Loading...
HomeMy WebLinkAboutC-3485(C) - Standard Agreement Grant (01-079-550); Clean Beaches; Little Corona, Buck Gully; Restoration and Water Quality Improvements:,TATE OF CALIFORNIA STANDARD AGREEMENT AMENL)MENT STD. 213 A (Rev 2/05) ® CHECK HERE IF ADDITIONAL PAGES ARE ATTACHED 21 Pages AGREEMENT NUMBER AME fr ilM�F� 01-079-550-0 �" " DGS REGISTRATION NUMBER: 1.. This Agreement is entered into between the State Agency and Contractor named below: . STATE AGENCY'S NAME State Water Resources Control Board t OFFICE AF THE Cffl-ftffth �� CONTRACTOR'S NAME CITY OF �FiV��(JRT BEACHCity of Newport Beach 2. The term of this Agreement is July 1, 2001 through March 31, 2007 3. The maximum amount of this $500,000.00 Agreement after this amendment is: Five hundred thousand dollars and no cents 4. The parties mutually agree to this amendment as follows. All actions noted below are by this reference made a part of the Agreement and incorporated herein: Standard Agreement #01-079-550-0 originally entered into on July 1, 2001, Amendment #1 entered into on December 17, 2002, Amendment #2 entered into on August 5, 2004, and Amendment #3 entered into on April 29, 2005 are hereby Amended on February 1, 2006 in the following particulars and no others: Std. 213 Item 2, 'Term of this Agreement" is amended by deleting reference to June 30, 2006 there from and inserting March 31, 2007 in place thereof (a nine (9) month Term extension) Exhibit A - Scope of Work (1 page), Exhibit A-1 - Work to be Performed (8 pages), Exhibit B - Budget Detail and Payment Provisions (5 pages), Exhibit D - Special Terms and Conditions (3 pages), and Exhibit E-SWRCB CBI Special Conditions (4 pages) are amended to read as follows: (deletions are indicated by strikethrough, revisions are bold and underlined). All other terms and conditions shall remain the same. IN WITNESS WHEREOF, this Agreement has been executed by the parties hereto CONTRACTOR California Department of Genera _Services Use Only CONTRACTOR'S NAME (If other than an individual, state whether a corporation, partnership, etc.) City of Newport Beach BY (Authorize DATE SIGNED (Do not type) A�� QA ) ct2WIL P S o X! F�7-D PRINTED NAM� AND TITLE OF PERSON SIGNING Don Webb, Mayor City of Newport Beach 7 2006ADDRESS Brd -49%M IY-ft*nf% Egp 2 I'lCYY lJVIL GVVIGYglu Newport Beach, CA 92658-8915 DEP OF GENERAL SERVICES STATE OF CALIFORNIA AGENCY NAME State ater Re ur s Control Board BY (A ed na ure) DATE SIGNED (Do not type) PRINTED NAME AND OF PERSONS ING Esteban Almanza, Chief, Division of ministrative Services E] Exempt per: ADDRESS 1001. I Street, 18th Floor Sacramento, CA 95814 • ` City of Newport Beach SWRCB No.: 01- 079 - 550-34 Page 1 of T EXHIBIT A SCOPE OF WORK 1. Contractor agrees to provide to the State Water Resources Control Board (SWRCB) subvention services as described herein: 2. The Contractor shall install up to four storm drain diversions, perform water circulation studies at Newport Dunes and Newport Island Channels, install catch basin inlet screens and filters, implement a storm drain flow and water quality assessment program, and construct one water quality treatment ro ect in the watersheds of Newport Bay in Newport Beach, Orange County California. 3. The project representatives during the term of this agreement will be: PROJECT REPRESENTATIVES State Agency: State Water Resources Control Board Contractor: City of Newport Beach SWRCB Project Representative: Laura Peters Project Representative: Don Webb, Mayor . Phone: 9116113411-58U Phone: 949 644 -3000 Fax: 916 341 -5707 Fax: 949 644 -3020 The SWRCB's Project Representative shall be Laura Peters of the Division of Financial Assistance. The SWRCB Project Representative shall be the day -to -day representative for administration of this Agreement, and, except as otherwise specifically provided, shall have full authority to act on behalf of the SWRCB with respect to this Agreement. The SWRCB's Executive Director, or designee, may also perform any and all acts that could be performed by the SWRCB Project Representative under this Agreement. Except as otherwise expressly provided, all communications relative to this Agreement shall be given to the SWRCB Project Representative. The Project Representative shall be Steve Bremberg Don Webb, Mayor, and his successor mayors. The Project Representative shall be the Contractor's representative for the technical conduct and administration of the Agreement and shall have full authority to act on behalf of the Contractor. All communications given to the Project Representative shall be binding as if given to the Contractor. The parties may change their SWRCB Project Representative or Project Representative upon providing written notice to the other party. Direct all inquiries to: State Water Resources Control Board Contractor's Name City of Newport Beach Division of Financial Assistance Section /Unit City Manager's Office Attention: ! z, � =aa L. Peto;Q ne Kendrick Attention: Dave Kiff Address: 1001 1 Street, 16 Floor Sacramento, CA 95814 Address: 3300 Newport Boulevard, Newport Beach, CA 92658 -8915 Phone: (916)344-5854341-5832 Phone: 949 6443002 Fax: 916 341 -5707 Fax: 949 644 -3020 4. Detailed description of work to be performed and duties of all parties shall be provided in accordance with Exhibit A -1 Work To Be Performed, which is attached hereto and made part of this Agreement. . . City of Newport Beach SWRCB No.: 01- 079 - 550-34 Page 1 of 488 EXHIBIT A-1 —WORK TO BE PERFORMED A. BACKGROUND AND GOALS Newport Bay is a water quality limited water body that is listed on the federal Clean Water Act's Section 303(d) List for sediment, nutrients, fecal coliform, and toxic pollutants. As a result of weekly testing (AB 411) done by the Orange County Health Care Agency at 35 different sites in Newport Bay and at twelve ocean sites (testing done by the Orange County Sanitation Agency), Newport Beach and Newport Bay had 40-31 beach postings, for a total of 738 -768 days (32-.3- 31.513each Mile Days) in 29932004. Two swimming areas in the Bay accounted for a maj ority _of the postings, meaning that high bacteria levels in the waters impaired the public's ability to swim in and enjoy these areas. The intent of this project is to reduce bacteria inputs from onshore sources and to increase die -off rates of on -water sources of bacteria so as to meet RECA standards in the Bay and along the shoreline. At the completion of this Project, the City expects a significant reduction in beach mile day postings. It does so by: Phase 1 Part 1. Installing up to 65 devices in catch basin inlets that combine a screen with a filter ('catch basin combos") in the storm drain network draining into Newport Island's channels Part 2. Plugging four remaining storm drains at Newport Dunes and diverting these flows ( "Dunes Diversions "); Part 3. Studying, and if appropriate, installing devices on a pilot basis to increase circulation and aeration in Newport Dunes and Newport Island, with the potential of permanently installing selected devices in a later phase, if shown to be effective. Phase 2: A. Designing and implementing a storm drain flow and water quality monitoring project B. Designing and constructing a water quality treatment ro ect at Arches Interchange (Old Newport Boulevard storm drain). The Project will combine the resources of the Clean Beaches Initiative with the resources of the City of Newport Beach (municipality with jurisdiction), the County of Orange's Health Care Agency (water testing), and the County of Orange's Resources and Development Management Department (RDMD). B. WORK TO BE PERFORMED The purpose of this Contract is to plan, design, and implement the Newport Beach CBI Bay /Beach Improvement Project. The Project includes these major components: Design, install and operate: • Stormdrain Diversions. The Project will design, construct, and implement up to four storm drain diversions in the following locations: Newport Dunes (four small plug - and -pump diversions) • Catch Basin Combos (combinations of a screen outside a catch basin inlet and filters behind the screen). Includes installing at least 65 catch basin combos at catch basin inlets; • Circulation Pilot Test. Analyze, via field- testing and modeling (using the existing RMA model of Newport Bay), the reduction in bacteria (if any) when devices that aerate and circulate bay • ` City of Newport Beach SWRCB No.: 01- 079 - 550-34 Page 2 of 448 EXHIBIT A -1 — WORK TO BE PERFORMED water are installed in Newport Dunes Swimming Lagoon and in the West Newport- Newport Island Channel. • Water Quality Treatment Ep ect. The Project will design and construct a water quality treatment wetland deteRtienr pro J ect basin in the Arches Interchange (Old Newport Boulevard storm drain). • Storm drain flow and water quality monitoring project. The project includes a component to assess the effectiveness as to how a diversion will improve water quality and reduce beach postings. The Contractor shall be responsible for the performance of the work as set forth herein below and for the preparation of products and a final report as specified in this Exhibit. The Project Representative shall promptly notify the SWRCB Project Representative of events or proposed changes that could affect the scope, budget, or schedule of work performed under this agreement. Task 1. Project Management and Administration 1.1 Provide all technical and administrative services as needed for contract completion; monitor, supervise and review all work performed; and coordinate budgeting and scheduling to assure that the contract is completed within budget, on schedule, and in accordance with approved procedures, applicable laws, and regulations. 1.2 Ensure that the contract requirements are met through completion of quarterly status reports submitted to the Contract Manager by the 10"' of the month following the end of the calendar quarter (March, June, September, and December) and through regular communication with the Contract Manager. The progress reports shall describe activities undertaken and accomplishments of each task during the quarter, milestones achieved, and any problems encountered in the performance of the work under this contract. The description of activities and accomplishments of each task during the quarter shall be in sufficient detail to provide a basis for payment of invoices and shall be translated into percent of task work completed for the purpose of calculating invoice amounts. 1.3 Disclosure Requirements - Include the following disclosure statement in any document, written report, or brochure prepared in whole or in part pursuant to this contract: "Funding for this project has been provided in full or in part through a contract with the State Water Resources Control Board (SWRCB) pursuant to the Costa- Machado Water Act of 2000 (Proposition 13) and any amendments thereto for the implementation of California's Clean Beaches Initiative. The contents of this document do not necessarily reflect the views and policies of the SWRCB, nor does mention of trade names or commercial products constitute endorsement or recommendation for use." The Contractor shall include in each of its subcontracts for work under this contract a provision. that incorporates the requirements stated within this subtask. 1.4 The Contractor and any of its subcontractors shall notify the Contract Manager at least ten (10) working days prior to any public or media event publicizing the accomplishments and/or results of this contract and provide the opportunity for attendance and participation by SWRCB representatives. 1.5 Complete a one -page contract summary form (form to be provided by the SWRCB) within three months of the contract execution. 1.6 Award subcontract(s) to appropriate organizations) to perform tasks as outlined in this agreement. Document steps taken in soliciting and awarding the subcontract and submit them to the Contract Manager for review. Document all subcontractor activities in quarterly reports. . • City of Newport Beach SWRCB No.; 01 -079- 550-34 Page 3 of 388 EXHIBIT A -1 — WORK TO BE PERFORMED 1.7 Every six months during the life of this contract, the Contractor shall develop and submit to their assigned SWRCB Program Analyst expenditure /invoice projections to enable funding to be available for payment of invoices. 1.8 At the completion of this project and prior to final payment, the Project Director shall fill out and provide a project survey form to the Contract Manager. Task Deliverables: 1.2 Quarterly Progress Reports, 1.5 Contract Summary Form, 1.6 Subcontractor Documentation, 1.7 Expenditure /Invoice projections, 1.8 Project Survey Form Task 2: Preliminary Design 2.1 Preliminary Newport Dunes Diversions Design. The Project Director shall oversee the preliminary design of the proposed diversions. 2.2 Preliminary Catch Basin Combo Designs. The Project Director shall oversee the preliminary plans to place at least 65 catch basin combos in areas impacted by high bacteria counts, including the West Newport storm drain network and the small watersheds that enter the Bay near Channel Place Park. 2.3 Circulation Improvement Studies and Pilot Project Plan. The Project Director shall oversee a consultants design of the Circulation Improvement Studies and Pilot Project Plan that would show the types of devices proposed to be installed, the monitoring program post- installation, any water quality modeling, and that would estimate effectiveness measures of the tested devices. 2.4 Preliminary Water Quality Treatment protect. The Project Director shall oversee the preliminary design of the water quality treatment basis ro gct. In an effort to streamline design for this project, preliminary and final design will be rolled into one task and the budget for final design will include preliminary design. Also, the storm, drain monitoring project (Task 2.5) includes some preliminary design work.for this project. 2.5 Storm Drain Monitoring — The Project Director shall oversee the selection of a consultant, to implement a storm drain monitoring program designed to characterize candidate storm drains within the Newport Bay watershed. Only a portion of this work applies to this contract. Task Deliverables: 2.1 Preliminary Dunes Diversion Design; 2.2 Preliminary Catch Basin Combo Designs; 2.3 Circulation Improvement Studies and Pilot Project Plan, 2.5 Storm Drain Monitoring Request for Proposals Task 3: Permits and CEQA Documents 3.1. The Project Director will prepare applicable California Environmental Quality Act (CEQA) document associated with the Project (found to be exempt under one or more categorical exemptions) and record with the Orange County Clerk- Recorder's office. 3.2. The Project Director will secure all required permits for project work. No work that is subject to permitting shall proceed under this contract until documents that satisfy the permitting process(es) are received by the Contract Manager. Permits may include (if deemed to be applicable by permitting agencies): a. US Army Corps of Engineers Section 404 Permit. Where any part of the Project would require dredging and filling of wetlands/waters of the United States, the contractor will secure a Corps Section 404 Permit. b. US Fish and Wildlife Section 7 Permit If any part of the Project would result in an impact to any federally listed species, the contractor will prepare a request for consultation under Section 7 of the Endangered Species Act with the US Fish and Wildlife Service (US F &WS). • • City of Newport Beach SWRCB No.: 01- 079 - 550-34 Page 4 of 488 EXHIBIT A -1 —WORK TO BE PERFORMED c. California Regional Water Quality Control Board, Santa Ana Region, Section 401 Permit If determined by Board staff to be applicable, the contractor will prepare and submit a request for a waiver under Section 401 of the Clean Water Act. Also, if applicable, prepare and submit a Notice of Construction Activity (NOCA) to conduct work under the City's NPDES General stormwater permit Prepare and submit any applicable stormwater pollution prevention plan associated with the latter permit. d. California Department of Fish and Game Streambed Alteration Agreement. If found to be applicable, prepare and submit a Streambed Alteration Agreement. e. California Coastal Commission Coastal Development Permit. If found to be applicable, after receiving an "approval in concept' (AIC) from the City of Newport Beach, prepare and submit application for a Coastal Development Permit. f. City of Newport Beach Approval in Concept (AIC) and Encroachment Permit If found to be applicable, prepare and submit a request for an AIC (see above) and an Encroachment Permit from the City of Newport Beach for any construction activity on publicly-owned land orright -of -way. t-9. Caltrans Encroachment Permit & Maintenance Agreement. Construction of the wetlands °•°, - ''basin- auallty treatment project will likely require an Encroachment Permit and a Maintenance Agreement from Caltrans. 3.3 The Project Director will provide liaison with the above- listed agencies to answer questions, coordinate field visits, secure permits; and incorporate any mitigation measures as outlined in the permit conditions. Task Deliverables: 3.1 CEQA Documentation; 3.2 Applicable Permits. Task 4: Final Project Engineering Contractor will oversee Final.Project Engineering to prepare construction documents that will allow the construction and implementation of Project components. Contractor will hire a consultant to prepare the construction documents needed for the Project. Contractor shall cause the work to be done through consultants on reports, drawings, and specifications necessary to prepare final construction documents needed for the Project 4.1 Prepare final documents for Newport Dunes Diversions. 4.2 Prepare a final list of all locations to install the catch basin "combos ", and include vendor documentation. 4.3 Implement the Circulation Improvement Study and the Pilot Project Plan. 4.4 Final Design: Contractor or consultant(s) will review the existing preliminary design work for the Water Quality Treatment Project, and prepare construction documents. 4.5 Implement the Storm Drain Monitoring Program in accordance with the RFP (Task 2.5), and City of Newport Beach Project Execution Guidelines. 4.6 Preparation of Contract Documents/Authorize Contract to be Let for Bid. Prepare contract documents (construction plans, specifications, and final cost estimate) for the Project(s) (Circulation Improvement Study, , the Water Quality Wetlands � Treatment Project, and the Storm Drain Monitoring Project) in • • City of Newport Beach SWRCB No.: 01- 079 - 550-34 Page 5 of 408 EXHIBIT A -1 —WORK TO BE PERFORMED accordance with City of Newport Beach standards. Let the Contract for bid per the City's standards. 4.7 Assistance with Bidding /Recommendation to City Council. Provide assistance to the City during the bidding period to answer questions, preparing any addenda to the Contract, and preparing a staff report with recommendation to the City Council on the award of the Project. Council reports will be prepared for the projects identified in Task 4.6. Task Deliverables: 4.1 Final Documents — Newport Dunes Diversions; 4.2 Final Catch Basin "Combos" Locations & Literature; 4.4 Final Construction Documents — Water QualityA4atlandS4 DeUmben-RasinTreatment Project; 4.6 Contract Document(s); 4.7 Council Staff Reports Task 5: Project Construction /Project Implementation 5.1 Construct the Newport Dunes Diversion diversions in accordance with the final documents prepared in Task 4.1. Delhrerables will Include photo documentation. 5.2 Catch Basin "Combos" Installation — City staff will install the debris screens on the front face of the catch basin. The filter manufacturer will install the filter(s) in the catch basin. Deliverables will include photo documentation. 5.3 Circulation Improvement Studies and Pilot Project Plan — Prepare final report based on the approved preliminary design. 5.4 Water Quality `A ,l °H° ^a° " ' ^°'°^^n asinTreatment Protect Construction — Construct Wes/ setentlen Rasin Water Quality Treatment Project in accordance with the Final Construction documents prepared in Task 4.4. Submit photo documentation of completed project. 5.5 Storm Drain Monitoring Program — Prepare final report based on the approved preliminary design. Task Deliverables: 5.1 Photo Documentation - Newport Dunes Diversions; 5.2 Photo Documentation Catch Basin project; 5.3 Final Report — Circulation Improvement Project; 5.4 As -built drawings of Water Quality Treatment '"letlan '° ' "°'°^"^^ Qa Project and photo documentation; 5.5 Final Report — Storm Drain Monitoring Program. Task 6: Quality Assurance Project Plan (QAPP) 6.1 Contractor will prepare and maintain a Quality Assurance Project Plan (QAPP)_ The existing approved QAPP will be modified to incorporate monitoring for the Water Quality Treatment `^f°�. #aAds Detention Basin Protect Language can be substituted to reference an approved existing QAPP. The QAPP shall be approved by the SWRCB QAPP officer prior to the implementation of any sampling or monitoring activities. Task Deliverable: 6.1 Approved Revised QAPP TASK 7:.MONITORING AND REPORTING PLAN AND DRAFT AND FINAL REPORTS 7.1 Contractor will prepare (and submit to the SWRCB for the Contract Manager's approval) a revised Monitoring and Reporting Plan (MRP) consistent with Water Code § 79148.8(d). The plan shall address the following information: • Describe the water quality baseline and quality of the environment to be addressed; • • City of Newport Beach SWRCB No.: 01- 079 -550-34 Page 6 of 4, a EXHIBIT A -1 —WORK TO BE PERFORMED • Identification of one or more likely sources of non -point source pollution in the Newport Bay, with additional specificity as to sources near the Arches Interchange, and Newport Dunes swimming lagoon; • A summary of the expected water quality benefits and the implementation methods of the catch basin combos, diversions, and basm water aualily treatment prole • Measurement of the effectiveness (pre- and post- Project) of the Projects components in preventing or reducing water quality impairments in Newport Bay, and, wh°•° appliG °h'° AI°.. pgFt BeaGhb ° n beach es • Describe the manner in which the project will be effective in preventing or reducing pollution and in demonstrating the desired environmental results. • Describe the monitoring program, including, but not limited to, the methodology, and the frequency and duration of monitoring. 7.2 Prepare a draft final project report that summarizes project accomplishments and submit to SWRCB Project Representative for review and comment. The report shall provide the following requirements: 1. A brief introduction section including a statement of purpose, the scope of the project, and a brief description of the approach and techniques used during the project. 2. A list of task products previously submitted as outlined in the Schedule of Completion. 3. Any additional information that is deemed appropriate by the Project Representative. 4. Indicate whether the purposes of the project have been met. Include information collected in accordance with the project monitoring and reporting plan, including a determination of the effectiveness of the best management practices or management measures implemented as part of the project in preventing or reducing non -point source pollution. 7.3 Prepare a final report that addresses comments from the SWRCB Project Representative. Task Deliverable: 7.1 Approved Revised Monitoring and Reporting Plan; 7.2 Draft Final Report, 7.3 Final Report City of Newport Beach • SWRCB No.: 01- 079 - 550-34 Page 7 of 498 EXHIBIT A -1 —WORK TO BE PERFORMED C. SCHEDULE OF COMPLETION DATES ask ISubftask I Deliverable I Com letion Date 1 Pro ect Mana ement and Administration 1.2 lQuarterly Progress Reports March 2002/guarterly 1.5 Contract Summary Form March, 2002 1.6 Subcontractor Documentation June 2005 1.7 Expenditure/ Invoice Projections July 2002/semi- annualiv thereafter 1.8 Project Survey Form March 29862007 2 Preliminary Design 2.1 Preliminary Dunes Diversion Design Feb 2002 2.2 Preliminary Catch Basin Combo Designs May, 2002 2.3 lCirculation Improvement Studies and Pilot Project Plan March 2003 2.5 IStorm Drain Monitoring RFP Apr 2004 3 Permits and CEQA Documents 3.1 CEQA Documentation I March 20042006 3.2 JApplicable Permits Mar 20052006 4 Final Project En ineerin 4.1 Final Documents — Newport Dunes Diversions May 2002 4.2 Final Catch Basin "Combos" Locations & Literature Dec 2003 4.4 Final Construction Documents — Water Quality Wetlands F 9etentie�Treatment Pro ect x&.2005 4.6 Contract Documents Mar-Aun 2005 4.7 Council Staff Reports Mar-Aua 2005 5 Project Construction /Project Implementation 5.1 Photo Documentation — Newport Dunes Diversions Aug 2002 5.2 Photo Documentation — Catch Basin Project Dec 2003 5.3 Final Re ort— Circulation Improvement Project Aug 2003 5.4 As -built drawings of Water Quality Treatment Wetlands Petenfaea-@asin -P ect and photo documentation Se t 20052006 5.5 Final Report — Storm Drain Monitoring Program Oct2004 6 Quali Assurance Project Plan PP 6.1 Approved Revised QAPP Mar 20052006 7 Monitoring and Reporting Plan and Draft and Final Reports 7.1 JApproved Revised Monitoring and Reporting Plan Mar 29052006 7.2 IDraft Final Report Feb 20062007 7.3 Final Report Mar 20862007 • • City of Newport Beach SWRCB No.: 01 -079- 550-34 Page 8 of 488 EXHIBIT A-1 — WORK TO BE PERFORMED D. REPORTS 1. The Project Representative shall submit a quarterly progress report to the SWRCB Project Representative describing activities undertaken, accomplishment of milestones, and any problems encountered in the performance of the work under this Agreement, and delivery of intermediate products, if any. The description of activities and accomplishments of each task during the quarter shall contain sufficient detail to provide a basis for payment of invoices and shall be translated into percent of task work completed for the purpose of calculating invoice amounts. 2. The invoice shall include a copy of the progress report If the progress report does not accompany the invoice, the invoice shall not be deemed complete until a copy of the progress report is received. 3. The Project Representative shall submit to the SWRCB Project Representative one reproducible master and two (2) copies of a draft report describing the work performed pursuant to Section B of this Exhibit for review and comment. 4. The SWRCB Project Representative shall submit final comments on the draft report to the Project Representative. 5. The Project Representative shall submit to the SWRCB Project Representative for approval one reproducible master and two (2) copies of the final report containing the results of the work performed and addressing the comments submitted to the Project Representative by the SWRCB Project Representative. The report shall not be considered final until accepted and approved by the SWRCB Project Representative. E. SPECIAL MITIGATION MEASURES [X] No special mitigation measures are attached to this grant or [ ] Special mitigation measures that must be complied with are as follows:. • • City of Newport Beach SWRCB No.: 01- 079 - 550-64 Page 1 of 5 EXHIBIT B BUDGET DETAIL AND PAYMENT PROVISIONS INVOICING AND PAYMENT For services satisfactorily rendered, and upon receipt and approval of the invoices, the State agrees to compensate the Contractor for actual expenditures incurred in accordance with the rates specified herein, which is attached hereto and made a part of this Agreement. A. Invoices shall include the Agreement Number and shall be submitted in triplicate not more frequently than" quarterly in arrears to: ' °.'r ' . ° °• °� °Devoe Kendrick State Water Resources Control Board Division of Financial Assistance 10011 Street, 16"' Floor Sacramento, CA 95814 B. Payments will be on a cost incurred basis, upon receipt of an undisputed invoice and completed "Request for Disbursement", SWRCB Form 262 submitted in accordance with the instructions contained herein. Invoices received by the SWRCB Project Representative that are not consistent with this format will be cause for an invoice to be disputed. In the event of an invoice dispute the SWRCB Project Representative shall notify Contractor by Initiating a Standard Form 209 INVOICE DISPUTE NOTIFICATION. Payment will not be made until the dispute has been resolved and a corrected invoice submitted. The SWRCB Project Representative is required to approve all invoices for reimbursement. Only invoices for costs incurred after July 1, 2001, with all appropriate backup documents (supporting itemized invoice) attached will be approved. The invoices shall include the following information: a. The word "Invoice" should appear in a prominent location at the top of the page(s) and include a sequential number. b. Printed name of the Contractor. c. Business address of the Contractor, including P.O. Box, City, State, and Zip Code; d. 'Bill To" is SWRCB; e. The date of the invoice; f. The contract number upon which the claim is based; g. An itemized account of the services by task for which the SWRCB is being billed; h. Include an itemized account of "in- kind" grant match or "dollar" grant match including what percent the match represents of the total grant match obligation; and Printed on Original Contractor Letterhead or original signature by the Contractor's Administrative Officer or designee. The invoice must show the time period actually being billed. Quarterly invoices must be based on the calendar quarter (ending in March, June, September, and December). • • City of Newport Beach SWRCB No.: 01- 079-550-34 Page 2 of 5 EXHIBIT B — BUDGET DETAIL AND PAYMENT PROVISIONS C. Computing the Amount Due Payment will be made upon submittal of an invoice which details the percentage of each task completed based on work not dollars spent. Notwithstanding any other provision of this contract, the Contractor agrees that the SWRCB may retain an amount equal to ten percent of the grant amount specified in this contract until completion of the Project to the satisfaction of the Division. Any retained amounts due to the Contractor will be promptly disbursed to the Contractor, without interest, upon completion of the Project D. Matching Funds If projects include capital costs, the project applicant shall identify those costs. The local matching contribution required by subdivision (f) of Section 79148.8 of the Water Code may be satisfied by in -kind match that meets all or a portion of local cost share required by subdivision (f) of Section 79148.8 of the Water Code. For the purposes of determining the capital cost of the Project, the in -kind match shall be included in the total project cost. The "Contractor' shall provide a matching contribution for the portion of the project consisting of capital expenditures for construction, according to the following formula: Project Capital Cost = Capital Cost Match by Recipient $1,000,000 to $5,000,000, inclusive = 20% $125,000 to $999,999, inclusive = 15% $1 to $124,999, inclusive= 10% E. Final Invoice The final invoice should include the amount of the remainder of the contract work. The invoice must be clearly marked FINAL INVOICE. F. Backup Documents It is necessary to provide monthly /quarterly reports, task products due, and vendor invoices for the purchase of equipment (items over $5000) as attachments to the invoices. You must, however, keep copies of all vendor invoices, timesheets, and any other documents related to the project for future audit purposes. G. Payment of Project Costs Contractor agrees that it shall provide for payment of its full share of the Project costs. All costs and payments for the Project shall be paid by the Contractor promptly and in compliance with all applicable laws. H. Withholding of Grant Disbursements The SWRCB may withhold all or any portion of the grant funds provided for by this contract in the event that: (1) The Contractor has materially violated, or threatens to materially violate, any term, provision, condition, or commitment of this contract; (2) The Contractor fails to maintain reasonable progress toward completion of the Project. • • City of Newport Beach SWRCB No.: 01- 079 - 550-34 Page 3 of 5 EXHIBIT B — BUDGET DETAIL AND PAYMENT PROVISIONS Fiscal Management Systems and Accounting Standards The Contractor shall comply with state standards for financial management systems. At a minimum, the Contractor's fiscal control and accounting procedures shall permit preparation of reports required by the state and tracking of grant funds to a level of expenditure adequate to establish that such funds have not been used in violation of state law or the terms of this. contract. The Contractor shall maintain separate Project accounts in accordance with generally accepted government accounting standards. J. Audit Disallowances The Contractor agrees it shall return any audit disallowances to the SWRCB. 2. LIMITATION OF FUNDING: The maximum amount to be encumbered under this Agreement for the 2001 fiscal year ending June 30, 2002 shall not exceed $500,000. 3. BUDGET CONTINGENCY CLAUSE A. It is mutually agreed that if the Budget Act of 2001/02 and/or any subsequent years covered under this Agreement does not appropriate sufficient funds for the program, this Agreement shall be of no further force and effect. In this event, the State shall have no liability to pay any funds whatsoever to Contractor or to furnish any other considerations under this Agreement and the Contractor shall not be obligated to perform any provisions of this Agreement. B. If funding for any fiscal year is reduced or deleted by the Budget Act for purposes of this program the State shall have the option to either cancel this Agreement with no liability occurring to the State, or offer an agreement amendment to Contractor to reflect the reduced amount [REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK] City of Newport Beach • SWRCB No.: 01- 079 -550-34 Page 4 of 5 EXHIBIT B - BUDGET DETAIL AND PAYMENT PROVISIONS 4. BUDGET A Task Budget Task Description CBI Phase 1 CBI Phase 2 City Match Project Total 1 Project Management & Administration $0 $2,008 $6,260 $33,000 $35,000 $38,260 2 Preliminary Design $44,900 900 $0 $0 $44;800 900 3 Permits and CEQA Documents $2,000 $2,000 $0 $4,000 4 Final Project Engineering - .Circulation Study $20,000 $0 $0 $20,000 - Catch Basin Combos $0 $1,000 $0 $1,000 - Arches WQ Treatment Protect $0 75;000 $73.00 0 $0 $75;080 73 000 Subtotal Task 4 $20,000 $76;000 $74.00 $0 $86;008 $94.00 5 Project Construction /Project Implementation RRDs & Diversions - Catch Basin Combos $430 888 128100 $e $14.00 0 $28,988 $26,000 $450,000 $168,100 - Dunes Diversions $3,000 $0 $0 $3000 SD Monitoring Program $0 $40,000 . $12,000 $33000 $12,000 $73;080 $24.000 Arches WQ Treatment Proje $0 $475;000 $189,750 $0 $13,000 $45;080 $202,750 Subtotal Task 5 $133,888 $131,100 $2x5;889 $216,760 $53;888 $51,000 $401;880 $397,950 6 Quality Assurance Prolact Plan $1,000 $1,000 $0 $2,000 QAPP 7 Monitoring and Reporting Plan $0 $0 $1,000 $1,000 Draft and Final Reports $0 $4;080 2000 $1,086 $3,000 $5,000 TOTALS $200,000 $300,000 $88,000 $588,000 [REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK] • • City of Newport Beach SWRCB No.: 01- 079 - 550-34 Page 5 of 5 EXHIBIT B — BUDGET DETAIL AND PAYMENT PROVISIONS B. Line Item Budget Task Description CBI Phase 1 CBI Phase 2 City Match Project Total 1 City Personnel Services (x1.3 benefits) $2;009 $33,000 $35;800 5 $38,250 — Hours ACM /Project Director (127 hours at $551hr 449 458 $87M — Hours WQ Specialist (200 hours at $35 /hr ) 4" 330 $1?200 — Hours Pr. Civil Engineer (485 hours at $50 /hr ) 465 264 $44,800 2 Operating Expenses $2,000 $2,000 $0 $4,000 -- Includes Permit Fees, Runoff Plan Printin 3 Construction /Implementation $433,000 $246,080 $215,750 $20,000 $61,000 $368,008 $397.8 50 131 100 — Includes construction management, contingency, and installation 4 Consultant Services $64 009 35;888 8 — For prelim and final engineering $65,000 $77,000 $4.000 $147,900 and studies $66,900 TOTALS $200,000 $300,000 $88,000 $588,000 [REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK] • • City of Newport Beach SWRCB No.: 01- 079 - 550-34 Page 1 of 3' EXHIBIT D SPECIAL TERMS AND CONDITIONS 1. Disputes: Any dispute arising under or relating to the terms of this Agreement, or related to performance hereunder, which is not disposed of by Agreement shall be decided by the SWRCB Project Representative, who shall reduce such decision to writing and mail or otherwise furnish a copy thereof to the Contractor. The decision of the SWRCB Project Representative shall be final and conclusive unless, within 15 calendar days from the date of receipt of such copy, the Contractor mails or otherwise delivers a written appeal to the State's Executive Director. The decision of the State's Executive Director, or Project Representative, on such appeal shall be final and conclusive unless determined by a court of competent jurisdiction to have been fraudulent, or capricious, or arbitrary, or so grossly erroneous as necessarily to imply bad faith, or not supported by any substantial evidence. In connection with any appeal under this Section, the Contractor shall be afforded an opportunity to be heard and to offer evidence and argument in support of the appeal. Pending final decision on any dispute hereunder, the Contractor shall proceed diligently with the performance of the Agreement work as directed by the SWRCB Project Representative unless the Contractor has received notice of termination. Decisions on any disputes hereunder may include decisions of both fact and law; provided, however, that nothing herein shall be construed as making final any decision on a question of fact or law in the event of any subsequent legal proceeding before a court of competent jurisdiction. Authority to terminate performance under the terms of this Agreement is not subject to appeal under this Section. All other issues including, but not limited to, the amount of any equitable adjustment, and the amount of any compensation or reimbursement which should be paid to the Contractor shall be subject to the disputes process under this Section. (PCC 10240.5, 10381, 22200 at seq, 40 CFR 31:70) 2. Rights .in Data: The Contractor agrees that all data, plans, drawings, specifications, reports computer programs, operating manuals, notes, and other written or graphic work produced in the performance of this Agreement are subject to the rights of the State as set forth in this section. The State shall have the right to reproduce, publish, and use all such work, or any part thereof, in any manner and for any purposes whatsoever and to authorize others to do so. If any such work is copyrightable, the Contractor may copyright the same, except that, as to any work which is copyrighted by the Contractor, the State reserves a royalty -free, nonexclusive, and irrevocable license to reproduce, publish, and use such work, or any part thereof, and to authorize others to do so. (40 CFR 31.34, 31.36) 3. Income Restrictions: The Contractor agrees that any refunds, rebates, credits, or other amounts (including any interest thereon) accruing to or received by the Contractor under this Agreement shall be paid by the Contractor to the State, to the extent that they are properly allocable to costs for which the Contractor has been reimbursed by the State under this Agreement. 4. Permits, Subcontracting, Waiver, Remedies and Debarment: The Contractor shall procure all permits and licenses necessary to accomplish the work contemplated in this Agreement, pay all charges and fees, and give all notices necessary and incidental to the due and lawful prosecution of the work. Any subcontractors, outside associates, or consultants required by the Contractor in connection with the services covered by this Agreement shall be limited to such individuals or firms as were specifically identified and agreed to during negotiations for this Agreement, or as are specifically authorized by the SWRCB Project Representative during the performance of this Agreement. Any substitutions in, or additions to, such subcontractors, associates, or consultants, shall be subject to the prior written approval of the SWRCB Project Representative. Any waiver of rights with respect to a default or other matter arising under the Agreement at any time by either party shall not be considered a waiver of rights with respect to any other default or matter. • • City of Newport Beach SWRCB No.: 01- 079 - 550-34 Page 2 of 3 EXHIBIT D— SPECIAL TERMS AND CONDITIONS Any rights and remedies of the State provided for in this Agreement are in addition to any other rights and remedies provided by law. Contractor shall not subcontract with any party who is debarred or suspended or otherwise excluded from or ineligible for participation in federal assistance programs under Executive Order 12549, "Debarment and Suspension ". Contractor shall not subcontract with any individual or organization on USEPA's List of Violating Facilities. (40 CFR, Part 31.35, Gov. Code 4477) 5. Novation: If the Contractor proposes any novation Agreement, the. State shall act upon the proposal within 60 days after receipt of the written proposal. The State may review and consider the proposal, consult and negotiate with the Contractor, and accept or reject all or part of the proposal. Acceptance or rejection may be made orally within the 60 -day period, and confirmed in writing within five days. No novation shall become operative or otherwise binding on the State pursuant to this paragraph in the absence of a formal Agreement amendment which has been approved in accordance with all applicable State policy, laws and procedures. 6. Priority Hiring Considerations: Contractor shall give priority consideration in filling vacancies in positions funded by this Agreement to qualified recipients of aid under Chapter 2 (commencing with Section 11200) of Part 3 of Division 9 of the California Welfare and Institutions Code in accordance . with Article 3.9 (commencing with Section 11349) of Chapter 2 of Part 3 of Division 9 of the Welfare and Institution Code. (PCC 10353 W &I 1.1200, 11349, 2CCR, 1896.30 SCM 5.3) 7. Contract Modifications: The State Water Board may, at any time, without notice to any sureties, by written order designated or indicated to be a "contract modification ", make any change in the work to be performed under this agreement so long as the modified work is within the general scope of work called for by this agreement, including but not limited to changes in the specifications or in the method, manner, or time of performance of work: If the Contractor intends to dispute the change, the Contractor must, within ten days after receipt of a written "contract modification ", submit to the SWRCB a written, statement setting forth the disagreement with the change. 8. Termination: Notwithstanding the provisions of the Department of General Services General Terms and Conditions (GTC). This contract may be terminated by written notice at any time prior to completion of the Project, at the option of the SWRCB, upon violation by the Grantee of any material provision of this contract after such violation has been called to the attention of the Grantee and after failure of the Grantee to bring itself into compliance with the provisions of this contract within a reasonable time as established by the Division. In the event of such termination, the Grantee agrees, upon demand, to immediately repay to the SWRCB an amount equal to the amount of grant funds disbursed to the Grantee prior to such termination. In the event of termination, interest shall accrue on all amounts due at the highest legal rate of interest from the date that notice of termination is mailed to the Grantee to the date of full repayment by the Grantee. 9., Budget Flexibility: Subject to the prior review and approval of the SWRCB Project Representative, line item shifts of up to $25,000 or ten percent of the annual contract total, whichever is less, may be made up to a cumulative maximum of $50,000 per fiscal year. Line item shifts may be proposed /requested by either the State Water Board or the Contractor in writing and must not increase or decrease the total contract amount allocated per fiscal year. 10.. Computer Software: Contractor certifies that it has appropriate systems and controls in place to ensure that State funds will not be used in performance of this contract for the acquisition, operation or maintenance of computer software in violation of copyright laws. 11. Union Organizing: Contractor, by signing this Agreement, hereby acknowledges the applicability of Government Code 16645 through 16649 to this Agreement. Furthermore, Contractor, by signing this Agreement, here by certifies that: 1) No state funds disbursed by this grant will be used to, assist, promote or deter union organizing. 2) Contractor shall account for state funds disbursed for a speck expenditure by this grant, to show those funds were allocated to that expenditure. • ! City of Newport Beach SWRCB No.: 01- 079 - 550-34 Page 3 of 3 EXHIBIT D— SPECIAL TERMS AND CONDITIONS 3) Contractor shall, where state funds are not designated as described in Department of General Services "General Terms and Conditions" (GTC) Item 18, (b), allocate, on a pro -rata basis, all disbursements that support the grant program. 4) If Contractor makes expenditures to assist, promote or deter union organizing, Contractor will maintain records sufficient to show that no state funds were used for those expenditures, and that Contractor shall provide those records to the Attorney General upon request. • City of Newport Beach SWRCB No.: 01- 079 - 550-34 Page 1 of 4 . EXHIBIT E SWRCB CBI SPECIAL CONDITIONS 1. BOND TERMS (A) Work performed under this contract shall protect the beneficial uses of the coastal waters, throughout the State. (B) The Project has been the subject of consultation between the SWRCB, the California Coastal Commission, and the Beach Water Quality Task Force. (C) The Project demonstrates the ability to produce sustained benefits for 20 years. (D) The Project addresses the causes for the pollution, rather than the symptoms. (E) The Project shall be consistent with existing water quality and resources protection plans. (F) The Contractor has submitted a Monitoring and Reporting Plan. (G) The Contractor has included a matching contribution for the capital expenditures for construction. (H) The Contractor has informed the SWRCB of the permits necessary to complete the Project (1) The Project is consistent with recovery plans for coho salmon, steelhead, or trout. (J) The Project has.been the subject of public review. 2. DEFINITIONS (A) "Allowance" means an amount based on a percentage of the accepted bid for an eligible project to help defray the planning, design, construction, engineering, and administration costs of the Project. (B) "Project Representative" means the Mayor of a City, the Chairperson of the County Board of Supervisors, the Chairperson of the Board of Directors of the Contractor, or another duly appointed representative. For all Project Representatives, a certified original copy of the authorizing resolution that designates the Project Representative by title, shall accompany any contract, the first payment request, and any other documents or requests required or allowed under this contract. (C) "Change in the scope of the Project" means any change from the Project description in the Project Authorization Package. (D) "Completion of construction " means the date, as determined by the Division after consultation with the Contractor, that the work of building and erection of the Project is substantially complete. (E) "Contractor« means the City of Newport Beach. (F) "Force account " means the Contractor's own employees or equipment used for Project construction. (G) "Initiation of construction " means the date that notice to proceed with work is issued for the Project or, if notice to proceed is not required, the date of commencement of building and erection of the Project. (H) "Project completion " means the date, as determined by the Division after consultation with the Contractor, that operation of the Project is or is capable of being initiated, whichever comes first (1) "SWRCB" means the State Water Resources Control Board. (J) "Useful life of project" means twenty (20) years from and after Project completion. 3. GENERAL COMMITMENTS The Contractor accepts and agrees to comply with all terms, provisions, conditions, and commitments of this contract, including all incorporated documents, and to fulfill all assurances, declarations, representations, and commitments made by the Contractor in its application, accompanying documents, and communications filed in support of its request for this Grant. • • City of Newport Beach SWRCB No.: 01- 079 - 550-34 Page 2 of 4 EXHIBIT E — SWRCB CLEAN BEACHES SPECIAL CONDITIONS 4. COMPLETION OF PROJECT The Contractor agrees to expeditiously proceed with and complete the Project in substantial accordance with the application as submitted. 5.. CONTINUING OBLIGATIONS The obligations of Sections 6, 7 and 8 below shall survive the Term of this Contract. 6. OPERATION AND MAINTENANCE The Contractor covenants and agrees to properly staff, operate, and maintain all portions of the Project during the Project's useful life and in accordance with all applicable state and federal laws, rules and regulations. In the event that the Contractor assigns or transfers any or all portions of the Project to another entity, the Contractor shall be responsible to ensure that the assignee or transferee of any or all portions of the Project shall property staff, operate and maintain all portions of the Project during its useful life and in compliance with all applicable state and federal laws, rules and regulations. The Parties to this Agreement understand and agree that this covenant shall survive the expiration or termination of this Agreement The Parties further understand and agree that this covenant is for the benefit of the SWRCB and shall be enforceable during the useful life of the Project facilities. Failure at any time to comply with this Section shall be considered a material breach and violation of this Agreement, and a nonexclusive remedy shall include reimbursement by the Contractor of all grant funds disbursed under this Agreement, plus accrued prejudgment interest thereon from the date of disbursement of such funds. PROJECT ACCESS The Contractor shall insure that the SWRCB, or any Project Representative thereof, has suitable and reasonable access to the Project site at all reasonable times for the useful life of the Project. 8. REPORTS The Contractor shall expeditiously provide, during construction or upon completion of the Project and thereafter during the useful life of the Project, such reports, data, and information as may be reasonably required by the Division, including but not limited to material necessary or appropriate for evaluation of the SWRCB program or to fulfill any reporting requirements of the state government. 9. FINAL PROJECT REPORTS; AUDIT (A) Within 120.days after Project completion, the Contractor shall provide to the Division a final cost summary report on the Project. The summary shall include, at.a minimum, a statement of: (1) Total Project costs; (2) Total Project costs eligible for contract funding under the SWRCB's contract program and this contract; (3) The total amount of contract funds received; (4) The amount of interest earned, if any, on contract funds before disbursement on account of incurred Project costs. If no interest has been earned, this fact shall be expressly stated; and (B) The Division may call for an audit of financial information relative to the Project, where the Division determines that an audit is desirable to assure program integrity or where necessary because of federal requirements. Such an audit shall be performed by a Certified Public Accountant . City of Newport Beach SWRCB No.: 01- 079 - 550 -34 Page 3 of 4 EXHIBIT E — SWRCB CLEAN BEACHES SPECIAL CONDITIONS independent of the Contractor and at the cost of the Contractor. The audit shall be in the form required by the Division. 10. RECORDS (A) Without limitation of the requirement to maintain Project accounts in accordance with generally accepted government accounting standards, the Contractor agrees to: (1) Establish an official Project file that documents all significant actions relative to the Project; (2) Establish separate accounts that adequately and accurately depict all amounts received and expended on the Project, including all contract funds received under this contract; (3) Establish separate accounts that depict all income received which is attributable to the Project, specifically including any income attributable to contract funds disbursed under this contract; (4) Establish an accounting system that accurately depicts final total costs of the Project, including both direct and indirect costs; (5) Establish such accounts and maintain such records as necessary for the State to fulfill reporting requirements, including any and all reporting requirements under federal tax statutes or regulations; and (6) If the Contractor uses its force account for any phase of the Project, other than for planning, design and construction engineering, and administration provided for by allowance, the Contractor shall establish accounts which reasonably document all employee hours charged to the Project and the associated tasks performed by each employee. Indirect force account costs maybe paid with the SWRCB's prior written approval. (B) The Contractor shall be required to maintain books, records, and other material relative to the Project in accordance with generally accepted accounting standards. The Contractor shall also be required to retain such books, records, and other material for each subcontractor who performed work on the project for a minimum of twenty-three (23) years after the last disbursement. The Contractor shall require that such books, records, and other material shall be subject at all reasonable times to inspection, copying, and audit by the SWRCB and by state auditors, or any Project Representatives thereof. (C) The Contractor shall retain its Project records for a minimum of twenty-three (23) years after the last disbursement, and for such longer period as may be required for the State to full federal reporting requirements under federal tax statutes and regulations. All Contractor records relative to the Project shall be subject at all reasonable times to inspection, copying and audit by the SWRCB and state auditors, or any Project Representatives thereof. (D) All documents required or requested shall be in electronic format. (E) The Contractor agrees to expeditiously provide, during work on the project and for twenty-three (23) years after the last disbursement, such reports, data, information and certifications as may be reasonably required. Such documents and information shall be provided in electronic format 11. STATE REVIEWS AND INDEMNIFICATION The parties agree that review or approval of Project plans and specifications by the SWRCB is for administrative purposes only and does not relieve the Contractor of its responsibility to properly plan, design, construct, operate, and maintain the Project. As between the SWRCB and the Contractor, the Contractor agrees that it has sole responsibility for proper planning, design, construction, operation, and maintenance of the Project, and the Contractor agrees to indemnify the SWRCB, the State of California and their officers, agents, and employees against and to hold the same free and harmless from any and • . City of Newport Beach SWRCB No.: 01- 079 - 550,34 Page 4 of 4 EXHIBIT E — SWRCB CLEAN BEACHES SPECIAL CONDITIONS all claims, demands, damages, losses, costs, expenses, or liability due or incident to planning, design, construction, operation, or maintenance of the Project 12. SWRCB ACTION: COSTS AND ATTORNEY FEES Any remedy provided in this contract is in addition to and not in derogation of any other legal or equitable remedy available to the SWRCB as a result of breach of this contract by the Contractor, whether such breach occurs before or after completion of the Project. The SWRCB's exercise of any remedy provided by this contract shall not preclude the SWRCB from pursuing any legal remedy or right otherwise available. In the event of litigation between the parties hereto arising from this contract, the prevailing party shall be entitled to such reasonable costs and /or attorney fees as may be ordered by the court entertaining such litigation. 13. COMPLIANCE WITH LAWS AND REGULATIONS The Contractor agrees that it shall, at all times, comply with and require its contractors and subcontractors to comply with all applicable federal and state laws, rules, regulations and guidelines. The Contractor shall comply with, implement, and fulfill all environmental mitigation measures applicable to the Project, and which may otherwise be required by this Contract, "CEQA ", and the State CEQA Guidelines. 14. DAMAGES FOR BREACH AFFECTING TAX EXEMPT STATUS If any breach of any of the provisions of this contract by the Contractor will result in the loss of tax exempt status for any State bonds, or if such breach will result in an obligation on the part of the State to reimburse the federal government for any arbitrage profits, the Contractor shall immediately reimburse the State in an amount equal to any damages paid by or loss incurred by the State due to such breach. 15. CONSTRUCTION ACTIVITIES and NOTIFICATIONS For construction projects, the Contractor shall promptly notify the SWRCB in writing of: (1) Any substantial change in scope of the Project. No substantial' change in Project scope may be undertaken until the Contractor provides written notice of the proposed change to the SWRCB and the SWRCB gives written approval for such change; (2) Unscheduled cessation of all major construction work on the Project where such cessation of work is expected to or does extend for a period of 30 days or more; (3) Any circumstance, combination of circumstances, or condition, which is expected to or does delay completion of construction for a period of 90 days or more beyond the estimated date of completion of construction previously provided to the SWRCB; (4) Completion of construction of the Project 16. PREVAILING WAGES AND LABOR COMPLIANCE If applicable, the Contractor agrees to be bound by all the provisions of State Labor Code Section 1771 regarding prevailing wages. If applicable, the Contractor shall monitor all agreements subject to reimbursement from this Agreement to assure that the prevailing wage provisions of State Labor Code Section 1771 are being met. The Contractor agrees to fulfill its responsibilities under Section 1771.8 of the Labor Code, where applicable. STATE OF CALIFORNIA STANDARD AGREEMENT AMENDMENT STD. 213 A (Rev 2105) ® CHECK HERE IF ADDITIONAL PAGES ARE ATTACHED 21 Pages AGREEMENT NUMBER 01-079-550-0 DGS REGISTRATION NUMBER: This Agreement is entered into between the State Agency and Contractor named below: STATE AGENCY'S NAME State Water Resources Control Board CONTRACTOR'S NAME City of Newport Beach AMENDMENT NUMBER 3 2. The term of this Agreement is July 1, 2001 through June 30, 2006 3. The maximum amount of this $500,000.00 Agreement after this amendment is: Five hundred thousand dollars and no cents 4. The parties mutually agree to this amendment as follows. All actions noted below are by this reference made a part of the Agreement and incorporated herein: Standard Agreement #01-079-550-0 originally entered into on July 1, 2001, Amendment #1 entered into on December 17, 2002, and Amendment #2 entered into on August 5, 2004, is hereby Amended on April 29, 2005 in the following particulars and no others: Std. 213 Item 2, "Term of this Agreement" is amended by deleting reference to March 31, 2006 there from and inserting June 30, 2006 in place thereof (a 3 month Term extension) Exhibit A - Scope of Work (1 page), Exhibit A-1 - Work to be Performed (8 pages), Exhibit B - Budget Detail and Payment Provisions (5 pages), Exhibit D - Special Terms and Conditions (3 pages), and Exhibit E-SWRCB CBI Special Conditions (4 pages) are amended to read as follows: (deletions are indicated by strikethrough, revisions are bold and underlined). All other terms and conditions shall remain the same. IN WITNESS WHEREOF, this Agreement has been executed by the parties hereto. CONTRACTOR CONTRACTOR'S NAME (If other than ndividual, state whether a corporation, partnership, etc.) City of Newpo Beac BY (Authorized DATE7SIGED o no pe) � PRINT D NAME AND TIT��ay ERSON SIGNING Steve Bromberg,r City of Newport Beach ADDRESS 3300 Newport Boulevard Newport Beach, CA 92658-8915 STATE OF CALIFORNIA AGENCY NAME State Water Resources Control Board BY (Ruth r'z d igna ire) 1 DATE SIGNED (Do not type) S PRINTED NAME AND TITLE OF PERSON SIGNIN Esteban Almanza, Chief, Division o Administrative Services ADDRESS 1001 1 Street, 18th Floor Sacramento, CA 95814 California Department of General Services Use Only Kq 2 3 4Af7 DEPT OF GENERAL SERVICES Exempt per: City of Newport Beach • ORCB No.: 01 -079 -550 -23 Page 1 of 1 EXHIBIT A SCOPE OF WORK 1. Contractor agrees to provide to the State Water Resources Control Board (SWRCB) subvention services as described herein: 2. The Contractor shall install up to five- four storm drain diversions, perform water circulation studies at Newport Dunes and Newport Island Channels, shall install catch basin inlet screens and filters, implement a storm drain flow and water quality assessment program, and construct one water quality treatment wetland / detention basin, in the watersheds of Newport Bay in Newport Beach, Orange County California. 3. The project representatives during the term of this agreement will be: PROJECT REPRESENTATIVES State Agency: State Water Resources Control Board Contractor: City of Newport Beach SWRCB Project Representative: Christopher Stevens Project Representative: Steve Bromberg, Mayor Phone: 916 341 -5698 Phone: 949 644 -3000 Fax: 916 341 -5707 Fax: (949) 644 -3020 The SWRCB's Project Representative shall be Christopher Stevens of the Division of Financial Assistance. The SWRCB Project Representative shall be the day - today representative for administration of this agreement Agreement, and, except as otherwise specifically provided, shall have full authority to act on behalf of the SWRCB with respect to this agreement- Agreement. The SWRCB's Executive Director, or designee, may also perform any and all acts that could be performed by the SWRCB Project Representative under this agreement- Agreement. Except as otherwise expressly provided, all communications relative to this agreeaaeat Agreement shall be given to the SWRCB Project Representative. The Project Representative shall be Ted W. Ridgeway Steve Bromberg, Mayor, and his successor mayors. The Project Representative shall be the Contractor's representative for the technical conduct and administration of the agfeeFsent Agreement and shall have full authority to act on behalf of the Contractor. All communications given to the Project Representative shall be binding as if given to the Contractor. The parties may change their SWRCB Project Representative or Project Representative upon providing written notice to the other party. Direct all inquiries to: State Water Resources Control Board Contractor's Name City of Newport Beach Division of Financial Assistance Section /Unit City Managers Office Attention: Laura L. Peters Attention: Dave Kiff Address: 1001 1 Street, 16 Floor Sacramento, CA 95814 Address: 3300 Newport Boulevard, Newport Beach CA 92658 -8915 Phone: 916 341 -5854 Phone: 949 644 -3002 Fax: 916 341 -5707 Fax: 949 644 -3020 4. Detailed description of work to be performed and duties of all parties shall be provided in accordance to- with Exhibit A -1 Work To Be Performed which is attached hereto and made part of this agree: i; ,' Agreement. • City of Newport Beach SW RCB No.: 01- 079 - 550-5_2 Page 1 of 8 EXHIBIT A -1 —WORK TO BE PERFORMED A. BACKGROUND AND GOALS Newport Bay is a water quality limited water body that is listed on the federal Clean Water Act's Section 303(d) List for sediment, nutrients, fecal coliform, and toxic pollutants. As a result of weekly testing (AB 411) done by the Orange County Health Care Agency at 35 different sites in Newport Bay and at twelve ocean sites (testing done by the Orange County Sanitation Agency), Newport Beach and Newport Bay had 40 beach postings, for a total of 730 days (32.3 Beach Mile Days) in 2003. Two swimming areas in the Bay accounted for a majority_of the postings, meaning that high bacteria levels in the waters impaired the public's ability to swim in and enjoy these areas. The intent of this project is to reduce bacteria inputs from onshore sources and to increase die -off rates of on -water sources of bacteria so as to meet REC -1 standards in the Bay and along the shoreline. At the completion of this Project, the City expects a significant reduction in beach mile day postings. It does so by: Phase 1 Part 1. Installing up to 65 devices in catch basin inlets that combine a screen with a filter ("catch basin combos") in the storm drain network draining into Newport Island's channels Part 2. Plugging four remaining storm drains at Newport Dunes and diverting these flows ( "Dunes Diversions"); Part 3. Studying, and if appropriate, installing devices on a pilot basis to increase circulation and aeration in Newport Dunes and Newport Island, with the potential of permanently installing selected devices in a later phase, if shown to be effective. PHASE 2: following lesaVoA; A. Designing and implementing a storm drain flow and water quality monitoring protect. B. Designing and constructing a water quality treatment wetland / detention facility at Arches Interchange (Old Newport Boulevard storm drain). The Project will combine the resdurces of the Clean Beaches Initiative with the resources of the City of Newport Beach (municipality with jurisdiction), the County of Orange's Health Care Agency (water testing), and the County of Orange's Resources and Development Management Department (RDMD). B. WORK TO BE PERFORMED The purpose of this Contract is to plan, design, and implement the Newport Beach CBI Bay/Beach Improvement Project. The Project includes these major components: Design, install and operate: • Stormdrain to Sanitary Sewer Diversions. The Project will design, construct, and implement up to 4w four storm drain diversions in the following locations: • Newport Dunes (four small plug- and -pump diversions) • Catch Basin Combos (combinations of a screen outside a catch basin inlet and filters behind the screen). Includes installing at least 65 catch basin combos at catch basin inlets; • • City of Newport Beach SW RCB No.: 01- 079 - 550,23 Page 2 of 8 EXHIBIT A -1 — WORK TO BE PERFORMED • Circulation Pilot Test. Analyze, via field testing and modeling (using the existing RMA model of Newport Bay), the reduction in bacteria (if any) when devices that aerate and circulate bay water are installed in Newport Dunes Swimming Lagoon and in the West Newport Channel. • Water Quality Treatment Wetland /Detention Basin. The Project will design and construct a water quality treatment wetland / detention basin in the Arches - Interchange (Old Newport Boulevard storm drain). The Contractor shall be responsible for the performance of the work as set forth herein below and for the preparation of products and a final report as specified in this Exhibit. The Project Representative shall promptly notify the SW RCB Project Representative of events or proposed changes that could affect the scope, budget, or schedule of work performed under this agreement. Task 1. Project Management and Administration 1.1 Provide all technical and administrative services as needed for contract completion; monitor, supervise and review all work performed; and coordinate budgeting and scheduling to assure that the contract is completed within budget, on schedule, and in accordance with approved procedures, applicable laws, and regulations. 1.2 Ensure that the contract requirements are met through completion of quarterly status reports submitted to the Contract Manager by the 10"' of the month following the end of the calendar quarter (March, June, September, and December) and through regular communication with the Contract Manager. The progress reports shall describe activities undertaken and accomplishments of each task during the quarter, milestones achieved, and any problems encountered in the performance of the work under this contract. The description of activities and accomplishments of each task during the quarter shall be in sufficient detail to provide a basis for payment of invoices and shall be translated into percent of task work completed for the purpose of calculating invoice amounts. 1.3 Disclosure Requirements - Include the following disclosure statement in any document, written report, or brochure prepared in whole or in part pursuant to this contract: "Funding for this project has been provided in full or in part through a contract with the State Water Resources Control Board (SWRCB) pursuant to the Costa - Machado Water Act of 2000 (Proposition 13) and any amendments thereto for the implementation of California's Clean Beaches Initiative. The contents of this document do not necessarily reflect the views and policies of the SW RCB, nor does mention of trade names or commercial products constitute endorsement or recommendation for use." The Contractor shall include in each of its subcontracts for work under this contract a provision that incorporates the requirements stated within this subtask. 1.4 The Contractor and any of its subcontractors shall notify the Contract Manager at least ten (10) working days prior to any public or media event publicizing the accomplishments and/or results of this contract and provide the opportunity for attendance and participation by SW RCB representatives. 1.5 Complete a one -page contract summary form (form to be provided by the SW RCB) within three months of the contract execution. El EXHIBIT A -1 —WORK TO BE PERFORMED GCity of Newport Beach RCB No.: 01-079-550-23 Page 3 of 8 1.6 Award subcontract(s) to appropriate organization(s) to perform tasks as outlined in this agreement. Document steps taken in soliciting and awarding the subcontract and submit them to the Contract Manager for review. Document all subcontractor activities in quarterly reports. 1.7 Every six months during the life of this contract, the Contractor shall develop and submit to their assigned SWRCB Program Analyst expenditure /invoice projections to enable funding to be available for payment of invoices. 1.8 At the completion of this project and prior to final payment, the Project Director shall fill out and provide a project survey form to the Contract Manager. Task Deliverables: 1.2 Quarterly Progress Reports, 1.5 Contract Summary Form, 1.6 Subcontractor Documentation, 1.7 Expenditure /invoice projections, 1.8 Project Survey Form Task 2: Preliminary Design desiqR of then ed d'. 2.21 Preliminary Newport Dunes Diversions Design. The Project Director shall oversee the preliminary design of the proposed diversions. 2.32 Preliminary Catch Basin Combo Designs. The Project Director shall oversee the preliminary plans to place at least 65 catch basin combos in areas impacted by high bacteria counts, including the West Newport storm drain network and the small watersheds that enter the Bay near Channel Place Park. 2.43 Circulation Improvement Studies and Pilot Project Plan. The Project Director shall oversee a consultants design of the Circulation Improvement Studies and Pilot Project Plan that would show the types of devices proposed to be installed, the monitoring program post - installation, any water quality modeling, and that would estimate effectiveness measures of the tested devices. 2.54 Preliminary Water Quality Treatment Wetland / Detention Basin. The Project Director shall oversee the preliminary design of the water quality treatment wetland / detention basin. In an effort to streamline design for this protect, preliminary and final design will be rolled into one task and the budget for final design will include preliminary design. Also, the storm drain monitoring project (Task 2.5) includes some preliminary design work for this project. 2.65 Storm Drain Monitoring — The Project Director shall oversee the selection of a consultant, to implement a storm drain monitoring program designed to characterize candidate storm drains within the Newport Bay watershed. Only the GaFnatieR Ave. a portion of this work applies to this contract, Sanitation DostA It DiveFsoo., o. Fmwt .efe •e' ' a -0' Task Deliverables: 2.4 PFeliminaFy GamationAve. IDNfenzion Design; 2.21 Preliminary Dunes Diversion. Design; 2.3 2 Preliminary Catch Basin Combo Designs; 2.43 Circulation Improvemen Studies and Pilot Project Plan, 2.6 o...i:,,,i. aFy WellAnds r aI9Rfl ... Geoi.. Debi....; 2.6 5 Storm Drain Monitoring Request for Proposals Task 3: Permits and CEQA Documents 3.1. The Project Director will prepare applicable California Environmental Quality Act (CEQA) document associated with the Project (found to be exempt under one or more categorical exemptions) and record with the Orange County Clerk- Recorder's office. 3.2. The Project Director will secure all required permits for project work. No work that is subject to permitting shall proceed under this contract until documents that satisfy the permitting process(es) City of Newport Beach RCB No.: 01- 079 -550 -2 3 Page 4 of 8 EXHIBIT A -1 — WORK TO BE PERFORMED 3.3. are received by the Contract Manager. Permits may include (if deemed to be applicable by permitting agencies): a. US Army Corps of Engineers Section 404 Permit. Where any part of the Project would require dredging and filling of wetlandstwaters of the United States, the contractor will secure a Corps Section 404 Permit. b. US Fish and Wildlife Section 7 Permit If any part of the Project would result in an impact to any federally listed species, the contractor will prepare a request for consultation under Secton 7 of the Endangered Species Act with the US Fish and Wildlife Service (US F &WS). c. California Regional Water Quality Control Board, Santa Ana Region, Section 401 Permit If determined by Board staff to be applicable, the contractor will prepare and submit a request for a waiver under Section 401 of the Clean Water Act. Also, if applicable, prepare and submit a Notice of Construction Activity (NOCA) to conduct work under the City's NPDES General stormwater permit. Prepare and submit any applicable stormwater pollution prevention plan associated with the latter permit. d. California Department of Fish and Game Streambed Alteration Agreement. if found to be applicable, prepare and submit a Streambed Alteration Agreement. e. California Coastal Commission Coastal Development Permit. If found to be applicable, after receiving an "approval in concept" (AIC) from the City of Newport Beach, prepare and submit application for a Coastal Development Permit. f. City of Newport Beach Approval in.Concept (AIC) and Encroachment Permit If found to be applicable, prepare and submit a request for an AIC (see above) and an Encroachment Permit from the City of Newport Beach for any construction activity on publicly -owned land or right -of -way. g. Orange County Sanitation District (OCSD) Diversion Permit and Agreement Any proposal to divert dry- weather flows into the Orange County Sanitation District's treatment facilities or collection system requires a Diversion Permit and an Agreement to Divert Dry Weather Flows. h. Caltrans Encroachment Permit & Maintenance Agreement. Construction of the wetlands detention basin project will likely require an Encroachment Permit and a Maintenance Agreement from Caltrans. 3.3 The Project Director will provide liaison with the above - listed agencies to answer questions, . coordinate field visits, secure permits, and incorporate any mitigation measures as outlined in the permit conditions. Task Deliverables: 3.1 CEQA Documentation; 3.2 Applicable Permits. Task 4: Final Project Engineering Contractor will oversee Final Project Engineering to prepare construction documents that will allow the construction and implementation of Project components. Contractor will hire a consultant to prepare the construction documents needed for the Project. Contractor shall cause the work to be done through consultants on reports, drawings, and specifications necessary to prepare final construction documents needed for the Project. 4.1 Prepare final documents for Newport Dunes Diversions. • City of Newport Beach SW RCB No.: 01-079-550-k3 Page 5 of 8 EXHIBIT A -1 —WORK TO BE PERFORMED 4.2 Prepare a final list of all locations to install the catch basin "combos ", and include vendor documentation. 4_3 Implement the Circulation Improvement Study and the Pilot Project Plan. 4.4 Final Design: Contractor or consultant(s) will review the existing preliminary design work for the Water Quality Wetlands / Detention Basin, and prepare construction documents_ based OR I 4_5 Implement the Storm Drain Monitoring Program in accordance with the RFP (Task 2.6 -5,, and City of Newport Beach Project Execution Guidelines. 4.76 Preparation of Contract Documents /Authorize Contract to be Let for Bid. Prepare contract documents (construction plans, specifications, and final cost estimate) for the Project(s) (Circulation Improvement Study, the Carnation Ave. Diversion Project, the Water Quality Wetlands / Detention Basin Project, and the Storm Drain Monitoring Project) in accordance with City of Newport Beach standards. Let the Contract for bid per the City's standards. 4.87 Assistance with Bidding /Recommendation to City Council. Provide assistance to the City during the bidding period to answer questions, preparing any addenda to the Contract, and preparing a staff report with recommendation to the City Council on the award of the Project. Council reports will be prepared for the projects identified in Task 4.76. Task Deliverables: ; 4.21 Final Documents — Newport Dunes Diversions; 4.32Final Catch Basin "Combos" Locations & Literature; 4.54 Final Construction Documents — Water Quality Wetlands / Detention Basin; 4.76 Contract Document(s); 4.87 Council Staff Reports Task 5: Project Construction/Project Implementation prepared in Task 44.- 5.21 Construct the Newport Dunes Diversion diversions in accordance with the final documents prepared in Task 4.2:1. Deliverables will include Photo documentation. 5.32 Catch Basin "Combos" Installation — City staff will install the debris screens on the front face of the catch basin. The filter manufacturer will install the filter(s) in the catch basin. Deliverables will include photo documentation. 5.43 Circulation Improvement Studies and Pilot Project Plan — Prepare final report based on the approved preliminary design. 5.54 Water Quality Wetlands / Detention Basin Construction — Construct Wetlands / Detention Basin in accordance with the Final Construction documents prepared in Task 4.54. Submit Photo documentation of completed Protect. 5.5 Storm Drain Monitoring Program — Prepare final report based on the approved preliminary design. Task Deliverables: 5.1 Ar built drawings of Gamation Ave. PiveFsian and phelle deGumeRtatioRl 5,21 Photo Documentation - Newport Dunes Diversions; 5.3•? Photo Documentation -Catch Basin project; 5.4 3 Final Report — Circulation Improvement Project; 5.5 4 As -built drawings of Water Quality Treatment Wetlands / Detention Basin and photo documentation; 5.65 Final Report — Storm Drain Monitoring Program. OCity of Newport Beach RCB No.: 01- 079 -550 -2 3 Page 6 of —8 EXHIBIT A-1 — WORK TO BE PERFORMED Task 6: Quality Assurance Project Plan (QAPP) 6.1 Contractor will prepare and maintain a Quality Assurance Project Plan (QAPP) The existing approved QAPP will be modified to incorporate monitoring for the Water Quality Treatment Wetlands / Detention Basin. Language can be substituted to reference an approved existing QAPP. The QAPP shall be approved by the SWRCB QAPP officer prior to the implementation of any sampling or monitoring activities. Task Deliverable: 6.1 Approved Revised QAPP TASK 7: MONITORING AND REPORTING PLAN AND DRAFT AND FINAL REPORTS 7.1 Contractor will prepare (and submit to the SWRCB for the Contract Managers approval) a revised Monitoring and Reporting Plan (MRP) consistent with Water Code § 79148.8(d). The plan shall address the following information: • Describe the water quality baseline and quality of the environment to be addressed; • Identification of one or more likely sources of non -point source pollution in the Newport Bay, with additional specificity as to sources near , the Arches Interchange, and Newport Dunes swimming lagoon; • A summary of the expected water quality benefits and the implementation methods of the catch basin combos, diversions, and wetland /detention basin. • Measurement of the effectiveness (pre- and post - Project) of the Project's components in preventing or reducing water quality impairments in Newport Bay and, where applicable, Newport Beach's ocean beaches. • Describe the manner in which the project will be effective in preventing or reducing pollution and in demonstrating the desired environmental results. • Describe the monitoring program, including, but not limited to, the methodology, and the frequency and duration of monitoring. 7.2 Prepare a draft final project report that summarizes project accomplishments and submit to SWRCB Project Representative for review and comment The report shall provide the following requirements: 1. A brief introduction section including a statement of purpose, the scope of the project, and a brief description of the approach and techniques used during the project. 2. A list of task products previously submitted as outlined in the Schedule of Completion. 3. Any additional information that is deemed appropriate by the Project Representative. 4. Indicate whether the purposes of the project have been met Include information collected in accordance with the project monitoring and reporting plan, including a determination of the effectiveness of the best management practices or management measures implemented as part of the project in preventing or reducing non -point source pollution. 7.3 Prepare a final report that addresses comments from the SWRCB Project Representative. Task Deliverable: 7.1 Approved Revised Monitoring and Reporting Plan; 7.2 Draft Final Report, 7.3 Final Report • City of Newport Beach SW RCB No.: 01- 079 -550 -2 3 Page 7 of 8 EXHIBIT A -1 — WORK TO BE PERFORMED C. SCHEDULE OF COMPLETION DATES Task Subtask Deliverable Com letion Date 1 Project Mana ement a d Administration 1.2 Quarterl Progress Reports March 2002/guarterly 1.5 Contract Summary Form March, 2002 1.6 Subcontractor Documentation June 2005 1.7 Expenditure / Invoice Projections July 2002tsemi- annually thereafter 1.8 Project Survey Form March 2006 2 Preliminary Design 2.24 Preliminary Dunes Diversion Design Feb 2002 2.3-2 Preliminary Catch Basin Combo Designs May, 2002 2.43 Circulation Improvement Studies and Pilot Project Plan March 2003 23 2.6-5 Storm Drain Monitoring RFP A r 2004 3 Permits and CEQA Documents 3.1 ICEQA Documentation I March 2004 3.2 JApplicable Permits I Jaa Mar 2005 4 Final Project Engineering 4,4 PCIGUFAGRts GaRatieA Ave. D.V9FriGR Nev -2004 4.24 Final Documents — Newport Dunes Diversions May 2002 4.3-2 Final Catch Basin "Combos" Locations & Literature Dec 2003 4.5-4 Final Construction Documents — Water Quality Wetlands / Detention Basin NG Q Mar 2005 4.7-6 Contract Document(s) F-eb-2005-Mar 2005 4.8-7 Council Staff Reports. 124D -2805 Mar 2005 5 Project Construction/Project 5:4 daeurnentatien Jun 2895 5.2-1 Photo Documentation — Newport Dunes Diversions Aug 2002 5.3-2 Photo Documentation — Catch Basin Project Dec 2003 5.4 3 Final Re ort — Circulation Improvement Project Aug 2003 5.5 4 As -built drawings of Water Quality Treatment Wetlands / Detention Basin and photo documentation Jun-2885-Se t 2005 5.§S IFinal Report — Storm Drain Monitoring Program Oct 2004 6 Qualit Assurance Project Plan 6.1 Approved Revised QAPP Sea 2004 Mar 2005 7 Monitoring and Reporting Plan and Draft and Final Reports 7.1 JApproved Revised Monitoring and Reporting Plan Mar 2005 7.2 1 Draft Final Report Feb 2006 7.3 IFinal Report Mar 2006 OCity of Newport Beach RCB No.: 01- 079 -550 -23 Page 8 of 8 EXHIBIT A -1 —WORK TO BE PERFORMED D. REPORTS 1. The Project Representative shall submit a quarterly progress report to the SWRCB Project Representative describing activities undertaken, accomplishment of milestones, and any problems encountered in the performance of the work under this agreementAareement and delivery of intermediate products, if any. The description of activities and accomplishments of each task during the quarter shall contain sufficient detail to provide a basis for payment of invoices and shall be translated into percent of task work completed for the purpose of calculating invoice amounts. 2. The invoice shall include a copy of the progress report. If the progress report does not accompany the invoice, the invoice shall not be deemed complete until a copy of the progress report is received. 3. The Project Representative shall submit to the SWRCB Project Representative one reproducible master and two (2) copies of a draft report describing the work performed pursuant to Section B of this Exhibit for review and comment 4. The SWRCB Project Representative shall submit final comments on the draft report to the Project Representative. 5. The Project Representative shall submit to the SWRCB Project Representative for approval one reproducible master and two (2) copies of the final report containing the results of the work performed and addressing the comments submitted to the Project Representative by the SWRCB Project Representative. The report shall not be considered final until accepted and approved by the SWRCB Project Representative. E. SPECIAL MITIGATION MEASURES [X] No special mitigation measures are attached to this grant or [ ] Special mitigation measures that must be complied with are as follows:. . 0City of Newport Beach RC13 No.: 01- 079 -550 -23 Page 1 of 55 EXHIBIT B BUDGET DETAIL AND PAYMENT PROVISIONS 1. INVOICING AND PAYMENT For services satisfactorily rendered, and upon receipt and approval of the invoices, the State agrees to compensate the Contractor for actual expenditures incurred in accordance with the rates specified herein, which is attached hereto and made a part of this Agreement. A. Invoices shall include the Agreement Number and shall be submitted in triplicate not more frequently than quarterly in arrears to: Laura L. Peters State Water Resources Control Board Division of Financial Assistance 1001 1 Street, le Floor Sacramento, CA 95814 B. Payments will be on a cost incurred basis, upon receipt of an undisputed invoice and completed "Request for Disbursement", SWRCB Form 262 submitted in accordance with the instructions contained herein. Invoices received by the SWRCB Project Representative that are not consistent with this format will be cause for an invoice to be disputed. In the event of an invoice dispute the SWRCB Project Representative shall notify Contractor by Initiating a Standard Form 209 INVOICE DISPUTE NOTIFICATION. Payment will not be made until the dispute has been resolved and a corrected invoice submitted. The SWRCB Project Representative is required to approve all invoices for reimbursement. Only invoices for costs incurred after July 1, 2001, with all appropriate backup documents (supporting itemized invoice) attached will be approved. The invoices shall include the following information: a. The word 'Invoice" should appear in a prominent location. at the top of the page(s) and include a sequential number. b. Printed name of the Contractor. C. Business address. of the Contractor, including P.O. Box, City, State, and Zip Code; d. "Bill To" is SWRCB; e. The date of the invoice; f. The contract number upon which the claim is based; g. An itemized account of the services by task for which the SWRCB is being billed; h. Include an itemized account of "in -kind" grant match or "dollar" grant match including what percent the match represents of the total grant match obligation; and Printed on Original Contractor Letterhead or original signature by the Contractors Administrative Officer or designee. The invoice must show the time period actually being billed. Quarterly invoices must be based on the calendar quarter (ending in March, June, September, and December). • �City of Newport Beach RCB No.: 01 -079 -550 -2 3 Page 2 of 5 EXHIBIT B — BUDGET DETAIL AND PAYMENT PROVISIONS C. Computing the Amount Due Payment will be made upon submittal of an invoice which details the percentage of each task completed based on work not dollars spent. Notwithstanding any other provision of this contract, the Contractor agrees that the SW RCB may retain an amount equal to ten percent of the grant amount specified in this contract until completion of the Project to the satisfaction of the Division. Any retained amounts due to the Contractor will be promptly disbursed to the Contractor, without interest, upon completion of the Project. D. Matching Funds If projects include capital costs, the project applicant shall identify those costs. The local matching contribution required by subdivision (f) of Section 79148.8 of the Water Code may be satisfied by in -kind match that meets all or a portion of local cost share required by subdivision (f) of Section 79148.8 of the Water Code. For the purposes of determining the capital cost of the Project, the in -kind match shall be included in the total project cost The "Contractor' shall provide a matching contribution for the portion of the project consisting of capital expenditures for construction, according to the following formula: Project Capital Cost = Capital Cost Match by Recipient $1,000,000 to $5,000,000, inclusive = 20% $125,000 to $999,999, inclusive = 15% $1 to $124,999, inclusive = 10% E. Final Invoice The final invoice should include the amount of the remainder of the contract work. The invoice must be clearly marked FINAL INVOICE. F. Backup Documents It is necessary to provide monthly /quarterly reports, task products due, and vendor invoices for the purchase of equipment (items over $5000) as attachments to the invoices. You must, however, keep copies of all vendor invoices, timesheets, and any other documents related to the project for future audit purposes. G. Payment of Project Costs Contractor agrees that it shall provide for payment of its full share of the Project costs. All costs and payments for the Project shall be paid by the Contractor promptly and in compliance with all applicable laws. Withholding of Grant Disbursements The SWRCB may withhold all or any portion of the grant funds provided for by this contract in the event that: (1) The Contractor has materially violated, or threatens to materially violate, any term, provision, condition, or commitment of this contract; (2) The Contractor fails to maintain reasonable progress toward completion of the Project. • �City of Newport Beach RCB No.: 01- 079 -550 -2 3 Page 3 of —5 EXHIBIT B — BUDGET DETAIL AND PAYMENT PROVISIONS Fiscal Management Systems and Accounting Standards The Contractor shall comply with state standards for financial management systems. At a minimum, the Contractor's fiscal control and accounting procedures shall permit preparation of reports required by the state and tracking of grant funds to a level of expenditure adequate to establish that such funds have not been used in violation of state law or the terms of this contract. The Contractor shall maintain separate Project accounts in accordance with generally accepted government accounting standards. J. Audit Disallowances The Contractor agrees it shall return any audit disallowances to the SWRCB. 2. LIMITATION OF FUNDING: The maximum amount to be encumbered under this agreement Agreement for the 2001 fiscal year ending June 30, 2002 shall not exceed $500,000. 3. BUDGET CONTINGENCY CLAUSE A. It is mutually agreed that if the Budget Act of 2001/02 and/or any subsequent. years covered under this Agreement does not appropriate sufficient funds for the program, this Agreement shall be of no further force and effect. In this event, the State shall have no liability to pay any funds whatsoever to Contractor or to furnish any other considerations under this Agreement and the Contractor shall not be obligated to perform any provisions of this Agreement. B. If funding for any fiscal year is reduced or deleted by the Budget Act for purposes of this program the State shall have the option to either cancel this Agreement with no liability occurring to the State, or offer an agreement amendment to Contractor to reflect the reduced amount. [REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK] • EXHIBIT B - BUDGET DETAIL AND PAYMENT PROVISIONS 4. BUDGET A. Task Budget *City of Newport Beach RCB No.: 01- 079 -550-2 3 Page 4 of 5 Task Description CBI Phase 1 CBI Phase 2 city Match Project Total 1 Project Management & Administration $0 $2,000 $33,000 $35,000 2 Preliminary Design $44,000 $19,000 10 $3,800 0 $44,000 $57,000 3 Permits and CEQA Documents $2,000 1 $2,000 $0 1 $4,000 4 Final Project Engineering - Circulation Study $20,000 $0 $0 $20000 - Catch Basin Combos $0 $1,000 $0 $1000 $0 $18;800 $9 $49 000 - Arches Wetlands / Detention Basin $0 75,000 $45,800 $0 $76,000 $1 5,900 Subtotal Task 4 $20,000 76 000 8 $2600 $0 $96,000 $46,800 5 Project Construction /Implementation RRDs & Diversions - Catch Basin Combos $130,000 $0 $20,000 $150,000 - Dunes Diversions $3,000 $0 $0 $3,000 CarpAtbn,,Ave Diversion eD Monitoring Program $0 $40,000 $440,000 $33,000 $73,000 $495,800 $45800 Arches Wetlands / Detention Basin $0 $175,000 M0 $15,800 $175,000 $4391-OW $:1115,099 Subtotal Task 5 $133,000 $265,09 215000 $53,000 $401,000 $50,000 $438;000 6 QAPP $1,000 $1,000 $0 $2,000 7 Monitoring and Reporting Plan $0 $0 $1,000 $1 000 Draft and Final Reports $0 $4,000 $1,000 $5,000 TOTALS $200,000 $300,000 $88,000 $588,000 [REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK] EXHIBIT B — BUDGET DETAIL AND PAYMENT PROVISIONS B. Line Item Budget City of Newport Beach &RCB No.: 01 -079 -550-2 3 Page 5 of 5 Task Description CBI Phase 1 CBI Phase 2 City Match Project Total 1 City Personnel Services (x1.3 benefits ) $2,000 $33,000 $35,000 — Hours ACM/Project Director $55 /hr 10 150 s8,800 Hours WQ Specialist ($35 /hr) 18.5 330 $12,200 Hours Pr. Civil Engineer ($50 1hr) 16 zsa $14,000 2 Operating Expenses — Includes Permit Fees, Runoff Plan Printing $2,000 $2,000 $0 $4,000 3 Construction /Implementation $133,000 $215,000 $255;009 $20,000 $368,000 $438;,99 $50;098 — Includes construction management, contingency, and installation 4 Consultant Services -- For prelim and final engineering and studies $65,000 $81,000 $41,090 35,000 $5,009 $181,000 $4-11;999 TOTALS1 $200,000 $300,000 $88,000 1 $588,000 [REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK] EXHIBIT D SPECIAL TERMS AND CONDITIONS SCity of Newport Beach JRCB No.: 01- 079 - 550-23 Page 1 of 3 1. Disputes: Any dispute arising under or relating to the terms of this Agreement, or related to performance hereunder, which is not disposed of by Agreement shall be decided by the SWRCB Project Representative, who shall reduce such decision to writing and mail or otherwise furnish a copy thereof to the Contractor. The decision of the SWRCB Project Representative shall be final and conclusive unless, within 15 calendar days from the date of receipt of such copy, the Contractor mails or otherwise delivers a written appeal to the State's Executive Director. The decision of the State's Executive Director, or Project Representative, on such appeal shall be final and conclusive unless determined by a court of competent jurisdiction to have been fraudulent, or capricious, or arbitrary, or so grossly erroneous as necessarily to imply bad faith, or not supported by any substantial evidence. In connection with any appeal under this Section, the Contractor shall be afforded an opportunity to be heard and to offer evidence and argument in support of the appeal. Pending final decision on any dispute hereunder, the Contractor shall proceed diligently with the performance of the Agreement work as directed by the SWRCB Project Representative unless the Contractor has received notice of termination. Decisions on any disputes hereunder may include decisions of both fact and law; provided, however, that nothing herein shall be construed as making final any decision on a question of fact or law in the event of any subsequent legal proceeding before a court of competent jurisdiction. Authority to terminate performance under the terms of this Agreement is not subject to appeal under this Section. All other issues including, but not limited to, the amount of any equitable adjustment, and the amount of any compensation or reimbursement which should be paid to the Contractor shall be subject to the disputes process under this Section. (PCC 10240.5, 10381, 22200 et seq, 40 CFR 31.70) 2. Rights in Data: The Contractor agrees that all data, plans, drawings, specifications, reports computer programs, operating manuals, notes, and other written or graphic work produced in the performance of this Agreement are subject to the rights of the State as set forth in this section. The State shall have the right to reproduce, publish, and use all such work, or any part thereof, in any manner and for any purposes whatsoever and to authorize others to do so. If any such work is copyrightable, the Contractor may copyright the same, except that, as to any work which is copyrighted by the Contractor, the State reserves a royalty-free, nonexclusive, and irrevocable license to reproduce, publish, and use such work, or any part thereof, and to authorize others to do so. (40 CFR 31.34, 31.36) 3. Income Restrictions: The Contractor agrees that any refunds, rebates, credits, or other amounts (including any interest thereon) accruing to or received by the Contractor under this Agreement shall be paid by the Contractor to the State, to the extent that they are properly allocable to costs for which the Contractor has been reimbursed by the State under this Agreement. 4. Permits. Subcontracting, Waiver. Remedies and Debarment: The Contractor shall procure all permits and licenses necessary to accomplish the work contemplated in this Agreement, pay all charges and fees, and give all notices necessary and incidental to the due and lawful prosecution of the work. Any subcontractors, outside associates, or consultants required by the Contractor in connection with the services covered by this Agreement shall be limited to such individuals or firms as were specifically identified and agreed to during negotiations for this Agreement, or as are specifically authorized by the SWRCB Project Representative during the performance of this Agreement. Any substitutions in, or additions to, such subcontractors, associates, or consultants, shall be subject to the prior written approval of the SWRCB Project Representative. Any waiver of rights with respect to a default or other matter arising under the Agreement at any time by either party shall not be considered a waiver of rights with respect to any other default or matter. City of Newport Beach . �IVRCB No.: 01- 079 - 550-23 Page 2 of 3 EXHIBIT D— SPECIAL TERMS AND CONDITIONS Any rights and remedies of the State provided for in this Agreement are in addition to any other rights and remedies provided by law. Contractor shall not subcontract with any party who is debarred or suspended or otherwise excluded from or ineligible for participation in federal assistance programs under Executive Order 12549, "Debarment and Suspension ". Contractor shall not subcontract with any individual or organization on USEPA's List of Violating Facilities. (40 CFR, Part 31.35, Gov. Code 4477) 5. Novation: If the Contractor proposes any novation Agreement, the State shall act upon the proposal within 60 days after receipt of the written proposal. The State may review and consider the proposal, consult and negotiate with the Contractor, and accept or reject all or part of the proposal. Acceptance or rejection may be made orally within the 60 -day period, and confirmed in writing within five days. No novation shall become operative or otherwise binding on the State pursuant to this paragraph in the absence of a formal Agreement amendment which has been approved in accordance with all applicable State policy, laws and procedures. 6. Prioritv Hiring Considerations: Contractor shall give priority consideration in filling vacancies in positions funded by this Agreement to qualified recipients of aid under Chapter 2 (commencing with Section 11200) of Part 3 of Division 9 of the California Welfare and Institutions Code in accordance with Article 3.9 (commencing with Section 11349) of Chapter 2 of Part 3 of Division 9 of the Welfare and Institution Code. (PCC 10353 W &I 11200, 11349, 2CCR, 1896.30 SCM 5.3) 7. Contract Modifications: The State Water Board may, at any time, without notice to any sureties, by written order designated or indicated to be a "contract modification ", make any change in the work to be performed under this agreement so long as the modified work is within the general scope of work called for by this agreement, including but not limited to changes in the specifications or in the method, manner, or time of performance of work. If the Contractor intends to dispute the change, the Contractor must, within ten days after receipt of a written "contract modification ", submit to the SWRCB a written statement setting forth the disagreement with the change. 8. Termination: Notwithstanding the provisions of the Department of General Services General Terms and Conditions (GTC). This contract may be terminated by written notice at any time prior to completion of the Project, at the option of the SWRCB, upon violation by the Grantee of any material provision of this contract after such violation has been called to the attention of the Grantee and after failure of the Grantee to bring itself into compliance with the provisions of this contract within a reasonable time as established by the Division. In the event of such termination, the Grantee agrees, upon demand, to immediately repay to the SWRCB an amount equal to the amount of grant funds disbursed to the Grantee prior to such termination. In the event of termination, interest shall accrue on all amounts due at the highest legal rate of interest from the date that notice of termination is mailed to the Grantee to the date of full repayment by the Grantee. 9. Budget Flexibility: Subject to the prior review and approval of the SWRCB Project Representative, line item shifts of up to $25,000 or ten percent of the annual contract total, whichever is less, may be made up to a cumulative maximum of $50,000 per fiscal year. Line item.shifts may be proposed /requested by either the State Water Board or the Contractor in writing and must not increase or decrease the total contract amount allocated per fiscal year. 10. Computer Software: Contractor certifies that it has appropriate systems and controls in place to ensure that State funds will not be used in performance of this contract for the acquisition, operation or maintenance of computer software in violation of copyright laws. 11. Union Organizing_ Contractor, by signing this agreemen Agreement, hereby acknowledges the applicability of Government Code 16645 through 16649 to this aqreemeR Agreement. Furthermore, Contractor, by signing this agFeemen , here by certifies that: 1) No state funds disbursed by this grant will be used to assist, promote or deter union organizing. 2) Contractor shall account for state funds disbursed for a specific expenditure by this grant, to show those funds were allocated to that expenditure. City of Newport Beach • �RCB No.: 01- 079 - 550 -23 Page 3 of 3 EXHIBIT D— SPECIAL TERMS AND CONDITIONS 3) Contractor shall, where state funds are not designated as described in Department of General Services "General Terms and Conditions" (GTC) Item 18, (b), allocate, on a pro -rata basis, all disbursements that support the grant program. 4) If Contractor makes expenditures to assist, promote or deter union organizing, Contractor will maintain records sufficient to show that no state funds were used for those expenditures, and that Contractor shall provide those records to the Attorney General upon request. • • City of Newport Beach SWRCB No.: 01- 079 - 550-23 Page 1 of 4 EXHIBIT E SWRCB CBI SPECIAL CONDITIONS 1. BOND TERMS (A) Work performed under this contract shall protect the beneficial uses of the coastal waters throughout the State. (B) The Project has been the subject of consultation between the SWRCB, the California Coastal Commission, and the Beach Water Quality Task Force. (C) The Project demonstrates the ability to produce sustained benefits for 20 years. (D) The Project addresses the causes for the pollution, rather than the symptoms. (E) The Project shall be consistent with existing water quality and resources protection plans. (F) The Contractor has submitted a Monitoring and Reporting Plan. (G) The Contractor has included a matching contribution for the capital expenditures for construction. (H) The Contractor has informed the SWRCB of the permits necessary to complete the Project. (1) The Project is consistent with recovery plans for coho salmon, steelhead, or trout. (J) The Project has been the subject of public review. 2. DEFINITIONS (A) "Allowance" means an amount based on a percentage of the accepted bid for an eligible project to help defray the planning, design, construction, engineering, and administration costs of the Project. (B) "Project Representative" means the Mayor of a City, the Chairperson of the County Board of Supervisors, the Chairperson of the Board of Directors of the Contractor, or another duly appointed representative. For all Project Representatives, a certified original copy of the authorizing resolution that designates the Project Representative by title, shall accompany any contract, the first payment request, and any other documents or requests required or allowed under this contract. (C) "Change in the scope of the Project" means any change from the Project description in the Project Authorization Package. (D) 'Completion of construction " means the date, as determined by the Division after consultation with the Contractor, that the work of building and erection of the Project is substantially complete. (E) "Contractor" means the City of Newport Beach. (F) "Force account " means the Contractor's own employees or equipment used for Project construction. (G) "Initiation of construction " means the date that notice to proceed with work is issued for the Project or, if notice to proceed is not required, the date of commencement of building and erection of. the Project. (H) "Project completion " means the date, as determined by the Division after consultation with the Contractor, that operation of the Project is or is capable of being initiated, whichever comes first. (1) "SWRCB" means the State Water Resources Control Board. (J) "Useful life of project" means IA2nty 1201 years from and after Project completion. 3. GENERAL COMMITMENTS The Contractor accepts and agrees to comply with all terms, provisions, conditions, and commitments of this contract, including all incorporated documents, and to fulfill all assurances, declarations, representations, and commitments made by the Contractor in its application, accompanying documents, and communications filed in support of its request for this Grant. �City of Newport Beach lRCB No.: 01- 079 - 550 -23 Page 2 of 4 EXHIBIT E — SWRCB CLEAN BEACHES SPECIAL CONDITIONS representations, and commitments made by the Contractor in its application, accompanying documents, and communications filed in support of its request for this Grant 4. COMPLETION OF PROJECT The Contractor agrees to expeditiously proceed with and complete the Project in substantial accordance with the application as submitted. 5. CONTINUING OBLIGATIONS The obligations of Sections 6, 7 and 8 below shall survive the Term of this Contract. 6. OPERATION AND MAINTENANCE The Contractor covenants and agrees to properly staff, operate, and maintain all portions of the Project during the Project's useful life and in accordance with all applicable state and federal laws, rules and regulations. In the event that the Contractor assigns or transfers any or all portions of the Project to another entity, the Contractor shall be responsible to ensure that the assignee or transferee of any or all portions of the Project shall properly staff, operate and maintain all portions of the Project during its useful life and in compliance with all applicable state and federal laws, rules and regulations. The Parties to this Agreement understand and agree that this covenant shall survive the expiration or termination of this Agreement. The Parties further understand and agree that this covenant is for the benefit of the SWRCB and shall be enforceable during the useful life of the Project facilities. Failure at any time to comply with this Section shall be considered a material breach and violation of this Agreement, and a nonexclusive remedy shall include reimbursement by the Contractor of all grant funds disbursed under this Agreement, plus accrued prejudgment interest thereon from the date of disbursement of such funds. 7. PROJECTACCESS The Contractor shall insure that the SWRCB, or any Project Representative thereof, has suitable and reasonable access to the Project site at all reasonable times for the useful life of the Project. 8. REPORTS The Contractor shall expeditiously provide, during construction or upon completion of the Project and thereafter during the useful life of the Project, such reports, data, and information as may be reasonably required by the Division, including but not limited to material necessary or appropriate for evaluation of the SWRCB program or to full any reporting requirements of the state government. 9. FINAL PROJECT REPORTS; AUDIT (A) Within 120 days after Project completion, the Contractor shall provide to the Division a final cost summary report on the Project The summary shall include, at a minimum, a statement of: (1) Total Project costs; (2) Total Project costs eligible for contract funding under the SWRCB's contract program and this contract; (3) The total amount of contract funds received; (4) The amount of interest earned, if any, on contract funds before disbursement on account of incurred Project costs. If no interest has been earned, this fact shall be expressly stated; and (B) The Division may call for an audit of financial information relative to the Project, where the Division determines that an audit is desirable to assure program integrity or where necessary because of City of Newport Beach • �IRCB No.: 01- 079 - 550-23 Page 3 of 4 EXHIBIT E — SWRCB CLEAN BEACHES SPECIAL CONDITIONS federal requirements. Such an audit shall be performed by a Certified Public Accountant independent of the Contractor and at the cost of the Contractor. The audit shall be in the form required by the Division. 10. RECORDS (A) Without limitation of the requirement to maintain Project accounts in accordance with generally accepted government accounting standards, the Contractor agrees to: (1) Establish an official Project file that documents all significant actions relative to the Project; (2) Establish separate accounts that adequately and accurately depict all amounts received and expended on the Project, including all contract funds received under this contract; (3) Establish separate accounts that depict all income received which is attributable to the Project, specifically including any income attributable to contract funds disbursed under this contract; (4) Establish an accounting system that accurately depicts final total costs of the Project, including both direct and indirect costs; (5) Establish such accounts and maintain such records as necessary for the State to fulfill reporting requirements, including any and all reporting requirements under federal tax statutes or regulations; and (6) If the Contractor uses its force account for any phase of the Project, other than for planning, design and construction engineering, and administration provided for by allowance, the Contractor shall establish accounts which 'reasonably document all employee hours charged to the Project and the associated tasks performed by each employee. Indirect force account costs may be paid with the SWRCB's prior written approval. (B) The Contractor shall be required to,maintain books, records, and other material relative to the Project in accordance with generally accepted accounting standards. The Contractor shall also be required to retain such books, records, and other material for each subcontractor who performed work on the project for a minimum of thirty six (36) twenty-three (23) years after the last disbursement. The Contractor shall require that such books, records, and other material shall be subject at all reasonable times to inspection, copying, and audit by the SWRCB and by state auditors, or any Project Representatives thereof. (C) The Contractor shall retain its Project records for a minimum of thirty six (36)twenty -three (23) years after the last disbursement, and for such longer, period as may be required for the State to fulfill federal reporting requirements under federal tax statutes and regulations. All Contractor records relative to the Project shall be subject at all reasonable times to inspection, copying and audit by the SWRCB and state auditors, or any Project Representatives thereof. (D) All documents required or requested shall be in electronic format (E) The Contractor agrees to expeditiously provide, during work on the project and for thiry sixes twenty -three (23) years after the last disbursement, such reports, data, information and certifications as may be reasonably required. Such documents and information shall be provided in electronic format. 11. STATE REVIEWS AND INDEMNIFICATION The parties agree that review or approval of Project plans and specifications by the SWRCB is for administrative purposes only and does not relieve the Contractor of its responsibility to properly plan, design, construct, operate, and maintain the Project. As between the SWRCB and the Contractor, the Contractor agrees that it has -sole responsibility for proper planning, design, construction, operation, and maintenance of the Project, and the Contractor agrees to indemnify the SWRCB, the State of California City of Newport Beach • *HRCB No.: 01 -079- 550-23 Page 4 of 4 EXHIBIT E — SWRCB CLEAN BEACHES SPECIAL CONDITIONS and their officers, agents, and employees against and to hold the same free and harmless from any and all claims, demands, damages, losses, costs, expenses, or liability due or incident to planning, design, construction, operation, or maintenance of the Project. 12. SWRCB ACTION: COSTS AND ATTORNEY FEES Any remedy provided in this contract is in addition to and not in derogation of any other legal or equitable remedy available to the SWRCB as a result of breach of this contract by the Contractor, whether such breach occurs before or after completion of the Project. The SWRCB's exercise of any remedy provided by this contract shall not preclude the SWRCB from pursuing any legal remedy or right otherwise available. In the event of litigation between the parties hereto arising from this contract, the prevailing party shall be entitled to such reasonable costs and/or attorney fees as may be ordered by the court entertaining such litigation. 13. COMPLIANCE WITH LAWS AND REGULATIONS The Contractor agrees that it shall, at all times, comply with and require its contractors and subcontractors to comply with all applicable federal and state laws, rules, regulations and guidelines. The Contractor shall comply with, implement, and full all environmental mitigation measures applicable to the Project, and which may otherwise be required by this Contract, "CEQA ", and the State CEQA Guidelines. 14. DAMAGES FOR BREACH AFFECTING TAX EXEMPT STATUS If any breach of any of the provisions of this contract by the Contractor will result in the loss of tax exempt status for any State bonds, or if such breach will result in an obligation on the part of the State to reimburse the federal government for any arbitrage profits, the Contractor shall immediately reimburse the State in an amount equal to any damages paid by or loss incurred by the State due to such breach. 15. CONSTRUCTION ACTIVITIES and NOTIFICATIONS For construction projects, the Contractor shall promptly notify the SWRCB in writing of: (1) Any substantial change in scope of the Project. No substantial change in Project scope may be undertaken until the Contractor provides written notice of the proposed change to the SWRCB and the SWRCB gives written approval for such change; (2) Unscheduled cessation of all major construction work on the Project where such cessation of work is expected to or does extend for a period of 30 days or more; (3) Any circumstance, combination of circumstances, or condition, which is expected to or does delay completion of construction for a period of 90 days or more beyond the estimated date of completion of construction previously provided to the SWRCB; (4) Completion of construction of the Project. 16. PREVAILING WAGES AND LABOR COMPLIANCE If applicable, the Contractor agrees to be bound by all the provisions of State Labor Code Section 1771 regarding prevailing wages. If applicable, the Contractor shall monitor all agreements subject to reimbursement from this Agreement to assure that the prevailing wage provisions of State Labor Code Section 1771 are being met. The Contractor agrees to fulfill its responsibilities under Section 1771.8 of the Labor Code, where applicable. STATE OF CALIFORNIA STANDARD AGREEMENT AME. MENT STD. 213 A (Rev 9/01) :) 185 ® CHECK HERE IF ADDITIONAL PAGES ARE ATTACHED 22 Pages AGREEMENT NUMBER AMENDMENT NUMBER 101-079-550 2 1. This Agreement is entered into between the State Agency and. Contractor named below: STATE AGENCY'S NAME State Water Resources Control Board CONTRACTOR'S NAME City of Newport Beach 2. The term of this July 1, 2001 through March 31, 2006 Agreement is 3. The maximum amount of this $500,000.00 Agreement after this amendment is: Five hundred thousand dollars and no cents 4. The parties mutually agree to this amendment as follows. All actions noted below are by this reference made a part of the Agreement and incorporated herein: The purpose of this Amendment is to extend the end date of the Agreement to March 31, 2006 to allow completion of the scope of work, to realign the budget, and update provisions. Standard Agreement 01-079-550-0 entered into July 1, 2001, and Amendment 1 entered into on December 17, 2002, is hereby amended on August 5, 2004 as follows: 1) Std. 213, Item 2, "Term of this Agreement is:" is amended by deleting the reference of November 30, 2004 there from and inserting March 31, 2006 in place thereof (a sixteen [ 16] month term extension). 2) Exhibit A, Scope of Work, is amended, attached hereto, and made part of this Agreement (deletions are in strikethrough and additions are in bold and underlined). 3) Exhibit A-1, Work to be Performed, is amended, attached hereto, and made part of this Agreement (deletions are in strikethrough and additions are in bold and underlined). 4) Exhibit B, Budget Detail and Payment Provisions, is amended, attached hereto, and made part of this Agreement (deletions are in strikethrough and additions are in bold and underlined). 5) Exhibit E, SWRCB Clean Beaches Special Conditions, is amended, attached hereto, and made part of this Agreement (deletions are in strikethrough and additions are in bold and underlined). All other terms and conditions of the original Agreement, as amended, shall remain the same. IN WITNESS WHEREOF, this Agreement has been executed by the parties hereto CONTRACTOR CONTRACTOR'S NAME (If other than an individual, state whether a corporation, partnership, etc.) City of Newport Beach BY (Authorized atu DATE SIGNED (Do not type) PRINTED NAME AND TITLE?,PERSON SIGNI Tod W. Ridgeway, Wyor ADDRESS 3300 Newport Boulevard, Newport Beach, CA 92658-8915 STATE OF CALIFORNIA AGENCY NAME State ater Resources Control Board BY (Au o d SignattleyDATE7c; ED (Do not t pe) 0 p PRI ED NAME A TITLE OF PERSON SIGNING Bill Brown, Chief, Division of Administrative Services ADDRESS 10011 Street, 18"' Floor, Sacramento, CA 95814 CALIFORNIA Department of General Services Use Only APPROVED S7 2 4 2004 DEPT OF GENERAL SERVICES ❑ mpt per: EXHIBIT A SCOPE OF WORK City of Newport Beach SWRCB No. 01 -079 -550 -2 Page 1 of 1 1. Contractor agrees to provide to the State Water Resources Control Board (SWRCB) subvention services as described herein: 2- The Contractor shall install up to six -five storm drain diversions, perform water circulation studies at Newport Dunes and Newport Island Channels, aad -shall install catch basin inlet screens and filters, and construct one water auality treatment wetiand /detention basin in the watersheds of Newport Bay in Newport Beach, Orange Countyi California. 32. The project representatives during the term of this agreement will be: PROJECT REPRESENTATIVES State Agency: State Water Resources Control Board Contractor: City of Newport Beach SWRCB Project Representative: Christopher Stevens Project Representative: Tod W. Ridgeway, Mayor Phone: 916 341 -5698 Phone: 949 644 -3000 Fax: 916 341 -5707 Fax: 949 644 -3020 The SW RCB's Project Representative shall be Christopher Stevens of the Division of-Gleaw PregraRrs Financial Assistance. The SWRCB Project Representative shall be the day -to-day representative for administration of this agreement, and, except as otherwise specifically provided, shall have full authority to act on behalf of the SWRCB with respect to this agreement. The SWRCB's Executive Director, or designee, may also perform any and all acts that could be performed by the SWRCB Project Representative under this agreement. Except as otherwise expressly provided, all communications relative to this agreement shall be given to the SWRCB Project Representative. The Project Representative shall be Tod W. Ridgeway, Mayor, and his successor mayors. The Project Representative shall be the Contractor's representative for the technical conduct and administration of the agreement and shall have full authority to act on behalf of the Contractor. All communications given to the Project Representative shall be binding as if given to the Contractor. The parties may change their rcject Representative upon providing written notice to the other party. Direct all inquiries to: State Water Resources Control Board Contractor's Name: Cit y of Newport Beach Division of in ncial Assistance Section/Unit: City Manager's Otfice Attention: Laura L. Peters Attention: Dave Kiff Address: 1001 1 Street, 16 Floor Sacramento, CA 95814 Address: 3300 Newport Boulevard, Newport Beach CA 92658 -8915 Phone: 916 3415854 Phone: 949 644 -3002 Fax: 916 341 -5707 1 Fax: 948 6443020 43. Detailed description of work lobe performed and duties of all parties shall be provided in accordance to Exhibit A -1, Work To Be Performed, which is attached hereto and made part of this agreement. is listedJ& the City of Newport Beach SWRCB No. 01 -079-550-2 Page 1 of 11 feral Clean Water Act's itants. As a result of weekly different sites in Newport Cation Agency), Newport ch Mil Days)[in 2003. Two swimming areas the po 'Y cgs, n}e ning that high bacteria 1 in an 9 _nio the a areas. and to increase die -off Bay and along the ra significant reduction let `� bine a screen with a filter ('catch ing i ko New oj-t Island's channels; diverting these flows fFGFa > on a f. f basis to increase circulation and d, with e potent) al of permanently installing be effElve. diversions at the 3eachesl "itiatiue ith the resources of the City County Prangeli Health Care Agency (water Beach Clean Beaches e major components: a x ovvrc�n rvo u i u r a -oau c ar X r w If Aiii - � Page 2 of 11 EXHIBIT A -1 WORK TO BE PERFORMED' Design, Install and operate;, •1,' Storm"draln to Sanitary Sewer Diversions. 'The Project wlil,deslgn, cgnstruct, and Implement up ,.F ' to sox- ve storm drain -te 61311412ryi- 6 ewleF diversions In the following locations: •, Newport Dunes (the -foul small pli g and•pump dlverslons) Camatlon Avenue{ constructed " r dlverslon)j ty- based- �4v_e}'' - i 6d-�iVafeiefi�e a •22 Catch Basln,Combos (combl f a screenoutside a catch basin Inlet and :flltsrs bshlnd, the screen), =includes Insfalling at least6 catch °basin combos�at catch;basin Inlets;_ and r 43: Circulatlon Pilot Test. Analyze, V184fif Id testing and modeling (Using the existing RMA model of New ort Ba the reduction In bac, ( y) nd:circulate bay water p Bay),' - ter++ a If an when devices that aerate a are Installed -in Newport Dunes Swimtning Lagoon and Inthe West Newport Channel. 46 Water Quallty TreatmentVetland /C efentlon Basin Thei Project wlll4eslari and-constiuct a wateroualitytreatmantwetland /detention basin In thwArc hesklnterehanae (OW N ewaortr• Boulevard storm drain):_j� The Contractor "shall be responsible for tY'e performance of the work as set forth herein below and for the preparation of'products fin and a al relio, as.speoifled In this Exhibit. The Project Representative 11 shall projnptly nbtify,the SWRCB Projec6ReIpresentative of, events ,orpr"oposed - changes- thatcould affectttie cope, budget, or schedule, of�rork-performedun der this 'agreement. Task I"; Project Man agement'an-d Adminijstratlon 1.1 Provide all technical and ai supervise and review allw( that the'contract Is comptei procedures, applicable law 1.2 Ensure thatthe contracture submitted'4'o the Contract -IN quarter (March, June, 5egl the Contract Manager. ,Th accomplishments of each 1 encountered i��the perfarrr and aoocompllshments _of ei basis for.paymant 66ri volc the purpose of ca- Iculating gyrations, - .e Amounts, '.- _- - cornrnrrerai pwuwts. wn�uwa pletlon, monitor,, 3duling to,assure )with approved ly status reports f.of the celender nunicatlor with tken and, any problems= stlon of activities Oirto provide a. k completed for document, written' tract wlth;tha' fachado. Water entallon of,' lot necessarily ames or R. Pa 66'3 of 11, EXHIBITA—t—WQRKT613E PERFORMED'7 The Contractor shall Include in each of its subcontracts for wbrki undertbis contract. a provision that! incorporates the requirements stated within, this subtask. 1.4 The7 Contractor and any of its subcontractors shall notify,therCohtract�Manager at least - ten ,(1 0) working days prior to any puhllc or%medla ever , t'l�ubllclzlng�the,actomplishmenfs' and/or results,ofthis contract ,and provide the op I portunity for attendance and participation by,, SWRCBlrepresentatives. 1.5, Complete a one-Oagec6ritract, summaryform (form to be provided, by the SW R_ CB) within three months of' the ,contract ex6cutlon. H Award subcontracts) tbi,appropriate organization(s) to perform,tasks,asioutlined in this agreement., Document steps, taken 1 , n soliciting and aWardirfgithe s6bcontract and them; -to the Contract Manager-for -review. Dbcume-nt,allsUbcohfradtoractivities in quarterly reports: 17 Every six months , during the life of this contract, the Contractor shall develop and submit to their, assigned SWRCB Program Analy0texpenditurelinvolce projecljons to enable fUndIn,g',to be,avallable for payment 0 Invoices. -1.8- At the completlon,,pf this project an6 prior Jo final payment, the -Project Director shal E fill, out and provide a project survey form `to the Contract Manager;, Task Qeliverablars '1.2'Quarterly,Progre" Repi0s; 1.5 Con'tractiSurnmeryForm; 1.6 Subcontractor Documentation; 1.7 Expen'diture/Invoice,projecti6ns' 118 Project Survey Form Task 2t- PrelmInary'Design 2.4 Preliminary Carnatlon­Avenue D)verslon Design. The Project Dlrector'� shall oversee the preliminary deslgn;&'the proposed diversions. I -2.2- Preliminary ciesign ot the Proposoo diversions. 2.3 'Preliminary Catch Basin'dombo Designs, The Project Director shall oversee the preliminary' plans to place qt.least 65 catch basin combos in area's Impacted by,,hld,K bacteria counts, Includ,ini'the West, Newport storm-Idrbln network and the smallwaterstieds#f8it enter the Bay near Channel Place Park. 2.4 CIrculatlon'Improvement Studio rand Pilot ProjectPlan. The Project Dlrqctor61hall oversee! a 2.5 Preliminary Water Quality, Treatment Wetland/DMentlomBasIn. The Prolect Director shall oversee the nrellminary design oUthe water Auallty treatmontwetlandidetention j as 2.6 Storm'Oralln Moriltorina -:The Proledt Di rector shall oversee tho,"lection dCal- consultant, to Implement -a storm drain monitoring.-brogtarn oalaned to,charactailze candidatastormAr a flocludinaZarnatlon Avenue) within the, Nowp�ad Day watershod� Only �the Marnatlon.Menuw Storm Deal 6 aortion'.of this work an 116stothIs Avireemant asAI&rnonItorIha'Is regUir6d,lbeforwissuance,of'o Sanitation Dittrib Olverslon Permit, r6ferJ6TaJsk1,2(n), x Vf I ' SWRCBA6`.,01-079-550�2 Page 4 of ff EXHIBIT A-,I"- WORK TO BETERFORMED Task 'Del 21 -�-Prellminary Ca .2 PrellmIna _iverabliss' m0ilon Avenue Diversion, Deslgns;�2' NewporVDunes Diversion Deslarir 2.3 —Preliminary Catch-Basin. Combo Circulation Improvement Studlesand PH act Plan: 2.5 —Preliminary Water 'Quality tv Tre ment Wetland/Detentlo RFP' Task 3: Permits and CEQA Documents, 3.1, The Project - Director willprepare applicable California Environmental Quality Act (CEQA) document associated with ' -the,LProject (found,to be exempt uhderr one,or more categorical L exemptions) and record with the Orange,County Clerk-Recorder's office. 31 The LProjeclblrector wlll'secure all required permits for project work. No;work that Is subject to C. - m - permitting shell proceed under IthiscQntract until documents that, satisfy the , Permitting processes) are received by-the Contract M_ anager. Permits may,,Include (if deemed to be applicable, by permitting agencies); a. US � r lEnginears Sedtion,404 Permit: Where of,the,Projec would eqlr a dredging filling of w6tlands?waters of the UnIted'States,the contractorwill secure a Corps Section 404 Permit. b� US Fish and WIldlife3sectlon 7 Permit, If any p�o�of�the�Rrojectwould,resultin an impact an ' y,federally listed',speGials species, the contractor will prepare a requestfor consultation under Section 7 of the es, Species Act, -with the,US Fish and Wildlife ZeNice (US.F&WS). G. Water Quality Control Board, Santa Ana Reason. Section 401 Permit. If, California staff tobe applicable,, the contractor will ,prepareand , submIt-e request for a �walver'unde�!Sectlon,401'of,the Clean Water Act. � A186,,if applicable,, prepare and submits ,Notice of 14aPXC :6lion. strue ActMtV (NOCA)to conduct work under the City's NPPES,Genera"r-ongiF,,iGtIan7Aetlylt storm,water permit 'Prepare and submit any applicable storm water p�ollutlon prevention-plan associated with,the latter permit. d. Callfornla Department of Fish and ',Gama Str6ambed Alteration Agreement. If found to be applicable, prepare andsubmit a,90eambed Nteration Agree'rn6ht.'_ 41 a. California Coastal Commission Coastal.Development Perm If found10 be applicable, after receiving ,an "approval In doncept'(AIC) from `the City of'Newport. Beach, prepare and submit application for a'Coastall!Development"Permit. fian-Wjo Af 0 Anne N SWIFRFal iq64ean ERGFeashmentPe Gtan�n _f. CICv of Newport BeachAnproval In Concept (AlCiYand Encroachment Permit. If found to be repare and Lsubmit request for an AIC (sewabove) and an Encroachment Permit from, the City of NdwporC13,each for any construction activity on publicly=owned land or rlghtmof4ay. g. Orange County Sanitation District (bCSD) Diversion Permit and Agreement. Any proposal",to,divert dry-Weather flows into the Orange County Sanitation District's ireatment facilities or collection system requires aDiverslon�'Permlt and an Agreement to Divert Dry Weathef, Flows. Newport -Seach Prolect'.ExecutionGuideline% - VWU41IIV11 \U ,gvllml,YVyVI. I F/IUII Qp'J'IVUPJM1.QNUI IQ I QIIU 1u.Im GUal.o,ul l IG40; IVI. u7a r rVjamJ-04 (Circulation' Improvement Study, the Carnation Avenue Diversion- Prolect, the Water Lluality WetlandlDetentlon Basin ProladL and theaStorm Draln "`Monitorina'Prolectl in accordance with City of Newport Beach standards. } aaolisabia- pFajest-wilkseflslet feataFes4e6GNbed4n4he- RFedes{8a- TeGhAisalMemeFanA " jN Let the Contract for bid'per the City'sjstandards: 4- 64_8Assistance with Bidding/Recommendation to Clty CauncianP addenda is the City e y . preparing. .a staff greport with recommendat onto the Ci preparing on the award of thecP and assistance to e during, the blddin ,p rlod to answer questions; roject. ` - Council' reports shall be prepared for the prolects Identiflecl In Task 4l. Task,Deliverables 4.1 - Tsnfatfv e S nal Constructlon Documents:- Carnation Avenue - Diversion 4.2 —Field S FekGgy PFedustc final Documents - Newport Dunes Diversion: 4:3 —RFe desl@FTsspalea MeFaera ---- -- {Ifapp!!Ga )F)nel'Catch Basin Combos Locations and Literature;, . Frt(a} 4.5 Gownell EA6# PlepeOt7lFlnal Construction - Water'Quallty WetlandlDeten'tlon Basin; 4.7 Contract Document(s); 4.8- Councll "Staff Reports Task s: Project ConstructionlProject 'Implementation ° °5.1 •Gltyteugrll will -661 . ' T sing lawast Faso Ffsible W dw44'9 - ' - IIBifeG6li@fiFlai _ _ seRtfas6Construct the Carnation Avenue Diversion in accordance with the.flnal._ construct In Task 4A 5.2 Construct,the Newport Dunas, Diversion in accordance with the 41nal documents prepared 4n'Task 4,2:' _. 5.83 Ger+lastsFaadleF City_st� IeFFteniJseRSlwc t,St8FFn dFain tG saweF diveFalGns and 6ateh` basin eambes. T e4a4lewIna 1-6 the rARAfFl Milan the seats SF. . .: -. will final ng of the senstwetiew, - "t✓•Pg- and -G „ - - Qns allatien of f.816h-beEiR eeFFlh66 ; ' s Catch Basin °'Combos ,;installat'on - City staff shall Install the debrls.screens on the front, face of the catch 6a'sin. Thetlltar Manufacturer shall (retail thetllterlsl In the -catch basin. Deliverables shall Include photo - documentation. 6,� §.AGGAtFaGtGF4fGF4;JFGU Meh P'l lefnent study mtli sna g Rem IgGeeWlsate --- ew and, FReF:9Wr@p4a%- - sGeeFdltla - ataand 44MAdel eltematives.in etheF GFIllsal Bay slies, where eppFepFiat _ City of Newport Beach SWRCB No, 01- 079 - 550 -2 Page 7 of 11 EXHIBIT A -1 ­WO RK TO BE PERFORMED' Circulation Improvement' Studies and PIIot.Prolect_Plan — •Rrepare final report based on - the approved Prelim] nar design. 5.5 Water Quality WetlandslDetentlon Basin Construction — Construct WetlandlDetentlon "Basin In accordance with the Final Construction documents prepared In Task C5.'_ ; s 5A Storrn Drain Monitorina Program Prepare final report based on the approved' preliminaiv`deslan. Task Dellverabless. 5.1'= ESeseted- 6sRtrast{s }As -built drawl'nas9of Carnation:Avenue Diversion and photo documentaklon; 5;2 —RheC est and as Balk drawl%&i- oto documentation • Newport Dunes Diversion: 5.3 - Eernplete�Anai Filet,._ ierrStu$y; Photordocumentatlon -Catch Basin protect; 6A inal ' Report Clrculatlon°Improvement Protect 5 5'As'bulihdrawings of Water Quality Treatment WetlandlDetentlon Basin and photo documentation• 5 8 Final Report Storm'Draln Monitorina Program. _ o Task 6:- iQuality Assurance Protect Flap (QAPP) 6.1 Contractor-wl.11' prepare and malntaln a Quality Assurance Project Plan (QAPP). The existing approved QAPP shall be modified to Incorporate monitoring for the Water QuailN, _ Treatment Wetland/Detention Basin. Language can'be substituted to reference an approved exlMing QAPP, The QAPP shall lie approved) by the SWRCB QAPP officer prior to the implementation of any.sampling or monitoring activitles__ } Task-Dellverable: '6 Approved Revised, QAPP g p, rung Plan and Draft and Finai`Renort. } o, - Task 7: Monitoring _ and Re s7.1 Contractor will prepare (and submit to the SWRCB for the Contract Maneger's approval) a ev sed Monl of with Water Code ;79148.8(4). The -plan te hall add ess thefollowing,, ll nform atio RP) consists, § water quality baseline an&4uality ., of the environment to be addressed • A- Describe the wat, q , y - • ;Identification of one or mor0likely sources „of non -point source pollution In the Newport. Bay, with;addltlonal 4pecificlty as to sources near, is Carnation Avenue Storm Drain. Arches interchange and `Newport Du g. goon;, nes swlmmlp le .° A °summary of the expected water quality benefits and the Implementation rriethogs of tha catch basin cornbos, diversions, and alrcuiaHenlaeraEierrdevleee wetlandldetentlon basin. - • •` 'Measurement of the effectiveness (pre -,and post - Project) of the Project's eornponents in _ = i p .. Newport Bay3and, where appllcable, • Describe 'the manner In which the prolecf'wlll b x I reventing or retlucing water q ality impairments In Newport, es f e effective In preventing or reduelna 1 milutlon and'in demonstraNna the desired environmental results. • Describe the monitoring program 'Including but =not limited to the methodology and` -`- the freguencv and- duratlo-hof monitorina. r , 0 EXHIBIT A -1 — WORK TO BE PERFORMED C. SCHEDULE OF COMPLETION DATES 0 City of Newport Beach SWRCB No. 01- 079 -550 -2 Page 9 of 11 Task Subtask I Deliverable Completion Date 1 Project Management and Administration 12 Quarterly Progress Reports March 20021 uaterl 1.5 Contract Summary Form March; 2002 1.6 Subcontractor Documentation June 2005 1.7 Expenditure/Involce Projections July 2002 /semi- annually thereafter 1.8 Project Survey Form August 46, 2904 March 2006 2 Prelimina Design 2.1 Preliminary Carnation Avenue Diversion Designs Se 2004 2-;-o 24-G Bever- Br4veFR6# d 2.2 Preliminary Newport Dunes Diversion Design Fab 2002 2.2 .3 Preliminary Catch Basin Combo Designs Mar 2002 232,_4 Circulation Improvement Studies and Pilot Project Plan March 2003 2.5 Preliminary Water Quality Wetland /Detention BasinDesi n Sep 2004 2.6 Storm Drain Monitorin RFP ApZ2004 3 Permits and CEQA Documents 3.1 December; 2001 /March 2004 CEQA Documentation 3.2 Applicable Permits Jan 2005 3:2 GGT&4G441eFMit MaFS14-2803 32 March -22803 34 Re@wenal Beapd SenfinR 404 PAPmut MafsM -2893 34 GQUAtY Of QF8R9e EROF08611PRORt POFFRR Mafsh-2803 3-2 Gity NewpeFt 13eaGh AIG ERGF0aGhFnAAt PARFA Marsh 2803 of and 3 3;? 34 QGSD DFV8F6i9R PeFFNUDiveFsieR AgFeement June4883 4 Final Project En ineerin 4.1 Final Construction Documents — Carnation M^2882 Nov 2004 Avenue Diversion 4.2 HydFology and GtheF SuFveys Final Documents — Newport Dunes Diversion May 2883 Mav 2002 4.3 Final Catch Basin Combos Locations and Literature May 29021 Dec 2003 4.5 Final Construction Documents —Water Quality Wetland /Detention Basin Nov 2004 EXHIBIT A -1 — WORK TO BE PERFORMED City of Newport Beach SWRCB No. 01 -079 -550 -2 Page 10 of 11 Task Subtask Deliverable Completion Date 4-.".7 Contract Documents June 2003 Feb 2005 4-.".8 GAy- Council Staff Reports June 2003 Feb 2005 5a Project Construction /Project Implementation 5a 5_1 Fsh2002 Jun 2005 T ^BAs -built drawinas of Carnation Avenue Diversion and Photo documentation 5.2 Photo Documentation — Newport Dunes Diversion Aua 2002 6a4 5.3 Photo Documentation — Catch Basin Protect iLiRee, 220002 Dec 2003 6a4 5.4 Completed Analysis GiFOUlatiOn Stud ler fAAFAtiGR Pil 44 arsh 2003 Aun 2003 Gf TestFinal Re ort — Circulation Im rovement Project 6" 5.5 (Gateh As -built drawinas of Water Quality Treatment Wetland /Detention Basin and photo documentation iva..2002 APA 2893Jun 2005 5.6 Final Re ort —Storm Drain Monitorin Pro ram Oct2004 bb-.4 5b4..a 6bA.6 5b4�G BeveF4BFIveA2GH St�B 51)2 Juae; -2003 51314 5b4 du4y2$03 AI 2004 6 Quality Assurance Project Plan 6.1 Approved Revised QAPP July, 2 Sea 2004 7 Monitorin and Reporting Plan and Draft and Final Report 7.1 Approved Revised Monitoring and Reporting Plan July, 2892 SeD 2004 7.2 Draft Final Report ApFil 2884 Feb 2006 7.3 Final Report June -2804 Mar 2006 D. REPORTS The Project Representative shall submit a quarterly progress report to the SW RCB Project Representative describing activities undertaken, accomplishment of milestones, and any problems encountered in the performance of the work under this agreement, and delivery of intermediate products, if any. The description of activities and accomplishments of each task during the quarter shall contain sufficient detail to provide a basis for payment of invoices and shall be translated into percent of task work completed for the purpose of calculating invoice amounts. City of Newport Beach SWRCB No. 01 -079 -550 -2 Page 11 of 11 EXHIBIT A -1 — WORK TO BE PERFORMED 2. The invoice shall include a copy of the progress report. If the progress report does not accompany the invoice, the invoice shall not be deemed complete until a copy of the progress report is received. 3. The Project Representative shall submit to the SWRCB Project Representative one (1], reproducible master and two (2) copies of a draft report describing the work performed pursuant to Section B of this Exhibit for review and comment. 4. The SWRCB Project Representative shall submit final comments on the draft report to the Project Representative. 5. The Project Representative shall submit to the SWRCB Project Representative for approval one llreproducible master and two (2) copies of the final report containing the results of the work performed and addressing the comments submitted to the Project Representative by the SWRCB Project Representative. The report shall not be considered final until accepted and approved by the SWRCB Project Representative. E. SPECIAL MITIGATION MEASURES [X] No special mitigation measures are attached to this grant. or [ ] Special mitigation measures that must be complied with are as follows: City of Newport ; Beach SWRCB No. 01 -079- 550 -2 _ Page 1,of 5 - EXHIBIT B BUDGET DETAIL AND PAYMENT I?ROVISIONS 1. INVOICING AND PAYMENT For services satisfactorily rendered,'and upon receipt -and approval of the Invoices the State agrees to compensate the Contractor for actual expend ltures, incurred in,accordance with=the rates specified herein, which is attached hereto and matle.,a part of this Agreement:_ A. Invoices shall include the Agreement Number and shall be,submltfed In triplicate not more'_ frequently than quarterly in �rrears to; Laura L. Peters Y Stale Water Resources Control Board Division of Flnanclal.Assi stance , - 10011 Street 16 Floor Sacramento CA 95814 j B. Payments will be on a cast incurred basis, upon receipt of an undisputed invoice and completed I "Request for Disbursement'%,SWRCB'Form 262 submitted in accordance with thednstructions - - contained herein. Invoices �eceived by the SWRCB Project Representative thatare,not consistent with this format will be `cause for an ',lhvc,ice to be disputedt In the event of an,invoice dispute the SWRCB Project Representative shall notify Contractor by initiating a Standard Form 209 INVOICE DISPUTE NOTIFICATION. Payment will not be made until the dispute has",. been resolved and a corrected invoice submitted TherSWRCB�Prolect Representative Is required to approve all invoices for reimbursement. Only invoices forcosts Incurred after July 1 i 2001, with all appropriate backup'documents (supporting Item¢ed invoice) attached; Will lie' i approved. The invoices shall include tlhe following information a. The word "Invoice" sho I Id appear in a prominent location at the top,of the page(s) and, include a sequential number. b. Printed name of the Contfactor. c. Business address of the Contractor, Including P O. Box, City State, and 2lp Code; d. "Bill To" is SWRCB; e. The date of the invoice; I. The contract number u on which the Claim;i's based; g. An itemized account of the services bytask'for which the SWRCB is being bille- h. Include an itemized account of "'In kind "'grant match or dollar" "grant match - including what i percent the match represents of'(he. total grant match obligation; and I. Printed on Original Contractor Letterhead or original signature by the Contractor's,- Administrative Officer oIt dies ign -ee,- ADd _ j. The invoice must show the time'period actualiyteing billed. Quarterly Involces must be based on the calendar quartor (ending 16 March, Jurie September, and December); - City of Newport Beach SWRCB No. 01- 079 -550 -2 Page 2 of 5 EXHIBIT B — BUDGET DETAIL AND PAYMENT PROVISIONS C. Computing the Amount Due Payment will be made upon submittal of an invoice which details the percentage of each task completed based on work not dollars spent. Notwithstanding any other provision of this contract, the Contractor agrees that the SWRCB may retain an amount equal to ten percent of the grant amount specified in this contract until completion of the Project to the satisfaction of the Division. Any retained amounts due to the Contractor will be promptly disbursed to the Contractor, without interest, upon completion of the Project. D. Matching Funds If projects include capital costs, the Contractor shall identify those costs. The local matching contribution required by subdivision (f) of Section 79148.8. of the Water Code may be satisfied by in -kind match that meets all or a portion of local cost share required by subdivision (f) of Section 79148.8 of the Water Code. For the purposes of determining the capital cost of the Project, the in -kind match shall be included in the total project cost. The °Contractor' shall provide a matching contribution for the portion of the project consisting of capital expenditures for construction, according to the following formula: Project Capital Cost = Capital Cost Match by Recipient $1,000,000 to $5,000,000, inclusive = 20% $125,000 to $999,999, inclusive = 15% $1 to $124,999, inclusive = 10% E. Final Invoice The final invoice should include the amount of the remainder of the contract work. The invoice must be clearly marked FINAL INVOICE. F. Backup Documents It is necessary to provide monthly /quarterly reports, task products due, and vendor invoices for the purchase of equipment (items over $5,000) as attachments to the invoices. You must, however, keep copies of all vendor invoices, timesheets, and any other documents related to the project for future audit purposes. G. Payment of Project Costs Contractor agrees that it shall provide for payment of its full share of the Project costs. All costs and payments for the Project shall be paid by the Contractor promptly and in compliance with all applicable laws. H. Withholding of Grant Disbursements The SWRCB may withhold all or any portion of the grant funds provided for by this contract in the event that: (1) The Contractor has materially violated, or threatens to materially violate, any term, provision, condition, or commitment of this contract; (2) The Contractor fails to maintain reasonable progress toward completion of the Project. 0 0 City of Newport Beach SWRCB No. 01 -079 -550 -2 Page 3 of 5 EXHIBIT B — BUDGET DETAIL AND PAYMENT PROVISIONS I. Fiscal Management Systems and Accounting Standards The Contractor shall comply with state standards for financial management systems. At a minimum, the Contractor's fiscal control and accounting procedures shall permit preparation of reports required by the state and tracking of grant funds to a level of expenditure adequate to establish that such funds have not been used in violation of state law or the terms of this contract. The Contractor shall maintain separate Project accounts in accordance with generally accepted government accounting standards. J. Audit Disallowances The Contractor agrees it shall return any audit disallowances to the SWRCB. 2. LIMITATION OF FUNDING The maximum amount to be encumbered under this agreement for the 2001 fiscal year ending June 30, 2002 shall not exceed $500,000. 3. BUDGET CONTINGENCY CLAUSE A. It is mutually agreed that if the Budget Act of 2001/02 andlor any subsequent years covered under this Agreement does not appropriate sufficient funds for the program, this Agreement shall be of no further force and effect. In this event, the State shall have no liability to pay any funds whatsoever to Contractor or to furnish any other considerations under this Agreement and the Contractor shall not be obligated to perform any provisions of this Agreement. B. If funding for any fiscal year is reduced or deleted by the Budget Act for purposes of this program the State shall have the option to either cancel this Agreement with no liability occurring to the State, or offer an agreement amendment to Contractor to reflect the reduced amount. 0 EXHIBIT B - BUDGET DETAIL AND PAYMENT PROVISIONS 4. BUDGET A. Task Budget 0 City of Newport Beach SWRCB No. 01 -079 -550 -2 Page 4 of 5 Task Description CBI Phase 1 CBI Phase 2 City Match Project Total 1 Project Management &-and Administration $0 $7,,000 2,000 $28;000 $33,000 $27,,000 $35,000 2 Preliminary Design $44,000 $10,000 $0 $3,000 $54;080 $57,000 3 1 Permits and CEQA Documents 1 $2,000 1 $2,000 1 $0 $4,000 4 Final Project Engineering - Circulation Study $20,000 0 $0 $20,000 - Catch Basin Combos $0 $1,000 $0 $1,000 - Carnation Avenue Diversion $0 $5,090 10 000 $0 $5,000 $10,000 - Arches Biwersiea Wetland /Detention Basin $0 $5,080 $15,000 $0 $5,()00 15 000 $0 $5;980 $0 $5;000 $0 $5889 $8 $5;008 Subtotal Task 4 $20,000 $21;000 $26,000 $0 $44,000 $46,000 5 Project Construction /Implementation - Catch Basin Combos $130,000 LO $46,009 _120.000 $176,808 $150,000 - Newport Dunes Diversions $3,000 $0 $0 $3,000 - Carnation Avenue Diversion $0 $69,808 140,000 $5,000 15,000 155 $65;;000 - Arches- BivemienWetiand /Detention Basin $0 $60,080 $115,000 $5,808 $15,000 $66 130 $0 $60;000 $5,000 $65$0 $75:900 $5,908 $80 Subtotal Task 5 $133,000 $255,000 $66;888 50 000 $454,008 438.000 6 QAPP $1,000 $1,000 $0 $2,000 7 Monitoring and Reporting Plan $0 $0 $1,000 $1,000 Draft and Final Reports $0 $4,000 $1,000 $5,000 11 1 TOTAL $200,000 $300,000 $88,000 $588,000 Ll EXHIBIT B — BUDGET DETAIL AND PAYMENT PROVISIONS B. Line Item Budget 0 City of Newport Beach SWRCB No. 01 -079 -550 -2 Page 5 of 5 Task Description CBI CBI City Project Phase 1 Phase 2 Match Total 1 City Personnel Services (x:14 $43;000 $23,008 $35,000 includes 30% benefits ) $$2,000 33 000 - -HeuFs Assistant Cif -44 83 $7,080 Manage Project Director (160 hrs $55 /hr 68 432 $7-,088 Water Quality Specialist 348.5 hrs 0 $35 /hr H auFs �r— Principle Civil 444 2:�6 $24,000 Engineer 280 hrs $50 1hr 2 Operating Expenses $2,000 $2,000 $0 $4,000 — Includes Permit Fees, Runoff Plan Printing 3 Construction/Implementation -- Includes construction $133,000 $255,000 $65,000 $60,000 $463,990 $438,00 management, contingency, and installation 4 Consultant Services For preliminary and final $65,000 $34,900 $41,000 $0 JIM $86;008 $111,000 engineering and studies TOTAL $200,000 $300,000 $88,000 $588,000 i SWRCB 6EII-CLEAN BEACHES SPECIAL CONDITIONS C� City of Newport Beach SWRCB No. 01- 079 -550 -2 Page 1 of 5 BONDTERMS (A) Work performed under this contract shall protect the beneficial uses of the coastal waters throughout the State. (B) . The Project has been the subject of consultation between the SWRCB, the California Coastal Commission, and the Beach Water Quality Task Force. (C) The Project demonstrates the ability to produce sustained benefits for 20 years. (D) The Project addresses the causes for the pollution, rather than the symptoms. (E) The Project shall be consistent with existing water quality and resources protection plans. (F) The Contractor has submitted a Monitoring and Reporting Plan. (G) The Contractor has included a matching contribution for the capital expenditures for construction. (H) The Contractor has informed the SWRCB of the permits necessary to complete the Project. (1) The Project is consistent with recovery plans for coho salmon, steelhead, or trout. (J) The Project has been the subject of public review. 2. DEFINITIONS (A) "Allowance" means an amount based on a percentage of the accepted bid for an eligible project to help defray the planning, design, construction, engineering, and administration costs of the Project. (B) "Project Representative" means the Mayor of a City, the Chairperson of the County Board of Supervisors, the Chairperson of the Board of Directors of the Contractor, or another duly appointed representative. For all Project Representatives, a certified original copy of the authorizing resolution that designates the Project Representative by title, shall accompany any contract, the first payment request, and any other documents or requests required or allowed under this contract. (C) "Change in the scope of the Project' means any change from the Project description in the Project Authorization Package. (D) "Completion of construction" means the date, as determined by the Division after consultation with the Contractor, that the work of building and erection of the Project is substantially complete. (E) "Contractor" means the City of Newport Beach. (F) "Force account" means the Contractor's own employees or equipment used for Project construction. 0 0 City of Newport Beach SWRCB No. 01 -079 -550 -2 Page 2 of 5 EXHIBIT E — SWRCB CLEAN BEACHES SPECIAL CONDITIONS (G) "Initiation of construction" means the date that notice to proceed with work is issued for the Project or, if notice to proceed is not required,_ the date of commencement of building and erection of the Project. (H) "Project completion" means the date, as determined by the Division after consultation with the Contractor, that operation of the Project is or is capable of being initiated, whichever comes first. (1) "SWRCB" means the State Water Resources Control Board. (J) "Useful life of project' means 20 years from and after Project completion. 3. GENERAL COMMITMENTS The Contractor accepts and agrees to comply with all terms, provisions, conditions, and commitments of this contract, including all incorporated documents, and to fulfill all assurances, declarations, representations, and commitments made by the Contractor in its application, accompanying documents, and communications filed in support of its request for this Grant. 4. COMPLETION OF PROJECT The Contractor agrees to expeditiously.proceed with and complete the Project in substantial accordance with the application as submitted. 5. CONTINUING OBLIGATIONS The obligations of Sections 6, 7 and 8 below shall survive the Term of this Contract. 6. OPERATION AND MAINTENANCE The Contractor covenants and agrees to property staff, operate, and maintain all portions of the Project during the Projects useful life and in accordance with all applicable state and federal laws, rules and regulations. In the event that the Contractor assigns or transfers any or all portions of the Project to another entity, the Contractor shall be responsible to ensure that the assignee or transferee of any or all portions of the Project shall properly staff, operate and maintain all portions of the Project during its useful life and in compliance with all applicable state and federal laws, rules and regulations. The Parties to this Agreement understand and agree that this covenant shall survive the expiration or termination of this Agreement. The Parties further understand and agree that this covenant is for the benefit of the SWRCB and shall be enforceable during the useful life of the Project facilities. Failure at any time to comply with this Section shall be considered a material breach and violation of this Agreement, and a nonexclusive remedy shall include reimbursement by the Contractor of all grant funds disbursed under this Agreement, plus accrued prejudgment interest thereon from the date of disbursement of such funds. PROJECT ACCESS The Contractor shall insure that the SWRCB, or any Project Representative thereof, has suitable and reasonable access to the Project site at all reasonable times for the useful life of the Project. • i City of Newport Beach SWRCB No. 01- 079 -550 -2 Page 3 of 5 EXHIBIT E — SWRCB CLEAN BEACHES SPECIAL CONDITIONS B. REPORTS The Contractor shall expeditiously provide, during construction or upon completion of the Project and thereafter during the useful life of the Project, such reports, data, and information as may be reasonably required by the Division, including but not limited to material necessary or appropriate for evaluation of the SWRCB program or to fulfill any reporting requirements of the state government. 9. FINAL PROJECT REPORTS; AUDIT (A) Within 120 days after Project completion, the Contractor shall provide to the Division a final cost summary report on the Project. The summary shall include, at a minimum, a statement Of.. (1) Total Project costs; (2) Total Project costs eligible for contract funding under the SW RCB's contract program and this contract; (3) The total amount of contract funds received; (4) The amount of interest earned, if any, on contract funds before disbursement on account of incurred Project costs. If no interest has been earned, this fact shall be expressly stated; and (B) The Division may call for an audit of financial information relative to the Project, where the Division determines that an audit is desirable to assure program integrity or where necessary because of federal requirements. Such an audit shall be performed by a Certified Public Accountant independent of the Contractor and at the cost of the Contractor. The audit shall be in the form required by the Division. 10. RECORDS (A) Without limitation of the requirement to maintain Project accounts in accordance with generally accepted government accounting standards, the Contractor agrees to: (1) Establish an official Project file that documents all significant actions relative to the Project; (2) Establish separate accounts that adequately and accurately depict all amounts received and expended on the Project, including all contract funds received under this contract; (3) Establish separate accounts that depict all income received which is attributable to the Project, specifically including any income attributable to contract funds disbursed under this contract; (4) Establish an accounting system that accurately depicts final total costs of the Project, including both direct and indirect costs; (5) Establish such accounts and maintain such records as necessary for the State to fulfill reporting requirements, including any and all reporting requirements under federal tax statutes or regulations; and r 0 City of Newport Beach SWRCB No. 01- 079 -550 -2 Page 4 of 5 EXHIBIT E —SWRCB CLEAN BEACHES SPECIAL CONDITIONS (6) If the Contractor uses its force account for any phase of the Project, other than for planning, design and construction engineering, and administration provided for by allowance, the Contractor shall establish accounts which reasonably document all employee hours charged to the Project and the associated tasks performed by each employee. Indirect force account costs may be paid with the SW RCB's prior written approval. (B) The Contractor shall maintain books, records, and other material relative to the Project in accordance with generally accepted accounting standards. The Contractor shall also retain such books, records, and other material for each subcontractor who performed work on the oroiect for minimum of thirty-six Q§Lyears after PFejeet sernpleiien the last disbursement. The Contractor shall require that such books, records, and other material shall be subject at all reasonable times to inspection, copying, and audit by the SWRCB and by state auditors, or any Project Representatives thereof. (C) The Contractor shall retain its Project records for a minimum of the -six 12§Lyears after Pfejest-sempletiea -the last disbursement, and for such longer period as may be required for the State to fulfill federal reporting requirements under federal tax statutes and regulations. All Contractor records relative to the Project shall be subject at all reasonable times to inspection, copying and audit by the SWRCB and state auditors, or any Project Representatives thereof. (D) All documents required or requested shall be in electronic format. (E) The Contractor agrees to expeditiously provide, during work on the project and for thsix years after the last disbursement, such reports, data, information and certifications as may be reasonably required. Such documents and information shall be provided in electronic format. 11. STATE REVIEWS AND INDEMNIFICATION The parties agree that review or approval of Project plans and specifications by the SWRCB is for administrative purposes only and does not relieve the Contractor of its responsibility to properly plan, design, construct, operate, and maintain the Project. As between the SWRCB and the Contractor, the Contractor agrees that it has sole responsibility for proper planning, design, construction, operation, and maintenance of the Project, and the Contractor agrees to indemnify the SWRCB, the State of California and their officers, agents, and employees against and to hold the same free and harmless from any and all claims, demands, damages, losses, costs, expenses, or liability due or incident to planning, design, construction, operation, or maintenance of the Project. 12. SWRCB ACTION: COSTS AND ATTORNEY FEES Any remedy provided in this contract is in addition to and not in derogation of any other legal or equitable remedy available to the SWRCB as a result of breach of this contract by the Contractor, whether such breach occurs before or after completion of the Project. The SW RCB's exercise of any remedy provided by this contract shall not preclude the SWRCB from pursuing any legal remedy or right otherwise available. In the event of litigation between the parties hereto arising from this contract, the prevailing party shall be entitled to such reasonable costs and/or attorney fees as may be ordered by the court entertaining such litigation. 0 0 City of Newport Beach SWRCB No. 01- 079 -550 -2 Page 5 of 5 EXHIBIT E — SWRCB CLEAN BEACHES SPECIAL CONDITIONS 13. COMPLIANCE WITH LAWS AND REGULATIONS The Contractor agrees that it shall, at all times, comply with and require its contractors and subcontractors to comply with all applicable federal and state laws, rules, regulations and guidelines. The Contractor shall comply with, implement, and fulfill all environmental mitigation measures applicable to the Project, and which may otherwise be required by this Contract, "CEQA ", and the State CEQA Guidelines. 14. DAMAGES FOR BREACH AFFECTING TAX EXEMPT STATUS If any breach of any of the provisions of this contract by the Contractor will result in the loss of tax exempt status for any State bonds, or if such breach will result in an obligation on the part of the State to reimburse the federal government for any arbitrage profits, the Contractor shall immediately reimburse the State in an amount equal to any damages paid by or loss incurred by the State due to such breach. 15: CONSTRUCTION ACTIVITIES and NOTIFICATIONS For construction projects, the Contractor shall promptly notify the SWRCB in writing of: (1) Any substantial change in scope of the Project. No substantial change in Project scope may be undertaken until the Contractor provides written notice of the proposed change to the SWRCB and the SWRCB gives written approval for such change; (2) Unscheduled cessation of all major construction work on the Project where such cessation of work is expected to or does extend for a period of 30 days or more; (3) Any circumstance, combination of circumstances, or condition, which is expected to or does delay completion of construction for a period of 90 days or more beyond the estimated date of completion of construction previously provided to the SWRCB; (4) Completion of construction of the Project. 16. PREVAILING WAGES AND LABOR COMPLIANCE wave provisions of State Labor Code Section 1771 are being met. The Contractor agrees to fulfill its responsibilities under Section 1771.8 of the Labor Code, where applicable. STAtEOFCADFORNIA STANDARD AGREEMENT AME ENT STD. 213 A (Rev 9101) ® CHECK HERE IF ADDITIONAL PAGES ARE ATTACHED 14 Pages 0 State Water Resources Control Board CONTRACTOR'S NAME City of Newport Beach 2. The term of this Agreement is July 1 2001 through November 30 2004 3. The maximum amount of this $500,000.00 Agreement after this amendment is: Five hundred thousand dollars 4. The parties mutually agree to this amendment as follows. All actions noted below are by this reference made a part of the Agreement and incorporated herein: Standard Agreement # 01- 079 -550 -0 originally made and entered into on July 1, 2001 is hereby amended on December 17, 2002 in the following particulars and no others: Std. 213 Item 3, "The maximum amount of this Agreement" is amended by deleting reference of $200,000 there from and inserting $500,000 in place thereof (a $300,000 increase). Exhibit A - Scope of Work, is hereby amended to read as follows: (deletions are indicated by strikethrough, revisions are bold and underlined). 1 page attached Exhibit A -1 - Work to be Performed, is hereby amended to read as follows: (deletions are indicated by strikethrough, revisions are bold and underlined). 8 pages attached Exhibit B - Budget Detail and Payment Provisions, is hereby amended to read as follows: (deletions are indicated by strikethrough, revisions are bold and underlined). 5 pages attached All other terms and conditions shall remain the same. IN WITNESS WHEREOF, this Agreement has been executed by the parties hereto. CALIFORNIA CONTRACTOR Department of General Services Use Only CONTRACTOR'S NAME (If other than an individual, state whether a corporation. partnership, etc.) _ _� a City of New Beach I���lWAIPINE yrJ BY (AuNOnzetl atu DATE SIGNED (Do t type) d ` PRINTED E D TI OF PERSON SI G Steve �: o �.►��.t =r IJeA .. !F f3eacn� ADDRESS 3300 Newport Boulevard New ort Beach CA 92658 -8915 STATE OF CALIFORNIA AGENCY NAME State ater R ources Control Board BY ( 'zed Signatu ) DATE SI ED o not type) A5 D /`% u3 PRI TED NAME AND TITLE OF PERSON SIGNING ❑ Exempt per: Bill Brown, Chief, Division of Administrative Services 10011 Street Sacramento, CA 95814 • • City of Newport Beach SWRCB No.: 01- 079 - 550-01 Page 1 of 1 EXHIBIT A SCOPE OF WORK 1. Contractor agrees to provide to the State Water Resources Control Board (SWRCB) subvention services as described herein: 2. The Contractor shall install twe up to six storm drain diversions, and perform a water circulation study studies at Newport Dunes and Newport Island Channels, and shall install a eneivay uaive and catch basin inlet screens and filters in the Chan A' Par wea watersheds of Newport Bay in Newport Beach, in Orange County California. 3. The project representatives during the term of this agreement will be: PROJECT REPRESENTATIVES State Agency: State Water Resources Control Board Contractor: City of Newport Beach SWRCB Project Representative: Christopher Stevens Project Representative: Tod W. Ridgeway, Mayor Phone: 916 341 -5698 Phone: 949 644 -3000 Fax: (916)341-5707 Fax: 949 644 -3020 The SW RCB's Project Representative shall be Christopher Stevens of the Division of Clean Programs. The SWRCB Project Representative shall be the day -to -day representative for administration of this agreement, and, except as otherwise specifically provided, shall have full authority to act on behalf of the SWRCB with respect to this agreement. The SWRCB's Executive Director, or designee, may also perform any and all acts that could be performed by the SWRCB Project Representative under this agreement. Except as otherwise expressly provided, all communications relative to this agreement shall be given to the SWRCB Project Representative. The Project Representative shall be Tod W. Ridgeway, Mayor, and his successor mayors. The Project Representative shall be the Contractor's representative for the technical conduct and administration of the agreement and shall have full authority to act on behalf of the Contractor. All communications given to the Project Representative shall be binding as if given to the Contractor. The parties may change their SWRCB Project Representative or Project Representative upon providing written notice to the other party. Direct all Inquiries to: State Water Resources Control Board Contractor's Name City of Newport Beach Division of Clean Water Programs Section /Unit City Manager's Office Attention: Laura L. Peters Attention: Dave Kiff Address: 1001 1 Street, 16 Floor Sacramento, CA 95814 Address: 3300 Newport Boulevard, Newport Beach 92658 -8915 Phone: 916 341 -5854 Phone: 949 6443002 Fax: (916)341-5707 Fax: 949 644 -3020 4. Detailed description of work to be performed and duties of all parties shall be provided in accordance to Exhibit A -1 Work To Be Performed which is attached hereto and made part of this agreement 0 City of Newport Beach SWRCB No.: 01- 079 - 550-01 Page 1 of 7 8 EXHIBIT Art — WORK TO BE PERFORMED A. BACKGROUND AND GOALS Newport Bay is aR impaiFed wateF bGdy a water quality limited water body that is listed on the federal Clean Water Act's Section 303(d) List for sediment, nutrients, fecal coliform, and toxics Pollutants. As a result of weekly testing (AB 411) done by the Orange County Health Care Agency at 35 different sites in Newport Bay and at twelve ocean sites (testing done by the Orange County Sanitation Agency), Newport Beach and Newport Bay had beach postings covering more than 550 Beach Mile Days in 2001. Two swimming areas in the Bay accounted for more than 80% of the postings, meaning that high bacteria levels in the waters impaired the public's ability to swim in and enjoy these areas. The intent of this project is to reduce bacteria inputs from onshore sources and to increase die -off rates of on -water sources of bacteria so as to meet RECA standards in the Bay and along the shoreline. At the completion of this Project, the City expects at least a 50% reduction in beach mile day postings in 2002. It does so by: Phase 1 Part 1. Installing up to 65 devices in catch basin inlets T-ider=lex-j in the storm drain network draining into Newport Island's channels along with Plugging the two remaining storm drains at Newport Dunes and diverting these flows from the drains into the sanitary sewer ( "Dunes Diversions "); Part 3. Studying, and if appropriate, installing devices on a pilot basis to increase circulation and aeration in Newport Dunes and Newport Island, with the potential of permanently installing these selected devices in a later phase, if shown to be effective. PHASE 2: A. Desionina. constructina. and installina additional storm drain -to -sewer diversions at the following areas: • Harbor Patrol Beach (Carnation Avenue storm drain): • Arches Interchange (Old Newport Boulevard storm drain): • Dover Drive and PCH (Dover Drive storm drain): • Santa Ana/Delhi Channel (Upper Newport Bay): The Project will combine the resources of the Clean Beaches Initiative with the resources of the City of Newport Beach (municipality with jurisdiction), the County of Orange's Health Care Agency (water testing), and the County of Orange's Public Facilities and Resources Department (PF &RD)- trastees of the Newpwt Dunes fidelands. • • City of Newport Beach SWRCB No.: 01- 079 - 550-61 Page 2 of 7 8 EXHIBIT A-1 — WORK TO BE PERFORMED B. WORK TO BE PERFORMED The purpose of this Contract is to plan, design, and implement the Newport Beach CBI Bay /Beach Improvement Project. The Project includes these major components: Design, install and operate: Banes Stormdraln to Sanitary Sewer Diversions. The Project will design, construct, and implement up to six storm drain -to- sanitary sewer diversions in the following locations: • Newport Dunes (two small plug -and -pump diversions) • Carnation Avenue (constructed gravity -based diversion) • Arches Interchange (constructed gravity -based diversion) • Dover Drive /PCH (constructed gravity -based diversionP • Santa Ana/Delhi Channel (constructed diversion). • Catch Basin Combos (combinations of a screen outside a catch basin inlet and filters behind the screen). Includes installing up4o at least-36 65 catch basin combos at catch basin inlets OF 2 self-contained 66imp puFsp (pumping te a sewer line) GaR F8FReve ; and • Circulation Pilot Test. Analyze, via field testing and modeling (using the'existing RMA model of Newport Bay), the reduction in bacteria (if any) when devices that aerate and circulate bay water are installed in Newport Dunes Swimming Lagoon and in the West Newport Channel. The Contractor shall be responsible for the performance of the work as set forth herein below and for the preparation of products and a final report as specified in this Exhibit. The Project Representative shall promptly notify the SW RCB Project Representative of events or proposed changes that could affect the scope, budget, or schedule of work performed under this agreement. Task 1. Project Management and Administration 1.1 Provide all technical and administrative services as needed for contract completion; monitor, supervise and review all work performed; and coordinate budgeting and scheduling to assure that the contract is completed within budget, on schedule, and in accordance with approved procedures, applicable laws, and regulations. 1.2 Ensure that the contract requirements are met through completion of quarterly status reports submitted to the Contract Manager by the 10th of the month following the end of the calendar quarter (March, June, September, and December) and through regular communication with the Contract Manager. The progress reports shall describe activities undertaken and accomplishments of each task during the quarter, milestones achieved, and any problems encountered in the performance of the work under this contract. The description of activities and accomplishments of each task during the quarter shall be in sufficient detail to provide a basis for payment of invoices and shall be translated into percent of task work completed for the purpose of calculating invoice amounts. 1.3 Disclosure Requirements - Include the following disclosure statement in any document, written report, or brochure prepared in whole or in part pursuant to this contract: `Funding for this project has been provided in full or in part through a contract with the State Water Resources Control Board ( SWRCB) pursuant to the Costa- Machado Water Act of 2000 (Proposition 13) and any amendments thereto for the implementation of • 0 City of Newport Beach SW RCB No.: 01- 079 - 550-01 Page 3 of 7 8 EXHIBIT A-1 — WORK TO BE PERFORMED Califomia's Clean Beaches Initiative. The contents of this document do not necessarily reflect the views and policies of the S WRCB, nor does mention of trade names or commercial products constitute endorsement or recommendation for use." The Contractor shall include in each of its subcontracts for work under this contract a provision that incorporates the requirements stated within this subtask. 1.4 The Contractor and any of its subcontractors shall notify the Contract Manager at least ten (10) working days prior to any public or media event publicizing the accomplishments and /or results of this contract and provide the opportunity for attendance and participation by SW RCB representatives. 1.5 Complete a one -page contract summary form (form to be provided by the SW RCB) within three months of the contract execution. 1.6 Award subcontract(s) to appropriate organization(s) to perform tasks as outlined in this agreement. Document steps taken in soliciting and awarding the subcontract and submit them to the Contract Manager for review. Document all subcontractor activities in quarterly reports. 1.7 Every six months during the life of this contract, the Contractor shall develop and submit to their assigned SW RCB Program Analyst expenditure /invoice projections to enable funding to be available for payment of invoices. 1.8 At the completion of this project and prior to final payment, the Project Director shall fill out and provide a project survey form to the Contract Manager. Task Deliverables : 1.2 Quarterly Progress Reports, 1.5 Contract Summary Form, 1.6 Subcontractor Documentation, 1.7 Expenditure /Invoice projections, 1.8 Project Survey Form Task 2: Preliminary Design 2.1 Preliminary Diversion Design. The Project Director shall oversee the preliminary design of the proposed diversions . 2.2 Preliminary Catch Basin Combo Designs. The Project Director shall oversee the preliminary plans to place up to 30 at least 65 catch basin combos'Filet guards aad thF8e One way fiaxvahmA in areas impacted by high bacteria counts, Including the West Newport storm drain network iFiSl iding and the small watersheds that enter the Bay near Channel Place Park. at -43w Stceet. 2.3 Circulation Improvement Studies and Pilot Project Plan. The Project Director shall oversee a consultant's design of the Circulation Improvement Studies and Pilot Project Plan that would show the types of devices proposed to be installed, the monitoring program post - installation, any water quality modeling, and that would estimate effectiveness measures of the tested devices. Task Deliverables : 2.1 -- Preliminary Diversion Designs; 2.2 — Preliminary Catch Basin Combo Designs; and 2.3 -- Circulation Improvement Studies and Pilot Project Plan. Task 3: Permits and CEQA Documents 3.1. The Project Director will prepare applicable California Environmental Quality Act (CEQA) document associated with the Project (found to be exempt under one or more categorical exemptions) and record with the Orange County Clerk- Recorder's office. 3.2. The Project Director will secure all required permits for project work. No work that is subject to permitting shall proceed under this contract until documents that satisfy the permitting • 0 City of Newport Beach SWRCB No.: 01- 079 - 550-01 Page 4 of 7 8 EXHIBIT A-1 — WORK TO BE PERFORMED process(es) are received by the Contract Manager. Permits may include (if deemed to be applicable by permitting agencies): a. US Army Corps of Engineers Section 404 Permit. Where any part of the Project would require dredging and filling of wetiandsAvaters of the United States, the contractor will secure a Corps Section 404 Permit. b. US Fish and Wildlife Section 7 Permit. If any part of the Project would result in an impact to any federally listed specials, the contractor will prepare a request for consultation under Section 7 of the Endangered Species Act with the US Fish and Wildlife Service (US F &WS). c. California Regional Water Quality Control Board, Santa Ana Region. Section 401 Permit. if determined by Board staff to be applicable, the contractor will prepare and submit a request for a waiver under Section 401of the Clean Water Act. Also, if applicable, prepare and submit a Notice of Intent to conduct work under the General Construction Activity stormwater permit. Prepare and submit any applicable stormwater pollution prevention plan associated with the latter permit. d. California Department of Fish and Game Streambed Alteration Agreement. If found to be applicable, prepare and submit a Streambed Alteration Agreement. e. California Coastal Commission Coastal Development Permit. If found to be applicable, after receiving an approval in concept" (A1C) from the City of Newport Beach, prepare and submit application for a Coastal Development Permit. f. County of Orange Encroachment Permit. Installation of any diversions devise in the Newport Dunes Swimming Lagoon will likely require an.Encroachment Permit from the County of Orange. g. City of Newport Beach Approval in Concept (AIC) and Encroachment Permit. If found to be applicable, prepare and submit a request for an AIC (see above) and an Encroachment Permit from the City of Newport Beach for any construction activity on publicly -owned land or right -of -way. h. Orange County Sanitation District (OCSD) Diversion Permit and Agreement. Any proposal to divert dry- weather flows into the Orange County Sanitation Districts treatment facilities or collection system requires a Diversion Permit and an Agreement to Divert Dry Weather Flows. 3.3 The Project Director will provide liaison with the above - listed agencies to answer questions, coordinate field visits, secure permits, and incorporate any mitigation measures as outlined in the permit conditions. Task Deliverables: 3.1 CEQA Documentation; 3.2 Applicable Permits. Task 4: Final Project Engineering Contractor will oversee Final Project Engineering to prepare construction documents that will allow the construction and implementation of Project components. Contractor will hire a consultant to prepare the construction documents needed for the Project. Contractor shall cause the work to be done through consultants on reports, drawings, and specifications necessary to prepare final construction documents needed for the Project. 4.1 Project Review: Contractor or consultant(s) will review the existing preliminary design work for the Project, conduct a kick -off meeting and present a tentative time schedule and agreed -upon scope of work. The following tasks will be considered for the Project Review: • Appropriate location, capacity (in gallons per minute), shut -off controls, and anti -debris grating of the proposed diversions. aeaF Baaes3agses+; • • City of Newport Beach SWRCB No.: 01- 079 - 550-81 Page 5 of 8 EXHIBIT A-1 —WORK TO BE PERFORMED • Appropriate locations, sizing, and maintenance schedule for the catch basin combos inlet 66treet-a-R 37 tFeet); • Scope, duration, quality control, and water quality monitoring of Circulation Studies and Pilot Test; • A long -term maintenance plan for the diversions and catch basin combos West- Ne"ert • Development of a concise public participation plan to ensure public comment and review of the plans and designs and public acceptance for the Project goals. 4.2 Field Survey and Hydrology Review. Perform field survey work as required to complete the design work. Hydrological and geotechnical services, if applicable, may include both field and laboratory services and preparation of a final Survey report with design recommendations. 4.3 Preparation and Approval of Predesign Technical Memorandum. If applicable, Pprepare (and approve) a pre - design technical memorandum to verify the project concept and direction. The Memorandum may include any or all aspects of Part 4.1 (above). 4.4 Preparation of Contract Documents/Authorize Contract to be Let for Bid. Prepare contract documents (construction plans, specifications, and final cost estimate) for the Project in accordance with City of Newport Beach standards. If applicable. Pproject will consist of the features described in the Predesign Technical Memorandum as approved by the Contract Manager. Let the Contract for bid per the City s standards. 4.5 Assistance with Bidding/Recommendation to City Council. Provide assistance to the City during the bidding period to answer questions, preparing any addenda to the Contract, and preparing a staff report with recommendation to the City Council on the award of the Project. Task Deliverables: 4.1 — Tentative Time Schedule and Tentative Scope of Work; 4.2 — Field Survey and Hydrology Products; 4.3 — Pre - design Technical Memorandum (if applicable): 4.4 — Contract Document(s); 4.5 — Council Staff Report Task 5: Project Construction/Project Implementation 5.1 City Council will select a contractor for contractors) (using lowest responsible bidder) to complete all or portions of the Project. The Mayor (authorized representative) will execute final contract. 5.2 Contactor and /or City staff will implement/construct storm drain to sewer diversions and catch basin combos. . The following is a preliminary outline of the construction methods to be used by the contractor for Project construction. Contractor will refine this process further after completion of Pre - design Technical Memorandum. The Contractor or construction manager will finalize the timing and sequencing of the construction: • Grade and/or excavate diversion sites; • Install diversions, including plugs, pumps, debris grating and shut -off mechanism (for shut -off during wet weather events); • Replacement of excavated soils; • Installation of catch basin combos; valves and inlet guapd&'; 5.3 Contractor (for Circulation Pilot Test) will implement study outline, including: • Assist vendors with the installation of circulation device(s); • Coordinate effectiveness review and monitoring plan; • Coordinate analysis of water quality test data; and • City of Newport Beach SWRCB No.: 01- 079 - 550-01 Page 6 of 7 8 EXHIBIT A-1 —WORK TO BE PERFORMED • Model alternatives in other critical Bay sites, where appropriate. shannels): Task Deliverables: 5.1 — Executed Contract(s); 5.2 — Photos from completed project and as -built drawings; 5.3 — Completed Analysis, including summary of Pilot Test, of Circulation /Aeration Study; Task 6: Quality Assurance Project Plan (QAPP) 6.1 Contractor will prepare and maintain a Quality Assurance Project Plan (QAPP) Language can be substituted to reference an approved existing QAPP. The QAPP shall be approved by the SWRCB QAPP officer prior to the implementation of any sampling or monitoring activities. Task Deliverable: 6.1 Approved QAPP TASK 7: MONITORING AND REPORTING PLAN 7.1 Contractor will prepare (and submit to the SWRCB for the Contract Manager's approval) a Monitoring and Reporting Plan (MRP) consistent with Water Code § 79148.8(d). The plan shall address the following information: 7.2 • A water quality baseline; • Identification of one or more likely sources of non -point source pollution in the Newport Bay, with additional specificity as to sources near Newport Island channels and Newport Dunes swimming lagoon; • A summary of the expected water quality benefits and the implementation methods of the catch basin combos , diversions, and circulationlaeration devices. • Measurement of the effectiveness (pre- and post - Project) of the Project's components in preventing or reducing water quality impairments in Newport Bay and, where applicable, Newport Beach's ocean beaches. 1. 2. 3. 4. 7.3 Prepare final report that addresses comments from the SWRCB Project Representative. Task Deliverable: 7.1 Approved Monitoring and Reporting Plan; 7.2 Draft Final Report, 7.3 Final Report • City of Newport Beach SWRCB No.: 01- 079 - 550-81 Page 7 of 7 8 EXHIBIT A -1 - WORK TO BE PERFORMED C. SCHEDULE OF COMPLETION DATES Task ISubtask I Deliverable Completion Date 1 Project Management and Administration 1.2 Quarterly Reports March 2002/quatedy 1.5 lContract Summary March, 2002 1.7 Expenditure Projections July 20021semiannually thereafter 1.8 JProject Survey Form August 15, 2004 2 Preliminary Design 2.1 Preliminary Diversion Designs May -5805 2.1.a Carnation Avenue Diversion May. 2003 2.1.b Arches Interchanae May. 2003 2.1.c Dover Drive/PCH May. 2003 2.1.d Santa Ana/Delhi Channel May. 2003 2.2 Preliminary Valve- and - Inlet -Guard Catch Basin Combo Design May, 2002 2.3 Circulation Improvement Studies and Pilot Project Plan SF12882 March 2003 3 Permits and CEQA Documents 3.1 Recorded Categorical Exemption or Neg Dec December, 2001 3.2 Corps 404 Permit 44112005 March 2003 3.2 US Fish and Wildlife Permit 491290902 March 2003 3.2 Regional Board Section 401 Permit ^"'+ rn 5wc= March 2003 3.2 County of Orange Encroachment Permit 4412088 March 2003 3.2 City of Newport Beach AIC and Encroachment Permit 4412002 March 2003 3.2 DFBG Streambed Alteration Agreement 4 r„ U2002002 nAo 'I 2003 3.2 Coastal Commission CDP 511Q002 May 2003 3.2 O. Diversion Permit/Diversion Agreement 6412882 June 2003 4 Final Project Engineering 4.1 Tentative Time Schedule/Scope of Work May, 2002 4.2 Hydrology and Other Surveys VV2002 May 2003 4.3 Predesign Technical Memorandum 614120 l2 ^ ^2 May 2003 4.4 Preliminary Contract 6412802 June 2003 4.5 City Council Staff Report 6AQ002 ne 2003 5a Project Construction/Project Implementation JPbase 1 5a.1 Executed Contract (Circulation Studies /Aeration Pilot Test) 4412002 Feb 2003 5a.2 lCompleted Analysis of Circulation Studie Aeration Pilot Test 4412002 March 2003 5a.3 Executed Contract (Qhersieas-&-RRBs catch basin combos) June, 2002 5a.4 Photos/As -Built Drawings (B'wemions4 -14&Bs catch basin combos) July 2002 - April 2003 5b Project Construction/Project Implementation JEbAse 2 5b.1 Executed Contracts (Diversions) A2IJI. 2003 5b.1 Carnation Avenue Diversion April. 2003 5b.1.13 Arches Interchange April. 2003 5b.1.0 Dover Drive/PCH April. 2003 5b.1.D Santa AnalDelhi Channel April. 2003 5b.2 Photos /As -Built Drawings (Diversionsl June. 2003 5h-3 Executed Cotnracts (Catch Basin Combosl April. 2003 5bA Photos/As -Built Drawings (Catch Basin Combosl Julr 2003-April 2004 6 Quality Assurance Project Plan 61 JApproved QAPP July, 2002 7 Monitoring and Reporting Plan 7.1 Approved Monitoring and Reporting Plan July, 2002 7,_2 Draft Final Report &d L2004 7.3 lFinal Report June. 2004 • 0 City of Newport Beach SWRCB No.: 01- 079 - 550-91 Page 8 of 7 8 EXHIBIT A-1 —WORK TO BE PERFORMED D. REPORTS 1. The Project Representative shall submit a quarterly progress report to the SWRCB Project Representative describing activities undertaken, accomplishment of milestones, and any problems encountered in the performance of the work under this agreement, and delivery of intermediate products, if any. The description of activities and accomplishments of each task during the quarter shall contain sufficient detail to provide a basis for payment of invoices and shall be translated into percent of task work completed for the purpose of calculating invoice amounts. 2. The invoice shall include a copy of the progress report. If the progress report does not accompany the invoice, the invoice shall not be deemed complete until a copy of the progress report is received. 3. The Project Representative shall submit to the SWRCB Project Representative one reproducible master and two (2) copies of a draft report describing the work performed pursuant to Section B of this Exhibit for review and comment. 4. The SWRCB Project Representative shall submit final comments on the draft report to the Project Representative. 5. The Project Representative shall submit to the SWRCB Project Representative for approval one reproducible master and two (2) copies of the final report containing the results of the work performed and addressing the comments submitted to the Project Representative by the SWRCB Project Representative. The report shall not be considered final until accepted and approved by the SWRCB Project Representative. E. SPECIAL MITIGATION MEASURES [X] No special mitigation measures are attached to this grant. or [ ] Special mitigation measures that must be complied with areas follows:. • 0 City of Newport Beach SWRCB No.: 01 -079- 550-01 Page 1 of 4-5 EXHIBIT B BUDGET DETAIL AND PAYMENT PROVISIONS 1. INVOICING AND PAYMENT For services satisfactorily rendered, and upon receipt and approval of the invoices, the State agrees to compensate the Contractor for actual expenditures incurred in accordance with the rates specified herein, which is attached hereto and made a part of this Agreement. A. Invoices shall include the Agreement Number and shall be submitted in triplicate not more frequently than quarterly in arrears to: Laura L. Peters State Water Resources Control Board 1001 1 Street, 16"' Floor Sacramento, CA 95814 B. Payments will be on a cost incurred basis, upon receipt of an undisputed invoice and completed "Request for Disbursement', SWRCB Form 262 submitted in accordance with the instructions contained herein. Invoices received by the SWRCB Project Representative that are not consistent with this format will be cause for an invoice to be disputed. In the event of an invoice dispute the SWRCB Project Representative shall notify Contractor by Initiating a Standard Form 209 INVOICE DISPUTE NOTIFICATION. Payment will not be made until the dispute has been resolved and a corrected invoice submitted. The SWRCB Project Representative is required to approve all invoices for reimbursement. Only invoices for costs incurred after July 1, 2001, with all appropriate backup documents (supporting itemized invoice) attached will be approved. The invoices shall include the following information: a. The word "Invoice" should appear in a prominent location at the top of the page(s) and include a sequential number. b. Printed name of the Contractor. C. Business address of the Contractor, including P.O. Box, City, State, and Zip Code; d. "Bill To" is SWRCB; e. The date of the invoice; f. The contract number upon which the claim is based; g. An itemized account of the services by task for which the SWRCB is being billed; h. Include an itemized account of "in -kind" grant match or "dollar" grant match including what percent the match represents of the total grant match obligation; and Printed on Original Contractor Letterhead or original signature by the Contractor's Administrative Officer or designee. The invoice must show the time period actually being billed. Quarterly invoices must be based on the calendar quarter (ending in March, June, September, and December). • 9 City of Newport Beach SWRCB No.: 01- 079 - 550-01 Page 2 of 45 EXHIBIT B — BUDGET DETAIL AND PAYMENT PROVISIONS C. Computing the Amount Due Payment will be made upon submittal of an invoice which details the percentage of each task completed based on work not dollars spent. Notwithstanding any other provision of this contract, the Contractor agrees that the SW RCB may retain an amount equal to ten percent of the grant amount specified in this contract until completion of the Project to the satisfaction of the Division. Any retained amounts due to the Contractor will be promptly disbursed to the Contractor, without interest, upon completion of the Project. D. Matching Funds If projects include capital costs, the project applicant shall identify those costs. The local matching contribution required by subdivision (f) of Section 79148.8 of the Water Code may be satisfied by in -kind match that meets all or a portion of local cost share required by subdivision (f) of Section 79148.8 of the Water Code. For the purposes of determining the capital cost of the Project, the in -kind match shall be included in the total project cost. The "Contractor" shall provide a matching contribution for the portion of the project consisting of capital expenditures for construction, according to the following formula: Project Capital Cost = Capital Cost Match by Recipient $1,000,000 to $5,000,000, inclusive = 20% $125,000 to $999,999, inclusive = 15% $1 to $124,999, inclusive = 10% E. Final invoice The final invoice should include the amount of the remainder of the contract work. The invoice must be clearly marked FINAL INVOICE. F. Backup Documents It is necessary to provide monthly /quarterly reports, task products due, and vendor invoices for the purchase of equipment (items over $5000) as attachments to the invoices. You must, however, keep copies of all vendor invoices, timesheets, and any other documents related to the project for future audit purposes. G. Payment of Project Costs Contractor agrees that it shall provide for payment of its full share of the Project costs. All costs and payments for the Project shall be paid by the Contractor promptly and in compliance with all applicable laws. H. Withholding of Grant Disbursements The SW RCB may withhold all or any portion of the grant funds provided for by this contract in the event that: (1) The Contractor has materially violated, or threatens to materially violate, any term, provision, condition, or commitment of this contract; (2) The Contractor fails to maintain reasonable progress toward completion of the Project. • • City of Newport Beach SWRCB No.: 01- 079 -550 -91 Page 3 of 4-5 EXHIBIT B — BUDGET DETAIL AND PAYMENT PROVISIONS Fiscal Management Systems and Accounting Standards The Contractor shall comply with state standards for financial management systems. At a minimum, the Contractor's fiscal control and accounting procedures shall permit preparation of reports required by the state and tracking of grant funds to a level of expenditure adequate to establish that such funds have not been used in violation of state law or the terms of this contract. The Contractor shall maintain separate Project accounts in accordance with generally accepted government accounting standards. 2. LIMITATION OF FUNDING: The maximum amount to be encumbered under this agreement for the 2001 fiscal year ending June 30, 2002 shall not exceed $294,900 $500,000. 3. BUDGET CONTINGENCY CLAUSE A. It is mutually agreed that if the Budget Act of 2001102 and /or any subsequent years covered under this Agreement does not appropriate sufficient funds for the program, this Agreement shall be of no further force and effect. In this event, the State shall have no liability to pay any funds whatsoever to Contractor or to furnish any other considerations under this Agreement and the Contractor shall not be obligated to perform any provisions of this Agreement. B. If funding for any fiscal year is reduced or deleted by the Budget Act for purposes of this program the State shall have the option to either cancel this Agreement with no liability occurring to the State, or offer an agreement amendment to Contractor to reflect the reduced amount. • 0 City of Newport Beach SWRCB No.: 01- 079 - 550-01 Page 4 of 4-5 EXHIBIT B - BUDGET DETAIL AND PAYMENT PROVISIONS 4. BUDGET A. Task Budget Task Description CBI Phase 1 CBI Phase 2 City Match Project Total 1 Project Management & Administration $0 $7,000 $20,000 $27,000 2 Preliminary Desi n $44,000 $10,000 $0 $54,000 3 Permits and CEQA Documents $2,000 $2,000 $0 $4,000 4 Final Pro'ect Engineering Circulation Study $20,000 $0 $20,000 Catch Basin Combos $0 11,000 $0 1,000 Carnation Ave Diversion $0 $5,000 $0 $5-000 Arches Diversion $0 $5,000 $0 5 000 Dover Drive/PCH Diversion $0 $5,000 $0 5 000 Santa Ana/Delhi Diversion $0 51300 $0 5 000 Subtotal Task 4 $20,000 21 000 $0 $41,000 5 Project Constructionllmplementation RRDs & Diversions -Catch Basin Combos $130,000 $46,000 $176,000 $5,200 - Dunes Diversions $3,000 0 $0 $3,000 - Carnation Ave Diversion $0 $60,000 $5,000 $65,000 - Arches Diversion $0 $60,000 $5,000 $65,000 - Dover Drive /PCH Diversion $0 $60,000 $5,000 65 000 - Santa Ana /Delhi Diversion $0 $75.000 $5.000 80 000 Subtotal Task 5 $133,000 $255.000 $66.000 000 6 QAPP $1,000 $1,000 $0 $2,000 7 Monitoring and Reporting Plan $0 $00 $0 $1,000 $1,000 Draft and Final Reports $0 $4,001) 1 no $5,000 TOTALS $200,000 $300,000 $25,280 $88,000 $225,280 $588,0D0 0 City of Newport Beach SW RCB No.: 01- 079 - 550-81 Page 5 of 4-5 EXHIBIT B — BUDGET DETAIL AND PAYMENT PROVISIONS B. Line Item Budget Task Description CBI Phase 1 CBI Phase 2 City` Match Prolect Total 1 City Personnel Services (x1.3 benefits ) $12,000 $25,200 $$23,000 $25,288 $35400 — Hours A CM/Pro ject Director $55/hr 44 so 83 $7, — Hours Maintenance Supervisor W$351hr 68 132 $7.660 Hours Sr. Civil Engineer ($501hr) 144 50 276 $21.000 2 Operating Expenses -- Includes Permit Fees, Runoff Plan Printin $2,000 2 ODO $0 $2880 4 000 3 Construction /Implementation $133,000 $255,000 $65,000 $433;000 453 000 -- Includes construction management, contingency, and installation 4 Consultant Services —For prelim and final engineering and studies $65,000 $31,000 $0 $65,800 $96,000 TOTALS1 $200,00011300,000 1188,000 $588,000 Circulation /Aeration Study is exempt from the match requirement. The match is based on the $168,000 construction project. 11 '/X;. ;.jrJ STATE OF CALIFORNIA STANDARD AGREEMENT STD 213 (Rev 09/01) AGREEMENT NUMBER 01-079-550-0 1. This Agreement is entered into between the State Agency and the Contractor named below: STATE AGENCY'S NAME State Water Resources Control Board CONTRACTOR'S NAME City of Newport Beach 2. The term of this Agreement is: July 1, 2001 through November 30, 2004 3. The maximum amount $ 200,000.00 of this Agreement is: Two hundred thousand dollars 4. The parties agree to comply with the terms and conditions of the following exhibits which are by this reference made a part of the Aqreement: Exhibit A — Scope of Work Exhibit A-1 — Work to be Performed Exhibit B — Budget Detail and Payment Provisions Exhibit C* — General Terms and Conditions Check mark one item below as Exhibit D: ® Exhibit — D Special Terms and Conditions (Attached hereto as part of this agreement) ❑ Exhibit — D* Special Terms and Conditions Exhibit E - SWRCB CBI Special Conditions 1 page(s) 7 page(s) 4 page(s) GTC 201 3 page(s) 4 page(s) Items shown with an Asterisk (*), are hereby incorporated by reference and made part of this agreement as if attached hereto. These documents can be viewed atwww.dgs.ca.gov/contracts IN WITNESS WHEREOF, this Agreement has been executed by the parties hereto. CONTRACTOR CONTRACTORS NAME (if other than an individual, state whether a corporation, partnership, etc.) City of Newport Beach BY (Authorize I,Signature DATE SIGNED (Do not type) PRINTED NAME AND TITLE OF RSON SIG G Mr. Tod W. Ridgeway, M rr ADDRESS 3300 Newport Boulevard Newport Beach, CA 92658-8915 California Department of General 04 Services Use Only STATE OF CALIFORNIA ,l AGENCY NAME State Water Resources Control Board BY (Author Signsturefl DATE` PRINTE NAME AND ITLE OF PERSON SIGNING t Bill Brown, Chief, Division of Administrative Services ADDRESS 1001 1 Street, Sacramento, CA 95814 ED o not type) lOL PR,` EJUN 2002 _ j DEPT OF GFNEr1SL SI -n, -;CFS Exempt per: 0 SCOPE OF WORK EXHIBIT A City of Newport Beach SW RCB No.: 01 - 079 -550 -0 Page 1 of 1 1. Contractor agrees to provide to the State Water Resources Control Board (SWRCB) subvention services as described herein: 2. The Contractor shall install two storm drain diversions and perform a water circulation study at Newport Dunes, and shall install a one -way valve and catch basin inlet filters in the Channel Park area of Newport Beach in Orange County California. 3. The project representatives during the term of this agreement will be: PROJECT REPRESENTATIVES State Agency: State Water Resources Control Board Contractor: City of Newport Beach SWRCB Project Representative: Christopher Stevens Project Representative: Tod W. Ridgeway, Mayor Phone: 916 341 -5698 Phone: 949 644 -3000 Fax: 916 341 -5707 Fax: 949 644.3020 The SW RCB's Project Representative shall be Christopher Stevens of the Division of Clean Programs. The SWRCB Project Representative shall be the day -to -day representative for administration of this agreement, and, except as otherwise specifically provided, shall have full authority to act on behalf of the SWRCB with respect to this agreement. The SW RCB's Executive Director, or designee, may also perform any and all acts that could be performed by the SWRCB Project Representative under this agreement. Except as otherwise expressly provided, all communications relative to this agreement shall be given to the SWRCB Project Representative. The Project Representative shall be Tod W. Ridgeway, Mayor. The Project Representative shall be the Contractor's representative for the technical conduct and administration of the agreement and shall have full authority to act on behalf of the Contractor. All communications given to the Project Representative shall be binding as if given to the Contractor. The parties may change their SWRCB Project Representative or Project Representative upon providing written notice to the other party. Direct all inquiries to: State Water Resources Control Board Contractor's Name City of Newport Beach Division of Clean Water Programs Section /Unit City Manager's Office Attention: Laura L. Peters Attention: Dave Kill Address: 1001 1 Street, 16 Floor Sacramento, CA 95814 Address: 3300 Newport Boulevard, Newport Beach 92658 -8915 Phone: 916 341 -5854 Phone: 949 644 -3002 Fax: 916 341 -5707 Fax: 949 644 -3020 4. Detailed description of work to be performed and duties of all parties shall be provided in accordance to Exhibit A -1 Work To Be Performed which is attached hereto and made part of this agreement 0 City of Newport Beach SWRCB No.: 01-079 -550 -0 Page 1 of 7 EXHIBIT A-1 —WORK TO BE PERFORMED A. BACKGROUND AND GOALS Newport Bay is an impaired water body listed on the Section 303(d) List for sediment, nutrients, fecal coliform, and toxics. As a result of weekly testing AB 411 done by the Orange County Health Care Agency at 35 different sites in Newport Bay and at twelve ocean sites (testing done by the Orange County Sanitation Agency), Newport Beach and Newport Bay had beach postings covering more than 550 Beach Mile Days in 2001. Two swimming areas in the Say accounted for more than 80% of the postings, meaning that high bacteria levels in the waters impaired the public's ability to swim in and enjoy these areas. The intent of this project is to reduce bacteria inputs from onshore sources and to increase die -off rates of on -water sources of bacteria so as to meet REC -1 standards in the Bay and along the shoreline. At the completion of this Project, the City expects at least a 50% reduction in beach mile day postings in 2002. It does so by: Part 1. Installing inlet guards (eg National Inlet Protection) and runoff - retaining valves (eg TideFlex) in the storm drain network draining into Newport Island's channels along with increasing maintenance activities at the valves to remove fresh -water runoff before it enters Newport Bay; Part 2. Plugging the remaining storm drains at Newport Dunes and automatically pumping flows from the drains into the sanitary sewer ("Dunes Diversions "); Part 3. Pilot testing devices (eg InStreem) that increase circulation and aeration in Newport Dunes and Newport Island, with the potential of permanently installing these devices in a later phase, if shown to be effective. A later phase may include installing additional inlet guards and runoff - retaining valves in the storm drain network draining into other critical parts of the Bay (Bayside Drive, Corona del Mar, the Balboa Peninsula) should Part 1 of this Project be deemed effective. As noted, a later phase of the Project could also include permanent installation of circulation /aeration devices (again depending upon the success of the pilot test). The Project will combine the resources of the Clean Beaches Initiative with the resources of the City of Newport Beach (municipality with jurisdiction), the County of Orange's Health Care Agency (water testing), and the County of Orange's Public Facilities and Resources Department (PF &RD), trustees of the Newport Dunes tidelands. B. WORK TO BE PERFORMED The purpose of this Contract is to plan, design, and implement the Newport Beach CBI Bay /Beach Improvement Project. The Project includes these major components: Design, install and operate: Dunes Diversions. Plugs in the two remaining major storm drains entering the Newport Dunes Swimming Lagoon, after which flows retained in the system will be pumped via automatic sump pumps into the sanitary sewer; Runoff Controls near West Newport Channels. Includes installing up to 30 inlet guards and three 1 -way "Tide -Flex' valves to keep fresh water runoff from mixing with tidal flows. Inlet guards would keep debris out of storm drain network, 1 -way valve would catch and hold fresh water until City vactor crews or a self- contained sump pump (pumping to a sewer line) can remove it; and Circulation Pilot Test. Analyze, via field testing and modeling (using the existing RMA model of Newport Bay), the reduction in bacteria (if any) when devices that aerate and circulate bay water are installed in Newport Dunes Swimming Lagoon. 0 City of Newport Beach SWRCB No.: 01-079-550-0 Page 2 of 7 EXHIBIT A-1 — WORK TO BE PERFORMED The Contractor shall be responsible for the performance of the work as set forth herein below and for the preparation of products and a final report as specified in this Exhibit. The Project Representative shall promptly notify the SWRCB Project Representative of events or proposed changes that could affect the scope, budget, or schedule of work performed under this agreement. Task 1. Project Management and Administration 1.1 Provide all technical and administrative services as needed for contract completion; monitor, supervise and review all work performed; and coordinate budgeting and scheduling to assure that the contract is completed within budget, on schedule, and in accordance with approved procedures, applicable laws, and regulations. 1.2 Ensure that the contract requirements are met through completion of quarterly status reports submitted to the Contract Manager by the 10'h of the month following the end of the calendar quarter (March, June, September, and December) and through regular communication with the Contract Manager. The progress reports shall describe activities undertaken and accomplishments of each task during the quarter, milestones achieved, and any problems encountered in the performance of the work under this contract. The description of activities and accomplishments of each task during the quarter shall be in sufficient detail to provide a basis for payment of invoices and shall be translated into percent of task work completed for the purpose of calculating invoice amounts. 1.3 Disclosure Requirements - Include the following disclosure statement in any document, written report, or brochure prepared in whole or in part pursuant to this contract: "Funding for this project has been provided in full or in part through a contract with the State Water Resources Control Board (SWRCB) pursuant to the Costa- Machado Water Act of 2000 (Proposition 13) and any amendments thereto for the implementation of California's Clean Beaches Initiative. The contents of this document do not necessarily reflect the views and policies of the SWRCB, nor does mention of trade names or commercial products constitute endorsement or recommendation for use." The Contractor shall include in each of its subcontracts for work under this contract a provision that incorporates the requirements stated within this subtask. 1.4 The Contractor and any of its subcontractors shall notify the Contract Manager at least ten (10) working days prior to any public or media event publicizing the accomplishments and/or results of this contract and provide the opportunity for attendance and participation by SWRCB representatives. 1.5 Complete a one -page contract summary form (form to be provided by the SWRCB) within three months of the contract execution. 1.6 Award subcontract(s) to appropriate organization(s) to perform tasks as outlined in this agreement. Document steps taken in soliciting and awarding the subcontract and submit them to the Contract Manager for review. Document all subcontractor activities in quarterly reports. 1.7 Every six months during the life of this contract, the Contractor shall develop and submit to their assigned SWRCB Program Analyst expenditure /invoice projections to enable funding to be available for payment of invoices. 1.8 At the completion of this project and prior to final payment, the Project Director shall fill out and provide a project survey form to the Contract Manager. Task Deliverables : 1.2 Quarterly Progress Reports, 1.5 Contract Summary Form, 1.6 Subcontractor Documentation, 1.7 Expenditure/Invoice projections, 1.8 Project Survey Form 0 0 City of Newport Beach SW RCB No.: 01- 079 -550 -0 Page 3 of 7 EXHIBIT A -1 — WORK TO BE PERFORMED Task 2: Preliminary Design 2.1 Preliminary Diversion Design. The Project Director shall oversee the preliminary design of the diversions near the Newport Dunes Swimming Lagoon and its watershed areas. 2.2 Preliminary Valve and Inlet Guard Design. The Project Director shall oversee the preliminary plans to place up to 30 catch basin inlet guards and three one -way flex valves in the West Newport storm drain network including the small watersheds that enter the Bay at 43rd Street and 38' Street. 2.3 Circulation Improvement Pilot Project Plan. The Project Director shall oversee a consultant's design of the Circulation Improvement Pilot Project Plan that would show the types of devices proposed to be installed, the monitoring program post - installation, any water quality modeling, and that would estimate effectiveness measures of the tested devices. Task Deliverables: 2.1 -- Preliminary Diversion Design; 2.2 -- Preliminary Valve and inlet Guard Design; and 2.3 -- Circulation Improvement Pilot Project Plan. Task 3: Permits and CEQA Documents 3.1. The Project Director will prepare applicable California Environmental Quality Act (CEQA) document associated with the Project (found to be exempt under one or more categorical exemptions) and record with the Orange County Clerk- Recorder's office. 3.2. The Project Director will secure all required permits for project work. No work that is subject to permitting shall proceed under this contract until documents that satisfy the permitting process(es) are received by the Contract Manager. Permits may include (if deemed to be applicable by permitting agencies): a. US Army Corps of Enoineers Section 404 Permit. Where any part of the Project would require dredging and filling of wetlands/waters of the United States, the contractor will secure a Corps Section 404 Permit. b. US Fish and Wildlife Section 7 Permit. if any part of the Project would result in an impact to any federally listed specials, the contractor will prepare a request for consultation under Section 7 of the Endangered Species Act with the US Fish and Wildlife Service (US F& WS). c. California Regional Water Quality Control Board, Santa Ana Heaton, Section 401 Permit. if determined by Board staff to be applicable, the contractor will prepare and submit a request for a waiver under Section 401 of the Clean Water Act. Also, if applicable, prepare and submit a Notice of Intent to conduct work under the General Construction Activity stormwater permit. Prepare and submit any applicable stormwater pollution prevention plan associated with the latter permit. d. California Department of Fish and Game Streambed Alteration Agreement. if found to be applicable, prepare and submit a Streambed Alteration Agreement. e. California Coastal Commission Coastal Development Perm it. if found to be applicable, after receiving an `approval in concept" (AIC) from the City of Newport Beach, prepare and submit application for a Coastal Development Permit. f County of Orange Encroachment Permit. Installation of any diversion device in the Newport Dunes Swimming Lagoon will likely require an Encroachment Permit from the County of Orange. g. City of Newport Beach Approval in Concept 01C) and Encroachment Pe rmit. if found to be applicable, prepare and submit a request for an AIC (see above) and an Encroachment Permit from the City of Newport Beach for any construction activity on publicly-owned land or right -of -way. 0 EXHIBIT A -1 — WORK TO BE PERFORMED h. proposal to divert dry- weather flows into the Oran facilities or collection system requires a Diversion Weather Flows. Fi City of Newport Beach SW RCB No.: 01 -079 -550-0 Page 4 of 7 Permit and Agreement. Any County Sanitation District's treatment rmit and an Agreement to Divert Dry 3.3 The Project Director will provide liaison with the above - listed agencies to answer questions, coordinate field visits, secure permits, and incorporate any mitigation measures as outlined in the permit conditions. Task Deliverables: 3.1 CEQA Documentation; 3.2 Applicable Permits. Task 4: Final Project Engineering Contractor will oversee Final Project Engineering to prepare construction documents that will allow the construction and implementation of Project components. Contractor will hire a consultant to prepare the construction documents needed for the Project. Contractor shall cause the work to be done through consultants on reports, drawings, and specifications necessary to prepare final construction documents needed for the Project. 4.1 Project Review: Contractor or consultant(s) will review the existing preliminary design work for the Project, conduct a kick -off meeting and present a tentative time schedule and agreed -upon scope of work. The following tasks will be considered for the Project Review: • Appropriate location, capacity (in gallons per minute), shut -off controls, and anti - debris grating of diversions near Dunes lagoon; • Appropriate locations, sizing, and maintenance schedule for inlet guards and one -way valves in West Newport channel watersheds (43`' Street and 38'h Street); • Scope, duration, quality control, and water quality monitoring of Circulation Pilot Test; • A long -term maintenance plan for the diversions and West Newport runoff control measures; • Development of a concise public participation plan to ensure public comment and review of the plans and designs and public acceptance for the Project goals. 4.2 Field Survey and Hydrology Review. Perform field survey work as required to complete the design work. Hydrological and geotechnical services, if applicable, may include both field and laboratory services and preparation of a final Survey report with design recommendations. 4.3 Preparation and Approval of Predesign Technical Memorandum. Prepare (and approve) a pre - design technical memorandum to verify the project concept and direction. The Memorandum may include any or all aspects of Part 4.1 (above). 4.4 Preparation of Contract Documenis /Authorize Contract to be Let for Bid. Prepare contract documents (construction plans, specifications, and final cost estimate) for the Project in accordance with City of Newport Beach standards. Project will consist of the features described in the Predesign Technical Memorandum as approved by the Contract Manager, Let the Contract for bid per the City's standards. 4.5 Assistance with Bidding /Recommendation to City Council. Provide assistance to the City during the bidding period to answer questions, preparing any addenda to the Contract, and preparing a staff report with recommendation to the City Council on the award of the Project. Task Deliverables: 4.1 — Tentative Time Schedule and Tentative Scope of Work; 4.2 — Field Survey and Hydrology Products; 4.3 — Pre- design Technical Memorandum; 4.4 — Contract Document; 4.5 — Council Staff Report Task 5: Project ConstructionlProject Implementation 0 City of Newport Beach SWRCB No.: 01- 079 -550-0 Page 5 of 7 EXHIBIT A-1 — WORK TO BE PERFORMED 5.1 City Council will select a contractor (using lowest responsible bidder) to complete all or portions of the Project. Mayor will execute final contract. 5.2 Contactor will implement/construct storm drain to sewer diversions and West Newport runoff retention devices (flex valves and inlet guards). The following is a preliminary outline of the construction methods to be used by the contractor for Project construction. Contractor will refine this process further after completion of Pre- design Technical Memorandum. The Contractor or construction manager will finalize the timing and sequencing of the construction: • Grade and /or excavate diversion sites; • Install diversions, including plugs, pumps, debris grating and shut -off mechanism (for shut -off during wet weather events); • Replacement of excavated soils; Installation of valves and inlet guards; 5.3 Contractor (for Circulation Pilot Test) will implement study outline, including: • Assist vendors with the installation of circulation device(s); • Coordinate effectiveness review and monitoring plan; • Coordinate analysis of water quality test data; and • Model alternatives in other critical Bay sites, where appropriate (including Newport Island channels); Task Deliverables: 5.1 — Executed Contract; 5.2 — Photos from completed project and as -built drawings; 5.3 -- Completed Analysis, including summary of Pilot Test, of Circulation /Aeration Study; Task 6: Quality Assurance Project Plan (QAPP) 6.1 Contractor will prepare and maintain a Quality Assurance Project Plan (QAPP) in accordance with the requirements included in Section 8. The QAPP shall be approved by the SWRCB QAPP officer prior to the implementation of any sampling or monitoring activities. Task Deliverable: 6.1 Approved QAPP TASK 7: MONITORING AND REPORTING PLAN 7.1 Contractor will prepare (and submit to the SWRCB for the Contract Manager's approval) a Monitoring and Reporting Plan (MRP) consistent with Water Code § 79148.8(d). The plan shall address the following information: • A water quality baseline; • Identification of one or more likely sources of non -point source pollution in the Newport Bay, with additional specificity as to sources near Newport Island channels and Newport Dunes swimming lagoon; A summary of the expected water quality benefits and the implementation methods of the runoff retention devices, diversions, and circulation /aeration devices. Measurement of the effectiveness (pre- and post - Project) of the Project's components in preventing or reducing water quality impairments in Newport Bay and, where applicable, Newport Beach's ocean beaches. Task Deliverable: 7.1 Approved Monitoring and Reporting Plan C. SCHEDULE OF COMPLETION DATES 1 City of Newport Beach SWRCB No.: 01 -079 -550 -0 Page 6 of 7 EXHIBIT A -1 — WORK TO BE PERFORMED Task ISubtaskl Deliverable I Completion Date 1 Project Management and Administration 1.2 Ouartedy Reports March 2002/quaterly thereafter 1.5 Contract Summary March, 2002 1.7 Expenditure Projections July 2002/semi- annually thereafter 1.8 Project Survey Form August 15, 2004 2 Prelimina Desi n 2.1 Prelimina Diversion Design May, 2002 2.2 Preliminary Valve and Inlet Guard Design May, 2002 2.3 ICirculation Improvement Pilot Project Plan March, 2002 3 Permits and CEQA Documents 3.1 Recorded Categorical Exemption or Neg Dec December, 2001 3.2 Corps 404 Permit April, 2002 3.2 US Fish and Wildlife Permit April, 2002 3.2 Regional Board Section 401 Permit April, 2002 3.2 County of Orange Encroachment Permit April, 2002 32 City of Newport Beach AC and Encroachment Permit April, 2002 3.2 DF &G Streambed Alteration Agreement April, 2002 3.2 Coastal Commission GDP May, 2002 3.2 OCSD Diversion Permit/Diversion Agreement June, 2002 4 Final Pro act Engineering 4.1 Tentative Time Schedule/Scope of Work May, 2002 4.2 Hydrology and Other Surveys May, 2002 4.3 Predesign Technical Memorandum May, 2002 4.4 Preliminary Contract June, 2002 4.5 City Council Staff Report June, 2002 5 Project Construction/Project Implementation 5.1 jExeculed Contract (Circulation/Aeration Pilot Test) April, 2002 5.3 Completed Analysis of Circ/Aer Pilot Test May, 2002 5.1 Executed Contract (Diversions & RRDs) June, 2002 52 Photos/As -Built Drawings (Diversions & RRDs) July 2002 - April 2003 6 auali Assurance Protect Plan 6.1 A roved QAPP July, 2002 7 Mo2.it orij Plan pnd 71 oved MoNrin nd Reporting Plan July, 2002 o RRDs = Runoff Retention Devices 0 0 City of Newport Beach SWRCB No.: 01 -079-550-0 Page 7 of 7 EXHIBIT A -1 — WORK TO BE PERFORMED D. REPORTS 1. The Project Representative shall submit a quarterly progress report to the SWRCB Project Representative describing activities undertaken, accomplishment of milestones, and any problems encountered in the performance of the work under this agreement, and delivery of intermediate products, it any. The description of activities and accomplishments of each task during the quarter shall contain sufficient detail to provide a basis for payment of invoices and shall be translated into percent of task work completed for the purpose of calculating invoice amounts. 2. The invoice shall include a copy of the progress report. If the progress report does not accompany the invoice, the invoice shall not be deemed complete until a copy of the progress report is received. 3. The Project Representative shall submit to the SWRCB Project Representative one reproducible. master and two (2) copies of a draft report describing the work performed pursuant to Section B of this Exhibit for review and comment. 4. The SWRCB Project Representative shall submit final comments on the draft report to the Project Representative. 5. The Project Representative shall submit to the SWRCB Project Representative for approval one reproducible master and two (2) copies of the final report containing the results of the work performed and addressing the comments submitted to the Project Representative by the SWRCB Project Representative. The report shall not be considered final until accepted and approved by the SWRCB Project Representative. E. SPECIAL MITIGATION MEASURES [XJ No special mitigation measures are attached to this grant. or [ ) Special mitigation measures that must be complied with are as follows:. EXHIBIT B BUDGET DETAIL AND PAYMENT PROVISIONS 1. INVOICING AND PAYMENT E City of Newport Beach SWRCB No.: 01 -079 -550 -0 Page 1 of 4 For services satisfactorily rendered, and upon receipt and approval of the invoices, the State agrees to compensate the Contractor for actual expenditures incurred in accordance with the rates specified herein, which is attached hereto and made a part of this Agreement. A. Invoices shall include the Agreement Number and shall be submitted in triplicate not more frequently than quarterly in arrears to: Laura L. Peters State Water Resources Control Board 1001 1 Street, 16'" Floor Sacramento, CA 95814 B. Payments will be on a cost incurred basis, upon receipt of an undisputed invoice and completed "Request for Disbursement ", SWRCB Form 262 submitted in accordance with the instructions contained herein. Invoices received by the SWRCB Project Representative that are not consistent with this format will be cause for an invoice to be disputed. In the event of an invoice dispute the SWRCB Project Representative shall notify Contractor by Initiating a Standard Form 209 INVOICE DISPUTE NOTIFICATION. Payment will not be made until the dispute has been resolved and a corrected invoice submitted. The SWRCB Project Representative is required to approve all invoices for reimbursement. Only invoices for costs incurred after July 1, 2001, with all appropriate backup documents (supporting itemized invoice) attached will be approved. The invoices shall include the following information: a. The word "Invoice" should appear in a prominent location at the top of the page(s) and include a sequential number. b. Printed name of the Contractor. C. Business address of the Contractor, including P.O. Box, City, State, and Zip Code; d. "Bill To" is SWRCB; e. The date of the invoice; I. The contract number upon which the claim is based; g. An itemized account of the services by task for which the SW RCB is being billed; h. Include an itemized account of "in- kind" grant match or "dollar" grant match including what percent the match represents of the total grant match obligation; and i. Printed on Original Contractor Letterhead or original signature by the Contractor's Administrative Officer or designee. j. The invoice must show the time period actually being billed. Quarterly invoices must be based on the calendar quarter (ending in March, June, September, and December). 0 0 City of Newport Beach SWRCB No.: 01- 079 -550 -0 Page 2 of 4 EXHIBIT B — BUDGET DETAIL AND PAYMENT PROVISIONS C. Computing the Amount Due Payment will be made upon submittal of an invoice which details the percentage of each task completed based on work not dollars spent. Notwithstanding any other provision of this contract, the Contractor agrees that the SWRCB may retain an amount equal to ten percent of the grant amount specified in this contract until completion of the Project to the satisfaction of the Division. Any retained amounts due to the Contractor will be promptly disbursed to the Contractor, without interest, upon completion of the Project. D. Matching Funds If projects include capital costs, the project applicant shall identify those costs. The local matching contribution required by subdivision (f) of Section 79148.8 of the Water Code may be satisfied by in -kind match that meets all or a portion of local cost share required by subdivision (f) of Section 79148.8 of the Water Code. For the purposes of determining the capital cost of the Project, the in -kind match shall be included in the total project cost. The "Contractor" shall provide a matching contribution for the portion of the project consisting of capital expenditures for construction, according to the following formula: Project Capital Cost = Capital Cost Match by Recipient $1,000,000 to $5,000,000, inclusive = 20% $125,000 to $999,999, inclusive = 15% $1 to $124,999, inclusive= 10% E. Final Invoice The final invoice should include the amount of the remainder of the contract work. The invoice must be clearly marked FINAL INVOICE. Backup Documents It is necessary to provide monthly /quarterly reports, task products due, and vendor invoices for the purchase of equipment (items over $5000) as attachments to the invoices. You must, however, keep copies of all vendor invoices, timesheets, and any other documents related to the project for future audit purposes. G. Payment of Protect Costs Contractor agrees that it shall provide for payment of its full share of the Project costs. All costs and payments for the Project shall be paid by the Contractor promptly and in compliance with all applicable laws. H. Withholding of Grant Disbursements The SWRCB may withhold all or any portion of the grant funds provided for by this contract in the event that: (1) The Contractor has materially violated, or threatens to materially violate, any term, provision, condition, or commitment of this contract; (2) The Contractor fails to maintain reasonable progress toward completion of the Project. 0 0 City of Newport Beach SWRCB No.: 01- 079 -550 -0 Page 3 of 4 EXHIBIT B — BUDGET DETAIL AND PAYMENT PROVISIONS Fiscal Management Systems and Accounting Standards The Contractor shall comply with state standards for financial management systems. At a minimum, the Contractor's fiscal control and accounting procedures shall permit preparation of reports required by the state and tracking of grant funds to a level of expenditure adequate to establish that such funds have not been used in violation of state law or the terms of this contract. The Contractor shall maintain separate Project accounts in accordance with generally accepted government accounting standards. 2. LIMITATION OF FUNDING: The maximum amount to be encumbered under this agreement for the 2001 fiscal year ending June 30, 2002 shall not exceed $200,000. 3. BUDGET CONTINGENCY CLAUSE A. It is mutually agreed that if the Budget Act of 2001/02 and /or any subsequent years covered under this Agreement does not appropriate sufficient funds for the program, this Agreement shall be of no further force and effect. In this event, the State shall have no liability to pay any funds whatsoever to Contractor or to furnish any other considerations under this Agreement and the Contractor shall not be obligated to perform any provisions of this Agreement. B. if funding for any fiscal year is reduced or deleted by the Budget Act for purposes of this program the State shall have the option to either cancel this Agreement with no liability occurring to the State, or offer an agreement amendment to Contractor to reflect the reduced amount. 4. BUDGET A. Task Budget Task Description CBI City Match Total 1 Project Management & Administration 0 $20.000 $20,0001 2 Prelimina Desi n Pilot Test & RDDs & Diversions $44,000 0 $44,000 3 Permits and CEQA Documents $2,000 0 $2,000 4 Final Project Engineering RRDs & Diversions $20,000 0 $20,000 5 Project Construction/Implementation RRDs & Diversions $133,000 5 2 0 $138,200 6 QAPP 1000 0 1000 7 Monitorin and Re ortin Plan 0 so 0 Phase I I TOTALS $200,000 25 200 225 200 0 0 City of Newport Beach SWRCB No.: 01- 079 -550-0 Page 4 of 4 EXHIBIT B — BUDGET DETAIL AND PAYMENT PROVISIONS B. Line Item Budget Item No. I Item Description CBI City Match` Total City Personnel Services x1.3 benefits) $25,200 $25,200 Hours ACM/Project Director $551hr x 80 hr Hours Sr. Civil Engineer $501hr x 265 hr V Hours Field Maintenance Worker 11($271hr x 65 hr 21 Operating Expenses $2,000 $0 $2,000 -- Includes Permit Fees, Printing, Postage 3 Construction /Im plementation $133,000 $0 $133,000 -- Includes construction management, contingency, installation, RRDs, Diversions. 4 Consultant Services $65,000 $0 $65,000 or CirclAeration Study , prelim an final engineering, monitoring, OAPP, more. Phase 1 TOTALS $200,000 $25,200 $225,200 Circulation /Aeration Study is exempt from the match requirement. The match is based on the $168,000 construction project. 0 EXHIBIT 0 SPECIAL TERMS AND CONDITIONS E City of Newport Beach SWRCB No.: 01 -079-550-0 Page 1 of 3 1. Disputes: Any dispute arising under or relating to the terms of this Agreement, or related to performance hereunder, which is not disposed of by Agreement shall be decided by the SWRCB Project Representative, who shall reduce such decision to writing and mail or otherwise furnish a copy thereof to the Contractor. The decision of the SWRCB Project Representative shall be final and conclusive unless, within 15 calendar days from the date of receipt of such copy, the Contractor mails or otherwise delivers a written appeal to the State's Executive Director. The decision of the State's Executive Director, or Project Representative, on such appeal shall be final and conclusive unless determined by a court of competent jurisdiction to have been fraudulent, or capricious, or arbitrary, or so grossly erroneous as necessarily to imply bad faith, or not supported by any substantial evidence. In connection with any appeal under this Section, the Contractor shall be afforded an opportunity to be heard and to offer evidence and argument in support of the appeal. Pending final decision on any dispute hereunder, the Contractor shall proceed diligently with the performance of the Agreement work as directed by the SWRCB Project Representative unless the Contractor has received notice of termination. Decisions on any disputes hereunder may include decisions of both fact and law; provided, however, that nothing herein shall be construed as making final any decision on a question of fact or law in the event of any subsequent legal proceeding before a court of competent jurisdiction. Authority to terminate performance under the terms of this Agreement is not subject to appeal under this Section. All other issues including, but not limited to, the amount of any equitable adjustment, and the amount of any compensation or reimbursement which should be paid to the Contractor shall be subject to the disputes process under this Section. (PCC 10240.5, 10381, 22200 et seq, 40 CFR 31.70) 2. Rights in Data: The Contractor agrees that all data, plans, drawings, specifications, reports computer programs, operating manuals, notes, and other written or graphic work produced in the performance of this Agreement are subject to the rights of the State as set forth in this section. The State shall have the right to reproduce, publish, and use all such work, or any part thereof, in any manner and for any purposes whatsoever and to authorize others to do so. If any such work is copyrightable, the Contractor may copyright the same, except that, as to any work which is copyrighted by the Contractor, the State reserves a royalty-free, nonexclusive, and irrevocable license to reproduce, publish, and use such work, or any part thereof, and to authorize others to do so. (40 CFR 31.34, 31.36) 3. Income Restrictions: The Contractor agrees that any refunds, rebates, credits, or other amounts (including any interest thereon) accruing to or received by the Contractor under this Agreement shall be paid by the Contractor to the State, to the extent that they are properly allocable to costs for which the Contractor has been reimbursed by the State under this Agreement. 4. Permits, Subcontracting, Waiver. Remedies and Debarment: The Contractor shall procure all permits and licenses necessary to accomplish the work contemplated in this Agreement, pay all charges and fees, and give all notices necessary and incidental to the due and lawful prosecution of the work. Any subcontractors, outside associates, or consultants required by the Contractor in connection with the services covered by this Agreement shall be limited to such individuals or firms as were specifically identified and agreed to during negotiations for this Agreement, or as are specifically authorized by the SWRCB Project Representative during the performance of this Agreement. Any substitutions in, or additions to, such subcontractors, associates, or consultants, shall be subject to the prior written approval of the SWRCB Project Representative. Any waiver of rights with respect to a default or other matter arising under the Agreement at any time by either party shall not be considered a waiver of rights with respect to any other default or matter. • 0 City of Newport Beach SWRCB No.: 01 -079-550-0 Page 2 of 3 EXHIBIT D— SPECIAL TERMS AND CONDITIONS Any rights and remedies of the State provided for in this Agreement are in addition to any other rights and remedies provided by law. Contractor shall not subcontract with any party who is debarred or suspended or otherwise excluded from or ineligible for participation in federal assistance programs under Executive Order 12549, "Debarment and Suspension ". Contractor shall not subcontract with any individual or organization on USEPA's List of Violating Facilities. (40 CFR, Part 31.35, Gov. Code 4477) 5. Novation: If the Contractor proposes any novation Agreement, the State shall act upon the proposal within 60 days after receipt of the written proposal. The State may review and consider the proposal, consult and negotiate with the Contractor, and accept or reject all or part of the proposal. Acceptance or rejection may be made orally within the 60 -day period, and confirmed in writing within five days. No novation shall become operative or otherwise binding on the State pursuant to this paragraph in the absence of a formal Agreement amendment which has been approved in accordance with all applicable State policy, laws and procedures. 6. Priority Hiring Considerations: Contractor shall give priority consideration in filling vacancies in positions funded by this Agreement to qualified recipients of aid under Chapter 2 (commencing with Section 11200) of Part 3 of Division 9 of the California Welfare and Institutions Code in accordance with Article 3.9 (commencing with Section 11349) of Chapter 2 of Part 3 of Division 9 of the Welfare and Institution Code. (PCC 10353 W &I 11200, 11349, 2CCR, 1896.30 SCM 5.3) 7. Contract Modifications: The State Water Board may, at any time, without notice to any sureties, by written order designated or indicated to be a "contract modification ", make any change in the work to be performed under this agreement so long as the modified work is within the general scope of work called for by this agreement, including but not limited to changes in the specifications or in the method, manner, or time of performance of work. If the Contractor intends to dispute the change, the Contractor must, within ten days after receipt of a written "contract modification ", submit to the SWRCB a written statement setting forth the disagreement with the change. 8. Termination: Notwithstanding the provisions of the Department of General Services General Terms and Conditions (GTC). This contract may be terminated by written notice at any time prior to completion of the Project, at the option of the SWRCB, upon violation by the Grantee of any material provision of this contract after such violation has been called to the attention of the Grantee and after failure of the Grantee to bring itself into compliance with the provisions of this contract within a reasonable time as established by the Division. In the event of such termination, the Grantee agrees, upon demand, to immediately repay to the SWRCB an amount equal to the amount of grant funds disbursed to the Grantee prior to such termination. In the event of termination, interest shall accrue on all amounts due at the highest legal rate of interest from the date that notice of termination is mailed to the Grantee to the date of full repayment by the Grantee. 9. Budget Flexibility: Subject to the prior review and approval of the SWRCB Project Representative, line item shifts of up to $25,000 or ten percent of the annual contract total, whichever is less, may be made up to a cumulative maximum of $50,000 per fiscal year. Line item shifts may be proposed/requested by either the State Water Board or the Contractor in writing and must not increase or decrease the total contract amount allocated per fiscal year. 10. Computer Software: Contractor certifies that it has appropriate systems and controls in place to ensure that State funds Wit not be used in performance of this contract for the acquisition, operation or maintenance of computer software in violation of copyright laws. 11. Union Organizing: Contractor, by signing this agreement, hereby acknowledges the applicability of Government Code 16645 through 16649 to this agreement. Furthermore, Contractor, by signing this agreement, here by certifies that: 1) No state funds disbursed by this grant will be used to assist, promote or deter union organizing. 2) Contractor shall account for state funds disbursed for a specific expenditure by this grant, to show those funds were allocated to that expenditure. • s City of Newport Beach SWRCB No.: 01-079 -550 -0 Page 3 of 3 EXHIBIT D— SPECIAL TERMS AND CONDITIONS 3) Contractor shall, where state funds are not designated as described in Department of General Services "General Terms and Conditions" (GTC) item 18, (b), allocate, on a pro -rata basis, all disbursements that support the grant program. 4) If Contractor makes expenditures to assist, promote or deter union organizing, Contractor will maintain records sufficient to show that no state funds were used for those expenditures, and that Contractor shall provide those records to the Attorney General upon request. 9 0 City of Newport Beach SWRCB No.: 01- 079 -550 -0 Page 1 of 4 EXHIBIT E SWRCB CBI SPECIAL CONDITIONS 1. BOND TERMS (A) Work performed under this contract shall protect the beneficial uses of the coastal waters throughout the State. (B) The Project has been the subject of consultation between the SWRCB, the California Coastal Commission, and the Beach Water Quality Task Force. (C) The Project demonstrates the ability to produce sustained benefits for 20 years. (D) The Project addresses the causes for the pollution, rather than the symptoms. (E) The Project shall be consistent with existing water quality and resources protection plans. (F) The Contractor has submitted a Monitoring and Reporting Plan. (G) The Contractor has included a matching contribution for the capital expenditures for construction. (H) The Contractor has informed the SWRCB of the permits necessary to complete the Project. (1) The Project is consistent with recovery plans for coho salmon, steelhead, or trout. (J) The Project has been the subject of public review. 2. DEFINITIONS (A) "Allowance' means an amount based on a percentage of the accepted bid for an eligible project to help defray the planning, design, construction, engineering, and administration costs of the Project. (B) "Project Representative" means the Mayor of a City, the Chairperson of the County Board of Supervisors, the Chairperson of the Board of Directors of the Contractor, or another duly appointed representative. For all Project Representatives, a certified original copy of the authorizing resolution that designates the Project Representative by title, shall accompany any contract, the first payment request, and any other documents or requests required or allowed under this contract. (C) "Change in the scope of the Project" means any change from the Project description in the Project Authorization Package. (0) "Completion of construction" means the date, as determined by the Division after consultation with the Contractor, that the work of building and erection of the Project is substantially complete. (E) "Contractor" means the City of Newport Beach. (F) "Force account" means the Contractor's own employees or equipment used for Project construction. (G) "Initiation of construction" means the date that notice to proceed with work is issued for the Project or, if notice to proceed is not required, the date of commencement of building and erection of the Project. (H) "Project completion" means the date, as determined by the Division after consultation with the Contractor, that operation of the Project is or is capable of being initiated, whichever comes first. (1) "SWRCB" means the State Water Resources Control Board. (J) "Useful life of project" means 20 years from and after Project completion. 0 0 City of Newport Beach SWRCB No.: 01- 079 -550 -0 Page 2 of 4 EXHIBIT E — SWRCB CLEAN BEACHES SPECIAL CONDITIONS 3. GENERAL COMMITMENTS The Contractor accepts and agrees to comply with all terms, provisions, conditions, and commitments of this contract, including all incorporated documents, and to fulfill all assurances, declarations, representations, and commitments made by the Contractor in its application, accompanying documents, and communications filed in support of its request for this Grant. 4. COMPLETION OF PROJECT The Contractor agrees to expeditiously proceed with and complete the Project in substantial accordance with the application as submitted. 5. CONTINUING.OBLIGATIONS The obligations of Sections 6, 7 and 8 below shall survive the Term of this Contract. 6. OPERATION AND MAINTENANCE The Contractor covenants and agrees to properly staff, operate, and maintain all portions of the Project during the Project's useful life and in accordance with all applicable state and federal laws, rules and regulations. In the event that the Contractor assigns or transfers any or all portions of the Project to another entity, the Contractor shall be responsible to ensure that the assignee or transferee of any or all portions of the Project shall properly staff, operate and maintain all portions of the Project during its useful life and in compliance with all applicable state and federal laws, rules and regulations. The Parties to this Agreement understand and agree that this covenant shall survive the expiration or termination of this Agreement. The Parties further understand and agree that this covenant is for the benefit of the SWRCB and shall be enforceable during the useful life of the Project facilities. Failure at any time to comply with this Section shall be considered a material breach and violation of this Agreement, and a nonexclusive remedy shall include reimbursement by the Contractor of all grant funds disbursed under this Agreement, plus accrued prejudgment interest thereon from the date of disbursement of such funds. 7. PROJECT ACCESS The Contractor shall insure that the SWRCB, or any Project Representative thereof, has suitable and reasonable access to the Project site at all reasonable times for the useful life of the Project. 8. REPORTS The Contractor shall expeditiously provide, during construction or upon completion of the Project and thereafter during the useful life of the Project, such reports, data, and information as may be reasonably required by the Division, including but not limited to material necessary or appropriate for evaluation of the SWRCB program or to fulfill any reporting requirements of the state government. 9. FINAL PROJECT REPORTS; AUDIT (A) Within 120 days after Project completion, the Contractor shall provide to the Division a final cost summary report on the Project. The summary shall include, at a minimum, a statement of: (1) Total Project costs; (2) Total Project costs eligible for contract funding under the SW RCB's contract program and this contract; (3) The total amount of contract funds received; 0 0 City of Newport Beach SWRCB No.: 01- 079 -550-0 Page 3 of 4 EXHIBIT E — SWRCB CLEAN BEACHES SPECIAL CONDITIONS (4) The amount of interest earned, if any, on contract funds before disbursement on account of incurred Project costs. If no interest has been earned, this fact shall be expressly stated; and (B) The Division may call for an audit of financial information relative to the Project, where the Division determines that an audit is desirable to assure program integrity or where necessary because of federal requirements. Such an audit shall be performed by a Certified Public Accountant independent of the Contractor and at the cost of the Contractor. The audit shall be in the form required by the Division. 10. RECORDS (A) Without limitation of the requirement to maintain Project accounts in accordance with generally accepted government accounting standards, the Contractor agrees to: (1) Establish an official Project file that documents all significant actions relative to the Project; (2) Establish separate accounts that adequately and accurately depict all amounts received and expended on the Project, including all contract funds received under this contract; (3) Establish separate accounts that depict all income received which is attributable to the Project, specifically including any income attributable to contract funds disbursed under this contract; (4) Establish an accounting system that accurately depicts final total costs of the Project, including both direct and indirect costs; (5) Establish such accounts and maintain such records as necessary for the State to fulfill reporting requirements, including any and all reporting requirements under federal tax statutes or regulations; and (6) If the Contractor uses its force account for any phase of the Project, other than for planning, design and construction engineering, and administration provided for by allowance, the Contractor shall establish accounts which reasonably document all employee hours charged to the Project and the associated tasks performed by each employee. Indirect force account costs maybe paid with the SW RCB's prior written approval. (B) The Contractor shall require Project contractors and subcontractors to maintain books, records, and other material relative to the Project in accordance with generally accepted accounting standards. The Contractor shall require such contractors and subcontractors to retain such books, records, and other material for a minimum of six years after Project completion. The Contractor shall require that such books, records, and other material shall be subject at all reasonable times to inspection, copying, and audit by the SWRCB and by state auditors, or any Project Representatives thereof. (C) The Contractor shall retain its Project records for a minimum of six years after Project completion, and for such longer period as may be required for the State to fulfill federal reporting requirements under federal tax statutes and regulations. All Contractor records relative to the Project shall be subject at all reasonable times to inspection, copying and audit by the SWRCB and state auditors, or any Project Representatives thereof. (D) All documents required or requested shall be in electronic format. (E) The Contractor agrees to expeditiously provide, during work on the project and for six years after the projection completion, such reports, data, information and certifications as may be reasonably required. Such documents and information shall be provided in electronic format. • 0 City of Newport Beach SWRCB No.: 01- 079 -550 -0 Page 4 of 4 EXHIBIT E — SWRCB CLEAN BEACHES SPECIAL CONDITIONS 11. STATE REVIEWS AND INDEMNIFICATION The parties agree that review or approval of Project plans and specifications by the SWRCB is for administrative purposes only and does not relieve the Contractor of its responsibility to properly plan, design, construct, operate, and maintain the Project. As between the SWRCB and the Contractor, the Contractor agrees that it has sole responsibility for proper planning, design, construction, operation, and maintenance of the Project, and the Contractor agrees to indemnify the SWRCB, the State of California and their officers, agents, and employees against and to hold the same free and harmless from any and all claims, demands, damages, losses, costs, expenses, or liability due or incident to planning, design, construction, operation, or maintenance of the Project. 12. SWRCB ACTION: COSTS AND ATTORNEY FEES Any remedy provided in this contract is in addition to and not in derogation of any other legal or equitable remedy available to the SWRCB as a result of breach of this contract by the Contractor, whether'such breach occurs before or after completion of the Project. The SWRCB's exercise of any remedy provided by this contract shall not preclude the SWRCB from pursuing any legal remedy or right otherwise available. In the event of litigation between the parties hereto arising from this contract, the prevailing party shall be entitled to such reasonable costs and /or attorney fees as may be ordered by the court entertaining such litigation. 13. COMPLIANCE WITH LAWS AND REGULATIONS The Contractor agrees that it shall, at all times, comply with and require its contractors and subcontractors to comply with all applicable federal and state laws, rules, regulations and guidelines. The Contractor shall comply with, implement, and fulfill all environmental mitigation measures applicable to the Project. and which may otherwise be required by this Contract, "CEQA ", and the State CEQA Guidelines. 14. DAMAGES FOR BREACH AFFECTING TAX EXEMPT STATUS If any breach of any of the provisions of this contract by the Contractor will result in the loss of tax exempt status for any State bonds, or if such breach will result in an obligation on the part of the State to reimburse the federal government for any arbitrage profits, the Contractor shall immediately reimburse the State in an amount equal to any damages paid by or loss incurred by the State due to such breach. 15. CONSTRUCTION ACTIVITIES and NOTIFICATIONS For construction projects, the Contractor shall promptly notify the SWRCB in writing of: (1) Any substantial change in scope of the Project. No substantial change in Project scope may be undertaken until the Contractor provides written notice of the proposed change to the SWRCB and the SWRCB gives written approval for such change; (2) Unscheduled cessation of all major construction work on the Project where such cessation of work is expected to or does extend for a period of 30 days or more; (3) Any circumstance, combination of circumstances, or condition, which is expected to or does delay completion of construction for a period of 90 days or more beyond the estimated date of completion of construction previously provided to the SWRCB; (4) Completion of construction of the Project. 0 • ITEM 12 C -3g96 7 NEWPORT BEACH CITY COUNCIL�� May 28, 2002 Regular Meeting TO: Members of the Newport Beach City Council FROM: Dave Kiff, Assistant City Manager SUBJECT: Clean Beaches Initiative Contract with the State Water Resources Control Board RECOMMENDED Authorize the Mayor to execute the attached contract with the State ACTION: Water Resources Control Board in the amount of $200,000 for projects under the Clean Beaches Initiative. BACKGROUND: MAY 2 8 2002 When the voters of the State of California approved Propositions 12 (the Parks Bond) and Proposition 13 (the Water Bond) in March 2000, the City was able to apply for and receive competitive grants for specific projects in and around Newport Beach. The City accepted these grants in October 2001. One of these grants -- $500,000 worth — came from Governor Davis' Clean Beaches Initiative (CBI). CBI projects must follow these guidelines: • Projects, not Studies. Funds must be spent on specific projects and structures, not studies of existing problems. • Reduce Closures and Postings. Dollars spent must result in reductions of postings and closures of beaches. Health officials keep this data by beach mile day - a beach mile day refers to a single closure or posting, its linear distance along the beach, and the day or days in which the closure or posting endures. Thus, structural improvements in areas without beaches are generally ineligible. • Complete Projects ASAP. The State Water Resources Control Board staff has been persistent in encouraging recipients of the Clean Beaches Initiative dollars to complete all projects by Summer 2002. We have proposed using the $200,000 of the $500,000 for the following projects: C� • Page 2 • Circulation Improvements at Newport Dunes and Newport Island. We did a pilot test of a circulation device at the Dunes in February and are interested in doing another test around Newport Island; and Storm Drain to Sewer Diversions at Newport Dunes, including diverting the remaining two storm drains that enter the Newport Dunes swimming lagoon; and • Storm Drain Filters and Screens (with possibly sump pumps) in West Newport at watersheds draining into Newport Island channels. We expect General Services Department staff to install these screens (with Ab Tec brand filters) within 45 days. As noted, the City Council accepted $500,000 from the State for projects under this contract. Funding is included in the FY 2001 -02 Capital Improvement Program (CIP Item 7251- C510096). ATTACHMENT: Proposed Contract with the State Water Resources Control Board STATE OF CALIFORNIA STANDARD AGREEMENT STD. 213 (Rev D9/01) • 01- 079 -550 -0 j, This Agreement is entered into between the State Agency and the Contractor named below: STATE AGENCY'S NAME State Water Resources Control Board CONTRACTOR'S NAME City of Newport Beach 2, The term of this Agreement is: July 1, 2001 through November 30, 2004 3, The maximum amount $ 200,000.00 of this Agreement is: Two hundred thousand dollars 4. The parties agree to comply with the terms and conditions of the following exhibits which are by this reference made a part of the Exhibit A — Scope of Work Exhibit A -1 — Work to be Performed Exhibit B — Budget Detail and Payment Provisions Exhibit C" — General Terms and Conditions Check mark one item below as Exhibit D: ® Exhibit — D Special Terms and Conditions (Attached hereto as part of this agreement) ❑ Exhibit— D' Special Terms and Conditions Exhibit E - SWRCB CBI Special Conditions 1 page(s) 7 page(s) 4 page(s) GTC 201 3 page(s) 4 page(s) Items shown with an Asterisk ('), are hereby incorporated by reference and made part of this agreement as if attached hereto. These documents can be viewed atwww.dgs.ca.gov /contracts IN WITNESS WHEREOF, this Agreement has been executed by the parties hereto. CONTRACTOR California Department of C Services Use Only an of Newport Beach not type) Mr. Tod W. 3300 Newport Boulevard Newport Beach. CA 92658 -8915 STATE OF CALIFORNIA I State Water Resources Control Board PRINTED NAME AND TITLE OF PERSON SIGNING ❑ Exempt per Bill Brown, Chief, Division of Administrative Services 10011 Street, Sacramento, CA 95814 • 0 City of Newport Beach SW RCB No.: 01- 079 -550-0 Page 1 of 1 EXHIBIT A SCOPE OF WORK 1. Contractor agrees to provide to the State Water Resources Control Board (SWRCB) subvention services as described herein: 2. The Contractor shall install two storm drain diversions and perform a water circulation study at Newport Dunes, and shall install a one -way valve and catch basin inlet fliters in the Channel Park area of Newport Beach in Orange County California. 3. The project representatives during the term of this agreement will be: PROJECT REPRESENTATIVES State Agency: State Water Resources Control Board Contractor: City of Newport Beach SWRCB Project Representative: Christopher Stevens Project Representative: Tod W. Ridgeway, Mayor Phone: 916 341 -5698 Phone: 949 644 -3000 Fax: 916 341 -5707 Fax: 949 644.3020 The SWRCB's Project Representative shall be Christopher Stevens of the Division of Clean Programs. The SWRCB Project Representative shall be the day -to -day representative for administration of this agreement, and, except as otherwise specifically provided, shall have full authority to act on behalf of the SWRCB with respect to this agreement. The SWRCB's Executive Director, or designee, may also perform any and all acts that could be performed by the SWRCB Project Representative under this agreement. Except as otherwise expressly provided, all communications relative to this agreement shall be given to the SWRCB Project Representative. The Project Representative shall be Tod W. Ridgeway, Mayor. The Project Representative shall be the Contractor's representative for the technical conduct and administration of the agreement and shall have full authority to act on behalf of the Contractor. All communications given to the Project Representative shall be binding as if given to the Contractor. The parties may change their SWRCB Project Representative or Project Representative upon providing written notice to the other party. Direct all inquiries to: State Water Resources Control Board Contractor's Name City of Newport Beach Division of Clean Water Programs Section /Unit City Manager's Office Attention: Laura L. Peters Attention: Dave Kill Address: 1001 1 Street, 16 In Floor Sacramento, CA 95814 Address: 3300 Newport Boulevard, Newport Beach 92658 -8915 Phone: 916 341 -5854 Phone: 949 644 -3002 Fax: 916 341 -5707 Fax: 949 644.3020 4. Detailed description of work to be performed and duties of all parties shall be provided in accordance to Exhibit A -1 Work To Be Performed which is attached hereto and made part of this agreement • r City of Newport Beach SW RCB No.: 01- 079 -550 -0 . Page 1 of 7 EXHIBIT /ht — WORK TO BE PERFORMED A. BACKGROUND AND GOALS Newport Bay is an impaired water body listed on the Section 303(d) List for sediment, nutrients, fecal coliform, and toxics. As a result of weekly testing AB 411 done by the Orange County Health Care Agency at 35 different sites in Newport Bay and at twelve ocean sites (testing done by the Orange County Sanitation Agency), Newport Beach and Newport Bay had beach postings covering more than 550 Beach Mile Days in 2001. Two swimming areas in the Bay accounted for more than 800/6 of the postings, meaning that high bacteria levels in the waters impaired the public's ability to swim in and enjoy these areas. The intent of this project is to reduce bacteria inputs from onshore sources and to increase die -off rates of on -water sources of bacteria so as to meet REC -1 standards in the Bay and along the shoreline. At the completion of this Project, the City expects at least a 50% reduction in beach mile day postings in 2002. It does so by: Part 1. Installing inlet guards (eg National Inlet Protection) and runoff - retaining valves (eg TideFfex) in the storm drain network draining into Newport Island's channels along with increasing maintenance activities at the valves to remove fresh -water runoff before it enters Newport Bay; Part 2. Plugging the remaining storm drains at Newport Dunes and automatically pumping flows from the drains into the sanitary sewer ( "Dunes Diversions'); Part 3. Pilot testing devices (eg inStreem) that increase circulation and aeration in Newport Dunes and Newport Island, with the potential of permanently installing these devices in a later phase, if shown to be effective. A later phase may include installing additional inlet guards and runoff- retaining valves in the storm drain network draining into other critical parts of the Bay (Bayside Drive, Corona del Mar, the Balboa Peninsula) should Part 1 of this Project be deemed effective. As noted, a later phase of the Project could also include permanent installation of circulation /aeration devices (again depending upon the success of the pilot test). The Project will combine the resources of the Clean Beaches Initiative with the resources of the City of Newport Beach (municipality with jurisdiction), the County of Orange's Health Care Agency (water testing), and the County of Orange's Public Facilities and Resources Department (PF &RD), trustees of the Newport Dunes tidelands. B. WORK TO BE PERFORMED The purpose of this Contract is to plan, design, and implement the Newport Beach CBI Bay /Beach Improvement Project. The Project includes these major components: Design, install and operate: Dunes Diversions. Plugs in the two remaining major storm drains entering the Newport Dunes Swimming Lagoon, after which flows retained in the system will be pumped via automatic sump pumps into the sanitary sewer; Runoff Controls near West Newport Channels. Includes installing up to 30 inlet guards and three 1- way "Tide -Flex" valves to keep fresh water runoff from mixing with tidal flows. Inlet guards would keep, debris out of storm drain network, 1 -way valve would catch and hold fresh water until City vactor crews or a self- contained sump pump (pumping to a sewer fine) can remove d; and Circulation Pilot Test. Analyze, via field testing and modeling (using the existing RMA model of Newport Bay), the reduction in bacteria (if any) when devices that aerate and circulate bay water are installed in Newport Dunes Swimming Lagoon. City of Newport Beach SW RCB No.: 01- 079 -550 -0 Page 2 of 7 EXHIBIT A-1 —WORK TO BE PERFORMED The Contractor shall be responsible for the performance of the work as set forth herein below and for the preparation of products and a final report as specified in this Exhibit. The Project Representative shall promptly notify the SWRCB Project Representative of events or proposed changes that could affect the scope, budget, or schedule of work performed under this agreement. Task t. Project Management and Administration 1.1 Provide all technical and administrative services as needed for contract completion; monitor, supervise and review all work performed; and coordinate budgeting and scheduling to assure that the contract is completed within budget, on schedule, and in accordance with approved procedures, applicable laws, and regulations. 1.2 Ensure that the contract requirements are met through completion of quarterly status reports submitted to the Contract Manager by the 10th of the month following the end of the calendar quarter (March, June, September, and December) and through regular communication with the Contract Manager. The progress reports shall describe activities undertaken and accomplishments of each task during the quarter, milestones achieved, and any problems encountered in the performance of the work under this contract. The description of activities and accomplishments of each task during the quarter shall be in sufficient detail to provide a basis for payment of invoices and shall be translated into percent of task work completed for the purpose of calculating invoice amounts. 1.3 Disclosure Requirements - Include the following disclosure statement in any document, written report, or brochure prepared in whole or in part pursuant to this contract: "Funding for this project has been provided in full or in part through a contract with the State Water Resources Control Board (SWRCB) pursuant to the Costa - Machado Water Act of 2000 (Proposition 13) and any amendments thereto for the implementation of California's Clean Beaches Initiative. The contents of this document do not necessarily reflect the views and policies of the SWRCB, nor does mention of trade names or commercial products constitute endorsement or recommendation for use." The Contractor shall include in each of its subcontracts for work under this contract a provision that incorporates the requirements stated within this subtask. 1.4 The Contractor and any of its subcontractors shall notify the Contract Manager at least ten (10) working days prior to any public or media event publicizing the accomplishments and/or results of this contract and provide the opportunity for attendance and participation by SWRCB representatives. 1.5 Complete a one -page contract summary form (form to be provided by the SWRCB) within three months of the contract execution. 1.6 Award subcontract(s) to appropriate organization(s) to perform tasks as outlined in this agreement. Document steps taken in soliciting and awarding the subcontract and submit them to the Contract Manager for review. Document all subcontractor activities in quarterly reports. 1.7 Every six months during the life of this contract, the Contractor shall develop and submit to their assigned SW RCB Program Analyst expenditure /invoice projections to enable funding to be available for payment of invoices. 1.8 At the completion of this project and prior to final payment, the Project Director shall fill out and provides project survey form to the Contract Manager. Task Deliverables : 1.2 Quarterly Progress Reports, 1.5 Contract Summary Form, 1.6 Subcontractor Documentation, 1.7 Expenditureflnvoice projections, 1.8 Project Survey Form City of Newport Beach SWRCB No.: 01- 079 -550.0 Page 3 of 7 EXHIBIT A -1 — WORK TO BE PERFORMED Task 2: Preliminary Design 2.1 Preliminary Diversion Design. The Project Director shall oversee the preliminary design of the diversions near the Newport Dunes Swimming Lagoon and its watershed areas. 2.2 Preliminary Valve and Inlet Guard Design. The Project Director shall oversee the preliminary plans to place up to 30 catch basin inlet guards and three one -way flex valves in the West Newport stone drain network including the small watersheds that enter the Bay at 43rd Street and 380 Street. 2.3 Circulation Improvement Pilot Project Plan, The Project Director shall oversee a consultant's design of the Circulation improvement Pilot Project Plan that would show the types of devices proposed to be installed, the monitoring program post - installation, any water quality modeling, and that would estimate effectiveness measures of the tested devices. Task Deliverables : 2.1 -- Preliminary Diversion Design; 2.2 -- Preliminary Valve and Inlet Guard Design; and 2.3 -- Circulation Improvement Pilot Project Plan. Task 3: Permits and CEQA Documents 3.1. The Project Director will prepare applicable California Environmental Quality Act (CEQA) document associated with the Project (found to be exempt under one or more categorical exemptions) and record with the Orange County Clerk- Recorder's office. 3.2. The Project Director will secure all required permits for project work. No work that is subject to permitting shall proceed under this contract until documents that satisfy the permitting . process(es) are received by the Contract Manager. Permits may include (if deemed to be applicable by permitting agencies): a. US Army Corps of Engineers Section 404 Permit. Where any part of the Project would require dredging and filling of wetlandsAvaters of the United States, the contractor will secure a Corps Section 404 Permit. b. US Fish and Wildlife Section 7 Permit. if any part of the Project would result in an impact to any federally listed specials, the contractor will prepare a request for consultation under Section 7 of the Endangered Species Act with the US Fish and Wildlife Service (US F &WS). c. California Regional Water Qualify Control Board, Santa Ana Region. Section 401 Permit. if determined by Board staff to be applicable, the contractor will prepare and submit a request for a waiver under Section 401 of the Clean Water Act. Also, if applicable, prepare and submit a Notice of Intent to conduct work under the General Construction Activity stormwater permit. Prepare and submit any applicable stormwater pollution prevention plan associated with the latter permit. d. California Department of Fish and Game Streambed Alteration Agreemen t. if found to be applicable, prepare and submit a Streambed Alteration Agreement. e. California Coastal Commission Coastal Development Permit If found to be applicable, after receiving an approval in concept" (AIC) from the City of Newport Beach, prepare and submit application for a Coastal Development Permit. f County of Orange Encroachment Permit. Installation of any diversion device in the Newport Dunes Swimming Lagoon will likely require an Encroachment Permit from the County of Orange. g. City of Newport Beach Approval in Concept (AIC) and Encroachment Permit. If found to be applicable, prepare and submit a request for an AiC (see above) and an Encroachment Permit from the City of Newport Beach for any construction activity on publicly -owned land or right -of -way. City of Newport Beach SWRCB No.: 01- 079 -550 -0 Page 4 of 7 EXHIBIT A-1 — WORK TO BE PERFORMED h, manna County Sanitation District (OCSO) Diversion Permit and Agreement. Any proposal to divert dry- weather flows into the Orange County Sanitation District's treatment facilities or collection system requires a Diversion Permit and an Agreement to Divert Dry Weather Flows. 3.3 The Project Director will provide liaison with the above - listed agencies to answer questions, coordinate field visits, secure permits, and incorporate any mitigation measures as outlined in the permit conditions. Task Deliverables: 3.1 CEQA Documentation; 3.2 Applicable Permits. Task 4: Final Project Engineering Contractor will oversee Final Project Engineering to prepare construction documents that will allow the construction and implementation of Project components. Contractor will hire a consultant to prepare the construction documents needed for the Project. Contractor shall cause the work to be done through consultants on reports, drawings, and specifications necessary to prepare final construction documents needed for the Project. 4.1 Project Review: Contractor or consultant(s) will review the existing preliminary design work for the Project, conduct a kick -off meeting and present a tentative time schedule and agreed -upon scope of work. The following tasks will be considered for the Project Review: • Appropriate location, capacity (in gallons per minute), shut -off controls, and anti - debris grating of diversions near Dunes lagoon; • Appropriate locations, sizing, and maintenance schedule for inlet guards and one -way valves in West Newport channel watersheds (43d Street and 3EP Street); • Scope, duration, quality control, and water quality monitoring of Circulation Pilot Test; • A long -term maintenance plan for the diversions and West Newport runoff control measures; • Development of a concise public participation plan to ensure public comment and review of the plans and designs and public acceptance for the Project goals. 4.2 Field Survey and Hydrology Review. Perform field survey work as required to complete the design work. Hydrological and geotechnical services, if applicable, may include both field and laboratory services and preparation of a final Survey report with design recommendations. 4.3 Preparation and Approval of Predesign Technical Memorandum. Prepare (and approve) a pre - design technical memorandum to verify the project concept and direction. The Memorandum may include any or all aspects of Part 4.1 (above). 4.4 Preparation of Contract Documents /Authorize Contract to be Let for Bid. Prepare contract documents (construction plans, specifications, and final cost estimate) for the Project in accordance with City of Newport Beach standards. Project will consist of the features described in the Predesign Technical Memorandum as approved by the Contract Manager. Let the Contract for bid per the City's standards. 4.5 Assistance with Bidding/Recommendation to City Council. Provide assistance to the City during the bidding period to answer questions, preparing any addenda to the Contract, and preparing a staff report with recommendation to the City Council on the award of the Project. Task Deliverables: 4.1 — Tentative Time Schedule and Tentative Scope of Work; 4.2 — Field Survey and Hydrology Products; 4.3 — Pre- design Technical Memorandum; 4.4 — Contract Document; 4.5 — Council Staff Report Task 5. Project Construct/oWProject lmplementatlon 10 0 City of Newport Beach SW RCB No.: 01.079 -550.0 Page 5 of 7 EXHIBIT A -1 - WORK TO BE PERFORMED 5.1 City Council will select a contractor (using lowest responsible bidder) to complete all or portions of the Project. Mayor will execute final contract. 5.2 Contactor will implement/construct storm drain to sewer diversions and West Newport runoff retention devices (flex valves and inlet guards). The following is a preliminary outline of the construction methods to be used by the contractor for Project construction. Contractor will refine this process further after completion of Pre- design Technical Memorandum. The Contractor or construction manager will finalize the timing and sequencing of the construction: • Grade and/or excavate diversion sites; • Install diversions, including plugs, pumps, debris grating and shut -off mechanism (for shut -off during wet weather events); • Replacement of excavated soils; • Installation of valves and inlet guards; 5.3 Contractor (for Circulation Pilot Test) will implement study outline, including: • Assist vendors with the installation of circulation device(s); • Coordinate effectiveness review and monitoring plan; • Coordinate analysis of water quality test data; and • Model alternatives in other critical Bay sites, where appropriate (including Newport Island channels); Task Deliverables: 5.1 — Executed Contract; 5.2 — Photos from completed project and as -built drawings; 5.3 -- Completed Analysis, including summary of Pilot Test, of Circulation /Aeration Study; Task 6: Quality Assurance Project Plan (QAPP) 6.1 Contractor will prepare and maintain a Quality Assurance Project Plan (QAPP) in accordance with the requirements included in Section 8. The QAPP shall be approved by the SWRCB QAPP officer prior to the implementation of any sampling or monitoring activities. Task Deliverable: 6.1 Approved QAPP TASK 7: MONITORING AND REPORTING PLAN 7.1 Contractor will prepare (and submit to the SW RCB for the Contract Manager's approval) a Monitoring and Reporting Plan (MRP) consistent with Water Code § 79148.8(d). The plan shall address the following information: • A water quality baseline; • Identification of one or more likely sources of non -point source pollution in the Newport Bay, with additional specificity as to sources near Newport Island channels and Newport Dunes swimming lagoon; • A summary of the expected water quality benefits and the implementation methods of the runoff retention devices, diversions, and circulation /aeration devices. • Measurement of the effectiveness (pre- and post - Project) of the Project's components in preventing or reducing water quality impairments in Newport Bay and, where applicable, Newport Beach's ocean beaches. Task Deliverable: 7.1 Approved Monitoring and Reporting Plan C. SCHEDULE OF COMPLETION DATES 0 0 City of Newport Beach SWRCB No.: 01- 079 -550 -0 Page 6 of 7 EXHIBIT A-1 — WORK TO BE PERFORMED Task iSubtaskl Deliverable Completion Date 1 Pro eot Management and Administration 1.2 10vartery Reports March 2002/quaterly thereafter 1.5 lContract Summary March, 2002 1.7 1 Expenditure Projections July 2002/semi- annually thereafter 1.8 [Project Survey Form August 15, 2004 2 Preliminary Design 2.1 Prelimina Diversion Desi May, 2002 2.2 Prelimina Valve and Inlet Guard Design May, 2002 2.3 ICirculation Improvement Pilot Project Plan March, 2002 3 Permits and CEOA Documents 3.1 Recorded Categorical Exemption or Neg Dec December, 2001 3.2 Corps 404 Permit April, 2002 32 US Fish and Wildlife Permit April, 2002 3.2 Regional Board Section 401 Permit April, 2002 3.2 County of Orange Encroachment Permit April, 2002 3.2 City of Newport Beach AIC and Encroachment Permit April, 2002 3.2 DF &G Streambed Alteration Agreement April, 2002 3.2 Coastal Commission CDP May, 2002 3.2 OCSD Diversion Permit/Diversion Agreement June, 2002 4 Final Pro ject Engineering 4.1 Tentative Time Schedule/Soope of Work May, 2002 4.2 Hydrology and Other Surveys May, 2002 4.3 Predesign Technical Memorandum May, 2002 4.4 Preliminary Contract June, 2002 4.5 City Council Staff Report June, 2002 5 Project Construction/Project Implementation 5.1 1 Executed Contract (Circulation/Aeration Pilot Test ) April, 2002 5.3 1 Com eted Analysis of Circ/Aer Pilot Test May, 2002 5.1 Executed Contract (Diversions & RRDs) June, 2002 5.2 Photos/As -Built Drawings (Diversions & RRDs) July 2002 - April 2003 6 Oualit Assurance Pro ect Plan 6.1 Appro ved OAPP July, 2002 7 Monitorl Plan 7.1 roR nd Reporting Plan July; 2002 RRDs =Runoff Retention Devices City of Newport Beach SWRCB No.: 01. 079 -550-0 Page 7 of 7 EXHIBIT A -1 —WORK TO BE PERFORMED D. REPORTS 1. The Project Representative shall submit a quarterly progress report to the SWRCB Project Representative describing activities undertaken, accomplishment of milestones, and any problems encountered in the performance of the work under this agreement, and delivery of intermediate products, if any. The description of activities and accomplishments of each task during the quarter shall contain sufficient detail to provide a basis for payment of invoices and shall be translated into percent of task work completed for the purpose of calculating invoice amounts. 2. The invoice shall include a copy of the progress report. If the progress report does not accompany the invoice, the invoice shall not be deemed complete until a copy of the progress report is received. 3. The Project Representative shall submit to the SWRCB Project Representative one reproducible master and two (2) copies of a draft report describing the work performed pursuant to Section B of this Exhibit for review and comment. 4. The SWRCB Project Representative shall submit final comments on the draft report to the Project Representative. 5. The Project Representative shall submit to the SWRCB Project Representative for approval one reproducible master and two (2) Copies of the final report containing the results of the work performed and addressing the comments submitted to the Project Representative by the SWRCB Project Representative. The report shall not be considered final until accepted and approved by the SWRCB Project Representative. E. SPECIAL MITIGATION MEASURES (X) No special mitigation measures are attached to this grant. or [ ) Special mitigation measures that must be complied with are as follows:. 0 EXHIBIT B BUDGET DETAIL AND PAYMENT PROVISIONS INVOICING AND PAYMENT 0 City of Newport Beach SWRCB No.: 01.079 -550 -0 Page 1 of 4 For services satisfactorily rendered, and upon receipt and approval of the invoices, the State agrees to compensate the Contractor for actual expenditures incurred in accordance with the rates specified herein, which is attached hereto and made a part of this Agreement. A. Invoices shall include the Agreement Number and shall be submitted in triplicate not more frequently than quarterly in arrears to: Laura L. Peters State Water Resources Control Board 1001 1 Street, 16m Floor Sacramento, CA 95814 B. Payments will be on a cost incurred basis, upon receipt of an undisputed invoice and completed "Request for Disbursement ", SWRCB Form 262 submitted in accordance with the instructions contained herein. Invoices received by the SWRCB Project Representative that are not consistent with this format will be cause for an invoice to be disputed. in the event of an invoice dispute the SWRCB Project Representative shall notify Contractor by Initiating a Standard Form 209 INVOICE DISPUTE NOTIFICATION. Payment will not be made until the dispute has been resolved and a corrected invoice submitted. The SWRCB Project Representative is required to approve all invoices for reimbursement. Only invoices for costs incurred after July 1, 2001, with all appropriate backup documents (supporting itemized invoice) attached will be approved. The invoices shall include the following information: a. The word "Invoice" should appear in a prominent location at the top of the page(s) and include a sequential number. b. Printed name of the Contractor. C. Business address of the Contractor, including P.O. Box, City, State, and Zip Code; d. "Bill To" is SWRCB; e. The date of the invoice; I. The contract number upon which the claim is based; g. An itemized account of the services by task for which the SWRCB is being billed; h. Include an itemized account of "in -kind" grant match or "dollar" grant match including what percent the match represents of the total grant match obligation; and i. Printed on Original Contractor Letterhead or original signature by the Contractor's Administrative Officer or designee. j. The invoice must show the time period actually being billed. Quarterly invoices must be based on the calendar quarter (ending in March, June, September, and December). City of Newport Beach SWRCB No.: 01- 079.550 -0 Page 2 of 4 EXHIBIT B — BUDGET DETAIL AND PAYMENT PROVISIONS C. Computing the Amount Due Payment will be made upon submittal of an invoice which details the percentage of each task completed based on work not dollars spent. Notwithstanding any other provision of this contract, the Contractor agrees that the SWRCB may retain an amount equal to ten percent of the grant amount specified in this contract until completion of the Project to the satisfaction of the Division. Any retained amounts due to the Contractor will be promptly disbursed to the Contractor, without interest, upon completion of the Project. D. Matching Funds If projects include capital costs, the project applicant shall identify those costs. The local matching contribution required by subdivision (f) of Section 79148.8 of the Water Code may be satisfied by in -kind match that meets all or a portion of local cost share required by subdivision (f) of Section 79148.8 of the Water Code. For the purposes of determining the capital cost of the Project, the in -kind match shall be included in the total project cost. The "Contractor" shall provide a matching contribution for the portion of the project consisting of capital expenditures for construction, according to the following formula: Project Capital Cost = Capital Cost Match by Recipient $1,000,000 to $5,000,000, inclusive = 20% $125,000 to $999,999, inclusive = 15% $1 to $124,999, inclusive = 100/6 E. Final Invoice The final invoice should include the amount of the remainder of the contract work. The invoice must be clearly marked FINAL INVOICE. F. Backup Documents It is necessary to provide monthly /quarterly reports, task products due, and vendor invoices for the purchase of equipment (items over $5000) as attachments to the invoices. You must, however, keep copies of all vendor invoices, timesheets, and any other documents related to the project for future audit purposes. G. Payment of Project Costs Contractor agrees that it shall provide for payment of its full share of the Project costs. Ali costs and payments for the Project shall be paid by the Contractor promptly and in compliance with all applicable laws. H. Withholdina of Grant Disbursements The SWRCB may withhold all or any portion of the grant funds provided for by this contract in the event that: (1) The Contractor has materially violated, or threatens to materially violate, any term, provision, condition, or commitment of this contract; (2) The Contractor fails to maintain reasonable progress toward completion of the Project. 0 0 City of Newport Beach SW RCB No.: 01-079 -550 -0 Page 3 of 4 EXHIBIT B — BUDGET DETAIL AND PAYMENT PROVISIONS Fiscal Manaaement Systems and Accounting Standards The Contractor shall comply with state standards for financial management systems. At a minimum, the Contractor's fiscal control and accounting procedures shall permit preparation of reports required by the state and tracking of grant funds to a level of expenditure adequate to establish that such funds have not been used in violation of state law or the terms of this contract. The Contractor shall maintain separate Project accounts in accordance with generally accepted government accounting standards. 2. LIMITATION OF FUNDING: The maximum amount to be encumbered under this agreement for the 2001 fiscal year ending June 30, 2002 shall not exceed $200,000. 3. BUDGET CONTINGENCY CLAUSE A. It is mutually agreed that if the Budget Act of 2001/02 and/or any subsequent years covered under this Agreement does not appropriate sufficient funds for the program, this Agreement shall be of no further force and effect. In this event, the State shall have no liability to pay any funds whatsoever to Contractor or to furnish any other considerations under this Agreement and the Contractor shall not be obligated to perform any provisions of this Agreement. B. If funding for any fiscal year is reduced or deleted by the Budget Act for purposes of this program the State shall have the option to either cancel this Agreement with no liability occurring to the State, or offer an agreement amendment to Contractor to reflect the reduced amount. 4. BUDGET A. Task Budget Task Description CBI Citv Match Total 1 Pro ect Mana ement & Administration 0 $20,000 $20.000 2 Preliminary Design Pilot Test & RDDs & Diversions $44,000 0 $44,000 3 Permits and CEOA Documents $2,000 0 $2,000 4 Final Pro' ct En ineerin RRDs & Diversions 000 $20,000 5 Project onstruction /Im lement tion RRDs & Diversions $133,000 $5,200 $138,200 6 QAPP $1.01 0 0 1,000 7 Monitorin and Re ortin Plan 0 0 0 Phase ! I TOTALS $200.0001 $25,2001 $225,200 0 0 City of Newport Beach SW RCB No.: 01- 079 -550.0 Page 4 of 4 EXHIBIT B — BUDGET DETAIL AND PAYMENT PROVISIONS B. Line item Budget Item No. Item Description CBI City Match' Total 1 City Personnel Services x1.3 benefits $25,200 $25,200 Hours ACMrro'eot Director $551hr x 80 hr Hours Sr. Civil En ineer $50/hrx 265 hr Hours Field Maintenance Worker M ($27/hr x 65 hr 2 Operating Expenses $2,000 $0 $2,000 -- Includes Permit Fees, Pnntin , Postage 3 Construction/implementation $133,000 $0 $133,000 -- Includes construction management, contingency, installation, RRDs, Diversions. 4 Consultant Services $65,000 $0 $65,000 For CirclAeration to , prelim an final engineering, monitoring, QAPP, more. -�TOTALSI Phase I $200,000 $25,200 225,200 Circulation /Aeration Study is exempt from the match requirement. The match is based on the $168,000 construction project. 0 EXHIBIT D SPECIAL TERMS AND CONDITIONS 0 City of Newport Beach SWRCB No.: 01- 079 -550 -0 Page 1 of 3 1. Disputes: Any dispute arising under or relating to the terms of this Agreement, or related to performance hereunder, which is not disposed of by Agreement shall be decided by the SWRCB Project Representative, who shall reduce such decision to writing and mail or otherwise furnish a copy thereof to the Contractor. The decision of the SWRCB Project Representative shall be final and conclusive unless, within 15 calendar days from the date of receipt of such copy, the Contractor malls or otherwise delivers a written appeal to the State's Executive Director. The decision of the State's Executive Director, or Project Representative, on such appeal shall be final and conclusive unless determined by a court of competent jurisdiction to have been fraudulent, or capricious, or arbitrary, or so grossly erroneous as necessarily to imply bad faith, or not supported by any substantial evidence. In connection with any appeal under this Section, the Contractor shall be afforded an opportunity to be heard and to offer evidence and argument in support of the appeal. Pending final decision on any dispute hereunder, the Contractor shall proceed diligently with the performance of the Agreement work as directed by the SWRCB Project Representative unless the Contractor has received notice of termination. Decisions on any disputes hereunder may include decisions of both fact and law; provided, however, that nothing herein shall be construed as making final any decision on a question of fact or law in the event of any subsequent legal proceeding before a court of competent jurisdiction. Authority to terminate performance under the terms of this Agreement is not subject to appeal under this Section. All other issues including, but not limited to, the amount of any equitable adjustment, and the amount of any compensation or reimbursement which should be paid to the Contractor shall be subject to the disputes process under this Section. (PCC 10240.5, 10381, 22200 et seq, 40 CFR 31.70) 2. Rights in Data: The Contractor agrees that all data, plans, drawings, specifications, reports computer programs, operating manuals, notes, and other written or graphic work produced in the performance of this Agreement are subject to the rights of the State as set forth in this section. The State shall have the right to reproduce, publish, and use all such work, or any part thereof, in any manner and for any purposes whatsoever and to authorize others to do so. If any such work is copyrightable, the Contractor may copyright the same, except that, as to any work which is copyrighted by the Contractor, the State reserves a royalty-free, nonexclusive, and irrevocable license to reproduce, publish, and use such work, or any part thereof, and to authorize others to do so. (40 CFR 31.34, 31.36) 3. Income Restrictions: The Contractor agrees that any refunds, rebates, credits, or other amounts (including any interest thereon) accruing to or received by the Contractor under this Agreement shall be paid by the Contractor to the State, to the extent that they are properly allocable to costs for which the Contractor has been reimbursed by the State under this Agreement. 4. Permits, Subcontracting, Waiver. Remedies and Debarment: The Contractor shall procure all permits and licenses necessary to accomplish the work contemplated in this Agreement, pay all charges and fees, and give all notices necessary and incidental to the due and lawful prosecution of the work. Any subcontractors, outside associates, or consultants required by the Contractor in connection with the services covered by this Agreement shall be limited to such individuals or firms as were specifically identified and agreed to during negotiations for this Agreement, or as are specifically authorized by the SWRCB Project Representative during the performance of this Agreement. Any substitutions in, or additions to, such subcontractors, associates, or consultants, shall be subject to the prior written approval of the SWRCB Project Representative. Any waiver of rights with respect to a default or other matter arising under the Agreement at any time by either party shall not be considered a waiver of rights with respect to any other default or matter. • 0 City of Newport Beach SWRCB No,: 01- 079 -550 -0 Page 2 of 3 EXHIBIT D— SPECIAL TERMS AND CONDITIONS Any rights and remedies of the State provided for in this Agreement are in addition to any other rights and remedies provided by law. Contractor shall not subcontract with any party who is debarred or suspended or otherwise excluded from or ineligible for participation in federal assistance programs under Executive Order 12549, 'Debarment and Suspension ". Contractor shall not subcontract with any individual or organization on USEPA's List of Violating Facilities. (40 CFR, Part 31.35, Gov. Code 4477) 5. Novation: If the Contractor proposes any novation Agreement, the State shall act upon the proposal within 60 days after receipt of the written proposal. The State may review and consider the proposal, consult and negotiate with the Contractor, and accept or reject all or part of the proposal. Acceptance or rejection may be made orally within the 60 -day period, and confirmed in writing within five days, No novation shall become operative or otherwise binding on the State pursuant to this paragraph in the absence of a formal Agreement amendment which has been approved in accordance with all applicable State policy, laws and procedures. 6. Priority Hiring Considerations: Contractor shall give priority consideration in filling vacancies in positions funded by this Agreement to qualified recipients of aid under Chapter 2 (commencing with Section 11200) of Part 3 of Division 9 of the California Welfare and Institutions Code in accordance with Article 3.9 (commencing with Section 11349) of Chapter 2 of Part 3 of Division 9 of the Welfare and Institution Code. (PCC 10353 W &I 11200, 11349, 2CCR, 1896.30 SCM 5.3) 7. Contract Modifications: The State Water Board may, at any time, without notice to any sureties, by written order designated or indicated to be a "contract modification ", make any change in the work to be performed under this agreement so long as the modified work is within the general scope of work called for by this agreement, including but not limited to changes in the specifications or in the method, manner, or time of performance of work. It the Contractor intends to dispute the change, the Contractor must, within ten days after receipt of a written "contract modification", submit to the SWRCB a written statement setting forth the disagreement with the change. 8. Termination: Notwithstanding the provisions of the Department of General Services General Terms and Conditions (GTC). This contract may be terminated by written notice at any time prior to completion of the Project, at the option of the SWRCB, upon violation by the Grantee of any material provision of this contract after such violation has been called to the attention of the Grantee and after failure of the Grantee to bring itself into compliance with the provisions of this contract within a reasonable time as established by the Division. In the event of such termination, the Grantee agrees, upon demand, to immediately repay to the SWRCB an amount equal to the amount of grant funds disbursed to the Grantee prior to such termination. In the event of termination, interest shall accrue on all amounts due at the highest legal rate of interest from the date that notice of termination is mailed to the Grantee to the date of full repayment by the Grantee, 9. Budget Flexibility: Subject to the prior review and approval of the SWRCB Project. Representative, line item shifts of up to $25,000 or ten percent of the annual contract total, whichever is less, may be made up to a cumulative maximum of $50,000 per fiscal year. Line item shifts may be proposed/requested by either the State Water Board or the Contractor in writing and must not increase or decrease the total contract amount allocated per fiscal year. 10. Computer Software: Contractor certifies that it has appropriate systems and controls in place to ensure that State funds will not be used in performance of this contract for the acquisition, operation or maintenance of computer software in violation of copyright laws. 11. Union Organizing Contractor, by signing this agreement, hereby acknowledges the applicability of Government Code 16645 through 16649 to this agreement. Furthermore, Contractor, by signing this agreement, here by certifies that: 1) No state funds disbursed by this grant will be used to assist, promote or deter union organizing. 2) Contractor shall account for state funds disbursed for a specific expenditure by this grant, to show those funds were allocated to that expenditure. City of Newport Beach SW RCB No.: 01- 079 -550.0 Page 3 of 3 EXHIBIT D— SPECIAL TERMS AND CONDITIONS 3) Contractor shall, where state funds are not designated as described in Department of General Services "General Terms and Conditions ". (GTC) Item 18, (b), allocate, on a pro -rata basis, all disbursements that support the grant program. 4) If Contractor makes expenditures to assist, promote or deter union organizing, Contractor will maintain records sufficient to show that no state funds were used for those expenditures, and that Contractor shall provide those records to the Attorney General upon request. 0 0 City of Newport Beach SWRCB No.: 01- 079 -550 -0 Page 1 of 4 EXHIBIT E SWRCB CBI SPECIAL CONDITIONS 1. BOND TERMS (A) Work performed under this contract shall protect the beneficial uses of the coastal waters throughout the State. (B) The Project has been the subject of consultation between the SWRCB, the Calffomia Coastal Commission, and the Beach Water Quality Task Force. (C) The Project demonstrates the ability to produce sustained benefits for 20 years. (D) The Project addresses the causes for the pollution, rather than the symptoms. (E) The Project shall be consistent with existing water quality and resources protection plans. (F) The Contractor has submitted a Monitoring and Reporting Plan. (G) The Contractor has included a matching contribution for the capital expenditures for construction. (H) The Contractor has informed the SWRCB of the permits necessary to complete the Project. (1) The Project is consistent with recovery plans for coho salmon, steelhead, or trout. (J) The Project has been the subject of public review. 2. DEFINITIONS (A) "Allowance" means an amount based on a percentage of the accepted bid for an eligible project to help defray the planning, design, construction, engineering, and administration costs of the Project. (B) "Project Representative" means the Mayor of a City, the Chairperson of the County Board of Supervisors, the Chairperson of the Board of Directors of the Contractor, or another duly appointed representative. For all Project Representatives, a certified original copy of the authorizing resolution that designates the Project Representative by title, shall accompany any contract, the first payment request, and any other documents or requests required or allowed under this contract. (C) "Change in the scope of the Project' means any change from the Project description in the Project Authorization Package. (D) "Completion of construction" means the date, as determined by the Division after consultation with the Contractor, that the work of building and erection of the Project is substantially complete. (E) "Contractor" means the City of Newport Beach. (F) "Force account' means the Contractor's own employees or equipment used for Project construction. (G) "Initiation of construction" means the date that notice to proceed with work is issued for the Project or, if notice to proceed is not required, the date of commencement of building and erection of the Project. (H) "Project completion" means the date, as determined by the Division after consultation with the Contractor, that operation of the Project is or is capable of being initiated, whichever comes first. (1) "SWRCB" means the State Water Resources Control Board. (J) "Useful life of project" means 20 years from and after Project completion. City of Newport Beach SWRCB No.: 01 -079-550-0 Page 2 of 4 EXHIBIT E — SWRCB CLEAN BEACHES SPECIAL CONDITIONS 3. GENERAL COMMITMENTS The Contractor accepts and agrees to comply with all terms, provisions, conditions, and commitments of this contract, including all incorporated documents, and to fulfill all assurances, declarations, representations, and commitments made by the Contractor in its application, accompanying documents, and communications filed in support of its request for this Grant. 4. COMPLETION OF PROJECT The Contractor agrees to expeditiously proceed with and complete the Project in substantial accordance with the application as submitted. 5. CONTINUING OBLIGATIONS The obligations of Sections 6, 7 and 8 below shall survive the Term of this Contract. 6. OPERATION AND MAINTENANCE The Contractor covenants and agrees to properly staff, operate, and maintain all portions of the Project during the Project's useful life and in accordance with all applicable state and federal laws, rules and regulations. In the event that the Contractor assigns or transfers any or all portions of the Project to another entity, the Contractor shall be responsible to ensure that the assignee or transferee of any or all portions of the Project shall properly staff, operate and maintain all portions of the Project during its useful life and in compliance with all applicable state and federal laws, rules and regulations. The Parties to this Agreement understand and agree that this covenant shall survive the expiration or termination of this Agreement. The Parties further understand and agree that this covenant is for the benefit of the SWRCB and shall be enforceable during the useful life of the Project facilities. Failure at any time to comply with this Section shall be considered a material breach and violation of this Agreement, and a nonexclusive remedy shall include reimbursement by the Contractor of all grant funds disbursed under this Agreement, plus accrued prejudgment interest thereon from the date of disbursement of suchfunds. 7. PROJECT ACCESS The Contractor shall insure that the SWRCB, or any Project Representative thereof, has suitable and reasonable access to the Project site at all reasonable times for the useful life of the Project. 8. REPORTS The Contractor shall expeditiously provide, during construction or upon completion of the Project and thereafter during the useful life of the Project, such reports, data, and information as may be reasonably required by the Division, including but not limited to material necessary or appropriate for evaluation of the SWRCB program or to fulfill any reporting requirements of the state government. 9. FINAL PROJECT REPORTS; AUDIT (A) Within 120 days after Project completion, the Contractor shall provide to the Division a final cost summary report on the Project. The summary shall include, at a minimum, a statement of: (1) Total Project costs; (2) Total Project costs eligible for contract funding under the SW PCB's contract program and this contract; (3) The total amount of contract funds received; City of Newport Beach SWRCB No.: 01- 079 -550-0 Page 3 of 4 EXHIBIT E — SWRCB CLEAN BEACHES SPECIAL CONDITIONS (4) The amount of interest earned, if any, on contract funds before disbursement on account of incurred Project costs. If no interest has been earned, this fact shall be expressly stated; and (B) The Division may call for an audit of financial information relative to the Project, where the Division determines that an audit is desirable to assure program integrity or where necessary because of federal requirements. Such an audit shall be performed by a Certified Public Accountant independent of the Contractor and at the cost of the Contractor. The audit shall be in the form required by the Division. 10. RECORDS (A) Without limitation of the requirement to maintain Project accounts in accordance with generally accepted government accounting standards, the Contractor agrees to: (1) Establish an official Project file that documents all significant actions relative to the Project; (2) Establish separate accounts that adequately and accurately depict all amounts received and expended on the Project, including all contract funds received under this contract; (3) Establish separate accounts that depict all income received which is attributable to the Project, specifically including any income attributable to contract funds disbursed under this contract; (4) Establish an accounting system that accurately depicts final total costs of the Project, including both direct and indirect costs; (5) Establish such accounts and maintain such records as necessary for the State to fulfill reporting requirements, including any and all reporting requirements under federal tax statutes or regulations; and (6) If the Contractor uses its force account for any phase of the Project, other than for planning, design and construction engineering, and administration provided for by allowance, the Contractor shall establish accounts which reasonably document all employee hours charged to the Project and the associated tasks performed by each employee. Indirect force account costs may be paid with the SW RCB's prior written approval. (B) The Contractor shall require Project contractors and subcontractors to maintain books, records, and other material relative to the Project in accordance with generally accepted accounting standards. The Contractor shall require such contractors and subcontractors to retain such books, records, and other material for a minimum of six years after Project completion. The Contractor shall require that such books, records, and other material shall be subject at all reasonable times to inspection, copying, and audit by the SWRCB and by state auditors, or any Project Representatives thereof. (C) The Contractor shall retain its Project records for a minimum of six years after Project completion, and for such longer period as may be required for the State to fulfill federal reporting requirements under federal tax statutes and regulations. All Contractor records relative to the Project shall be subject at all reasonable times to inspection, copying and audit by the SWRCB and state auditors, or any Project Representatives thereof. (D) All documents required or requested shall be in electronic format. (E) The Contractor agrees to expeditiously provide, during work on the project and for six years after the projection completion, such reports, data, information and certifications as may be reasonably required. Such documents and information shall be provided in electronic format. 0 0 City of Newport Beach SWRCB No.: 01- 079 -550-0 Page 4 of 4 EXHIBIT E — SWRCB CLEAN BEACHES SPECIAL CONDITIONS 11. STATE REVIEWS AND INDEMNIFICATION The parties agree that review or approval of Project plans and specifications by the SWRCB is for administrative purposes only and does not relieve the Contractor of its responsibility to properly plan, design, construct, operate, and maintain the Project. As between the SWRCB and the Contractor, the Contractor agrees that it has sole responsibility for proper planning, design, construction, operation, and maintenance of the Project, and the Contractor agrees to indemnify the SWRCB, the State of California and their officers, agents, and employees against and to hold the same free and harmless from any and all claims, demands, damages, losses, costs, expenses, or liability due or incident to planning, design, construction, operation, or maintenance of the Project. 12. SWRCB ACTION: COSTS AND ATTORNEY FEES Any remedy provided in this contract is in addition to and not in derogation of any other legal or equitable remedy available to the SWRCB as a result of breach of this contract by the Contractor, whether such breach occurs before or after completion of the Project. The SWRCB's exercise of any remedy provided by this contract shall not preclude the SWRCB from pursuing any legal remedy or right otherwise available. In the event of litigation between the parties hereto arising from this contract, the prevailing party shall be entitled to such reasonable costs and /or attorney fees as may be ordered by the court entertaining such litigation. 13. COMPLIANCE WITH LAWS AND REGULATIONS The Contractor agrees that it shall, at all times, comply with and require its contractors and subcontractors to comply with all applicable federal and state laws, rules, regulations and guidelines. The Contractor shall comply with, implement, and fulfill all environmental mitigation measures applicable to the Project, and which may otherwise be required by this Contract, "CEQA ", and the State CEQA Guidelines. 14. DAMAGES FOR BREACH AFFECTING TAX EXEMPT STATUS If any breach of any of the provisions of this contract by the Contractor will result in the loss of tax exempt status for any State bonds, or if such breach will result in an obligation on the part of the State to reimburse the federal government for any arbitrage profits, the Contractor shall immediately reimburse the State in an amount equal to any damages paid by or loss incurred by the State due to such breach. 15. CONSTRUCTION ACTIVITIES and NOTIFICATIONS For construction projects, the Contractor shall promptly notify the SWRCB in writing of: (1) Any substantial change in scope of the Project. No substantial change in Project scope may be undertaken until the Contractor provides written notice of the proposed change to the SWRCB and the SWRCB gives written approval for such change; (2) Unscheduled cessation of all major construction work on the Project where such cessation of work is expected to or does extend for a period of 30 days or more; (3) Any circumstance, combination of circumstances, or condition, which is expected to or does delay completion of construction for a period of 90 days or more beyond the estimated date of completion of construction previously provided to the SWRCB; (4) Completion of construction of the Project. ITEM 12 TO: Members of the Newport Beach City Council FROM: Dave Kiff, Assistant City Manager SUBJECT: Resolution 2001 -_ Relating to the Receipt of State Grants: Buck Gully, Big Corona, Clean Beaches Initiative, Water Quality Tests RECOMMENDED (1) Adopt Resolution 2001 -_ authorizing the Mayor to accept four State grants ACTIONS: as follows: (a) $222,025 from Proposition 13 for restoration and water quality improvements in Buck Gully; (b) $479,000 from Proposition 12 for visitor - serving improvements at Corona del Mar State Beach (Big Corona); (c) $500,000 from Governor Davis' Clean Beaches Initiative for projects that reduce beach postings and closures in Newport Bay and along Newport Beach's ocean beaches; (d) $400,000 for water quality testing and studies associated with the Fecal Coliform TMDL; (2) Authorize the City Manager to include these grants and related scopes of work for each project in the City's FY 2001 -02 Capital Improvement Program (CIP); and (3) Approve Budget Amendment (BA# ) incorporating the grants into the FY 2001 -02 CIP. BACKGROUND: When the voters of the State of California approved Propositions 12 (the Parks Bond) and Proposition 13 (the Water Bond) in March 2000, the City was able to apply for and receive competitive grants for specific projects in and around Newport Beach, including Buck Gully and Big Corona. We were also pleased to learn that our less - formal applications for grants for water quality testing and for funding under the new Clean Beaches Initiative were approved as a part of the FY 2001 -02 State Budget. Here is a summary of the grant projects (also summarized in Attachment B): (1) Buck Gully. Orange County CoastKeeper and the Newport Beach chapter of the Surfrider Foundation were successful in developing a grant application under the Water Bond for a restoration project in Buck Gully. The scope of work for this $261,200 project (which includes $39,075 in City- provided matching funds) was as follows: • Reduce Flows. Reduce the fresh -water flows to the level appropriate for a semi- arid seasonal streambed. Educate the surrounding residents and commercial property owners as to ways they can reduce irrigation overflow and seepage. Establish a dry- weather diversion system near PCH to put excess flows into the sanitary sewer or to enable the marketing of excess flows to high -use irrigators (like golf courses). • Clean Up Flows that Remain. Establish natural water quality wetlands to treat flows that remain. Develop a series of 2 -3 basins in Upper Buck Gully to slow down fresh water flows to allow any bacteria in the flows to be killed by natural treatment processes, including exposure to sunlight. • Restore Habitat. Restore as much of the natural habitat as possible. Encourage surrounding property owners to replace irrigation- intensive landscaping with landscaping reflective of a semi -arid seasonal streambed. Hire a landscape architect to develop a model slopescape plan for the Gully. (2) Big Corona. California State Parks was eligible for about $20 million in grants from the Parks Bond for sub- granting to their locally- operated units. The City is a local operator of Corona Del Mar State Beach on behalf of California State Parks. Working with State Parks, the City applied for and received $479,000 for visitor - serving improvements at Big Corona. This amount from Proposition 12 would match another $479,000 contributed by the City and directed towards Big Corona via the settlement of the American Trader Oil Spill. Therefore, $958,000 is available to the City to improve the 40- and 50 -year old amenities at Big Corona. The scope of work for this grant is as follows: • Improve Amenities. Replace shade structures, improve or replace concession area, landscaping, picnic areas, and more. Improve or replace restrooms. • Interpretation. Include educational signage that informs visitors and other beach users about area marine life refuges. • Lifeguard Facilities. Include (with any concession improvement) treatment area for rescues and equipment storage area for Newport Beach lifeguards. (3) Clean Beaches Initiative. Governor Davis and the State Legislature included about $35 million in the FY 2001 -02 State Budget for structural projects (not studies) that would directly lead to a reduction in beach closures and beach postings along California's shoreline. Newport Beach, in cooperation with the County of Orange, told the State Water Resources Control Board that the City could . spend about $500,000 in structural on- shore improvements - like dry weather diversions - in areas of Newport Bay and our shoreline frequented by beachgoers. The restrictions on Clean Beaches Initiative dollars are as follows: • Projects, not Studies. Funds must be spent on specific projects and structures, not studies of existing problems; • Reduce Closures and Postings. Dollars spent must result in reductions of postings and closures of beaches. Health officials keep this data by beach mile day - a beach mile day refers to .h single closure or posting, its linear distance along the beach, and the day or days in which the closure or posting endures). For more information about beach mile days and Newport Beach, see Attachment C). Thus, structural improvements in areas without beaches are generally ineligible. • Complete Projects ASAP. The State Water Resources Control Board staff has been persistent in encouraging recipients of the Clean Beaches Initiative dollars to complete all projects by the start of the 2002 swim season. The City has initially proposed using the $500,000 in Clean Beaches Initiative dollars for the following projects (each proposal is subject to further review by the Public Works and General Services departments). In proposing these specific projects, we assume that our beach closures and postings are caused primarily by (1) contaminated dry- weather runoff and secondarily by (2) leaking pump -a -heads in the harbor. • Dry Weather Diversions from the storm drain to the sanitary sewer at: - Harbor Patrol Beach (diverting the storm drain that drains Fashion Island and portions of Corona del Mar) - Little Corona (diverting flows from Buck Gully - note that revenue from the Clean Beaches Initiative can be used in tandem with funds from other grant sources, including Proposition 13). - Newport Dunes (diverting the remaining two storm drains that enter the Newport Dunes swimming lagoon). • One -Way Storm Drain Valves (and sump pumps) at: - Channel Place Park (near Newport Island) - Arches Interchange (with the assumption that contaminated runoff from the Old Newport Boulevard area /Costa Mesa watershed may end up around Newport Island due to tidal action) • Pump -a -head upgrades (to Sani - Sailors or similar) at any beach- adjacent site in the lower or upper bay which has the older Kelco diaphragm pumpouts. (4) Water Quality Tests. Staff from the California Regional Water Quality Control Board, Santa Ana Region (Regional Board), have been able to identify about $400,000 in salary savings now available to the City for Board - approved water quality testing efforts in Newport Bay. Most, if not all, of the testing efforts are intended to target some of the City's responsibilities under the Fecal Coliform Total Maximum Daily Load (TMDL). Your council will recall that a TMDL is a daily limit on a contaminant to a water body. Newport Bay has its beneficial uses (swimming, wading, kayaking, shellfish harvesting, and more) impaired by four things: nutrients, sediment, toxics, and fecal coliform. Working with the Regional Board staff and with the Orange County Health Care Agency, we have proposed at least four water quality studies (many of which are underway). Not all of the studies use the Regional Board's grant money - please see related notations: • Baywide Bacti/Viral Sampling. This study, done by Dr. Sunny Jiang of UCI, attempts to replicate sampling done in Summer 2000 that looked at human enteric viruses and indicator bacteria in up to nine tributaries and storm drains to Newport Bay (a $36,000 study funded by the Regional Board). • Swimmer Shedding. This study, with sampling done by OC CoastKeeper and testing done at the Orange County Sanitation Districts lab, attempted to determine whether or not swimmers contribute to bacterial problems at the Newport Dunes swimming lagoon (a $20,000 study funded by the Regional Board). • Vessel Waste Study. This study; not yet complete nor finally designed, will attempt to determine the extent (if illegal discharges of waste by vessel operators (a $50,000 study not funded by the Regional Board). • West Newport Antibiotic Resistance Analysis. This study, which began on September 11 and will continue through November, samples tributaries and bay water in and around West Newport. The Orange County Health Care Agency, working with Dr. Jody Harwood of the University of South Florida, will attempt to determine the source of bacteria found in the tributaries by looking at the way the bacteria reacts to up to eight antibiotics. Health officials will then attempt to match the reaction pattern of the - unknown bacteria with the reaction patterns of known samples to help us determine the source of the West Newport bacteria (a study worth up to $200,000 yet "free" to the City thanks to the generosity of the County of Orange). As the Council will note from reading the above, the City still has about $350,000 of the $400,000 available :to us for additional studies between now and 2003. We intend to continue working with the Regional Board, the County, and other interested parties to appropriately designate the remaining money for studies and nests that assist us in reducing bacterial inputs to the Bay. THIS AGENDA This Agenda Item asks the Council tojadopt a resolution that formally accepts ITEM: each of the four grants mentioned here. It further directs city staff to start work on the projects that the grants will fund by including these projects in the City's FY 2001 -02 Capital Improvement Program (CIP). ATTACHMENTS: Attachment A - Resolution 2001 relating to the acceptance of four state grants Attachment B -Summary of Grants and Grant- Funded Projects Attachment C - Beach Mile Day Information from County of Orange Attachment D - Budget Amend menhincorporating the four grants into the CIP Attachment A RESOLUTION 2001- A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH ACCEPTING FOUR STATE GRANTS WHEREAS, the voters of the State of California approved Propositions 12 (the Parks Bond) and 13 (the Water Bond) in March 2000; and WHEREAS, California Governor Gray Davis and the California State Legislature in Fiscal Year 2001 -02 further authorized the funding of about $35 million in projects statewide to reduce the level of beach postings and closures along California's shoreline; and WHEREAS, the California Regional Water Quality Control Board, Santa Ana Region, further authorized the City of Newport Beach's use of up to $400,000 in State Water Resources Control Board revenue for specific water quality tests and studies in Newport Bay; and WHEREAS, the City of Newport Beach, the Newport Beach Surfrider Chapter, and Orange County CoastKeeper collectively applied for a competitive grant for improvements at Buck Gully near Corona Del Mar under Proposition 13; and WHEREAS, the City of Newport Beach and California State Parks cooperated on a grant proposal under Proposition 12's competitive grants for locally- operated State Parks units like Corona Del Mar State Beach, and WHEREAS, Regional Board staff and the City cooperatively worked to develop several scopes of work for studies eligible for funding under the Regional Board's $400,000 grant; and WHEREAS, the City was successful in receiving each of the four grant proposals identified within this resolution; now, therefore be it RESOLVED by the City Council of the City of Newport Beach that it hereby thanks the voters of California, the State Water Resources Control Board, the Governor, and the Legislature for their collective commitment to improving California's shoreline and parks facilities and that it hereby accepts each identified grant and authorizes Mayor Adams to execute any grant documents associated with the receipt of these grants. ADOPTED this 91h Day of October, 2001. GAROLD B. ADAMS Mayor of Newport Beach ATTEST: LAVONNE HARKLESS City Clerk v a co v N ZG � G L v q h E @ m 0 4x q G N L E Y Q y E O N Q` q E a O N W U p 2 E CI p ao, Ua a�, U q O m .`. G z 2 co p q GZU cob in O N O 8 o - o N y) C J N 1i O O O w q O c c M N V z z N O O O O O O O N Ol O O N •t � < O 8 O 8 O 8 8 C O O O O O O O O N Ol i0 N N V • 19 19 19 19 19 19 19 19 19 W N J o c U y L O _ c o m y w m w c N (� m[2 L m = m a m a y y y °O a� E 2` m w E 'm y 8 m° c a m vm Zo U m rn�`O E u w K c w at n d o w° $ v N° V d q E d m L w` c= o '> > m? o > a a w m w E O w w U E N a J UI O g W 0 M g q j W >> U' o> w c 3 ° E 3 3 > w> m c c n Jo o£ u 3 c t m c E N D UI N UI 0 m E a E q J UI L• ° L N Q rn (0 3 m N w Do z o x m z o U m w t C N y c O O a w 2 y U U • q a E q y N w N w a • ' o I y w > y N • v `' q v !? C q c u 2 j c o a C ?! y • 'y 'y Q C q y q I y° 0 0 O- Mu • a`a° a.°i om wm County of Orange Ocean Recreational Water Protection Program Monica Mazur Health Care Agency Environmental Health Orange County - Available Beach Mile Days (BMD) All Coastal & Bays 124 miles X 365 days = 45,260 Available Beach Mlle Days Coastal 42 miles X 365 days = 15,330 Available Beach Mlle Days Newport Bay Agency: OCHCA Frequency: 1 /week Stations: 31 2 (April - August) (April - August) 2000 2001 Postings: 43 52 Days: 557 541 Attachment C Mile Days (Miles of Beach Closed) X (Number of Days )= Beach Mile Days. Example: 1/2 mile of beach closed for days = 2 Beach Mile Days. Newport Beach Agency: OCSD Frequency: 3 -5 /week Stations: S (April - August) 2000 2001 Postings: 4 6 Days: 6 9 Newport Slough Agency: OCHCA ;Frequency: 1 /week Stations: 2 (April - August) 2000 2001 Postings: NA 5 Days: NA 201 1 Newport Coast Agency: OCHCA Frequency: 1 /week Stations: 6 (April • August) 2000 2001 Postings: 4 3 Days: 7 6 Qup.Cwnly /9 JII VgMp. tem Julyi \I.... ,.I ]I.]001 = = 111M. 11111111 111111111111111M J.0 F. r .1 ..r +m J. W ... a t ... ... 0 2 City of Newport Beach BUDGET AMENDMENT 2001 -02 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase Expenditure Appropriations Transfer Budget Appropriations SOURCE: from existing budget appropriations X from additional estimated revenues from unappropriated fund balance EXPLANATION: NO. BA- 011 AMOUNT: $1,sao,zoo.00 Increase in Budgetary Fund Balance AND X Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance This budget amendment is requested to provide for the following: To increase revenue estimates and expenditure appropriations related to award of four State grants. ACCOUNTING ENTRY: Amount BUDGETARY FUND BALANCE Debit Credit Fund Account Description 010 3605 General Fund Balance $39,175.00 ' REVENUE ESTIMATES (360 1) Fund /Division Account Description 250 4875 Proposition 13 - Buck Gully Restoration $225,025.00 250 4876 Proposition 12 - CdM State Bch Imprvmnts $479,000.00 250 4877 Clean Beaches Initiative $500,000.00 250 4878 Regional Board Grant $400,000.00 EXPENDITURE APPROPRIATIONS (3603) Description Division Number 7251 Contributions Fund Account Number C5100596 Clean Water Project $400,000.00 Division Number 7251 Contributions Fund Account Number C5100569 CdM Beach Improvements $479,000.00 Division Number 7251 Contributions Fund Account Number C5100659 Buck Gully Restoration $222,025.00 Division Number 7251 Contributions Fund Account Number C5100596 Clean Water Project $500,000,00 Division Number 7014 Misc General Fund Projects Account Number C5100659 Buck Gully Restoration $39,175.00 Au ' tom0c a System Entry. Signed: zo — Fina 'al Approval: Administrative S es Director Date Signed: ✓Z, 11b -3 —O/ Administrative Approval: ity Manager Date Signed: City Council Approval: City Clerk Date A�MAGF DA PRINT i 6[J rn I� RESOLUTION 2001- A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH ACCEPTING FOUR STATE GRANTS WHEREAS, the voters of the State of California approved Propositions 12 (the Parks Bond) and 13 (the Water Bond) in March 2000; and WHEREAS, California Governor Gray Davis and the California State Legislature in Fiscal Year 2001 -02 further authorized the funding of about $35 million in projects statewide to reduce the level of beach postings and closures along California's shoreline; and WHEREAS, the California Regional Water Quality Control Board, Santa Ana Region, further authorized the City of Newport Beach's use of up to $400,000 in State Water Resources Control Board revenue for specific water quality tests and studies in Newport Bay; and WHEREAS, the City of Newport Beach, the Newport Beach Surfrider Chapter, and Orange County CoastKeeper collectively applied for a competitive grant for improvements at Buck Gully near Corona Del Mar under Proposition 13; and WHEREAS, the City of Newport Beach and California State Parks cooperated on a grant proposal under Proposition 12's competitive grants for locally- operated State Parks units like Corona Del Mar State Beach, and WHEREAS, Regional Board staff and the City cooperatively worked to develop several scopes of work for studies eligible for funding under the Regional Board's $400,000 grant; and WHEREAS, the City was successful in receiving each of the four grant proposals identified within this resolution, now, therefore be it RESOLVED by the City Council of the City of Newport Beach that it hereby thanks the voters of California, the State Water Resources Control Board, the Governor, and the Legislature for their collective commitment to improving California's shoreline and parks facilities; and be it further RESOLVED, by the City Council of the City of Newport Beach that the Mayor of Newport Beach is hereby authorized and directed to submit, for and on behalf of the City of Newport Beach, an application for a Clean Beaches, Proposition 13, Coastal Nonpoint Source Program grant from the State Water Resources Control Board in the amount not to exceed $500,000, for the design and implementation of storm drain diversions, water quality wetlands, and filtration devices; and be it further RESOLVED, that the City of Newport Beach hereby agrees and further does authorize the Mayor or his designee to certify that the City of Newport Beach has and will comply with all applicable state statutory and regulatory requirements related to any state grants received; and be it further RESOLVED, that the Mayor of Newport Beach or his designee of the City of Newport Beach is hereby authorized to negotiate and execute a grant contract and any amendments relating to the aforementioned grants, and to certify grant invoices on behalf of the City of Newport Beach. ADOPTED this 911, Day of October, 2001. GAROLD B. ADAMS Mayor of Newport Beach WIFFOUR LAVONNE HARKLESS City Clerk