drive, Carnation Avenue, and Polaris Drive). We understand that these sites have been designated as monitoring locations because of the existence of a constant dry weather flow and their potential impact to water quality in Newport Bay. Four of the five monitoring locations are large diameter concrete pipes accessible through manholes and the last point is an open channel v- ditch. Based on information in the RFP and the pre - proposal meeting, we understand that the Dover Drive monitoring location access point will require a traffic control plan with lane closure and the v- ditch will require an encroachment permit from Caltrans. The traffic control plan, encroachment permit, confined space entry plan, and health & safety planwill be completed and in the possession of the field crews prior to flow monitoring site installation. The RFP states that the City will be responsible for obtaining all the encroachment permits. However, at the pre -bid meeting, the City indicated that they may want to have the selected consultant obtain the Caltrans encroachment permit. If the City desires, the Everest team will provide this service as proposed in Chapter 7 - Additional Tasks and Cost Saving Measures. The appropriate flow monitoring technology will be evaluated for each of the monitoring points. Once a more thorough evaluation of the sites is performed, the flow measurement systems will be designed. Based on our current understanding of the approximate depth of flow and monitoring point configurations, we will likely use area- velocity bubbler sensors to measure flow in the four large diameter pipe locations. The sensor uses Doppler technology coupled with precision water depth measurement. This flow measurement technology has the capability to measure flows from approximately three - quarters of an inch to 12 feet with an accuracy of +/- 2% and a range of negative 5 to positive 20 feet per second. The appropriate flow measurement technology for the open channel v- ditch is likely to be a weir. This will be sized and shaped according to expected flows. The Everest team will install the appropriate flow measurement equipment and continuously measure flow for a period of seven days as specified in the RFP. Flow measurement will be performed in conjunction with collection of water quality samples by City of Newport Beach personnel, Flow data will be logged at 1- minute intervals over the entire monitoring period and the monitoring system will be checked two times over the monitoring period with data downloaded using a Data Transfer Unit (DTU). Data stored in the DTU will be transferred to a computer following the field inspection. The downloaded flow data will be used to create hydrographs depicting flow versus time for the seven -day period. Task 2.2 Water Quality Sampling Plan The primary objective of the water quality sampling program is to provide bacteria level data for the five storm drains that can be used in conjunction with the flow monitoring data to derive bacteria loadings from the storm drains to Newport Bay. The secondary objective is to collect data to identify the potential impact of bacteria loading from the storm discharges to different parts of Newport Bay, especially near beaches. Everest International Consultants, Inc. a " CEf� a�/Veruport �eac�iSEari+i UYaEH VLU¢YS[OHS��p�arE,s¢rulces The Everest team will prepare a water quality sampling plan identifying the location, frequency, and duration for sampling to meet the above objectives. The program will be designed to ensure sufficient data will be collected to provide statistically meaningful representation of the bacteria loading for each of the storm drains. However, since the City staff will be conducting the sampling, the sampling program will be designed to fit the City's staff work schedule to minimize the need for overtime work. In addition, to optimize the water sampling program such that the minimum number of samples is collected to meet the stated objectives, the sampling locations will be selected with the help of a numerical model that has been developed for Newport Bay by Everest during our prior work for the City. The model will be used to evaluate possible bacteria pathways discharging into Newport Harbor from the selected storm drains, from which the optimum sampling locations that capture the storm discharge impact will be identified. An example illustrating the use of the available numerical model to predict the bacteria pathways from the storm discharges is shown in Figure 2. In the figure, the movement of "numerical tracers" representing bacteria being discharged into Newport Bay from the five storm locations during an ebbing tide is shown. The dots on each color line show the location of the tracer at an hourly interval for a total of ten hours after being discharged. The example illustrates the use of the numerical model to help identify possible bacteria pathways, hence, help to identify the best water sampling locations that can capture the impact of storm discharges. The example shown in Figure 2 also illustrates the complex hydrodynamic conditions in the Bay. Bacteria discharged from the five storm drains will affect different areas in Newport Bay. Task 2.3 Flow and Water Quality Data Analyses The water quality data collected by the City will be analyzed according to standard protocols to calculate the running geometric mean as specified in the RFP. Additional analyses will be performed to identify trends (e.g. weekday versus weekend) in the data and correlation with the storm flow intensity. The water quality data will then be combined with the flow hydrograph to calculate the representative pollutograph of each storm drain. The representative pollutograph will be usedto -evaluate the pollutant loadings to Newport Harbor from each storm drain. These pollutographs will also be used as input to the water quality numerical model described in Task 3 to evaluate the potential improvement in water quality in Newport Bay if storm drain diversion is implemented. Spatial variations of bacteria levels will also be examined in combination with the ongoing data collection program of the HCA. Correlations between high bacteria levels at hot spots and storm flows will be examined. The spatial variation in bacteria levels will also be used to verify the numerical model that will be used to evaluate the effectiveness of storm flow diversions in reducing bacteria levels in Newport Bay. Everest International Consultants, Inc. Figure 2 -Bacteria Pathways for Discharges from the Five Storm Drains to be Evaluated for this Study E G[tl e�/>1¢fu�oY[ �QgLI Sd0YJf1 ✓Yq[n DtueYSEa i jN� �0Y£ SeruEces TASK 3: STORM DRAIN DIVERSION ANALYSIS The Everest Team will utilize the flow and water quality data to evaluate low -flow storm drain diversion options. The pollutant loadings for each storm drain to Newport Harbor obtained in Task 2 will first be compared to identify any obvious candidate for storm flow diversion. For example, if the water quality sampling data shows that one of the storm drains has bacteria levels and flow rates significantly lower than the other storm drains, it probably will not be a good candidate for storm flow diversion. For storm drains with similar flow and bacteria levels, their impact to water quality to Newport Bay will be evaluated so that a recommendation can be made on which storm flows to divert. The potential impact to Newport Bay from each of the five storm drains depends on how the well the discharge from each storm drain mixes and disperses once the bacteria enters Newport Bay. The mixing and dispersion processes are governed by the tidal currents, channel dimensions, and channel properties. As mentioned earlier, Newport Bay has a complex geometry; leading to complex hydrodynamic conditions from one location to another. The hydrodynamic and water quality model that Everest has developed for Newport Bay will be used to evaluate bacteria transport of each storm drain into Newport Bay. Since the Proposition 13 grant the City has obtained is focused on the reduction of AB 411 violations at beaches, special attention will be focused on the potential impact of the storm drains to water quality at beach areas. An example illustrating the use of the available numerical model to evaluate pollutant transport from the storm drains into Newport Bay is shown in Figure 3. In the figure, pollutant concentrations in the Bay resulted from continuous discharges of 1 gram per sec (g /s) of pollutant from El Paseo Storm Drain and the Arches V -Ditch Storm are compared. This example clearly illustrates that pollutant discharge from the two storm drains will have very different impacts to Newport Bay. Pollutant from the Arches discharges into the western end of Newport Bay with poor water circulation will result in high pollutant concentration at a small local area; while pollutant from the El Paseo Storm Drain discharges into the Bay near the harbor entrance with better flushing will result in lower pollutant concentration over a larger area. The numerical model results will be used to select and recommend which storm drain(s) to be diverted that will lead to the most significant improvement in water quality in Newport Bay. For the storm drains that have been recommended for diversion, conceptual plans on flow diversion will also be provided. A letter report summarizing the collected flow and water quality data, evaluation methodology and results, as well as recommendation on storm flow diversion will be prepared. A draft report will first be submitted for the City to review. A final report accounting for the comments provided by the City will then be prepared. Everest International Consultants, Inc. Proposed Project Schedule for Storm Dram Diversion Support Services Figure 5 - Proposed Project Schedule 0 • Week Beginning May June July August Tasks 5/30 616 6/13 6/20 6/27 7/4 7111 7/18 7/25 8/1 8/8 8115 8/22 8/29 1. Historical Data Collection and Review Obtain Permits Develop Water Quality Sampling Plan 2. Flow Monitoring Equipment Installation Flow Monitoring Water Quality Sampling and Testing swim Flow and Water Quality Data Analysis Storm Drain Evaluation Recommendation 3. Draft Report Final Report Kick -off Meeting Progress Meeting 1 Progress Meeting 2 Progress Meeting 3 Figure 5 - Proposed Project Schedule 0 • 0 9 Everest International Consultants, Inc. Rate Schedule Everest International Consultants, Inc. will provide professional services at the following rates between January 1, 2004 and December 31, 2004. Staff Category Principal Engineer Hourly Rate $145 Senior Engineer /Scientist II $130 Senior Engineer /Scientist 1 $115 Engineer /Scientist $100 Assistant Engineer $90 Staff Engineer $75 Technician /CAD Operator $65 Clerical $45 Other Direct Costs Plotting Bond Unit Rate $1.00 /s.f. Vellums $1.50 1s.f. Mylars $2.50 /s.f. Copying /Binding 8.5 x 11 b &w copy $0.08 /ea. 11 x 17 b &w copy $0.25/ea. 8.5 x 11 color copy $1.25 /ea. 11 x 17 color copy $2.50 /ea. Binding (Reports) $1.50 /ea. Transportation Personal Car (Mileage) $0.36 /mile Other Project Related Expenses Other expenses are invoiced at cost without mark up. Subconsultant Services Subconsultants are invoiced at cost plus an agreed mark up. EXHIBIT B