HomeMy WebLinkAboutC-3778 - PSA for Buck Gully Wetlands & Access Road Repair0
AMENDMENT NO. 2
TO
PROFESSIONAL SERVICES AGREEMENT
WITH DUDEK & ASSOCIATES, INC.,
FOR BUCK GULLY WETLANDS AND ACCESS ROAD REPAIR
THIS AMENDMENT NO. 2_10-PROFESSIONAL SERVICES AGREEMENT, entered
Q
into this aLe)4 day of J cm 1.1 , 2008,. by and between the CITY OF
NEWPORT BEACH, a municipal Corp ration, (hereinafter referred to as "City ") and
DUDEK AND ASSOCIATES, INC., a California corporation, whose address is 605
Third Street, Encinitas, California, 92024 ( "Consultant "), and is made with reference to
the following:
RECITALS
A. On July 26, 2005, CITY and CONSULTANT entered into a Professional
Services Agreement, hereinafter referred to as "Agreement ", for
environmental and engineering design services for the Buck Gully
Wetlands and Access Road Repair, hereinafter referred to as "Project".
This Agreement is scheduled to expire on June 30, 2008.
B. City and Consultant have entered into 1 separate Amendment of the
Agreement.
C. City desires to enter into this Amendment No. 2 to reflect additional
services not included in the Agreement or prior Amendment.
D. City desires to compensate Consultant for additional professional services
needed for Project.
E. City and Consultant mutually desire to amend Agreement, hereinafter
referred to as "Amendment No. 2 ", as provided here below.
NOW, THEREFORE, the parties hereto agree as follows:
1. Consultant shall be compensated for services performed pursuant to this
Amendment No. 2 according to "Exhibit A" dated January 15, 2008
attached hereto.
2. Total additional compensation to Consultant for services performed
pursuant to this Amendment No. 2 for all work performed in accordance
with this Amendment, including all reimburseable items and subconsultant
fees, shall not exceed Eighteen Thousand, Seven Hundred Fifty and
001100 Dollars ($18,750.00).
3. The term of the Agreement shall be extended to December 31, 2008.
2
v
DUDEK
MAIN OFFICE
605 THIRD STREET
ENCINITAS. CALIFORNIA 92024
T 760 942 5147 T 800.450 1818 F 760.632.0164
January 15, 2008 4783 -01
Robert Stein
Principal Civil Engineer, Public Works Department
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
Subject. Change Order Request for Additional Construction Management
Services for the Buck Gully Wetlands and Maintenance Road Repair
Project, City of Newport Beach, California
Dear Mr. Stein:
Dudek submits this letter requesting a change order for additional construction management
services related to the Buck Gully Wetlands and Maintenance Road Repair Project in the City of
Newport Beach. We understand that you have requested Dudek to provide on -call construction
management and monitoring services during the installation phase of the project. Dudek will
provide assistance to the City and the Contractor by answering questions as they arise during
construction and attending meetings and site visits as requested by the City, up to the dollar
allotment agreed to with the City. Dudek will provide monitoring of the project on a limited
basis to help assist the City and will provide site observation reports to document all Dudek
visits.
We understand that you would like us to provide these services in addition to our previous
contract authorizations, on a time- and - materials basis, not to exceed the amount detailed on our
scope of work description (Exhibit A, attached). The total amount of this current change order
request is $18,750.00. Dudek would bill for these services monthly on a time -and- materials basis
for the services rendered during that month, per our 2008 standard schedule of charges
(attached). Direct/reimbursable charges, such as mileage for travel, reprographics charges,
delivery costs, etc., would be billed at cost plus 15 %.
This work does not include providing monitoring services during the long -term 5 -year biological
monitoring phase of the project. We understand the City will contract for these services
separately at a later date.
WWW.DUDEK.COM
•
r,
u
Mr. Robert Stein
Subject: Change Order Request for Additional Construction Management Services for the
Buck Gully Wetlands and Maintenance Road Repair Project, City of Newport Beach,
California
Please feel free to call me at 760.479.4279 if you have specific questions or require clarification
regarding this additional work. Please forward formal authorization from the City regarding this
additional work at your earliest convenience.
We look forward to continuing to work with the City on the implementation of this project to see
it through to a successful conclusion. Thank you.
Sincerely,
hn . Minchin
tat Restoration Specialist/
Landscape Architect #2225
Art: Exhibit A, Scope of Work and Costs
Dudek 2008 Standard Schedule of Charges
cc: Tiffany Pate, Dudek
"830,
DUDEK
2 Janua7 2008
EXHIBIT A (CONT.)
Scope of Work and Cost Estimate
gabion structures and the Arizona road crossing that become necessary to address final field
conditions. Dudek engineers will provide construction monitoring site observation services as
requested by the City of Newport Beach on an on -call, as- needed basis, up to the dollar allotment
outlined herein under this task. Dudek will prepare site observation reports after each
construction monitoring site observation visit to document the items discussed and decisions
reached at the site visit.
Estimated Labor Cost for Task 3
$6,000.00
Total Estimated Labor Cost (Tasks 2 and 3) ................ ............................... $18,750.00
Total Dudek labor costs for this additional scope of work is $18,750.00. Additional
direct/reimbursable charges, such as printing and reprographics, mileage for site visits, delivery
charges, and other miscellaneous reimbursable charges, will be billed at cost plus 15% markup in
addition to the labor amount.
All additional services would be billed on a time -and- materials basis, not to exceed this amount,
according to Dudek's Standard Schedule of Charges, based upon approval by the City of
Newport Beach.
DUDEK
47e3-0'
A -2 January 2008
r,.
0 0
DUDEK
2008 STANDARD SCHEDULE OF CHARGES
Engineering Services
Project Director ...................... .....................$205.001hr
$210.00 /hr
Program Manager .................. .....................$190.00
/hr
Principal Engineer II ............... .....................$180.00
/hr
Principal Engineer 1 ................ .....................$170.00
/hr
Senior Project Manager .......... .....................$160.00
/hr
Project Manager ..................... .....................$145.00
/hr
Resident Engineer .................. .....................$135.00
/hr
Senior Engineer II ................... .....................$135.00
/hr
Senior Engineer I ................... .....................$125.00lhr
$85.00/hr
Associate Engineer .........................
........... $115.00/hr
Project
Engineer IV ................ .....................$110.00/hr
Collection Maintenance Worker I .....................
Project
Engineer III ................. .....................$100.00
/hr
Project
Engineer II ................... ......................$95.D0/hr
Project Engineer I .................... ......................$85.00lhr
Field Engineer 11 ..................... .....................$110.00
/hr
Field Engineer I ...................... .....................$100.00lhr
Engineering Assistant .............. ......................$75.00
/hr
Right-of-Way Management Services
Principal ROW Manager
ROW Project Manager..
ROW Senior Engineer...
ROW Engineer ..............
ROW Technician ...........
ROW Research Analyst
Environmental Services
$170.00 /hr
$140.00/hr
$125.00 /hr
$115.00 /hr
$105.00 /hr
..$75.001hr
Principal ....................... ...............................
$210.00 /hr
Senior Project Manager /Specialist ..............$195.00/hr
/hr
Environmental Specialist/Planner VI ...........$170.00/hr
/hr
Environmental Specialist/Planner V ............$150.00
/hr
Environmental Specialist/Planner IV ...........$135.00/hr
/hr
Environmental Specialist/Planner III ............
$125.00 /hr
Environmental Specialist/Planner 11 .............$110.00/hr
$100.D01hr
Environmental Specialist/Planner I ..............$100.00/hr
- . - __ $1 05.00/hr
Analyst ............................... ........... ................
$85.00/hr
Planning Research Assistant .. ......................$70.00/hr
/hr
Construction Management Services
Principal /Manager .................. .....................$195.00
/hr
Senior Construction Manager .....................$180.(50
/hr
Senior Project Manager .......... .....................$160.00
/hr
Construction Manager.. ........................
.. .. $1 50.001hr
Project Manager ..................... .....................$140.00
/hr
Resident Engineer ................ .....................$135.00
/hr
Construction Engineer ............ .....................$130.001hr
$100.D01hr
On-site Owners Representative. - _. .
- . - __ $1 05.00/hr
Construction Inspector III ....... .....................$120.00
/hr
Construction Inspector 11 ........ .....................$110.00/hr
/hr
Construction Inspector I ......... .....................$10D.00/hr
... ..... $85.001hr
Hydrogeological Services
Principal ....................... ...............................
$205.001h r
Practice Manager ........ ................ ........ ........
$185.001hr
Sr. Environmental Engineer ... .....................$185.00
/hr
Sr. Hydrogeologist(Sr. Proj Mgr ...................$165.00
/hr
Project Manager ................................ ..........
$150.001hr
Associate Hydrogeologist/Engineer ............$135.00/hr
$120.00/hr
Hydrogeologist IV1Engineer IV ....................$120.ODlhr
$100.D01hr
Hydrogeologist 111 /Engineer III .....................$110.00
/hr
Hydrogeologist II/Engineer II .. .....................$1D0.001hr
$55.001hr
Hydrogeologist I /Engineer I ..... ......................$90.00
/hr
Technician.. . ..................................... ..
... ..... $85.001hr
DUDEK
District Management & Operations
$140.001hr
District General Manager ...............................
$175.001hr
District Engineer.....- ....... ...............................
$160.00 /hr
Operations Manager ....... ...............................
$150.00/hr
District SecretarylAccountant ..........................
$85.001hr
Collections System Manager ... ......................$95.00Rhr
$120.00/hr
Grade V Operator ............ ...............................
$100.D01hr
Grade III Operator ............. ...............................
$80.00 /hr
Grade I Operator ............... ...............................
$55.001hr
Operator in Training .......... ...............................
$40.00 /hr
Collection Maintenance Worker II ....................
$55.00/hr
Collection Maintenance Worker I .....................
$40.00 /hr
Office Services
7echnfcal/Drafting/CADD Services
3D Graphic Artist. ............ ...............................
$140.001hr
Senior Designer .............. ...............................
$120.00 /hr
Designer.......................... ...............................
$105.001hr
Assistant Designer ............ ...............................
$85.00 /hr
GIS Specialist IV ............. ...............................
$135.001hr
GIS Specialist III .............. ...............................
$120.00/hr
GIS Specialist 11 ............... ...............................
$110.001hr
GIS Specialist I ................ ...............................
$100.00/hr
CADD Operator II .............. ...............................
$95.00/hr
CADD Operator I ............... ...............................
$85.00 /hr
CADD Drafter .................... ...............................
$BO.00thr
CADD Technician .............. ...............................
$70.00lhr
Surveying Services (Coachella Valley)
Protessicnal Land Surveyor ...........................
$160.00 1hr
3- Person Survey Crew .... ...............................
$235.00/hr
2- Person Survey Crew.. .................................
$205.00 /hr
1- Person Survey Crew .... ...............................
$110.00/hr
Survey Analyst ..... .... ... - .. ...............................
$110.00/hr
Asst. Survey Analysf/CADD Mapper ................
$80.001 hr
Support Services
Technical Editor It ... ....... . ...............................
$130.001hr
Technical Editor 11 ............ ...............................
$110.001hr
Technical Editor I ............... ...............................
$90.00 /hr
Publications Assistant III .... ...............................
$90.00 /hr
Publications Assistant II ..... ...............................
$80.00 1hr
Publications Assistant 1 ...... ...............................
$70.001hr
Clerical Administration ....... ...............................
$70.00/hr
Forensic Englneedne- Court appearances, depositions, and Intenogatclim as
expert witness will be Wiled at 2.00 times nomrel rates.
Emergency" Holidays - Minimum charge of two hours will De billed at 1.75
times the normal rate.
matarht and OubMe Services - Subcontractors, rental of special squipmem,
spacial reproductions and blueprinting, outside data processing and computer
services, etc., are charged at 1.15 times the direct cast.
Treval Expor - Mttwge at 50.5 cents per mile. Per diem where ovemight
My is involved is charged at can
1 Charges fees rill I o Clfeni an Ube
u�a a ode irpuenl' paitl thiM1y (30J
{rom
we ar the i M ag pay a ly late charge
equ rte pencem (1 of the nding ba ce unit paid in full.
Effective January 1, 2000
EXHIBIT B
• CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No. s22
January 22, 2008
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Robert Stein, P.E.
949 -644 -3311 or rstein @city.newport- beach.ca.us
SUBJECT: BUCK GULLY WETLANDS AND MAINTENANCE ROAD REPAIR —
CONTRACT NO. 3778 — APPROVAL OF AMENDMENT NO. 2 TO THE
PROFESSIONAL SERVICES AGREEMENT WITH DUDEK &
ASSOCIATES, INC.
RECOMMENDATIONS:
1. Approve Amendment No. 2 to the Professional Services Agreement with Dudek
• & Associates, Inc., (Dudek) of Encinitas, California, for the Buck Gully Wetlands
and Maintenance Road Repair at a not to exceed amount of $18,750 and
authorize the Mayor and City Clerk to execute the Agreement.
2. Approve a Budget Amendment transferring $15,750 from salary savings in the
Engineering Division (5100 -7000) to Buck Gully Wetlands and Maintenance
Road Repair project (7014- C5100659).
DISCUSSION:
On July 26, 2005, the City entered into a Professional Services Agreement with Dudek
for environmental and engineering design services for the Buck Gully Wetlands and
Maintenance Road Repair, for a not to exceed amount of $60,000. This project
includes the repair of the roadway where it crosses the streambed and will also
rejuvenate degraded wetland areas in the gully adjacent to the streambed road
crossing. This road provides access to a City water main valve and blow -off assembly
on the east side of the canyon.
On June 11, 2007, Amendment No. 1 to the Agreement executed a not to exceed
amount of $15,000 to prepare a revegetation mitigation and monitoring plan, to modify
design drawings per changes requested by staff, and to attend additional coordination
meetings with the City and jurisdictional agencies.
•
Buck Gully Wed and Maintenance Road Repair — Contract No. 377 proval of Amendment No. 2 to the
Professional services Ag ent With Dudek & Associates, Inc.
January 22, 2008
Page 2
Under this Amendment No. 2, Dudek will provide construction management services
including working with the contractor for design changes due to un- foreseen field or
weather conditions, and for answering any questions that occur during the habitat
restoration. City staff performs construction management services for most of our
capital improvement projects, however, the unusual nature of this project along with the
time - sensitive aspects of working in a streambed during the winter, obliged that we
utilize Dudek's expertise for this specialty project.
Environmental Review:
A Mitigated Negative Declaration was prepared and approved for this project.
Funding Availability:
Upon approval of the recommended Budget Amendment there will be sufficient funds
available in the following account for the project:
Account Description
Buck Gully Restoration — General Fund
Prepared by:
4stet4, ow,
Robert Stein, P.E.
Assistant City Engineer
Attachment: Amendment No. 2
Budget Amendment
Account Number
Amount
7014- C5100659
$18,750.00
Total:
$18,750.00
Submitted
ir
..h G. Badum
Works Director
•
is
•
L
AMENDMENT NO.2
• TO
PROFESSIONAL SERVICES AGREEMENT
WITH DUDEK & ASSOCIATES, INC.,
FOR BUCK GULLY WETLANDS AND ACCESS ROAD REPAIR
THIS AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT, entered
into this day of 2008, . by and between the CITY OF
NEWPORT BEACH, a municipal corporation, (hereinafter referred to as "City') and
DUDEK AND ASSOCIATES, INC., a California corporation, whose address is 605
Third Street, Encinitas, California, 92024 ( "Consultant'), and is made with reference to
the following:
RECITALS
A. On July 26, 2005, CITY and CONSULTANT entered into a Professional
Services Agreement, hereinafter referred to as "Agreement ", for
environmental and engineering design services for the Buck Gully
Wetlands and Access Road Repair, hereinafter referred to as "Project ".
This Agreement is scheduled to expire on June 30, 2008.
B. City and Consultant have entered into 1 separate Amendment of the
• Agreement.
C. City desires to enter into this Amendment No. 2 to reflect additional
services not included in the Agreement or prior Amendment.
D. City desires to compensate Consultant for additional professional services
needed for Project.
E. City and Consultant mutually desire to amend Agreement, hereinafter
referred to as "Amendment No. 2 ", as provided here below.
NOW, THEREFORE, the parties hereto agree as follows:
1. Consultant shall be compensated for services performed pursuant to this
Amendment No. 2 according to "Exhibit A" dated January 15, 2008
attached hereto.
2. Total additional compensation to Consultant for services performed
pursuant to this Amendment No. '2 for all work performed in accordance
with this Amendment, including all reimburseable items and subconsultant
fees, shall not exceed Eighteen Thousand, Seven Hundred Fifty and
001100 Dollars ($18,750.00).
• 3. The term of the Agreement shall be extended to December 31, 2008.
2
0 0
4. Except as expressly modified herein, all other provisions, terms, and .
covenants set forth in Agreement shall remain unchanged and shall be in
full force and effect.
IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 2 on
the date first above written.
APPROVED AS TO FORM: CITY OF NEWPORT BEACH,
A �+ � ` r��� A Municipal Corporation
(J By:
City Attorney Mayor
for the City of Newport Beach for the City of Newport Beach
ATTEST: CONSULTANT:
By: By:
LaVonne Harkless, (Corporate Officer)
City Clerk
•
Print
A
(Financial Officer)
Title:
Print Name:
Attachments: Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
f: luserslpbwlsharedlagreementslfy 07- 08ldudek -buck gully wetlands amend -2.doc
r
L_J
3
M
DUDEK
MAIN OFFICE
• 605 THIRD STREET
ENCINITA TAS, CALIFORNIA 92024
T 760.942.5147 T 800 450 1818 F 760 631 0164
January 15, 2008 4783 -01
Robert Stein
Principal Civil Engineer, Public Works Department
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
Subject. Change Order Request for Additional Construction Management
Services for the Buck Gully Wetlands and Maintenance Road Repair
Project, City of Newpod Beach, California
Dear Mr. Stein:
Dudek submits this letter requesting a change order for additional construction management
• services related to the Buck Gully Wetlands and Maintenance Road Repair Project in the City of
Newport Beach. We understand that you have requested Dudek to provide on -call construction
management and monitoring services during the installation phase of the project. Dudek will
provide assistance to the City and the Contractor by answering questions as they arise during
construction and attending meetings and site visits as requested by the City, up to the dollar
allotment agreed to with the City. Dudek will provide monitoring of the project on a limited
basis to help assist the City and will provide site observation reports to document all Dudek
visits.
We understand that you would like us to provide these services in addition to our previous
contract authorizations, on a time- and - materials basis, not to exceed the amount detailed on our
scope of work description (Exhibit A, attached). The total amount of this current change order
request is $18,750.00. Dudek would bill for these services monthly on a time - and - materials basis
for the services rendered during that month, per our 2008 standard schedule of charges
(attached). Direct/reimbursable charges, such as mileage for travel, reprographics charges,
delivery costs, etc., would be billed at cost plus 15 %.
•
This work does not include providing monitoring services during the long -term 5 -year biological
monitoring phase of the project. We understand the City will contract for these services
separately at a later date.
W W W.DUDEK.COM
• 0
Mr. Robert Stein •
Subject: Change Order Request for Additional Construction Management Services for the
Buck Gully Wetlands and Maintenance Road Repair Project, City of Newport Beach,
California
Please feel free to call me at 760.479.4279 if you have specific questions or require clarification
regarding this additional work. Please forward formal authorization from the City regarding this
additional work at your earliest convenience.
We look forward to continuing to work with the City on the implementation of this project to see
it through to a successful conclusion. Thank you.
Sincerely,
- �. VVw -
hn . Minchin
V
at Restoration Specialist/
Landscape Architect 42225
An: Exhibit A, Scope of Work and Cosa •
Dudek 2008 Standard Schedule of Charges
cc: Tiffany Pate, Dudek
ILJ
DUDEK January ay 2006
2 Janua 2000
! •
• EXHIBIT A
Scope of Work and Cost Estimate
Additional Construction Management Services
for the Buck Gully Wetlands and Maintenance Road Repair Project
City of Newport Beach, California
January 15, 2008
The following detailed task descriptions are provided to outline Dudek's understanding of the
additional construction management services requested by the City of Newport Beach, associated
with the Buck Gully Wetlands and Maintenance Road Repair project. Task t involved design -
services previously authorized and is not detailed in the following task descriptions.
Task 2: Additional Construction Monitoring Services (Habitat Restoration Staff)
Dudek Habitat Restoration staff will coordinate with the City and the designated installation
contractors during the bidding and installation of the Buck Gully Wetlands and Maintenance
Road Repair Project. Dudek will answer questions as they arise during the bidding process.
Dudek will coordinate with the materials suppliers as requested by the City to address project
refinements and adjustments to the built improvements as necessary to address final field
• conditions. Dudek will review contractor submittals for consistency with the plans and
specifications. Dudek will attend additional site meetings with the City and the contractors as
requested to review project installation progress and to address project construction questions as
they arise. Dudek habitat restoration specialists will assist the City with project management and
coordination related to construction changes to built improvements as site conditions dictate.
Dudek will coordinate with the general contractor and the landscape contractor to help assure
that the design intent of the revegetation construction documents is implemented as intended.
Dudek habitat restoration staff will provide construction monitoring site observation services as
requested by the City of Newport Beach on a limited on -call, as- needed basis, up to the dollar
allotment outlined herein under this task. Dudek will prepare site observation reports after each
construction monitoring site observation visit to document the items discussed and decisions
reached at the site visit.
Estimated Labor Cost for Task 2 ................................. ............................... .....................$12,750.00
Task 3: Additional Construction Monitoring Services (Engineering Staff)
Dudek engineering staff will assist the City of Newport Beach with construction changes to the
anticipated built improvements to the Buck Gully Wetlands and Maintenance Road Repair
project, as site conditions dictate. Dudek will coordinate with the general contractor and sub-
contractors to help assure that the design intent of the engineering construction documents is
• implemented as intended. Dudek engineers will specifically address construction changes to the
4763 -01
D U D E K
A-1 January 2008
0 0
EXHIBIT A (CONT.) •
Scope of Work and Cost Estimate
gabion structures and the Arizona road crossing that become necessary to address final field
conditions. Dudek engineers will provide construction monitoring site observation services as
requested by the City of Newport Beach on an on -call, as- needed basis, up to the dollar allotment
outlined herein under this task. Dudek will prepare site observation reports after each
construction monitoring site observation visit to document the items discussed and decisions
reached at the site visit.
Estimated Labor Cost for Task 3 ........................................................ ............................... $6,000.00
Total Estimated Labor Cost (Tasks 2 and 3) ................ ............................... $18,750.00
Total Dudek labor costs for this additional scope of work is $18,750.00. Additional
direct/reimbursable charges, such as printing and reprographics, mileage for site visits, delivery
charges, and other miscellaneous reimbursable charges, will be billed at cost plus 15% markup in
addition to the labor amount.
All additional services would be billed on a time -and- materials basis, not to exceed this amount,
according to Dudek's Standard Schedule of Charges, based upon approval by the City of
Newport Beach.
D U D E K 4783 -01
A -2 January 2008
r�L
r 1
J
r�
•
•_ •
DUDEK
2008 STANDARD SCHEDULE OF CHARGES
Engineering Services
Project Director ...................... .....................$205.00
/hr
Program Manager .................. .....................$190.00
/hr
Principal Engineer II ............... .....................$180.00
/hr
Principal Engineer I ................ .....................$170.00/hr
/hr
Senior Project Manager .......... .....................$160.00
/hr
Project Manager ..................... .....................$145.00
/hr
Resident Engineer .................. .....................$135.00
/hr
Senior Engineer II ................... .....................$135.00/hr
/hr
Senior Engineer I ... .....................................
$125.00/hr
Associate Engineer ............... .....................$115.00/hr
$55.001hr
Project
Engineer IV ................ .....................$110.00
/hr
Project
Engineer III ................. .....................$100.00
/hr
Project
Engineer 11 .................. ......................$95.00
/hr
Project
Engineer I .................... ......................$85.00
/hr
Field Engineer 11 ..................... .....................$110.00
/hr
Field Engineer I ...................... .....................$100.00
/hr
Engineering Assistant .............. ......................$75.00
/hr
Right-of-Way Management Services
Principal ROW Manager
ROW Project Manager..
ROW Senior Engineer...
ROW Engineer ..............
ROW Technician...........
ROW Research Analyst
Environmental Services
$170.00/hr
$140.00/hr
$125.00/hr
$115.00 /hr
$105.00 /hr
..$75.00/hr
Principal ....................... ...............................
$210.00 /hr
Senior Project Manager/Specialist ..............$195.00
/hr
Environmental Specialist/Planner VI ...........$170.00/hr
/hr
Environmental Specialist/Planner V ............$150.00
/hr
Environmental Specialist/Planner IV ...........$135.00/hr
/hr
Environmental Specialist/Planner III ............
$125.00/hr
Environmental Specialist/Planner 11 .............$110.00/hr
/hr
Environmental SpecialistiPlanner I ..............$100.00/hr
/hr
Analyst .................................... ......................$85.00/hr
/hr
Planning Research Assistant .. ......................$70.00/hr
$55.001hr
Construction Management Services
PdncipaVManager .................. .....................$195.00
/hr
Senior Construction Manager .....................$180.00
/hr
Senior Project Manager .......... .....................$160.00
/hr
Construction Manager ............ .....................$150.00
/hr
Project Manager ..................... .....................$140.00
/hr
Resident Engineer ................ .....................$135.00
/hr
Construction Engineer ............ .....................$130.00
/hr
On-site Owner's Representative .................$105.00/hr
/hr
Construction Inspector III ....... .....................$120.00
/hr
Construction Inspector II ........ .....................$110.00/hr
$55.001hr
Construction Inspector I ......... .....................$100.00/hr
$85.00/hr
Hydrogeological Services
Principal ....................... ...............................
$205.00/hr
Practice Manager ................... .....................$185.00
/hr
Sr. Environmental Engineer ... .....................$185.00
/hr
Sr. Hydrogeologist/Sr. Proj Mgr ...................$165.00
/hr
Project Manager ..................... .....................$150.00
/hr
Associate Hydrogeologist/Engineer ............$135.00/hr
$100.001hr
Hydrogeologist IV /Engineer IV ....................$120.00/hr
$80.00/hr
Hydrogeologist It [/Engineer III . ....................$110.00
/hr
Hydrogeologist IUEngineer It .. .....................$100.00/hr
$40.00/hr
Hydrogeologist I /Engineer I ..... ......................$90.00/hr
$55.001hr
Technician ...................... ...............................
$85.00/hr
DUDEK
District Management & Operations
District General Manager ...............................
$175.00/hr
District Engineer .............. ...............................
$160.00 /hr
Operations Manager ....... ...............................
$150.001hr
District Secretary/Accountant ..........................
$85.00/hr
Collections System Manager ... ......................$95.00
/hr
Grade V Operator .... ....... -- ............................
$100.001hr
Grade III Operator ............. ...............................
$80.00/hr
Grade I Operator ............... ...............................
$55.00 /hr
Operator in Training .......... ...............................
$40.00/hr
Collection Maintenance Worker II ....................
$55.001hr
Collection Maintenance Worker I .....................
$40.00/hr
Office Services
TechnicaUDraftinglCADD Services
3D Graphic Artist ........................
$140.00 /hr
Senior Designer .............. ...............................
$120.00/hr
Designer .......................... ...............................
$105.00 1hr
Assistant Designer ............ ...............................
$85.00/hr
GIB Specialist IV ............. ...............................
$135.00/hr
GIB Specialist III .............. ...............................
$120.00/hr
GIB Specialist II ............... ...............................
$110.001hr
GIB Specialist i ........... :. ....................
.............. $100.001hr
CADD Operator 11 .............. ...............................
$95.001hr
CADD Operator I ............... ...............................
$85.00/hr
CADD Drafter .................... ...............................
$80.001hr
CADD Technician .............. ...............................
$70.001hr
Surveying Services (Coachella Valley)
Professional Land Surveyor ...........................
$160.001hr
3- Person Surrey Crew .... ...............................
$235.001hr
2- Person Survey Crew .... ...............................
$205.001hr
1- Person Survey Crew .... ...............................
$110.001hr
Survey Analyst ................ ...............................
$110.001hr
Asst. Survey Analyst(CADD Mapper ................
$80.001hr
Support Services
Technical Editor III ........... ...............................
$130.00 /hr
Technical Editor II ............ ...............................
$110.00(hr
Technical Editor I ............... ...............................
$90.00/hr
Publications Assistant III .... ...............................
$90.00/hr
Publications Assistant II ..... ...............................
$80.00/hr
Publications Assistant I ...... ...............................
$70.00 /hr
Clerical Administration ....... ...............................
$70.00/hr
Forensic Engineering - Count appearances, depositions, and interrogatories as
expert witness will be ailed at 2.00 times normal raise.
Emergency and Holidays- MFnimum charge of two hours will be billed at 1.75
times the normal rate.
Material and Outside Servioas- Subcontractors, rental of special equipment,
special reproductions and blueprinting, outside date processing and computer
services, eta, are charged at 1.15 times the direct cost.
Travel Expenses - Mileage at 50.5 cents per mile. Per diem where overnight
My Is Involved is charged at cost
I ue es, ChargP.PoRt1=10Eg Will hty 11 he
yeas pad 0vdy (30) inert a of ay a IaOe charge
equ a percent (1 be
or unail paid kn full.
Effective January 1, 2008
EXHIBIT B
C of Newport Beach
BUDGET AMENDMENT
2007 -08
EFFECT ON BUDGETARY FUND BALANCE:
Increase Revenue Estimates
Increase Expenditure Appropriations AND
PX Transfer Budget Appropriations PX
SOURCE:
from existing budget appropriations
from additional estimated revenues
from unappropriated fund balance
EXPLANATION:
This budget amendment is requested to provide for the following:
• NO. BA- 08BA -043
AMOUNT: $15,750.00
•
Increase in Budgetary Fund Balance
Decrease in Budgetary Fund Balance
No effect on Budgetary Fund Balance
To transfer expenditure appropriations from salary savings to the Buck Gully Wetlands and Maintenance Road Repair Project.
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE
Fund Account
REVENUE ESTIMATES (3601)
Fund /Division Account
EXPENDITURE APPROPRIATIONS (3603)
Description
Description
Description
Division
Number
5100
Public Works - Engineering
Account
Number
7099
Salary Savings
Division
Number
7014
General Fund - Miscellaneous & Studies
Account
Number
C5100659
Buck Gully Restoration
Division
Number
Account
Number
Division
Number
Account
Number
Division
Number
Account
Number
Signed:
Signed:
Signed:
Approval: Administrative
Manager
City Council Approval: City Clerk
Amount
Debit Credit
$15,750.00
$15,750.00
* Automatic
Director Date
ID
Da
IrM
C,
J
AMENDMENT NO. 1
TO
PROFESSIONAL SERVICES AGREEMENT
WITH
DUDEK & ASSOCIATES, INC.,
FOR BUCK GULLY WETLANDS AND ACCESS ROAD REPAIR
THIS AMENDMENT NO. 1 TO ROFESSIONAL SERVICES AGREEMENT, entered
into this _ / /d, day of 2007, by and between the CITY OF
NEWPORT BEACH, a muni al corporation, (hereinafter referred to as "City ") and
DUDEK & ASSOCIATES, INC., a California corporation, whose address is 605 Third
Street, Encinitas, California, 92024 ( "Consultant "), and is made with reference to the
following:
RECITALS
A. On July 26, 2005 , CITY and CONSULTANT entered into a Professional
Services Agreement, hereinafter referred to as "Agreement', for
environmental and engineering design services for the Buck Gully
Wetlands and Access Road Repair, hereinafter referred to as "Project'.
This Agreement is scheduled to expire on December 31, 2006,
B. City desires to enter into this Amendment No. 1 to reflect additional
services not included in the Agreement or prior Amendments and to
extend the term of the Agreement to June 30, 2008.
D. City desires to compensate Consultant for additional professional services
needed for Project.
E. City and Consultant mutually desire to amend Agreement, hereinafter
referred to as "Amendment No. 1 ", as provided here below.
NOW, THEREFORE, the parties hereto agree as follows:
1. Consultant shall be compensated for services performed pursuant to this
Amendment No. 1 according to "Exhibit A" dated May 4, 2007 attached
hereto.
2. Total additional compensation to Consultant for services performed
pursuant to this Amendment No. 1 for all work performed in accordance
with this Amendment, including all reimburseable items and subconsultant
fees, shall not exceed Fifteen Thousand Dollars ($15,000.00).
3. The term of the Agreement shall be extended to June 30, 2008.
4. Except as expressly
covenants set forth in
full force and effect.
0
modified herein, all other provisions, terms, and
Agreement shall remain unchanged and shall be in
IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 1 on
the date first above written.
APPROVED AS TO FORM:
0('-- C ff C'1
City Attorney
for the City of Newport Beach
ATTEST:
By 1qV
LaVonne Harkless,
City Clerk
Attachments: Exhibits A and B
CITY OF NEWPORT BEACH,
A Municipal Corporation
By: r"'..',4.
City ManaTer
for the City of Newport Beach
DUDEK & ASSOCIATES, INC.:
By: s' 17
o rate Officer)
Title: Dudek
Frank Dudek
Print Name: President
Officer)
Title: fE 1r �
Print Name: s a
D U D E K • e RECEIVED
MAIN OFFICE
605 THIRD STREET
ENCINITAS, CALIFORNIA 92024 MAY 0 9 2007
T ]60.942.514] T 800.450.1818 F 760.632.0164
Pn:,); Ic. Works Department
City of Newport Beach
May 4, 2007 4783 -01
Robert Stein
Principal Civil Engineer, Public Works Department
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
Subject: Revised Proposal for Additional Environmental and Engineering Services
for the Modified Buck Gully Water Quality Improvement Project, City of
Newport Beach, California
Dear Mr. Stein:
Dudek submits this revised proposal for additional environmental and engineering services
related to the modified Buck Gully Water Quality Improvement Project in the City of Newport
Beach. The project site is located within the lower portion of Buck Gully, at the end of the
canyon access road, below Poppy Avenue and 5th Avenue. This proposal addresses additional
services that have become necessary due to project changes, as well as additional conditions
being requested by the resource agencies in order to permit the proposed project. These changes
have become necessary to help provide additional information requested by the resource
agencies, to provide edits to the Revegetation, Mitigation, and Monitoring Plan (Mitigation Plan)
requested by the U.S. Fish and Wildlife Service, and to incorporate modifications to the project
design to help streamline the proposed improvements to help meet City budgetary and funding
constraints.
The services outlined in this proposal include attending additional meetings with the City of
Newport Beach staff and resource agency staff, revisions to the previously prepared Mitigation
Plan (report) to address resource agency review comments, additional permitting coordination
and processing with the resource agencies, minor engineering design modifications, minor
design revisions and CAD drafting changes to the construction documents and specifications for
the drainage /creek improvements and the wetland mitigation/revegetation areas to help
repackage the construction documents for bidding purposes, preparation of a revised cost
estimate, and City bid document assistance. We have not included a scope of work for
construction monitoring during installation or for long -term biological monitoring at this time, as
we understand that you would like to contract for that additional work at a later date.
W W W.DUDEK.COM
0
Mr. Robert Stein
Subject: Revised Proposal for Additional Environmental and Engineering Services for the
Modified Buck Gully Water Quality Improvement Project, City of Newport Beach,
California
A detailed breakdown of the proposed additional services and costs is provided herein in Exhibits
A and B for your review and consideration.
Please feel free to call me at 760.479.4279 if you have specific questions regarding this proposal
and the additional scope of work.
We look forward to continuing to work with the City on the planning and implementation of this
project to see it through to a successful conclusion.
Sincerely,
J n L. Minchm `
abitat Restoration Specialist/
Landscape Architect #2225
Att.: Exhibits A and B
2007 Standard Schedule of Charges
cc: June Collins, Dudek
DUDEK
2
4783 -01
May 2007
0 0
EXHIBIT A
Additional Scope of Work
Additional Environmental and Engineering Services for the
Buck Gully Water Quality Improvement Project
City of Newport Beach, California
Revised Proposal
May 4, 2007
The following detailed task descriptions are provided to further outline Dudek's proposed
additional services for the Buck Gully Water Quality Improvement project.
Task 1: Additional City and Resource Agency Coordination and Permit
Processing
Dudek will coordinate with the City and the resource agency staff during the project re- design to
reinitiate the permit process. Dudek will attend additional meetings with City and resource
agency staff to review project modifications. Attendance at one meeting with the city and one
meeting with the resource agencies has been budgeted for. Dudek will submit additional project
documentation to the resource agencies to help finalize the agency permits. It is assumed that the
City of Newport Beach will pay any additional permit fees that may be required by the re-
initiation of the permit process.
Task 2: Revised Conceptual Revegetation, Mitigation and Monitoring Plan
Dudek will prepare a revised conceptual revegetation, mitigation, and monitoring plan (i.e.,
written report) to address project modifications requested by the city and the resource agencies.
The revised report will incorporate additional upland and wetland mitigation requirements and
conditions imposed on the project by the resource agencies, including the U.S. Army Corps of
Engineers (ACOE), the Regional Water Quality Control Board (RWQCB), the California
Department of Fish & Game (CDFG), and the U.S. Fish & Wildlife Service (USFWS). The
revised plan will consist of additional and revised written text, with modified supportive maps
and graphics that will adequately explain and outline the modified creek improvements and the
revised revegetation/mitigation program. This document will be prepared as a stand -alone
document in written report format acceptable to the City and the resource agencies for permitting
purposes. The plan will describe the specific modifications to the project to reflect revised
upland and wetland impacts and mitigation measures; modified creek bank stabilization
techniques; modified habitat revegetation measures, including wetland creation and enhancement
and additional upland revegetation /mitigation requirements; modified wetland grading; revised
planting and irrigation requirements; additional maintenance requirements; modified
performance criteria; and additional guidelines for the long -term maintenance and monitoring of
the project.
D U D E K 4783 -01
A_1 May 2007
0 0
EXHIBIT A (Cont.)
This task only addresses on -site revegetation areas associated with the creek/drainage
improvements in Buck Gully. This work does not include the identification, or planning for, any
off -site revegetation or mitigation areas that might become necessary. This scope of work
assumes that all required revegetation/mitigation work can be accomplished on site within
disturbed upland portions of Buck Gully. If, however, off -site revegetation/mitigation work
becomes necessary, then this work would be handled as an additional service with the City, once
the full scope of that off -site work becomes known.
The revised conceptual revegetation, mitigation, and monitoring plan will be prepared under the
direction of Dudek's landscape architect and habitat restoration specialist John Minchin. Dudek
will process the plan for review and approval by the City and the resource agencies, as part of the
additional permit processing work identified in Task 1. Final copies of the approved plan (i.e.,
report) will be provided to the City for internal use and for submittal to other agencies as
necessary. The revised conceptual revegetation, mitigation, and monitoring plan will be re-
submitted to the resource agencies to supplement the wetland permitting documentation already
provided and will help fulfill the final permit requirements.
Task 3: Revised Engineering and Revegetation Construction Documents
Dudek will prepare a set of revised engineering and revegetation construction documents (i.e., plans
and details) in plan format (i.e., 24" x 36" d -sheet format), to implement the design changes
requested by the City and to fulfill the intent of the mitigation/revegetation program outlined in
the revised conceptual revegetation, mitigation and monitoring plan. The construction documents
will be prepared under the direction of Dudek's landscape architect and habitat restoration
specialist John L. Minchin, and Dudek's engineers, to meet the City of Newport Beach standards
and guidelines. The plans will be processed by Dudek for City plan check review and approval,
as well as resource agency approval.
The revised construction documents will include a Cover Sheet/Title Sheet, Site Plan (i.e.,
grading and improvement plan), Grading Plan, Cross Sections and Details, Horizontal Control
Plan, Gabion Installation Notes, Irrigation Plan, Irrigation Legend and Details, Planting Plan and
Details, Seeding Plan, and Planting Legend and Details. Revised construction specifications, cost
estimate, and bid documents will be prepared in written format, in coordination with the City of
Newport Beach. Dudek will provide five sets of prints of the modified engineering and
revegetation construction documents, specifications, and cost estimate for final City approval.
One final set of duplicate originals (i.e., reproducible drawings) will also be provided to the City
at completion of the revised design phase.
D U D E K 4783 -01
A-2 May 2007
EXHIBIT B
Cost Estimate
Additional Environmental and Engineering Services for the
Buck Gully Water Quality Improvement Project
City of Newport Beach, California
Revised Proposal
May 4, 2007
The following costs, broken down by task, further outline Dudek's proposed costs for the
additional services necessary for the Buck Gully Water Quality Improvement Project.
Task 1 Additional City and Resource Agency Permit Coordination
Estimated Labor Cost for Task 1 ........................................................ ............................... $5,000,00
Task 2 Revised Conceptual Revegetation, Mitigation, and Monitoring Plan
Estimated Labor Cost for Task 2 ........................................................ ............................... $3.500.00
Task 3 Revised Engineering and Revegetation Construction Documents
Estimated Labor Cost for Task 3 ........................................................ ............................... $6,500.00
Total Estimated Additional Costs ( Labor) .................. ............................... .....................$15,000.00
Total Dudek labor costs for this additional scope of work are $15,000.00. The total revised
Dudek contract amount for this project, including labor and direct/reimbursable costs, would be
$75,000.00 (i.e., $15,000.00 current additional services, plus $60,000.00 previous contract
authorization). All additional services would be billed on a time - and - materials basis, according
to Dudek's 2007 Standard Schedule of Charges, not to exceed this amount, based upon approval
by the City of Newport Beach.
D U D E K 4783 -01
B -1 May 2007
• DUDEK is
2007 STANDARD SCHEDULE OF CHARGES
Engineering Services
Project Director ...................... .....................$190.00
/hr
Program Manager .................. .....................$180,00
/hr
Principal Engineer II ............... .....................$170.00
/hr
Principal Engineer I ................ .....................$160.00
/hr
Senior Project Manager .......... .....................$150.00
/hr
Project Manager ..................... .....................$135.00
/hr
Resident Engineer .................. .....................$130.00
/hr
Senior Engineer II ................... .....................$125.00/hr
/hr
Senior Engineer I ................... .....................$120.00
/hr
Associate Engineer ............... .....................$115.00/hr
/hr
Project Engineer IV .....................................
$110.001hr
Project Engineer III ................. .....................$100.00
/hr
Project Engineer 11 ................... ......................$95.00
/hr
Project Engineer I .... ................ ......................
$85.00lhr
Field Engineer 11 ..................... .....................$105.00
/hr
Field Engineer I ....... .......................
............... $95.00lhr
Engineering Assistant ..... ............
................... $80.001hr
Right -of -Way Management Services
Principal ROW Manager
ROW Project Manager..
ROW Senior Engineer...
ROW Engineer ..............
ROW Technician...........
ROW Research Analyst
Environmental Services
$165.001hr
$135.00/hr
$120.0o1hr
$110.00 /hr
$100.00 /hr
..$70.00/hr
Principal ....................... ...............................
$200.00 /hr
Senior Project Manager /Specialist ..............$185.001hr
/hr
Environmental Specialist/Planner VI ...........$160.00
/hr
Environmental Specialist/Planner V ............$140.00
/hr
Environmental Specialist/Planner IV ...........$130.00
/hr
Environmental Specialist/Planner III ... .........
$115.00 /hr
Environmental Specialist/Planner 11 .............$105.00
/hr
Environmental Specialist(Planner I ................$95.00/hr
/hr
Analyst..... ..... ........ ....... .... .............................
$80.00 /hr
Planning Research Assistant .. ......................$65.00
/hr
Construction Management Services
Principal /Manager ........ ...............................
$185.00/hr
Senior Construction Manager .....................$170.00/hr
/hr
Senior Project Manager .......... .....................$150.00
/hr
Construction Manager__, ............... ...........
$140.00Yhr
Project Manager ..................... .....................$135.00
/hr
Resident Engineer ................ .....................$130.00
/hr
Construction Engineer ............ .....................$125.00
/hr
On -site Owner's Representative .................$100.00
/hr
Construction Inspector 111 ....... .....................$115.00/hr
/hr
Construction Inspector II ........ .....................$105.00
/hr
Construction Inspector I .......... ......................$95.00
/hr
Hydrogeological Services
Principal ....................... ...............................
$190.00/h r
Practice Manager ................... .....................$175.00
/hr
Sr. Environmental Engineer ... .....................$175.00
/hr
Sr. Hydrogeologist/Sr. Pro] Mgr ...................$160.00
/hr
Project Manager ..................... .....................$140.00
/hr
Associate Hydrogeologist/Engineer ............$125.00
/hr
Hydrogeologist IV /Engineer IV ....................$115.00lhr
/hr
Hydrogeologist III /Engineer III .....................$105.00
/hr
Hydrogeologist II /Engineer II ... ......................$95.00/hr
/hr
Hydrogeologist I /Engineer I ..... ......................$85.00lhr
/hr
Technician ............................... ......................$75.00
/hr
District, Management & Operations
District General Manager ...............................
$165.00/hr
District Engineer .............. ...............................
$140.00/hr
District Manager ............. ...............................
$135,00/hr
District Secretary/Accountant ..........................
$85.001hr
Collections System Manager ... ......................$85,00
/hr
Grade V Operator ............ ...............................
$100.00 /hr
Grade IV Operator ...................... ......................$85.00
/hr
Grade III Operator ............. ...............................
$75.00 1hr
Grade II Operator ....................... ......................$63.00
/hr
Grade I Operator ........................ ......................$60.00
/hr
Operator in Training .......... ...............................
$50.00 /hr
Collection Maintenance Worker II ....................
$48,00 /hr
Collection Maintenance Worker I .....................
$36.00 /hr
Office Services
Technical/DraffingilADD Services
3D Graphic Artist ............. ...............................
$130.001hr
Senior Designer .............. ...............................
$120.001hr
Designer .......................... ...............................
$100.00 /hr
Assistant Designer ............ ...............................
$75.001hr
GIS Specialist IV ............. ...............................
$130.001hr
GIS Specialist III .............. ...............................
$115.00 /hr
GIS Specialist II ............... ...............................
$105.00 /hr
GIS Specialist I .................. ...............................
$95.00/hr
CADD Operator II .............. ...............................
$90.00 /hr
CADD Operator I ............... ...............................
$80.00 /hr
CADD Drafter .................... ...............................
$75.00/hr
CADD Technician .............. ...............................
$60.00 /hr
Surveying Services (Coachella Valley)
Professional Land Surveyor ...........................
$150.00 /hr
3- Person Survey Crew .... ...............................
$225.00/hr
2- Person Survey Crew .... ...............................
$195.001hr
1- Person Survey Crew .... ...............................
$105.00/hr
Survey Analyst ................ ...............................
$105.001hr
Asst.Survey Analyst/CADD Mapper .................
$75.00 1hr
Support Services
Technical Editor .............. ............................... $105.00 /hr
Computer/Word Processing ............................. $75.00 1hr
Clerical Administration ................ ...................... $65.00 /hr
Forensic Engineering - Court appearances, depositions, and interrogatories as
expert witness will be billed at 1.75 times normal roles.
Emergency and Holidays - Minimum charge of two hours will be billed at 1.5
times the normal rate.
tes- u n ' nt,
. e
Travel Expenses - Mileage at 48.5 cents per mile. Per them where overnight
stay is involved is charged at cost
Invoices, Late Charges. - All fees will be billed to Client monthly and shall be
due and payable upon receipt Invoices are delinquent 0 not paid within thirty (30)
days from the date of the invoice.
ae«
DUDEK Effective January 1, 2007
m
f' # 4-1 S;� -1C X1`1$
PROFESSIONAL SERVICES AGREEMENT WITH
DUDEK & ASSOCIATES, INC.,
FOR BUCK GULLY WETLANDS AND ACCESS ROAD REPAIR
THIS AGREEMENT is made and entered into as of this day of �Ct t
2005, by and between the CITY OF NEWPORT BEACH, a Municipal C rporation
( "City "), and DUDEK & ASSOCIATES, INC., a California corporation, whose address is
605 Third Street, Encinitas, California, 92024 ( "Consultant "), and is made with
reference to the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now
being conducted under the statutes of the State of California and the Charter of
City.
B. City is planning to implement an erosion control project in the Buck Gully canyon,
which will include refurbishing the wetlands and the Buck Gully 5'" Avenue
access road crossing of the streambed.
C. City desires to engage Consultant to provide environmental and engineering
services in connection with the erosion control project, including preparation of
preliminary design plans showing potential creek bank stabilization measures
and drainage improvements; preparation of a wetlands revegetation plan; and
drafting of construction documents, environmental documentation and all
necessary permit applications to implement the improvements ( "Project").
D. Consultant possesses the skill, experience, ability, background, certification and
knowledge to provide the services described in this Agreement.
E. The principal member of Consultant for purposes of Project, shall be Tom
Larson.
F. City has solicited and received a proposal from Consultant, has reviewed the
previous experience and evaluated the expertise of Consultant, and desires to
retain Consultant to render professional services under the terms and conditions
set forth in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as
follows:
TERM
The term of this Agreement shall commence on the above written date, and shall
terminate on the 31 s' day of December 2006, unless terminated earlier as set forth
herein.
W
2. SERVICES TO BE PERFORMED
Consultant shall diligently perform all the services described in the Scope of
Services attached hereto as Exhibit A and incorporated herein by reference.
The City may elect to delete certain tasks of the Scope of Services at its sole
discretion.
3. TIME OF PERFORMANCE
Time is of the essence in the performance of services under this Agreement and
Consultant shall perform the services in accordance with the schedule included
in Exhibit A. The failure by Consultant to strictly adhere to the schedule may
result in termination of this Agreement by City.
Notwithstanding the foregoing, Consultant shall not be responsible for delays
due to causes beyond Consultant's reasonable control. However, in the case of
any such delay in the services to be provided for the Project, each party hereby
agrees to provide notice to the other party so that all delays can be addressed.
3.1 Consultant shall submit all requests for extensions of time for performance
in writing to the Project Administrator not later than ten (10) calendar days
after the start of the condition that purportedly causes a delay. The Project
Administrator shall review all such requests and may grant reasonable
time extensions for unforeseeable delays that are beyond Consultant's
control.
3.2 For all time periods not specifically set forth herein, Consultant shall
respond in the most expedient and appropriate manner under the
circumstances, by either telephone, fax, hand - delivery or mail.
4. COMPENSATION TO CONSULTANT
City shall pay Consultant for the services on a time - and - materials not -to- exceed
basis in accordance with the provisions of this Section and the Schedule of
Billing Rates attached hereto as Exhibit B and incorporated herein by reference.
Consultant's compensation for all work performed in accordance with this
Agreement, including all reimbursable items and subconsultant fees, shall not
exceed Sixty Thousand Dollars and no /100 ($60,000.00) without additional
authorization from City. No billing rate changes shall be made during the term of
this Agreement without the prior written approval of City.
4.1 Consultant shall submit monthly invoices to City describing the work
performed the preceding month. Consultant's bills shall include the name
of the person who performed the work, a brief description of the services
performed and /or the specific task in the Scope of Services to which it
relates, the date the services were performed, the number of hours spent
on all work billed on an hourly basis, and a description of any
VA
0 0
reimbursable expenditures. City shall pay Consultant no later than thirty
(30) days after approval of the monthly invoice by City staff.
4.2 City shall reimburse Consultant only for those costs or expenses
specifically approved in this Agreement, or specifically approved in
advance by City. Unless otherwise approved, such costs shall be limited
and include nothing more than the following costs incurred by Consultant:
A. The actual costs of subconsultants for performance of any of the
services that Consultant agrees to render pursuant to this
Agreement, which have been approved in advance by City and
awarded in accordance with this Agreement.
B. Approved reproduction charges.
C. Actual costs and /or other costs and /or payments specifically
authorized in advance in writing and incurred by Consultant in the
performance of this Agreement.
4.3 Consultant shall not receive any compensation for Extra Work performed
without the prior written authorization of City. As used herein, "Extra
Work" means any work that is determined by City to be necessary for the
proper completion of the Project, but which is not included within the
Scope of Services and which the parties did not reasonably anticipate
would be necessary at the execution of this Agreement. Compensation
for any authorized Extra Work shall be paid in accordance with the
Schedule of Billing Rates as set forth in Exhibit B.
5. PROJECT MANAGER
Consultant shall designate a Project Manager, who shall coordinate all phases of
the Project. This Project Manager shall be available to City at all reasonable
times during the Agreement term. Consultant has designated John Minchin to
be its Project Manager. Consultant shall not remove or reassign the Project
Manager on the Project without the prior written consent of City.
Consultant, at the sole discretion of City, shall remove from the Project any of its
personnel assigned to the performance of services upon written request of City.
Consultant warrants that it will continuously furnish the necessary personnel to
complete the Project on a timely basis as contemplated by this Agreement.
6. ADMINISTRATION
This Agreement will be administered by the Public Works Department. Robert
Stein shall be the Project Administrator and shall have the authority to act for
City under this Agreement. The Project Administrator or his/her authorized
representative shall represent City in all matters pertaining to the services to be
rendered pursuant to this Agreement.
7. CITY'S RESPONSIBILITIES
In order to assist Consultant in the execution of its responsibilities under this
Agreement, City agrees to, where applicable:
A. Provide access to, and upon request of Consultant, one copy of all
existing relevant information on file at City. City will provide all such
materials in a timely manner so as not to cause delays in Consultant's
work schedule.
B. Provide blueprinting and other services through City's reproduction
company for bid documents. Consultant will be required to coordinate the
required bid documents with City's reproduction company. All other
reproduction will be the responsibility of Consultant and as defined above.
C. Provide usable life of facilities criteria and information with regards to new
facilities or facilities to be rehabilitated.
8. STANDARD OF CARE
8.1 All of the services shall be performed by Consultant or under Consultant's
supervision. Consultant represents that it possesses the professional and
technical personnel required to perform the services required by this
Agreement, and that it will perform all services in a manner commensurate
with community professional standards. All services shall be performed
by qualified and experienced personnel who are not employed by City, nor
have any contractual relationship with City.
8.2 Consultant represents and warrants to City that it has or shall obtain all
licenses, permits, qualifications, insurance and approvals of whatsoever
nature that are legally required of Consultant to practice its profession.
Consultant further represents and warrants to City that Consultant shall, at
its sole cost and expense, keep in effect or obtain at all times during the
term of this Agreement, any and all licenses, permits, insurance and other
approvals that are legally required of Consultant to practice its profession.
Consultant shall maintain a City of Newport Beach business license
during the term of this Agreement.
8.3 Consultant shall not be responsible for delay, nor shall Consultant be
responsible for damages or be in default or deemed to be in default by
reason of strikes, lockouts, accidents, or acts of God, or the failure of City
to furnish timely information or to approve or disapprove Consultant's
work promptly, or delay or faulty performance by City, contractors, or
governmental agencies.
9
9. HOLD HARMLESS
To the fullest extent permitted by law, Consultant shall indemnify, defend and
hold harmless City, its City Council, boards and commissions, officers, agents
and employees (collectively, the "Indemnified Parties) from and against any and
all claims (including, without limitation, claims for bodily injury, death or damage
to property), demands, obligations, damages, actions, causes of action, suits,
losses, judgments, fines, penalties, liabilities, costs and expenses (including,
without limitation, attorney's fees, disbursements and court costs) of every kind
and nature whatsoever (individually, a Claim; collectively, "Claims'), which may
arise from or in any manner relate (directly or indirectly) to any work negligently
performed or services negligently provided under this Agreement (including,
without limitation, defects in workmanship or materials and/or design defects [if
the design originated with Consultant]) or Consultant's presence or activities
conducted on the Project (including the negligent and/or willful acts, errors
and/or omissions of Consultant, its principals, officers, agents, employees,
vendors, suppliers, consultants, subcontractors, anyone employed directly or
indirectly by any of them or for whose acts they may be liable or any or all of
them).
Notwithstanding the foregoing, nothing herein shall be construed to require
Consultant to indemnify the Indemnified Parties from any Claim arising from the
active negligence or willful misconduct of the Indemnified Parties. Nothing in this
indemnity shall be construed as authorizing any award of attorney's fees in any
action on or to enforce the terms of this Agreement. This indemnity shall apply
to all claims and liability regardless of whether any insurance policies are
applicable. The policy limits do not act as a limitation upon the amount of
indemnification to be provided by the Consultant.
10. INDEPENDENT CONTRACTOR
It is understood that City retains Consultant on an independent contractor basis
and Consultant is not an agent or employee of City. The manner and means of
conducting the worts are under the control of Consultant, except to the extent
they are limited by statute, rule or regulation and the expressed terms of this
Agreement. Nothing in this Agreement shall be deemed to constitute approval
for Consultant or any of Consultant's employees or agents, to be the agents or
employees of City. Consultant shall have the responsibility for and control over
the means of performing the work, provided that Consultant is in compliance with
the terms of this Agreement. Anything in this Agreement that may appear to give
City the right to direct Consultant as to the details of the performance or to
exercise a measure of control over Consultant shall mean only that Consultant
shall follow the desires of City with respect to the results of the services.
11. COOPERATION
Consultant agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or
5
12.
13.
14.
11
interest in the work to be performed
Consultant on the Project.
CITY POLICY
6A
City agrees to cooperate with the
Consultant shall discuss and review all matters relating to policy and Project
direction with City's Project Administrator in advance of all critical decision points
in order to ensure the Project proceeds in a manner consistent with City goals
and policies.
PROGRESS
Consultant is responsible for keeping the Project Administrator and /or his /her
duly authorized designee informed on a regular basis regarding the status and
progress of the Project, activities performed and planned, and any meetings that
have been scheduled or are desired.
INSURANCE
Without limiting Consultant's indemnification of City, and prior to commencement
of work, Consultant shall obtain, provide and maintain at its own expense during
the term of this Agreement, a policy or policies of liability insurance of the type
and amounts described below and in a form satisfactory to City.
A. Certificates of Insurance. Consultant shall provide certificates of
insurance with original endorsements to City as evidence of the insurance
coverage required herein. Insurance certificates must be approved by
City's Risk Manager prior to commencement of performance or issuance
of any permit. Current certification of insurance shall be kept on file with
City's at all times during the term of this Agreement.
B. Signature. A person authorized by the insurer to bind coverage on its
behalf shall sign certification of all required policies.
C. Acceptable Insurers. All insurance policies shall be issued by an
insurance company currently authorized by the Insurance Commissioner
to transact business of insurance in the State of California, with an
assigned policyholders' Rating of A (or higher) and Financial Size
Category Class VII (or larger) in accordance with the latest edition of
Best's Key Rating Guide, unless otherwise approved by the City's Risk
Manager.
D. Coverage Requirements.
Workers' Compensation Coverage. Consultant shall maintain
Workers' Compensation Insurance and Employer's Liability
Insurance for his or her employees in accordance with the laws of
the State of California. In addition, Consultant shall require each
0 a
subcontractor to similarly maintain Workers' Compensation
Insurance and Employer's Liability Insurance in accordance with
the laws of the State of California for all of the subcontractor's
employees. Any notice of cancellation or non - renewal of all
Workers' Compensation policies must be received by City at least
thirty (30) calendar days prior to such change (10 day written notice
for nonpayment of premium). The insurer shall agree to waive all
rights of subrogation against City, its officers, agents, employees
and volunteers for losses arising from work performed by
Consultant for City.
ii. General Liability Coverage. Consultant shall maintain commercial
general liability insurance in an amount not less than one million
dollars ($1,000,000) per occurrence for bodily injury, personal
injury, and property damage, including without limitation,
contractual liability. If commercial general liability insurance or
other form with a general aggregate limit is used, either the general
aggregate limit shall apply separately to the work to be performed
under this Agreement, or the general aggregate limit shall be at
least twice the required occurrence limit.
iii. Automobile Liability Coverage. Consultant shall maintain
automobile insurance covering bodily injury and property damage
for all activities of the Consultant arising out of or in connection with
work to be performed under this Agreement, including coverage for
any owned, hired, non -owned or rented vehicles, in an amount not
less than one million dollars ($1,000,000) combined single limit for
each occurrence.
iv. Professional Errors and Omissions Insurance. Consultant shall
maintain professional errors and omissions insurance, which
covers the services to be performed in connection with this
Agreement in the minimum amount of one million dollars
($1,000,000).
E. Endorsements. Each general liability and automobile liability insurance
policy shall be endorsed with the following specific language:
I. The City, its elected or appointed officers, officials, employees,
agents and volunteers are to be covered as additional insureds
with respect to liability arising out of work performed by or on behalf
of the Consultant.
ii. This policy shall be considered primary insurance as respects to
City, its elected or appointed officers, officials, employees, agents
and volunteers as respects to all claims, losses, or liability arising
directly or indirectly from the Consultant's operations or services
provided to City. Any insurance maintained by City, including any
7
0 &
self- insured retention City may have, shall be considered excess
insurance only and not contributory with the insurance provided
hereunder.
iii. This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with
respect to the limits of liability of the insuring company.
iv. The insurer waives all rights of subrogation against City, its elected
or appointed officers, officials, employees, agents and volunteers.
Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to City, its elected or appointed
officers, officials, employees, agents or volunteers.
vi. The insurance provided by this policy shall not be suspended,
voided, canceled, or reduced in coverage or in limits, by either
party except after thirty (30) calendar days written notice has been
received by City (10 day written notice for nonpayment of
premium).
F. Timely Notice of Claims. Consultant shall give City prompt and timely
notice of claim made or suit instituted arising out of or resulting from
Consultant's performance under this Agreement.
G. Additional Insurance. Consultant shall also procure and maintain, at its
own cost and expense, any additional kinds of insurance, which in its own
judgment may be necessary for its proper protection and prosecution of
the work.
15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following
shall be construed as an assignment: The sale, assignment, transfer or other
disposition of any of the issued and outstanding capital stock of Consultant, or of
the interest of any general partner or joint venturer or syndicate member or
cotenant if Consultant is a partnership or joint - venture or syndicate or cotenancy,
which shall result in changing the control of Consultant. Control means fifty
percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more
of the assets of the corporation, partnership orjoint - venture.
16. SUBCONTRACTING
City and Consultant agree that subconsultants may be used to complete the
work outlined in the Scope of Services. The subconsultants authorized by City to
perform work on this Project are identified in Exhibit A. Consultant shall be fully
n
0 rl
responsible to City for all acts and omissions of the subcontractor. Nothing in
this Agreement shall create any contractual relationship between City and
subcontractor nor shall it create any obligation on the part of City to pay or to see
to the payment of any monies due to any such subcontractor other than as
otherwise required by law. Except as specifically authorized herein, the services
to be provided under this Agreement shall not be otherwise assigned,
transferred, contracted or subcontracted out without the prior written approval of
City.
17. OWNERSHIP OF DOCUMENTS
Each and every report, draft, map, record, plan, document and other writing
produced (hereinafter "Documents "), prepared or caused to be prepared by
Consultant, its officers, employees, agents and subcontractors, in the course of
implementing this Agreement, shall become the exclusive property of City, and
City shall have the sole right to use such materials in its discretion without further
compensation to Consultant or any other party. Consultant shall, at Consultant's
expense, provide such Documents to City upon prior written request.
Documents, including drawings and specifications, prepared by Consultant
pursuant to this Agreement are not intended or represented to be suitable for
reuse by City or others on any other project. Any use of completed Documents
for other projects and any use of incomplete Documents without specific written
authorization from Consultant will be at City's sole risk and without liability to
Consultant. Further, any and all liability arising out of changes made to
Consultant's deliverables under this Agreement by City or persons other than
Consultant is waived against Consultant and City assumes full responsibility for
such changes unless City has given Consultant prior notice and has received
from Consultant written consent for such changes.
All improvement and/or construction plans shall be prepared with indelible
waterproof ink or electrostaticly plotted on standard 24 -inch by 36 -inch Mylar with
a minimum thickness of three mils. Consultant shall provide to City `As- Built'
drawings, and a copy of digital ACAD and tiff image files of all final sheets within
ninety (90) days after finalization of the Project. For more detailed requirements,
a copy of the City of Newport Beach Standard Design Requirements is available
from the City's Public Works Department.
18. COMPUTER DELIVERABLES
CADD data delivered to City shall include the professional stamp of the engineer
or architect in charge of or responsible for the work. City agrees that Consultant
shall not be liable for claims, liabilities or losses arising out of, or connected with
(a) the modification or misuse by City, or anyone authorized by City, of CADD
data; (b) the decline of accuracy or readability of CADD data due to inappropriate
storage conditions or duration; or (c) any use by City, or anyone authorized by
City, of CADD data for additions to this Project, for the completion of this Project
by others, or for any other Project, excepting only such use as is authorized, in
0 •
writing, by Consultant. By acceptance of CADD data, City agrees to indemnify
Consultant for damages and liability resulting from the modification or misuse of
such CADD data. All original drawings shall be submitted to City in the version
of AutoCAD used by CITY in ".dwg" file format on a CD, and should comply with
the City's digital submission requirements for Improvement Plans. The City will
provide AutoCAD file of City Title Sheets. All written documents shall be
transmitted to City in the City's latest adopted version of Microsoft Word and
Excel.
19. CONFIDENTIALITY
All Documents, including drafts, preliminary drawings or plans, notes and
communications that result from the services in this Agreement, shall be kept
confidential unless City authorizes in writing the release of information.
20. OPINION OF COST
Any opinion of the construction cost prepared by Consultant represents his /her
judgment as a design professional and is supplied for the general guidance of
City. Since Consultant has no control over the cost of labor and material, or over
competitive bidding or market conditions, Consultant does not guarantee the
accuracy of such opinions as compared to contractor bids or actual cost to City.
21. INTELLECTUAL PROPERTY INDEMNITY
The Consultant shall defend and indemnify City, its agents, officers,
representatives and employees against any and all liability, including costs, for
infringement of any United States' letters patent, trademark, or copyright
infringement, including costs, contained in Consultant's drawings and
specifications provided under this Agreement.
22. RECORDS
Consultant shall keep records and invoices in connection with the work to be
performed under this Agreement. Consultant shall maintain complete and
accurate records with respect to the costs incurred under this Agreement and
any services, expenditures and disbursements charged to City, for a minimum
period of three (3) years, or for any longer period required by law, from the date
of final payment to Consultant under this Agreement. All such records and
invoices shall be clearly identifiable. Consultant shall allow a representative of
City to examine, audit and make transcripts or copies of such records and
invoices during regular business hours. Consultant shall allow inspection of all
work, data, Documents, proceedings and activities related to the Agreement for a
period of three (3) years from the date of final payment to Consultant under this
Agreement.
23. WITHHOLDINGS
10
City may withhold payment to Consultant of any disputed sums until satisfaction
of the dispute with respect to such payment. Such withholding shall not be
deemed to constitute a failure to pay according to the terms of this Agreement.
Consultant shall not discontinue work as a result of such withholding. Consultant
shall have an immediate right to appeal to the City Manager or his /her designee
with respect to such disputed sums. Consultant shall be entitled to receive
interest on any withheld sums at the rate of return that City earned on its
investments during the time period, from the date of withholding of any amounts
found to have been improperly withheld.
24. ERRORS AND OMISSIONS
In the event of errors or omissions that are due to the negligence or professional
inexperience of Consultant which result in expense to City greater than what
would have resulted if there were not errors or omissions in the work
accomplished by Consultant, the additional design, construction and/or
restoration expense shall be bome by Consultant. Nothing in this paragraph is
intended to limit City's rights under any other sections of this Agreement.
25. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the right to employ other Consultants in connection with the
Project.
26. CONFLICTS OF INTEREST
The Consultant or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act "), which (1) requires such
persons to disclose any financial interest that may foreseeably be materially
affected by the work performed under this Agreement, and (2) prohibits such
persons from making, or participating in making, decisions that will foreseeably
financially affect such interest.
If subject to the Act, Consultant shall conform to all requirements of the Act.
Failure to do so constitutes a material breach and is grounds for immediate
termination of this Agreement by City. Consultant shall indemnify and hold
harmless City for any and all claims for damages resulting from Consultant's
violation of this Section.
27. NOTICES
All notices, demands, requests or approvals to be given under the terms of this
Agreement shall be given in writing, to City by Consultant and conclusively shall
be deemed served when delivered personally, or on the third business day after
the deposit thereof in the United States mail, postage prepaid, first -class mail,
addressed as hereinafter provided. All notices, demands, requests or approvals
from Consultant to City shall be addressed to City at:
11
0 0
Attn: Robert Stein, P.E.
Public Works Department
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA, 92663
Phone: 949 - 644 -3322
Fax: 949 -644 -3318
All notices, demands, requests or approvals from CITY to Consultant shall be
addressed to Consultant at:
Attention: John Minchin
Dudek & Associates, Inc.
605 Third Street
Encinitas, CA 92024
Phone: 760 - 479 -4279
Fax: 760 - 942 -9976
28. TERMINATION
In the event that either party fails or refuses to perform any of the provisions of
this Agreement at the time and in the manner required, that party shall be
deemed in default in the performance of this Agreement. If such default is not
cured within a period of two (2) calendar days, or if more than two (2) calendar
days are reasonably required to cure the default and the defaulting party fails to
give adequate assurance of due performance within two (2) calendar days after
receipt of written notice of default, specifying the nature of such default and the
steps necessary to cure such default, the non - defaulting party may terminate the
Agreement forthwith by giving to the defaulting party written notice thereof.
Notwithstanding the above provisions, City shall have the right, at its sole
discretion and without cause, of terminating this Agreement at any time by giving
seven (7) calendar days prior written notice to Consultant. In the event of
termination under this Section, City shall pay Consultant for services
satisfactorily performed and costs incurred up to the effective date of termination
for which Consultant has not been previously paid. On the effective date of
termination, Consultant shall deliver to City all reports, Documents and other
information developed or accumulated in the performance of this Agreement,
whether in draft or final form.
29. COMPLIANCE WITH ALL LAWS
Consultant shall at its own cost and expense comply with all statutes,
ordinances, regulations and requirements of all governmental entities, including
federal, state, county or municipal, whether now in force or hereinafter enacted.
In addition, all work prepared by Consultant shall conform to applicable City,
12
0 0
county, state and federal laws, rules, regulations and permit requirements and be
subject to approval of the Project Administrator and City.
30. WAIVER
A waiver by either party of any breach, of any term, covenant or condition
contained herein shall not be deemed to be a waiver of any subsequent breach
of the same or any other term, covenant or condition contained herein, whether
of the same or a different character.
31. INTEGRATED CONTRACT
This Agreement represents the full and complete understanding of every kind or
nature whatsoever between the parties hereto, and all preliminary negotiations
and agreements of whatsoever kind or nature are merged herein. No verbal
agreement or implied covenant shall be held to vary the provisions herein.
32. CONFLICTS OR INCONSISTENCIES
In the event there are any conflicts or inconsistencies between this Agreement
and the Scope of Services or any other attachments attached hereto, the terms
of this Agreement shall govern.
33. AMENDMENTS
This Agreement may be modified or amended only by a written document
executed by both Consultant and City and approved as to form by the City
Attorney.
34. SEVERABILITY
If any term or portion of this Agreement is held to be invalid, illegal, or otherwise
unenforceable by a court of competent jurisdiction, the remaining provisions of
this Agreement shall continue in full force and effect.
35. CONTROLLING LAW AND VENUE
The laws of the State of California shall govern this Agreement and all matters
relating to it and any action brought relating to this Agreement shall be
adjudicated in a court of competent jurisdiction in the County of Orange.
36. EQUAL OPPORTUNITY EMPLOYMENT
Consultant represents that it is an equal opportunity employer and it shall not
discriminate against any subcontractor, employee or applicant for employment
because of race, religion, color, national origin, handicap, ancestry, sex or age.
13
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on
the day and year first written above.
APPROVED AS TO FORM:
By: , C-'�" "- C'�
Aaron C. Harp
Assistant City Attorney
City of Newport Beach
ATTEST:
By k Iii/
aVonne Harkless,
City Clerk 4 yMr t _
CITY OF NEWPORT BEACH,
A Municipal Corporation
City of Newport Beach
CONSUL'
7 By: 1 1-06
(Co o ate Officer)
Dudek & Associates, Inc.
Title: r r,..: k Frimank
Print Name: Pnesdent/-
Title:
Print Name: Od i(d 04arie.-
Attachments: Exhibit A - Scope of Services
Exhibit B - Schedule of Billing Rates
F:SUSERSIPBMSharedWgreements\FY 05- 061Dudek -Buck Gully Wetlands C- 3776.doc
14
0 0
EXHIBIT A
SCOPE OF WORK
Environmental and Engineering Services for the Buck Gully Erosion Control Project
City of Newport Beach, California
Revised Proposal
June 16, 2005
The following detailed task descriptions are provided to further outline Dudek's proposed
services for the Buck Gully erosion control project.
Task 1: Regional Water Quality Control Board Coordination and Meeting
Dudek will attend a site meeting with RWQCB staff to review the scope of work and to discuss
permitting requirements for the project. Dudek will also coordinate with the City and RWQCB
during design development to coordinate the RWQCB permitting and review of the proposed
project.
Task 2: Preliminary Plan Preparation
Dudek will prepare preliminary plans to address the intended design for the engineering
improvements and habitat restoration/revegetation components of the project. This will include
an overall preliminary site plan showing existing conditions and proposed improvements.
Preliminary sections and/or details describing the proposed improvements will be included. The
plan and accompanying sections and/or details will address creek bank stabilization,
improvements to the existing drainage structures and creek road crossing, the creation of
expanded wetland areas for increased retention and water quality treatment, the proposed habitat
enhancement to remove exotic species from the wetland areas and the replanting of the
disturbed/invaded areas and expanded wetland areas with appropriate native species. The
preliminary plans will be drawings only and will not include a report document. A separate
conceptual wetland mitigation and monitoring plan (report) document will be prepared as
addressed in Task 3, to help facilitate the permitting process and to outline the proposed work
and installation/monitoring requirements.
Task 3: Conceptual Wetland Mitigation and Monitoring Plan
Dudek will prepare a conceptual wetlands revegetation and monitoring plan report in accordance
with the requirements of the resource agencies including, the U.S. Army Corps of Engineers
(ACOE), the Regional Water Quality Control Board ( RWQCB), and the Calif. Dept. of Fish &
Game (CDFG). The conceptual wetlands revegetation and monitoring plan will consist of written
p, R 205091 -300
A ASSOCIATES, INC. 6/16/05 1
Pm(miwWTwh.c..gb .m
��:1:11 -3Yrc�
SCOPE OF WORK
Environmental and Engineering Services for the Buck Gully Erosion Control Project
City of Newport Beach, California
Revised Proposal
June I6, 2005
text, with supportive maps and graphics that will adequately explain and outline the proposed
creek improvements and revegetation program. This document will be prepared as a stand alone
document in written report format, acceptable to the resource agencies. The plan will describe
specific methods of creek bank stabilization, habitat revegetation, including wetland creation and
enhancement, upland revegetation if required, required wetland grading, proposed planting and
irrigation installation methods, maintenance requirements, performance criteria and specific
guidelines for the maintenance and monitoring of the program.
This task will address the onsite revegetation area associated with the creek /drainage
improvements in Buck Gully only. The work does not include the identification, or planning for,
any off -site revegetation or mitigation areas if they become necessary. This scope of work
assumes that all required revegetation work can be accomplished on -site, within disturbed upland
portions of Buck Gully. If, however, offsite work becomes necessary, then this work would be
handled as an additional service with the City, once the full scope of that offsite work becomes
known.
The conceptual wetlands revegetation and monitoring plan will be prepared under the direction
of Dudek's landscape architect and habitat restoration specialist John Minchin. Dudek would
process the plan for review and approval by the City and the resource agencies, as part of the
permit processing work. Final copies of the approved report would be provided to the City for
submittal to the SWRCB. Typically the conceptual wetlands revegetation and monitoring plan is
submitted to the resource agencies as part of the wetland permitting documentation and will help
fulfill the permit requirements.
Task 4: Categorical Exemption
Based on our understanding of the Buck Gully Erosion Control Project and the City's direction,
we understand that the City desires to use a Categorical Exemption for this project, in order to
satisfy the CEQA requirements. Dudek will prepare the necessary Categorical Exemption forms
and supportive documents and will submit them to the resource agencies for review. If an
expanded CEQA analysis becomes necessary, then the scope and costs will need to be adjusted
accordingly.
.� . • 205091 -300
& ASSOCIATES, INC. 6116/05 2
Poie•aui 2mv MCayb Pqw
n
EXHIBIT A
SCOPE OF WORK
0
Environmental and Engineering Services for the Buck Gully Erosion Control Project
City of Newport Beach, California
Revised Proposal
June 16, 2005
Task 5: Regulatory Agency Permitting
This scope of work and cost estimate assumes that the project will impact wetlands onsite and
that these impacts would qualify for a Nationwide Permit from ACOE, rather than individual
permit. The City may decide to avoid any wetlands impacts, and the need for this permitting
process. If wetlands impacts are anticipated, this scope also assumes that the City will prepare
and/or provide other required documents, such as a Storm Water Pollution Prevention Program
(SWPPP), Standard Urban Storm Water Mitigation Plan, Water Quality Technical Report, or
Best Management Practices (BMPs) that may be required by the regulatory agencies to satisfy
water quality regulations. Regulatory agency fees for permit processing are to be paid by the
City.
Sub -Task 5a: Section 404 Nationwide Permit
Dudek will complete and submit a pre - construction notification (PCN) under a Nationwide
Permit to the ACOE in compliance with Section 404 of the federal Clean Water Act. The PCN
will comply with the appropriate General Permit Conditions for that Nationwide Permit and will
include project description, a wetlands delineation, quantification of wetland impacts, mitigation
plan, and all associated figures (vicinity maps, project site map, construction/grading cross -
sections, mitigation area, etc.) and copies of the wetlands permit applications will be submitted
to RWQCB and CDFG.
Dudek will coordinate with the ACOE following the submission of the application. This task
includes up to two meetings with ACOE staff and one possible revisit to the project site.
Sub -Task 5b: Section 401 Water Quality Cert jcation Application
Dudek will complete and submit an application for a Section 401 Water Quality Certification to
the RWQCB. The application will include a project description, wetlands delineation, project
impacts to jurisdictional waters, a mitigation plan, and discussions of the regional context of the
project, biological resources, water quality impacts and measures to maintain existing water
quality, and beneficial uses and impacts to these uses. All associated figures (vicinity maps,
project site map, construction/grading cross - sections, mitigation area, etc.) and copies of the
wetlands permit applications will be submitted to the ACOE and the CDFG.
07 oil r "If 205091 -300
& ASSOCIATES, INC. 6/16/05 3
ndwwrwla c..qa wr.�.
0
EXHIBIT A
SCOPE OF WORK
0
Environmental and Engineering Services for the Buck Gully Erosion Control Project
City of Newport Beach, California
Revised Proposal
June 16, 2005
Dudek will coordinate with RWQCB staff following the submission of the application. This task
will include up to two meetings with RWQCB staff and one possible revisit to the project site.
Sub -Task 5c: Section 1602 Streambed Alteration Agreement
Dudek will submit to the CDFG an application for a Section 1602 Streambed Alteration
Agreement. The application will include a project description, wetlands delineation, mitigation
plan, and discussion of the nature of the impacts to streams or lakes, sensitive plant and wildlife
species, and impacts to water quality. All associated figures (vicinity maps, project site map,
construction/grading cross - sections, mitigation area, etc.) and copies of the wetlands permit
applications will be submitted to the RWQCB and ACOE.
Dudek will coordinate with the CDFG staff, this will include up to two meetings with CDFG
staff and one possible revisit to the project site.
Task 6: Engineering and Revegetation Construction Documents
Dudek will prepare a set of engineering and revegetation construction documents (i.e. plans, details
and specifications) in plan format (i.e, 24" x 36" d -sheet format), to implement the intent of the
engineering and restoration program outlined in the preliminary plans and conceptual mitigation
plan. The construction documents would be prepared under the direction of Dudek's landscape
architect and habitat restoration specialist John Minchin, and Dudek's Engineer Russ Bergholz,
to meet the City of Newport Beach standards and guidelines and would be processed by Dudek
for plan check review and approval by the City and the resource agencies.
The construction documents will include a Cover Sheettride Sheet, Drainage and Site
Improvement Plans, Grading Plans, Construction Details, Irrigation Plans, Irrigation Legend and
Detail Sheets, Planting Plans, Planting Legend and Detail Sheets, and Construction.
Specifications in plan/sheet format. Dudek will provide five sets of prints of the engineering and
revegetation construction documents, at both an assumed 90 %, as well as final submittal stages.
One final set of duplicate originals (i.e. reproducible drawings) will also be provided to the City
at completion of the design phase.
pop __._._ -�._.. 205091300
& ASSOCIATES, INC. 6/1 &05 4
Ism /�nnal mti fa Unply vnjem
a
EXHIBIT A
SCOPE OF WORK
Environmental and Engineering Services for the Buck Gully Erosion Control Project
City of Newport Beach, California
Revised Proposal
June 16, 2005
As part of the engineering design, Dudek engineers will evaluate the existing hydrology
information available for the Buck Gully, provided by the City of Newport Beach. This will
include research of project files and review of previous research done in the immediate area
addressing storm water flow. DUDEK will evaluate the approximate anticipated flows within
the study area that affect the proposed project, and will evaluate the effect they will have on the
overall Buck Gully drainage. Dudek engineers will assist Dudek restoration specialists with
determination of appropriate grade elevations for the revegetated wetland areas. Dudek engineers
and landscape architects will prepare wetland grading plans for the revegetation areas. A formal
hydrology study will not be provided. If this becomes necessary, then this would need to be
provided as an additional service.
Task 7: Preparation of a QAPP Plan
Dudek will prepare a Quality Assurance Protection Plan (QAPP), per the requirements of the
City of Newport Beach. The plan will address all environmental protection requirements and
monitoring and reporting requirements necessary to assure the installation progresses as intended
and is accomplished to the City standards. The plan will outline the various reporting and
monitoring requirements to be implemented during the installation phase of the project.
Task 8: Biological QAPP Construction Monitoring
Dudek will provide QAPP construction monitoring to assure that the intent of the plans and
specifications, as described in the engineering and revegetation construction documents, are
implemented properly by the contractor and in compliance with the City's QAPP requirements.
It is assumed that actual construction work will be performed by a separate contractor hired
under separate contract, directly by the City. The scope of work and fees for the contractor will
be solicited separately by the City, once the construction documents are completed.
The biological QAPP construction monitoring is assumed to include a pre - construction site visit
with the City and the contractor, periodic monitoring of construction milestones, and regular
monitoring during the 120 -day plant establishment/maintenance period. Long -term biological
monitoring to assure that the project meets any specific performance standards and/or success
205091300
& ASS0C1ATE5, INC. 6/16/05 5
P.Ja ,T p C —,q w *.
0
EXHIBIT A
SCOPE OF WORK
0
Environmental and Engineering Services for the Buck Gully Erosion Control Project
City of Newport Beach, California
Revised Proposal
June I6, 2005
criteria is not included in this current scope of work, and it is assumed that this would be
contracted for at a later date, once the full scope of the long —term monitoring program has been
determined.
Dudek will conduct a pre - construction "kick -off' site visit to assess site conditions, delineate the
project limits and existing native vegetation within the project boundaries that is to be preserved,
establish the revegetation area boundaries, establish construction staging areas, discuss irrigation
provisions and water connections, coordinate equipment access issues, and verify that all site
protection requirements are being abided by the contractor. Dudek will document the pre -
construction meeting in a site observation report.
Dudek will conduct periodic monitoring visits during the construction process to review
protective fencing, site preparation, grading and drainage improvements, creek bank
stabilization, weed removal, soil preparation, irrigation system installation, container plant and
seed installation, and any other items specified in the final construction documents. This scope
of work assumes that twelve site visits will be conducted during this phase of the project,
including attendance at the pre- construction "kick -off' meeting, periodic milestone site visits
during key installation phases, and a final installation walk - through with the contractor and City
at the end of the installation phase.
Dudek will prepare site observation reports after each site visit documenting the status of the
installation and outlining items needing attention by the contractor. Dudek will fax copies of the
site observation reports to the City immediately upon completion and will keep the City
informed of key issues and coordination items via phone as they arise.
Dudek will monitor site conditions, plant establishment growth and the status of maintenance
work once monthly throughout the 120 -day post - construction plant establishment/maintenance
period (four visits). Dudek will prepare a site observation report after each visit, and will discuss
any observed or anticipated problems and possible remedial corrective actions with the City and
the contractor for resolution.
205091 -300
& ASSOCIATES, INC. 6116/05 6
�M��xwMC..W..Pvirt
0
EXHIBIT A
SCOPE OF WORK
0
Environmental and Engineering Services for the Buck Gully Erosion Control Project
City of Newport Beach, California
Revised Proposal
June 16, 2005
Upon completion of the 120 -day plant establishment/maintenance period, Dudek will prepare a
final letter report summarizing the monitoring observations made during the project installation
and plant establishment periods. This letter will also formally acknowledge the start of the long-
term maintenance and monitoring period, which is assumed to be a five -year period, for
compliance with resource agency permits. Any variations of the installation from the
construction documents will be noted and the reasons for the changes will be documented.
Any extension in the duration of the installation and/or increased frequency of monitoring visits
requested by the City would be considered an additional service, to be negotiated accordingly
with the City.
Task 9: Project Management Coordination & City Liaison
Overall Dudek project management and City coordination will be performed by Tom Larson, out
of Dudek's Orange County office. Individual task management responsibilities will be assigned
by Mr. Larson utilizing staff out of Dudek's Encinitas Corporate office, accordingly. It is
currently envisioned that Myloc Ngyen will provide the CEQA/Categorical Exemption work,
Russ Bergholtz will provide the engineering design oversight and John Minchin will provide the
habitat restoration design and monitoring services coordination.
205091,300
& ASSOCIATES, INC. 616/05 7
RopeowlT /nCarpc Pre,rcu
0 0
DUDEK & ASSOCIATES, INC. Exhibit 6
2005 STANDARD SCHEDULE OF CHARGES
Engineering Services
Project Director .............. .....................$175.00
/hr
/hr
Program Manager .......... .....................$165.00
Senior Project Manager/Specialist ......
/hr
Principal Engineer 11 ....... .....................$155.00
$140.00/hr
/hr
Principal Engineer I ........ .....................$145.00/hr
Environmental Specialist/Planner IV ...
$120.00/hr
Senior Project Manager . .....................$135.00
$110.00/hr
/hr
Project Manager ............. .....................$125.00
Environmental Specialist/Planner I .......$90.00
/hr
Resident Engineer.. ........ - .................
$120.001hr
/hr
Senior Engineer II .......... .....................$115.00/hr
$95.00/hr
$47.00 /hr
Senior Engineer I .......... .....................$105.00
$45.00 /hr
/hr
Project Engineer II .......... ......................$95.00/hr
Project Engineer I ............ ......................$90.00
/hr
Field Engineer 11 .............. ......................$95.00
/hr
Field Engineer I ............... ......................$80.00
/hr
Engineering Assistant ..... ......................$65.00
/hr
Environmental Services
/hr
Principal ............... ...............................
$175.001hr
Senior Project Manager/Specialist ......
$150.00 /hr
Environmental Specialist/Planner VI ...
$140.00/hr
Environmental Specialist/Planner V....$130.00
/hr
Environmental Specialist/Planner IV ...
$120.00/hr
Environmental Specialist/Planner III ...
$110.00/hr
Environmental Specialist/Planner 11....$100.00
/hr
Environmental Specialist/Planner I .......$90.00
/hr
Analyst ............................ ......................$75.00
/hr
Urban and Community Forestry
Principal /Senior Consulting Arborist ...$175.00/hr
Senior Project Manager ....................$150.00
/hr
Urban Forestry Specialist V ................$130.00
/hr
Urban Forestry Specialist IV ...............$120.00
/hr
Urban Forestry Specialist M.... ............
$110.00thr
Urban Forestry Specialist 11 .................$100.00
/hr
Urban Forestry Specialist I ....................$90.00
/hr
Research Analyst ............ ......................$65.00
/hr
Construction Management Services
Principal /Manager ...............................
$175.00/hr
Sr. Hydrogeologist/Sr. Project Manager $150.00/hr
Senior Construction Manager ............$150.00
$115.00/hr
/hr
Construction Manager .... .....................$135.00
Hydrogeologist I I I /Engineer III .................
/hr
Senior Project Manager . .....................$135.00
$85.00 /hr
/hr
Project Manager ............. .....................$125.00
Technician ................ ...............................
/hr
Resident Engineer ....... .....................$120.00
Grade III Operator ..... ...............................
/hr
Construction Engineer ... .....................$105.00
$60.001hr
/hr
On -site Owner's Representative ...........
$95.00/hr
$47.00 /hr
Construction Inspector III ......................$95.00
$45.00 /hr
/hr
Construction Inspector 11 . ......................$90.00/hr
Construction Inspector I .. ......................$85.00
/hr
e t
I& ASSOCLATES. INC.,
Hydrogeological Services
Principal ........................................ .....
-- $175.00 /hr
Sr. Hydrogeologist/Sr. Project Manager $150.00/hr
Associate Hydrogeologist/Engineer.......
$115.00/hr
Hydrogeologist IV /Engineer IV ..............
$110.00 1hr
Hydrogeologist I I I /Engineer III .................
$95.00 /hr
Hydrogeologist II /Engineer II ...................
$85.00 /hr
Hydrogeologist 1 /Engineer I .....................
$75.00 /hr
Technician ................ ...............................
$65.00 /hr
District Management & Operations
District General Manager .......................
$155.00 /hr
District Engineer ..... ...............................
$120.00 /hr
District Manager ..... ...............................
$130.00 1hr
District Manager Assistant .......................
$75.00 1hr
District Secretary/Account ......................
$80.00 /hr
Collections System Manager .................$80.00
/hr
Grade V Operator ..... ...............................
$95.00 /hr
Grade IV Operator .... ...............................
$80.00 1hr
Grade III Operator ..... ...............................
$70.00 1hr
Grade II Operator ...... ...............................
$60.001hr
Grade I Operator ....... ...............................
$57.00 /hr
Operator in Training., ...............................
$47.00 /hr
Collection Maintenance Worker 11............
$45.00 /hr
Collection Maintenance Worker I .............
$34.00 1hr
Office Services
Technical /Drafring /CADD Services
3D Graphic Artist .... ...............................
$125.00 /hr
Senior Designer ........ ...............................
$95.00/hr
Designer................... ...............................
$85.00 /hr
GIS Specialist IV ..... ...............................
$100.00 1hr
GIS Specialist 111 ....... ...............................
$95.00 1hr
GIS Specialist II ........ ...............................
$85.00 1hr
GIS Specialist I ......... ...............................
$80.00 /hr
CADD Operator 11 ..... ...............................
$80.00/hr
CADD Operator I ...... ...............................
$70.00 /hr
Support Services
Computer Processing .............................. $65.00 /hr
Clerical Administration ............................. $60.00 /hr
Forensic Engineering - Court appearances, depositions, and interrogatories as
expert witness will be billed at 1.75 times normal rates.
o. aye- 1.s
Material and Outside Services - subcontractors, rental of special equipment,
special reproductions and blueprinting, outside data processing and computer
services, etc., are charged at 1.15 times the direct cost.
Travel Expenses - Mileage at 40.5 cents per mile. Per diem where overnight
stay is involved Is charged at cost
rmnfhly an be
ces are in y (30)
days from the care of the in oic Client - arge
landing be an fo-ra,uL
Effective January 1, 2005
0 0
EXHIBIT B
COST ESTIMATE
Environmental and Engineering Services for the Buck Gully Erosion Control Project
City of Newport Beach, California
Revised Proposal
.Tune 16, 2005
The following costs, broken down by task, further outline Dudek's proposed costs for the
services necessary for the Buck Gully erosion control project.
Task 1 Regional Water Quality Control Board Coordination
The estimated labor cost for this task is... .......................................................................... $1,500.00
Task 2 Preliminary Plan Preparation
The estimated labor cost for this task is.
Task 3 Conceptual Wetlands Mitigation and Monitoring Plan
The estimated labor cost for this task is .......... ...............................
Task 4 Categorical Exemption
The estimated labor cost for this task is
Task 5 Resource Agency Permitting
.....$6,500.00
............... $4,500.00
........................ $2,500.00
The estimated labor cost for this task is ...................... ............................... .....................$12,000.00
Task 6 Engineering and Revegetation Construction Documents
The estimated labor cost for this task
Task 7 Preparation of a QAPP Plan
The estimated labor cost for this task is ......
Task 8 Biological QAPP Construction Monitoring
The estimated labor cost for this task is .......................
........... ............................... $17,500.00
.......$2,500.00
................. $8,500.00
Task 9 Project Management Coordination & City Liason
The estimated cost for this task is ................................. ............................... ......................$2,500.00
TOTAL ESTIMATED COSTS ..................... ............................... ..................... $58,000.00
205091 -300
6i ASSOCIATES, INC. 6116/05 1
N.I.uxie�'R.., fw G. W c nMw
EXHIBIT B
COST ESTIMATE
Environmental and Engineering Services for the Buck Gully Erosion Control Project
City of Newport Beach, California
Revised Proposal
June 16, 2005
All work performed by Dudek will be billed on a time- and - materials basis, according to Dudek's
2005 Standard Schedule of Charges. Total Dudek labor costs for this scope of work are not to
exceed $58,000.00. Direct(reimbursable charges, such as printing and reprographics, mileage for
site visits, delivery charges, and other miscellaneous reimbursable charges, will be billed at cost
plus 15% markup and are anticipated to be approximately $2,000.00.
The total Dudek contract amount for the described scope of work, including direct/reimbursable
costs, would be $60,000.00. All services would be billed monthly on a time and materials basis,
per Dudek's 2005 Standard Schedule of Charges, not to exceed this amount, for the services
described. All additional services would be billed at a time and materials basis in addition to this
amount, based upon approval by the City of Newport Beach.
it - 205091 -300
& ASS HIES, INC. 6116/05 2
�d�ewmmMC..,ga epne,
Ah
a
ACORD CERTIFICATE OF LIABILITY INSURANCE
DA 09/29/2005
PRODUCER PhWe: (360)5883700 Few (38D)SS -3703
MICHAEL J' HALL & COMPANY AIE INSURANCE SERVICES
19878 10TH AVENUE N.E.
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
POULSBO WA 98370
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
TYPE OF INSURANCE
POLICYNUMBER
Agency Lic#: 0792445
INSURERS AFFORDING COVERAGE
NAIC 4
INSURED
INSURERA ZURICH AMERICAN 114SURANCE CO.
GENERAL LIABILITY
INSURER B: STEADFAST INSURANCE COMPANY
08126109
DUDEK & ASSOCIATES, INC.
605 3RD STREET
ENCINITAS CA 92024
INSURER C:
i 1,000,000
INSURER D:
S 100,000
INSURER E:
X COMMERCIAL GENERAL LIABILITY
CLAMS MAOEF-X] OCCUR
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY DE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAD CLAIMS.
INSR
LM
ADDI
INSIZE
TYPE OF INSURANCE
POLICYNUMBER
P�� EMFECTNB
PdICY IwRAnDN
LIMITS
NEWPORT BEACH, CA 92663
Aftertion: ROBERT STEIN
GENERAL LIABILITY
GLOS435736-01
08126109
061128/06
EACH OCCURRENCE
i 1,000,000
D GTO PBMIED
Pxm
S 100,000
X COMMERCIAL GENERAL LIABILITY
CLAMS MAOEF-X] OCCUR
M®. EXP CAW me PRSeD)
a 61900
A
PERSONALS ADV INJURY
S 1,000A00
GENERALAGGREGATE
a 2,000,000
GENT AGGREGATE LIMIT APPLIES PER
PRODUCTSCOMPXIPAGG.
a 2,000,000
POLICY PRCOT LOC
AUTOMOBILE
WBIUTY
ANYAUTO
BAP5435754-01
06/28105
06/26/06
COMBINED SINGLE LIMB
(Ea aacddwM
a 1,000,01H)
X
BODILY INJURY
ALL OWNED ALTOS
A
SCHEDULEDAUTOS
HIREDAUTOB
NONCWNED AUTOS
(PR PA)
i
X
BODILY INJURY
IPaaCddanH)
i
X
PROPERTY DAMAGE
(P ROddeH
i
GARAGE LU4&UTY
ALITO ONLY -FA ACCIDENT
a
OTHER THAN EA ACC
S
AIRYAVfO
AUTO ONLY. AGO
a
EXCESS I UMSMELLALIAELIiY
SE06436225-01
awe"
08!26!06
EACH OCCURRENCE
i 1,000,000
X OCCUR O CLAIMS WADE
AGGREGATE
i 1,000,000
e
s
i
DEDUCTIBLE
RETENTION i
y
A
WORKERS COMPENSATION AND
LiAPlOYERSP LIABILITY
ANYPRDPWBTOIp TARiTffRIEI�(Iarttyl;
DFFlesue®IBIR O10LU8®P
V005438737 -01
00/28/05
08/28/06
TORYLWrtS
_THM
E.L. EACH ACCIDENT
a 1 0000
� ,
E.L.DISEASEZAEMPLOYEE
1,000 000
BP-0ALPROVNIp�Ne eHpW
IS
EL DISEASE- POLICYLIMIT
6 1,000,000
OTHER: PROFESSIONAL LIABILITY
PECS435734.01
08/28166
08128106
$1,000,000 PER CLAIM
g
POLLUTION LIABILITY
CLAIMS MADE POLICY
$1,000,000 AGGREGATE
RETRO DATE: 111170
DESCRIPTION OF OPERA770NS /LOCATIONSAIEHICLESIEXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS
SEE SUPPLEMENTAL CERTIFICATE INFORMATION
CERTIFICATE HOLDER CANCELLATION
ACORD 26 (2001108) CBNIBCBIB # 35492 0 ACORD CORPORATION 1986
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL30 DAYS
PUBLIC WORKS DEPARTMENT
WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE
TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,
CITY OF NEWPORT BEACH
ms AGENTS OR REPRESENTATIVES.
3300 NEWPORT BLVD.
AUTHORIZED
AUTHORIZED REPRESENTATIVE
e�EY
NEWPORT BEACH, CA 92663
Aftertion: ROBERT STEIN
HURT
ACORD 26 (2001108) CBNIBCBIB # 35492 0 ACORD CORPORATION 1986
•
POLICY NUMBER: GLO5435736 -01
10
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED- OWNERS, LESSEES OR
CONTRACTORS (Foam R)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY
COMMERCIAL AUTO LIABILITY
SCHEDULE
Name of Person or Organization; THE CITY OF NEWPORT BEACH, ITS OFFICERS, AGENTS,
EMPLOYEES AND VOLUNTEERS
(If no entry appears above. information required to complete this endorsement will be shown in the
Declarations as applicable to this endorsement.)
WHO IS AN INSURED (Section 11) is amended to include as an insured the person or organization
shown in the Schedule, but only with respect to liability arising out of "your work' for that insured by
or for you
CG 20 10 11 85 Copyright, Insurance Services Office, Inc., 1984
Certificate # 35482
0
0
WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right
against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out
of the operations described in the Schedule where you are requited by a written contract to obtain this waiver from us.
This endorsment shall not operate directly or indirectly to benefit anyone not named in the Schedule.
The premium for this endorsment is shown in the Schedule.
Schedule
Specific Waiver
Name of person or organization THE CITY OF NEWPORT BEACH, ITS OFFICERS, AGENTS, EMPLOYEES AN
(> Blanket waiver
Any person or organization for whom the Named Insured has agreed by written contract to
furnish this waiver.
2. Operations:
3. Premium
The premium charge for this endorsment shall be percent of the premium developed on
payroll in connection with work performed for the above person(s) or orgy rization(s) arising out of
the operations described.
4. Minimum premium
5.. Advance Premium
All other terms and condition of the policy remain unchanged
(The information below is required to be completed only when this eadorsmeut is issued subsequent to the
policy effective date.)
Effective SEP 29 05, this endorsement forms part of Policy No. WC5435737 -01
Of
Issued to: DUDEK & ASSOCIATES, INC.
Endorsement No.
e z
AUTHOPM ED REPRESENTATIVE
ASHLEY L. HURD
Certificate# 35492
0
POLICY NUMBER- GLO5435736 -01 COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ THIS CAREFULLY
ADDITIONAL INSURED PRIMARY COVERAGE
This endorsement modifies insurance provided under the following•
COMMERCIAL GENERAL LIABILITY COVERAGE PART
This insurance is primary for the person or organization shown In the schedule, but only with respect to liability arising out of your
work or that insured by or for you. Other Insurance afforded to that insured will apply as excess and not contribute as primary to the
Insurance afforded by this endorsement.
All other endorsement provisions, conditions and exclusions of this insurance shall remain unchanged and apply to the additional
insured and described below.
SCHEDULE
ADDITIONAL INSURED
THE CITY OF NEWPORT BEACH, ITS OFFICERS, AGENTS,
EMPLOYEES AND VOLUNTEERS
NAMED INSURED DUDEK &ASSOCIATES, INC.
605 3RD STREET
ENCINITAS CA 92024
Certificate 0 35492
i SUPPLEMENT TO CWTIFICATE OF LIABILITY IRS #35492 sE 2 .
DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES (SPECIAL ITEMS
DUDEK JOB 04783 -1
A WAIVER OF SUBROGATION APPLIES TO THE GENERAL LIABILITY, AUTO LIABILITY, WORKERS COMPENSATION AND UMSRELLAf
EXCESS LIABILITY POLICIES IN FAVOR OF THE CITY OF NEWPORT BEACH, ITS OFFICERS, AGENTS, EMPLOYEES AND VOLUNTEERS.
THE CITY OF NEWPORT BEACH, ITS OFFICERS, AGENTS, EMPLOYEES AND VOLUNTEERS ARE ADDI7IONAL INSUREDS ON THE
COMMERCIAL GENERAL LIABILITY AND COMMERCIAL AUTO POLICIES AS RESPECTS LIABILITY ARISING OUT OF ACTIVITIES BY, OR ON
BEHALF OF THE NAMED INSUREDS.
THIS INSURANCE IS PRIMARY INSURANCE AND ANY OTHER INSURANCE MAINTAINED BY THE ADDITIONAL INSUREDS SHALL BE EXCESS
ONLY AND NON CONTRIBUTING WITH THIS INSURANCE.
it q"Q2
0
0
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
O y /koo .ass)
C- 3Q`-78
Agenda Item No. 8
July 26, 2005
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Robert Stein, P.E.
949-644 -3311
rstein@city.newport-beach.ca.us
SUBJECT: BUCK GULLY WETLANDS AND
APPROVAL OF PROFESSIONAL
DUDEK & ASSOICATES, INC.
RECOMMENDATION:
SERVICES AGREEMENT WITH
Approve a Professional Services Agreement with Dudek & Associates, Inc., (Dudek) of
Encinitas, California, for the Buck Gully Wetlands and Maintenance Road Repair at a
contract price of $60,000 and authorize the Mayor and City Clerk to execute the
Agreement.
DISCUSSION:
In 2003, the State Water Resources Control Board awarded the City a grant to assist in
the renovation of Buck Gully including the construction of wetlands. These grant funds
will be used to hire a consultant to prepare a design to rejuvenate degraded wetland
areas in the gully adjacent to the canyon road that takes access at 5`h Avenue and
Poppy Avenue. The project design will also include repair of the roadway where it
crosses the streambed. This road provides access to a City water main valve and
blow -off assembly on the east side of the canyon. The consultant will also obtain the
required permits and environmental clearances. All construction documents and
permits are expected to be completed within six months and the project will be
immediately advertised with construction initiating in March, 2006. Construction costs
are roughly estimated to be between $60,000 and $90,000. Available grant funding for
construction is only $60,000. Any additional funding would require City funds.
Statement of Qualifications (SOQ's) were received from seven consultants for an earlier
project in the watershed (Newport Coast Watershed Flow and Water Quality
Assessment Project). After review of these SOQ's, two consultants, Dudek and
Psomas were invited to submit proposals to provide design, permitting and
environmental clearances services.
SUBJECT: Buck Gully Welland& Maintenance Road Repair - Approval of ProfessoServices Agreement With Dudek &
Associates, Inc.
July 26, 2005
Page 2
The proposals were independently reviewed to evaluate each firm's qualifications, past
experience on similar projects, and availability before ranking Dudek higher. Upon
selection, staff negotiated with Dudek to provide the necessary scope of services for a
fee of $60,000. Dudek has completed services competently and professionally on
similar projects for other local agencies in Southern California.
The scope of Dudek's professional services will include:
Preparing design drawings to restore the roadway over the streambed and the
adjacent wetland areas
Prepare and process permits with the jurisdictional agencies
Prepare environmental documents to support the permits
Funding Availability:
There are sufficient funds available in the following account for the project:
Account Description Account Number Amount
Prop 13 Suck Gully Grant 7255- C5100659 $60,000.00
Environmental Review:
The preparation of an environmental document to meet CEQA requirements is part of
the scope of services.
Prepared by:
D D2zrC�
Robert Stein, P.E.
Principal Civil Engineer
Attachment: Professional Services Agreement
•
0
PROFESSIONAL SERVICES AGREEMENT WITH
DUDEK & ASSOCIATES, INC.,
FOR BUCK GULLY WETLANDS AND ACCESS ROAD REPAIR
THIS AGREEMENT is made and entered into as of this day of ,
2005, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation
( "City "), and DUDEK & ASSOCIATES, INC., a California corporation, whose address is
605 Third Street, Encinitas, California, 92024 ( "Consultant "), and is made with
reference to the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now
being conducted under the statutes of the State of California and the Charter of
City.
B. City is planning to implement an erosion control project in the Buck Gully canyon,
which will include refurbishing the wetlands and the Buck Gully 5° Avenue
access road crossing of the streambed.
C. City desires to engage Consultant to provide environmental and engineering
services in connection with the erosion control project, including preparation of
. preliminary design plans showing potential creek bank stabilization measures
and drainage improvements; preparation of a wetlands revegetation plan; and
drafting of construction documents, environmental documentation and all
necessary permit applications to implement the improvements ( "Project").
D. Consultant possesses the skill, experience, ability, background, certification and
knowledge to provide the services described in this Agreement.
E. The principal member of Consultant for purposes of Project, shall be Tom
Larson.
F. City has solicited and received a proposal from Consultant, has reviewed the
previous experience and evaluated the expertise of Consultant, and desires to
retain Consultant to render professional services under the terms and conditions
set forth in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as
follows:
TERM
The term of this Agreement shall commence on the above written date, and shall
terminate on the 31" day of December 2006, unless terminated earlier as set forth
herein.
2.
3.
9
9 .•
SERVICES TO BE PERFORMED
Consultant shall diligently perform all the services described in the Scope of
Services attached hereto as Exhibit A and incorporated herein by reference.
The City may elect to delete certain tasks of the Scope of Services at its sole
discretion.
TIME OF PERFORMANCE
Time is of the essence in the performance of services under this Agreement and
Consultant shall perform the services in accordance with the schedule included
in Exhibit A. The failure by Consultant to strictly adhere to the schedule may
result in termination of this Agreement by City.
Notwithstanding the foregoing, Consultant shall not be responsible for delays
due to causes beyond Consultant's reasonable control. However, in the case of
any such delay in the services to be provided for the Project, each party hereby
agrees to provide notice to the other party so that all delays can be addressed.
3.1 Consultant shall submit all requests for extensions of time for performance
in writing to the Project Administrator not later than ten (10) calendar days
after the start of the condition that purportedly causes a delay. The Project
Administrator shall review all such requests and may grant reasonable
time extensions for unforeseeable delays that are beyond Consultant's
control.
3.2 For all time periods not specifically set forth herein, Consultant shall
respond in the most expedient and appropriate manner under the
circumstances, by either telephone, fax, hand - delivery or mail.
COMPENSATION TO CONSULTANT
City shall pay Consultant for the services on a time - and - materials not -to- exceed
basis in accordance with the provisions of this Section and the Schedule of
Billing Rates attached hereto as Exhibit B and incorporated herein by reference.
Consultant's compensation for all work performed in accordance with this
Agreement, including all reimbursable items and subconsultant fees, shall not
exceed Sixty Thousand Dollars and no /100 ($60,000.00) without additional
authorization from City. No billing rate changes shall be made during the term of
this Agreement without the prior written approval of City.
4.1 Consultant shall submit monthly invoices to City describing the work
performed the preceding month. Consultant's bills shall include the name
of the person who performed the work, a brief description of the services
performed and /or the specific task in the Scope of Services to which it
relates, the date the services were performed, the number of hours spent
on all work billed on an hourly basis, and a description of any
reimbursable expenditures. City shall pay Consultant no later than thirty
(30) days after approval of the monthly invoice by City staff.
2
• i
4.2 City shall reimburse Consultant only for those costs or expenses
specifically approved in this Agreement, or specifically approved in
advance by City. Unless otherwise approved, such costs shall be limited
and include nothing more than the following costs incurred by Consultant:
A. The actual costs of subconsultants for performance of any of the
services that Consultant agrees to render pursuant to this
Agreement, which have been approved in advance by City and
awarded in accordance with this Agreement.
B. Approved reproduction charges.
C. Actual costs and/or other costs and /or payments specifically
authorized in advance in writing and incurred by Consultant in the
performance of this Agreement.
4.3 Consultant shall not receive any compensation for Extra Work without the
prior written authorization of City. As used herein, "Extra Work" means
any work that is determined by City to be necessary for the proper
completion of the Project, but which is not included within the Scope of
Services and which the parties did not reasonably anticipate would be
necessary at the execution of this Agreement. Compensation for any
authorized Extra Work shall be paid in accordance with the Schedule of
Billing Rates as set forth in Exhibit B.
s5. PROJECT MANAGER
Consultant shall designate a Project Manager, who shall coordinate all phases of
the Project. This Project Manager shall be available to City at all reasonable
times during the Agreement term. Consultant has designated John Minchin to
be its Project Manager. Consultant shall not remove or reassign the Project
Manager on the Project without the prior written consent of City.
Consultant, at the sole discretion of City, shall remove from the Project any of its
personnel assigned to the performance of services upon written request of City.
Consultant warrants that it will continuously furnish the necessary personnel to
complete the Project on a timely basis as contemplated by this Agreement.
6. ADMINISTRATION
This Agreement will be administered by the Public Works Department. Robert
Stein shall be the Project Administrator and shall have the authority to act for
City under this Agreement. The Project Administrator or his /her authorized
representative shall represent City in all matters pertaining to the services to be
rendered pursuant to this Agreement.
7. CITY'S RESPONSIBILITIES
In order to assist Consultant in the execution of its responsibilities under this
Agreement, City agrees to, where applicable:
3
• i
A. Provide access to, and upon request of Consultant, one copy of all
existing relevant information on file at City. City will provide all such
materials in a timely manner so as not to cause delays in Consultant's
work schedule.
B. Provide blueprinting and other services through City's reproduction
company for bid documents. Consultant will be required to coordinate the
required bid documents with City's reproduction company. All other
reproduction will be the responsibility of Consultant and as defined above.
C. Provide usable life of facilities criteria and information with regards to new
facilities or facilities to be rehabilitated.
8. STANDARD OF CARE
8.1 All of the services shall be performed by Consultant or under Consultant's
supervision. Consultant represents that it possesses the professional and
technical personnel required to perform the services required by this
Agreement, and that it will perform all services in a manner commensurate
with community professional standards. All services shall be performed
by qualified and experienced personnel who are not employed by City, nor
have any contractual relationship with City.
8.2 Consultant represents and warrants to City that it has or shall obtain all
licenses, permits, qualifications, insurance and approvals of whatsoever
nature that are legally required of Consultant to practice its profession.
Consultant further represents and warrants to City that Consultant shall, at
its sole cost and expense, keep in effect or obtain at all times during the
term of this Agreement, any and all licenses, permits, insurance and other
approvals that are legally required of Consultant to practice its profession.
Consultant shall maintain a City of Newport Beach business license
during the term of this Agreement.
8.3 Consultant shall not be responsible for delay, nor shall Consultant be
responsible for damages or be in default or deemed to be in default by
reason of strikes, lockouts, accidents, or acts of God, or the failure of City
to furnish timely information or to approve- or disapprove Consultant's
work promptly, or delay or faulty performance by City, contractors, or
governmental agencies.
9. HOLD HARMLESS
To the fullest extent permitted by law, Consultant shall indemnify, defend and
hold harmless City, its City Council, boards and commissions, officers, agents
and employees (collectively, the "Indemnified Parties) from and against any and
all claims (including, without limitation, claims for bodily injury, death or damage
to property), demands, obligations, damages, actions, causes of action, suits,
losses, judgments, fines, penalties, liabilities, costs and expenses (including,
without limitation, attorney's fees, disbursements and court costs) of every kind
and nature whatsoever (individually, a Claim; collectively, "Claims "), which may
arise from or in any manner relate (directly or indirectly) to any work negligently
2
0 • .1
performed or services negligently provided under this Agreement (including,
without limitation, defects in workmanship or materials and/or design defects [if
the design originated with Consultant]) or Consultant's presence or activities
conducted on the Project (including the negligent and/or willful acts, errors
and /or omissions of Consultant, its principals, officers, agents, employees,
vendors, suppliers, consultants, subcontractors, anyone employed directly or
indirectly by any of them or for whose acts they may be liable or any or all of
them).
Notwithstanding the foregoing, nothing herein shall be construed to require
Consultant to indemnify the Indemnified Parties from any Claim arising from the
active negligence or willful misconduct of the Indemnified Parties. Nothing in this
indemnity shall be construed as authorizing any award of attorney's fees in any
action on or to enforce the terms of this Agreement. This indemnity shall apply
to all claims and liability regardless of whether any insurance policies are
applicable. The policy limits do not act as a limitation upon the amount of
indemnification to be provided by the Consultant.
10. INDEPENDENT CONTRACTOR
It is understood that City retains Consultant on an independent contractor basis
and Consultant is not an agent or employee of City. The manner and means of
conducting the work are under the control of Consultant, except to the extent
they are limited by statute, rule or regulation and the expressed terms of this
Agreement. Nothing in this Agreement shall be deemed to constitute approval
for Consultant or any of Consultant's employees or agents, to be the agents or
employees of City. Consultant shall have the responsibility for and control over
the means of performing the work, provided that Consultant is in compliance with
the terms of this Agreement. Anything in this Agreement that may appear to give
City the right to direct Consultant as to the details of the performance or to
exercise a measure of control over Consultant shall mean only that Consultant
shall follow the desires of City with respect to the results of the services.
11. COOPERATION
Consultant agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or
interest in the work to be performed. City agrees to cooperate with the
Consultant on the Project.
12. CITY POLICY
Consultant shall discuss and review all matters relating to policy and Project
direction with City's Project Administrator in advance of all critical decision points
in order to ensure the Project proceeds in a manner consistent with City goals
and policies.
0 13. PROGRESS
Consultant is responsible for keeping the Project Administrator and/or his /her
duly authorized designee informed on a regular basis regarding the status and
V
14.
progress of the Project, activities performed and planned, and any meetings that
have been scheduled or are desired.
INSURANCE
Without limiting Consultant's indemnification of City, and prior to commencement
of work. Consultant shall obtain, provide and maintain at its own expense during
the term of this Agreement, a policy or policies of liability insurance of the type
and amounts described below and in a form satisfactory to City.
A. Certificates of Insurance. Consultant shall provide certificates of
insurance with original endorsements to City as evidence of the insurance
coverage required herein. Insurance certificates must be approved by
City's Risk Manager prior to commencement of performance or issuance
of any permit. Current certification of insurance shall be kept on file with
City's at all times during the term of this Agreement.
B. Signature. A person authorized by the insurer to bind coverage on its
behalf shall sign certification of all required policies.
C. Acceptable Insurers. All insurance policies shall be issued by an
insurance company currently authorized by the Insurance Commissioner
to transact business of insurance in the State of California, with an
assigned policyholders' Rating of A (or higher) and Financial Size
Category Class VII (or larger) in accordance with the latest edition of
Best's Key Rating Guide, unless otherwise approved by the City's Risk
Manager.
D. Coverage Requirements.
Workers' Compensation Coverage. Consultant shall maintain
Workers' Compensation Insurance and Employer's Liability
Insurance for his or her employees in accordance with the laws of
the State of California. In addition, Consultant shall require each
subcontractor to similarly maintain Workers' Compensation
Insurance and Employer's Liability Insurance in accordance with
the laws of the State of California for all of the subcontractor's
employees. Any notice of cancellation or non - renewal of all
Workers' Compensation policies must be received by City at least
thirty (30) calendar days prior to such change. The insurer shall
agree to waive all rights of subrogation against City, its officers,
agents, employees and volunteers for losses arising from work
performed by Consultant for City.
ii. General Liability Coverage. Consultant shall maintain commercial
general liability insurance in an amount not less than one million
dollars ($1,000,000) per occurrence for bodily injury, personal
injury, and property damage, including without limitation,
contractual liability. If commercial general liability insurance or
other form with a general aggregate limit is used, either the general
aggregate limit shall apply separately to the work to be performed
0 0
under this Agreement, or the general aggregate limit shall be at
least twice the required occurrence limit.
iii. Automobile Liability Coverage. Consultant shall maintain
automobile insurance covering bodily injury and property damage
for all activities of the Consultant arising out of or in connection with
work to be performed under this Agreement, including coverage for
any owned, hired, non -owned or rented vehicles, in an amount not
less than one million dollars ($1,000,000) combined single limit for
each occurrence.
iv. Professional Errors and Omissions Insurance. Consultant shall
maintain professional errors and omissions insurance, which
covers the services to be performed in connection with this
Agreement in the minimum amount of one million dollars
($1,000,000).
E. Endorsements. Each general liability and automobile liability insurance
policy shall be endorsed with the following specific language:
i. The City, its elected or appointed officers, officials, employees,
agents and volunteers are to be covered as additional insureds
with respect to liability arising out of work performed by or on behalf
of the Consultant.
ii. This policy shall be considered primary insurance as respects to
City, its elected or appointed officers, officials, employees, agents
and volunteers as respects to all claims, losses, or liability arising
directly or indirectly from the Consultant's operations or services
provided to City. Any insurance maintained by City, including any
self - insured retention City may have, shall be considered excess
insurance only and not contributory with the insurance provided
hereunder.
iii. This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with
respect to the limits of liability of the insuring company.
iv. The insurer waives all rights of subrogation against City, its elected
or appointed officers, officials, employees, agents and volunteers.
V. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to City, its elected or appointed
officers, officials, employees, agents or volunteers.
vi. The insurance provided by this policy shall not be suspended,
voided, canceled, or reduced in coverage or in limits, by either
party except after thirty (30) calendar days written notice has been
received by City.
7
15.
16.
17
• •
F. Timely Notice of Claims. Consultant shall give City prompt and timely
notice of claim made or suit instituted arising out of or resulting from
Consultant's performance under this Agreement.
G. Additional Insurance. Consultant shall also procure and maintain, at its
own cost and expense, any additional kinds of insurance, which in its own
judgment may be necessary for its proper protection and prosecution of
the work.
PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following
shall be construed as an assignment: The sale, assignment, transfer or other
disposition of any of the issued and outstanding capital stock of Consultant, or of
the interest of any general partner or joint venturer or syndicate member or
cotenant if Consultant is a partnership or joint- venture or syndicate or cotenancy,
which shall result in changing the control of Consultant. Control means fifty
percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more
of the assets of the corporation, partnership orjoint- venture.
SUBCONTRACTING
City and Consultant agree that subconsultants may be used to complete the work
outlined in the Scope of Services. The subconsultants authorized by City to
perform work on this Project are identified in Exhibit A. Consultant shall be fully
responsible to City for all acts and omissions of the subcontractor. Nothing in this
Agreement shall create any contractual relationship between City and
subcontractor nor shall it create any obligation on the part of City to pay or to see
to the payment of any monies due to any such "subcontractor other than as
otherwise required by law. Except as specifically authorized herein, the services to
be provided under this Agreement shall not be otherwise assigned, transferred,
contracted or subcontracted out without the prior written approval of City.
OWNERSHIP OF DOCUMENTS
Each and every.report, draft, map, record, plan, document and other writing
produced (hereinafter "Documents "), prepared or caused to be prepared by
Consultant, its officers, employees, agents and subcontractors, in the course of
implementing this Agreement, shall become the exclusive property of City, and
City shall have the sole right to use such materials in its discretion without further
compensation to Consultant or any other party. Consultant shall, at Consultant's
expense, provide such Documents to City upon prior written request.
Documents, including drawings and specifications, prepared by Consultant
pursuant to this Agreement are not intended or represented to be suitable for
reuse by City or others on any other project. Any use of completed Documents
for other projects and any use of incomplete Documents without specific written
authorization from Consultant will be at City's sole risk and without liability to
Consultant. Further, any and all liability arising out of changes made to
I
0
Consultant's deliverables under this Agreement
Consultant is waived against Consultant and Cit y
such changes unless City has given Consultant
from Consultant written consent for such changes.
•
by City or persons other than
assumes full responsibility for
prior notice and has received
All improvement and /or construction plans shall be prepared with indelible
waterproof ink or electrostaticly plotted on standard 24 -inch by 36 -inch Mylar with
a minimum thickness of three mils. Consultant shall provide to City 'As- Built'
drawings, and a copy of digital ACAD and tiff image files of all final sheets within
ninety (90) days after finalization of the Project. For more detailed requirements,
a copy of the City of Newport Beach Standard Design Requirements is available
from the City's Public Works Department.
18. COMPUTER DELIVERABLES
CADD data delivered to City shall include the professional stamp of the engineer
or architect in charge of or responsible for the work. City agrees that Consultant
shall not be liable for claims, liabilities or losses arising out of, or connected with
(a) the modification or misuse by City, or anyone authorized by City, of CADD
data; (b) the decline of accuracy or readability of CADD data due to inappropriate
storage conditions or duration; or (c) any use by City, or anyone authorized by
City, of CADD data for additions to this Project, for the completion of this Project
by others, or for any other Project, excepting only such use as is authorized, in
writing, by Consultant. By acceptance of CADD data, City agrees to indemnify
Consultant for damages and liability resulting from the modification or misuse of
such CADD data. All original drawings shall be submitted to City in the version
of AutoCAD used by CITY in ".dwg" file format on a CD, and should comply with
the City's digital submission requirements for Improvement Plans. The City will
provide AutoCAD file of City Title Sheets. All written documents shall be
transmitted to City in the City's latest adopted version of Microsoft Word and
Excel.
19. CONFIDENTIALITY
All Documents, including drafts, preliminary drawings or plans, notes and
communications that result from the services in this Agreement, shall be kept
confidential unless City authorizes in writing the release of information.
20. OPINION OF COST
Any opinion of the construction cost prepared by Consultant represents his /her
judgment as a design professional and is supplied for the general guidance of
City. Since Consultant has no control over the cost of labor and material, or over
competitive bidding or market conditions, Consultant does not guarantee the
accuracy of such opinions as compared to contractor bids or actual cost to City.
21. INTELLECTUAL PROPERTY INDEMNITY
The Consultant shall defend and indemnify City, its agents, officers,
representatives and employees against any and all liability, including costs, for
infringement of any United States' letters patent, trademark, or copyright
P*A
23.
24.
25.
26.
0 0
infringement, including costs, contained in Consultant's drawings and
specifications provided under this Agreement.
RECORDS
Consultant shall keep records and invoices in connection with the work to be
performed under this Agreement. Consultant shall maintain complete and
accurate records with respect to the costs incurred under this Agreement and
any services, expenditures and disbursements charged to City, for a minimum
period of three (3) years, or.for any longer period required by law, from the date
of final payment to Consultant under this Agreement. All such records and
invoices shall be clearly identifiable. Consultant shall allow a representative of
City to examine, audit and make transcripts or copies of such records and
invoices during regular business hours. Consultant shall allow inspection of all
work, data, Documents, proceedings and activities related to the Agreement for a
period of three (3) years from the date of final payment to Consultant under this
Agreement.
WITHHOLDINGS
City may withhold payment to Consultant of any disputed sums until satisfaction
of the dispute with respect to such payment. Such withholding shall not be
deemed to constitute a failure to pay according to the terms of this Agreement.
Consultant shall not discontinue work as a result of such withholding. Consultant
shall have an immediate right to appeal to the City Manager or his/her designee
with respect to such disputed sums. Consultant shall be entitled to receive
interest on any withheld sums at the rate of return that City earned on its
investments during the time period, from the date of withholding of any amounts
found to have been improperly withheld.
ERRORS AND OMISSIONS
In the event of errors or omissions that are due to the negligence or professional
inexperience of Consultant which result in expense to City greater than what
would have resulted if there were not errors or omissions in the work
accomplished by Consultant, the additional design, construction and /or
restoration expense shall be borne by Consultant. Nothing in this paragraph is
intended to limit City's rights under any other sections of this Agreement.
CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the right to employ other Consultants in connection with the
Project.
CONFLICTS OF INTEREST
The Consultant or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act "), which (1) requires such
persons to disclose any financial interest that may foreseeably be materially
affected by the work performed under this Agreement, and (2) prohibits such
10
0
persons from making, or participating in making, decisions that will foreseeably
financially affect such interest.
If subject to the Act, Consultant shall conform to all requirements of the Act.
Failure to do so constitutes a material breach and is grounds for immediate
termination of this Agreement by City. Consultant shall indemnify and hold
harmless City for any and all claims for damages resulting from Consultant's
violation of this Section.
27. NOTICES
All notices, demands, requests or approvals to be given under the terms of this
Agreement shall be given in writing, to City by Consultant and conclusively shall
be deemed served when delivered personally, or on the third business day after
the deposit thereof in the United States mail, postage prepaid, first -class mail,
addressed as hereinafter provided. All notices, demands, requests or approvals
from Consultant to City shall be addressed to City at:
Attn: Robert Stein, P.E.
Public Works Department
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA, 92663
Phone: 949 - 644 -3322
Fax: 949 - 644 -3318
All notices, demands, requests or approvals from CITY to Consultant shall be
addressed to Consultant at:
Attention: John Minchin
Dudek & Associates, Inc.
605 Third Street
Encinitas, CA 92024
Phone: 760 -479 -4279
Fax: 760- 942 -9976
28. TERMINATION
In the event that either party fails or refuses to perform any of the provisions of
this Agreement at the time and in the manner required, that party shall be
deemed in default in the performance of this Agreement. If such default is not
cured within a period of two (2) calendar days, or if more than two (2) calendar
days are reasonably required to cure the default and the defaulting party fails to
give adequate assurance of due performance within two (2) calendar days after
receipt of written notice of default, specifying the nature of such default and the
steps necessary to cure such default, the non - defaulting party may terminate the
Agreement forthwith by giving to the defaulting party written notice thereof.
Notwithstanding the above provisions, City shall have the right, at its sole
discretion and without cause, of terminating this Agreement at any time by giving
seven (7) calendar days prior written notice to Consultant. In the event of
11
29.
U
31
32
33.
34.
termination under this Section, City shall pay Consultant for services
satisfactorily performed and costs incurred up to the effective date of termination
for which Consultant has not been previously paid. On the effective date of
termination, Consultant shall deliver to City all reports, Documents and other
information developed or accumulated in the performance of this Agreement,
whether in draft or final form.
COMPLIANCE WITH ALL LAWS
Consultant shall at its own cost and expense comply with all statutes,
ordinances, regulations and requirements of all governmental entities, including
federal, state, county or municipal, whether now in force or hereinafter enacted.
In addition, all work prepared by Consultant shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be
subject to approval of the Project Administrator and City.
WAIVER
A waiver by either party of any breach, of any term, covenant or condition
contained herein shall not be deemed to be a waiver of any subsequent breach
of the same or any other term, covenant or condition contained herein, whether
of the same or a different character.
INTEGRATED CONTRACT
This Agreement represents the full and complete understanding of every kind or
nature whatsoever between the parties hereto, and all preliminary negotiations
and agreements of whatsoever kind or nature are merged herein. No verbal
agreement or implied covenant shall be held to vary the provisions herein.
CONFLICTS OR INCONSISTENCIES
In the event there are any conflicts or inconsistencies between this Agreement
and the Scope of Services or any other attachments attached hereto, the terms
of this Agreement shall govern.
AMENDMENTS
This Agreement may be modified or amended only by a written document
executed by both Consultant and City and approved as to form by the City
Attorney.
SEVERABILITY
If any term or portion of this Agreement is held to be invalid, illegal, or otherwise
unenforceable by a court of competent jurisdiction, the remaining provisions of
this Agreement shall continue in full force and effect.
12
0
1
Ll
0 0
35. CONTROLLING LAW AND VENUE
The laws of the State of California shall govern this Agreement and all matters
relating to it and any action brought relating to this Agreement shall be
adjudicated in a court of competent jurisdiction in the County of Orange.
36. EQUAL OPPORTUNITY EMPLOYMENT
Consultant represents that it is an equal opportunity employer and it shall not
discriminate against any subcontractor, employee or applicant for employment
because of race, religion, color, national origin, handicap, ancestry, sex or age.
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on
the day and year first written above.
APPROVED AS TO FORM:
By:
Aaron C. Harp
Assistant City Attorney
City of Newport Beach
ATTEST:
By:
LaVonne Harkless,
City Clerk
CITY OF NEWPORT BEACH,
A Municipal Corporation
By:
John Heffernan, Mayor
for the City of Newport Beach
CONSULTANT:
By:
(Corporate Officer)
Title:
Print Name:
By:
(Financial Officer)
Title:
Print Name:
Attachments: Exhibit A — Scope of Services
Exhibit B — 2005 Schedule of Billing Rates
F: %USERS%PBVISharedlAgreementstFY 05- 061Dudek -Buck Gully Wetlands C- 3778.doc
13
Engineering, Planning,
Corporate Office:
i & ASSOCIATES, I NC. Environmental Sciences and 605 Third Street
Management servfus Encinitas. California 92024
June 16, 2005
Robert Stein
Principal Civil Engineer, Public Works Department
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
760.942.5147
FaOM.6320164
205091 -300
Subject. Revised Project Proposal for Environmental and Engineering Services
for the Buck Gully Erosion Control Project; City of Newport Beach,
California
Dear Mr. Stein:
Dudek & Associates, Inc. (Dudek) is pleased to submit this revised project proposal for
environmental and engineering services related to the Buck Gully Erosion Control Project in the
City of Newport Beach. This revised proposal is based upon the modified project that we
discussed at our site meeting with you on June 1, 2005, and your subsequent direction provided
in your Scope of Work (SOW) write -up and sketch dated June 3, 2005. The proposed scope of
work is now refocused on and limited to the storm drain outfall and road crossing location at the
bottom of Buck Gully, at the end of the canyon access road, below Poppy Avenue & 51h Avenue.
It is our understanding that the project will now focus on improving the drainage facilities in that
location, repairing erosion damage, removing sediment accumulation and developing a water
quality treatment basin area at the confluence of the main creek and the side drainage coming
from the outfall pipe, so that the area can be rehabilitated to provide improved water quality for
downstream resources.
The goal of the project will be to improve the creek and side drainage, while demonstrating both
engineering and revegetation treatments to the State Water Resources Control Board ( SWRCB)
and the public, with the goal to help improve water quality in the creek in that location. The
project would be designed to address the intent of the SWRCB water quality treatment grant. It
is our understanding that the city has received preliminary direction from SWRCB, that doing
work in one location of the creek may satisfy the grant requirements. This current proposal is
based upon that assumption. If the scope of the project expands then this scope of work and
costs would need to be modified accordingly.
10
0
is
Mr. Robert Stein
Re: Revised Project Proposal for Environmental and Engineering Services for the Buck Gully
Erosion Control Project, City of Newport Beach, California
The services outlined in this proposal include attending a meeting with the local Regional Water
Quality Control Board (RWQCB) staff; preparation of preliminary plans showing the proposed
engineering creek bank stabilization measures and drainage improvements; preparation of a
preliminary plan showing the modification of wetland areas with proposed revegetation
treatments and enhancement measures including removal of exotic species and planting of new
wetland native species; preparation of a conceptual wetland mitigation and monitoring plan
(report); preparation of a Categorical Exemption; permitting coordination and processing with
the resource agencies; preparation of construction documents for the construction of the
drainagetcreek improvements; preparation of construction documents for the wetland
mitigation/revegetation areas; and preparation of a QAPP monitoring plan. While you did not
specifically request it in your SOW, we have decided to include the preparation of the conceptual
plan because we believe it will be required as part of the permit processing. We have also
included in this scope of work construction monitoring during installation to help monitor the
project for QAPP compliance.
This current proposal includes the scope of work and costs associated with the design, permitting
and monitoring work only. We have not included the actual scope or cost for the construction
work in this proposal, since the full scope of the necessary construction work is not known at this
time, and won't be known until the construction documents are completed. Since the proposed
work includes more than just revegetation work, it is impossible for us to provide any sort of
accurate cost for the full scope of the anticipated construction work at this time. It is assumed
that once construction documents are prepared then bids can be solicited from a contractor,
and/or contractors, for installing all of the required improvements. Our subsidiary landscape
contracting and maintenance company, Habitat Restoration Sciences, Inc. (HRS), can provide a
bid proposal to you at that time for some of the grading work and the revegetation work if
desired. However, the civil engineering construction work for the drainage improvements,
including the rip /rap placement, etc., which will be needed to address the construction of the new
drainage improvements, will likely need to be bid on by a separate contractor, once the
engineering construction documents are completed.
We understand that you would like us to utilize the Categorical Exemption procedure for this
project for CEQA compliance, utilizing this approach assumes that minimal to no environmental
impacts would be incurred by this project and that the resource agency permitting would be
simple, assuming that the resource agency staff agree with this approach. If additional CEQA
analysis, review and processing, beyond the Categorical Exemption process, become necessary,
then our scope and costs would need to be modified accordingly to address the necessary
4Dadditional work.
tt_` f��. 7,7777E 205091 soo
& ASSOCIATES, INC. 1 6/16/05 2
0 0
Mr. Robert Stein
Re: Revised Project Proposal for Environmental and Engineering Services for the Buck Gully
Erosion Control Project, City of Newport Beach, California
This proposal also assumes that the necessary work will be located in jurisdictional waters under
regulatory authority of the U.S. Army Corps of Engineers (ACOE), the Regional Water Quality
Control Board (RWQCB), and the California Department of Fish and Game (CDFG), and that
the permitting would be handled in the most streamlined procedure available, assuming a
Nationwide Permit with ACOE, a streambed alteration agreement with CDFG and 401 water
quality permit with RWQCB. If more involved individual permits become necessary, then the
scope of work and costs would need to be expanded accordingly. We assume that the affected
wetland areas may include minor impacts to open water, freshwater marsh and southern arroyo
willow riparian forest A wetland delineation will need to be prepared as part of the permitting
work, to help establish the limits of the wetlands, so that accurate impact assessments can be
made. This is usually a requirement of the permitting agencies.
It is also envisioned that the proposed creek improvements and associated construction access
work, may have some indirect affect on upland coastal sage scrub resources that may require
additional permitting coordination with the City and the wildlife agencies, due to the potential
effect on the coastal California gnatcatcher (Poliioptila californica californica). This proposal
assumes that we would simply utilize time of year so that construction work would not occur
during the breeding season, thus avoiding indirect impacts to this species, such as from noise
during construction. As you know, Dudek is already under separate contract to provide the
biological resources surveys for sensitive /endangered species in this vicinity, so we will have
additional information in the near future with which to make further decisions on pertinent
restrictions and/or additional potential permitting requirements. If more involved permitting
with the resource agencies including, the U.S. Fish & Wildlife Service, become necessary, then
the scope of work and costs would need to be adjusted accordingly to address this additional
work.
Finally, this proposal also includes biological QAPP monitoring services to assess and monitor
the installation and implementation of this project during its construction and throughout the
initial 120 -day plant establishment/maintenance period for the revegetation areas. We assume
that the City will separately hire a contractor and/or contractors to implement the actual
construction and maintenance work involved in this project.
A detailed breakdown of the proposed services and costs is provided herein in Exhibits A & B.
Please feel free to call me at (760) 4794279, or Tom Larson at Dudek's Orange office at (714)
998 -8330, if you have specific technical questions regarding this proposal.
I*
X7777 C`i? r� 205091 -300
& A630CIATES, INC. 6116105 3
0
0
0
Mr. Robert Stein
Re: Revised Project Proposal for Environmental and Engineering Services for the Buck Gully
Erosion Control Project, City of Newpon Beach, California
Thank you again for the opportunity to resubmit a proposal for this work and we look forward to
continuing to work with the City on the planning and implementation of this project.
Very truly yours,
DUDEK & ASSOCIATES, INC.
John L. Minchin
Habitat Restoration Specialist/
Landscape Architect #2225
An.: Exhibits A & B
cc: David Fleitner, Dudek & Associates, Inc.
Myloc Nguyen, Dudek & Associates, Inc.
Tom Larson, Dudek & Associates, Inc. (Orange)
Russ Bergholz Dudek & associates, Inc.
Mark Girard, HRS
l' �. t. t, �.: r lftf 205031.300
6x ASSOCIATES, INC. 6116105 4
0 0
EXHIBIT A
SCOPE OF WORK
Environmental and Engineering Services for the Buck Gully Erosion Control Project
City of Newport Beach, California
Revised Proposal
June I6, 2005
The following detailed task descriptions are provided to further outline Dudek's proposed
services for the Buck Gully erosion control project.
Task 1: Regional Water Quality Control Board Coordination and Meeting
Dudek will attend a site meeting with RWQCB staff to review the scope of work and to discuss
permitting requirements for the project. Dudek will also coordinate with the City and RWQCB
during design development to coordinate the RWQCB permitting and review of the proposed
project.
Task 2: Preliminary Plan Preparation
Dudek will prepare preliminary plans to address the intended design for the engineering 46
improvements and habitat restoration/revegetation components of the project. This will include
an overall preliminary site plan showing existing conditions and proposed improvements.
Preliminary sections and/or details describing the proposed improvements will be included. The
plan and accompanying sections and/or details will address creek bank stabilization,
improvements to the existing drainage structures and creek road crossing, the creation of
expanded wetland areas for increased retention and water quality treatment, the proposed habitat
enhancement to remove exotic species from the wetland areas and the replanting of the
disturbed/invaded areas and expanded wetland areas with appropriate native species. The
preliminary plans will be drawings only and will not include a report document. A separate
conceptual wetland mitigation and monitoring plan (report) document will be prepared as
addressed in Task 3, to help facilitate the permitting process and to outline the proposed work
and installation/monitoring requirements.
Task 3: Conceptual Wetland Mitigation and Monitoring Plan
Dudek will prepare a conceptual wetlands revegetation and monitoring plan report in accordance
with the requirements of the resource agencies including, the U.S. Army Corps of Engineers
(ACOE), the Regional Water Quality Control Board ( RWQCB), and the Calif. Dept. of Fish &
Game (CDFG). The conceptual wetlands revegetation and monitoring plan will consist of written •
205091300
S ASSOCIATES, INC- 6116/05 1
EXHIBIT A
SCOPE OF WORK
Environmental and Engineering Services for the Buck Gully Erosion Control Project
City of Newport Beach, California
Revised Proposal
June 16, 2005
text, with supportive maps and graphics that will adequately explain and outline the proposed
creek improvements and revegetation program. This document will be prepared as a stand alone
document in written report format, acceptable to the resource agencies. The plan will describe
specific methods of creek bank stabilization, habitat revegetation, including wetland creation and
enhancement, upland revegetation if required, required wetland grading, proposed planting and
irrigation installation methods, maintenance requirements, performance criteria and specific
guidelines for the maintenance and monitoring of the program.
This task will address the onsite revegetation area associated with the creek /drainage
improvements in Buck Gully only. The work does not include the identification, or planning for,
any off -site revegetation or mitigation areas if they become necessary. This scope of work
assumes that all required revegetation work can be accomplished on -site, within disturbed upland
portions of Buck Gully. If, however, offsite work becomes necessary, then this work would be
handled as an additional service with the City, once the full scope of that offsite work becomes
known.
The conceptual wetlands revegetation and monitoring plan will be prepared under the direction
of Dudek's landscape architect and habitat restoration specialist John Minchin. Dudek would
process the plan for review and approval by the City and the resource agencies, as part of the
permit processing work. Final copies of the approved report would be provided to the City for
submittal to the SWRCB. Typically the conceptual wetlands revegetation and monitoring plan is
submitted to the resource agencies as part of the wetland permitting documentation and will help
fulfill the permit requirements.
Task 4: Categorical Exemption
Based on our understanding of the Buck Gully Erosion Control Project and the City's direction,
we understand that the City desires to use a Categorical Exemption for this project, in order to
satisfy the CEQA requirements. Dudek will prepare the necessary Categorical Exemption forms
and supportive documents and will submit them to the resource agencies for review. If an
expanded CEQA analysis becomes necessary, then the scope and costs will need to be adjusted
accordingly.
7'j�, V y. ,7 1 205091.300
5i ASSOCIATES, INC. 6!16!05 2
0 0
EXHIBIT A
SCOPE OF WORK
Environmental and Engineering Services for the Buck Gully Erosion Control Project
City of Newport Beach, California
Revised Proposal
June 16, 2005
Task 5: Regulatory Agency Permitting
This scope of work and cost estimate assumes that the project will impact wetlands onsite and
that these impacts would qualify for a Nationwide Permit from ACOE, rather than individual
permit. The City may decide to avoid any wetlands impacts, and the need for this permitting
process. If wetlands impacts are anticipated, this scope also assumes that the City will prepare
and/or provide other required documents, such as a Storm Water Pollution Prevention Program
(SWPPP), Standard Urban Storm Water Mitigation Plan, Water Quality Technical Report, or
Best Management Practices (BMPs) that may be required by the regulatory agencies to satisfy
water quality regulations. Regulatory agency fees for permit processing are to be paid by the
City.
Sub -Task 5a: Section 404 Nationwide Permit
Dudek will complete and submit a pre- construction notification (PCN) under a Nationwide
Permit to the ACOE in compliance with Section 404 of the federal Clean Water Act. The PCN
will comply with the appropriate General Permit Conditions for that Nationwide Permit and will
include project description, a wetlands delineation, quantification of wetland impacts, mitigation
plan, and all associated figures (vicinity maps, project site map, construction/grading cross -
sections, mitigation area, etc.) and copies of the wetlands permit applications will be submitted
to RWQCB and CDFG.
Dudek will coordinate with the ACOE following the submission of the application. This task
includes up to two meetings with ALOE staff and one possible revisit to the project site.
Sub -Task 5b: Section 401 Water Quality Certocation Application
Dudek will complete and submit an application for a Section 401 Water Quality Certification to
the RWQCB. The application will include a project description, wetlands delineation, project
impacts to jurisdictional waters, a mitigation plan, and discussions of the regional context of the
project, biological resources, water quality impacts and measures to maintain existing water
quality, and beneficial uses and impacts to these uses. All associated figures (vicinity maps,
project site map, construction/grading cross - sections, mitigation area, etc.) and copies of the
wetlands permit applications will be submitted to the ACOE and the CDFG. 0
205091.300
S ASSOCIATES, INC. 6116105 3
hJ..auii ,nC�Ma Pq.au
0
EXHIBIT A
SCOPE OF WORK
Environmental and Engineering Services for the Buck Gully Erosion Control Project
City of Newport Beach, California
Revised Proposal
June 16, 2005
Dudek will coordinate with RWQCB staff following the submission of the application. This task
will include up to two meetings with RWQCB staff and one possible revisit to the project site.
Sub -Task 5c: Section 1602 Streambed Alteration Agreement
Dudek will submit to the CDFG an application for a Section 1602 Streambed Alteration
Agreement. The application will include a project description, wetlands delineation, mitigation
plan, and discussion of the nature of the impacts to streams or lakes, sensitive plant and wildlife
species, and impacts to water quality. All associated figures (vicinity maps, project site map,
construction/grading cross - sections, mitigation area, etc.) and copies of the wetlands permit
applications will be submitted to the RWQCB and ACOE.
Dudek will coordinate with the CDFG staff; this will include up to two meetings with CDFG
staff and one possible revisit to the project site.
Task 6: Engineering and Revegetation Construction Documents
Dudek will prepare a set of engineering and revegetation construction documents (i.e. plans, details
and specifications) in plan format (i.e. 24" x 36" d -sheet format), to implement the intent of the
engineering and restoration program outlined in the preliminary plans and conceptual mitigation
plan. The construction documents would be prepared under the direction of Dudek's landscape
architect and habitat restoration specialist John Minchin, and Dudek's Engineer Russ Berghol4
to meet the City of Newport Beach standards and guidelines and would be processed by Dudek
for plan check review and approval by the City and the resource agencies.
The construction documents will include a Cover Sheet/Title Sheet, Drainage and Site
Improvement Plans, Grading Plans, Construction Details, Irrigation Plans, Irrigation Legend and
Detail Sheets, Planting Plans, Planting Legend and Detail Sheets, and Construction.
Specifications in plan/sheet format. Dudek will provide five sets of prints of the engineering and
revegetation construction documents, at both an assumed 90 %, as well as final submittal stages.
One final set of duplicate originals (i.e. reproducible drawings) will also be provided to the City
at completion of the design phase.
205091 -300
A ASSOCIATES, INC. 6116105 4
o..fu�i mM lw co-.ga P»X.�
• •
EXHIBIT A
SCOPE OF WORK
Environmental and Engineering Services for the Buck Gully Erosion Control Project
City of Newport Beach, California
Revised Proposal
June 16, 2005
As part of the engineering design, Dudek engineers will evaluate the existing hydrology
information available for the Buck Gully, provided by the City of Newport Beach. This will
include research of project files and review of previous research done in the immediate area
addressing storm water flow. DUDEK will evaluate the approximate anticipated flows within
the study area that affect the proposed project, and will evaluate the effect they will have on the
overall Buck Gully drainage. Dudek engineers will assist Dudek restoration specialists with
determination of appropriate grade elevations for the revegetated wetland areas. Dudek engineers
and landscape architects will prepare wetland grading plans for the revegetation areas. A formal
hydrology study will not be provided. If this becomes necessary, then this would need to be
provided as an additional service.
Task 7: Preparation of a QAPP Plan 0
Dudek will prepare a Quality Assurance Protection Plan (QAPP), per the requirements of the
City of Newport Beach. The plan will address all environmental protection requirements and
monitoring and reporting requirements necessary to assure the installation progresses as intended
and is accomplished to the City standards. The plan will outline the various reporting and
monitoring requirements to be implemented during the installation phase of the project.
Task 8: Biological QAPP Construction Monitoring
Dudek will provide QAPP construction monitoring to assure that the intent of the plans and
specifications, as described in the engineering and revegetation construction documents, are
implemented properly by the contractor and in compliance with the City's QAPP requirements.
It is assumed that actual construction work will be performed by a separate contractor hired
under separate contract, directly by the City. The scope of work and fees for the contractor will
be solicited separately by the City, once the construction documents are completed.
The biological QAPP construction monitoring is assumed to include a pre- construction site visit
with the City and the contractor, periodic monitoring of construction milestones, and regular
monitoring during the 120 -day plant establishment/maintenance period. Long -term biological
monitoring to assure that the project meets any specific performance standards and/or success
�: Fri i� 205091 -300
& ASSOCiATEs, INC. 6116/05 5
14a�rmrJT M�+N =Pro(ea
E
EXHIBIT A
SCOPE OF WORK
0
Environmental and Engineering Services for the Buck Gully Erosion Control Project
City of Newport Beach, California
Revised Proposal
June 16, 2005
criteria is not included in this current scope of work, and it is assumed that this would be
contracted for at a later date, once the full scope of the long —term monitoring program has been
determined.
Dudek will conduct a pre - construction "kick -off' site visit to assess site conditions, delineate the
project limits and existing native vegetation within the project boundaries that is to be preserved,
establish the revegetation area boundaries, establish construction staging areas, discuss irrigation
provisions and water connections, coordinate equipment access issues, and verify that all site
protection requirements are being abided by the contractor. Dudek will document the pre -
construction meeting in a site observation report.
Dudek will conduct periodic monitoring visits during the construction process to review
protective fencing, site preparation, grading and drainage improvements, creek bank
stabilization, weed removal, soil preparation, irrigation system installation, container plant and
seed installation, and any other items specified in the final construction documents. This scope
of work assumes that twelve site visits will be conducted during this phase of the project,
including attendance at the pre - construction "kick -off' meeting, periodic milestone site visits
during key installation phases, and a final installation walk - through with the contractor and City
at the end of the installation phase.
Dudek will prepare site observation reports after each site visit documenting the status of the
installation and outlining items needing attention by the contractor. Dudek will fax copies of the
site observation reports to the City immediately upon completion and will keep the City
informed of key issues and coordination items via phone as they arise.
Dudek will monitor site conditions, plant establishment growth and the status of maintenance
work once monthly throughout the 120 -day post- construction plant establishment/maintenance
period (four visits). Dudek will prepare a site observation report after each visit, and will discuss
any observed or anticipated problems and possible remedial corrective actions with the City and
the contractor for resolution.
& ASSOCIATES, INC. 6116105 6
0 •
EXHIBIT A
SCOPE OF WORK
Environmental and Engineering Services for the Buck Gully Erosion Control Project
City of Newport Beach, California
Revised Proposal
June 16, 2005
Upon completion of the 120 -day plant establishment/maintenance period, Dudek will prepare a
final letter report summarizing the monitoring observations made during the project installation
and plant establishment periods. This letter will also formally acknowledge the start of the long-
term maintenance and monitoring period, which is assumed to be a five -year period, for
compliance with resource agency permits. Any variations of the installation from the
construction documents will be noted and the reasons for the changes will be documented.
Any extension in the duration of the installation and/or increased frequency of monitoring visits
requested by the City would be considered an additional service, to be negotiated accordingly
with the City.
Task 9: Project Management Coordination & City Liaison 0
Overall Dudek project management and City coordination will be performed by Tom Larson, out
of Dudek's Orange County office. Individual task management responsibilities will be assigned
by Mr. Larson utilizing staff out of Dudek's Encinitas Corporate office, accordingly. It is
currently envisioned that Myloc Ngyen will provide the CEQA/Categorical Exemption work,
Russ Bergholtz will provide the engineering design oversight and John Minchin will provide the
habitat restoration design and monitoring services coordination.
& ASSOCIATES, INC. W16105 7
W�(eu.put Txvfn Conpls, ROkeu
E
0
E
• •
DUDEK & ASSOCIATES, INC. Exhibit B
2005 STANDARD SCHEDULE OF CHARGES
Engineering Services
Project Director .............. .....................$175.00
/hr
Program Manager .......... .....................$165.00
/hr
Principal Engineer II ....... .....................$155.001hr
$150.001hr
Principal Engineer I ........ .....................$145.00/hr
/hr
Senior Project Manager . .....................$135.00
/hr
Project Manager ............. .....................$125.001hr
1hr
Resident Engineer...... ........................
$120.00/hr
Senior Engineer II .......... .....................$115.00
/hr
Senior Engineer I ..................... ..........
$105.001hr
Project Engineer It .......... ......................$95.00
/hr
Project Engineer I ............ ......................$90.00
/hr
Field Engineer II .............. ......................$95.00
/hr
Field Engineer I ............... ......................$80.00
/hr
Engineering Assistant ..... ......................$65.001hr
$34.00 /hr
Environmental Services
$175.00/hr
Principal ............... ...............................
$175.00/hr
Senior Project Manager /Specialist ......
$150.001hr
Environmental Specialist/Planner A...$140.00
/hr
Environmental Specialist/Planner V....$130.00
/hr
Environmenta( Speciafist/Planner (V...$120.00
1hr
Environmental Specialist/Planner III ...$110.00
/hr
Environmental Specialist/Planner II ....$1DO.001hr
$95.00 /hr
Environmental Specialist/Planner I.......$90.00
/hr
Analyst ............................ ......................$75.00
/hr
Urban and Community Forestry
Principal /Senior Consulting Arborist ... $175.00/hr
Senior Project Manager ....................$150.001hr
$175.00/hr
Urban Forestry Specialist V ................$130.00
/hr
Urban Forestry Specialist IV ...............$120.001hr
/hr
Urban Forestry Specialist III ................
$110.001hr
Urban Forestry Specialist 11 .................$100.00
/hr
Urban Forestry Specialist I ....................$90.OD
/hr
Research Analyst.... ....... . ......................$65.00
/hr
Construction Management Services
Principal/Manager ...............................
$175.00/hr
Senior Construction Manager ...........,$150.00
/hr
Construction Manager .... .....................$135.00
/hr
Senior Project Manager... ...................
$135.00/hr
Project Manager ... ...............................
$125.00/hr
Resident Engineer ....... .....................$120.00/hr
/hr
Construction Engineer ...................
..... $105.001hr
On -site Owner's Representative ...........
$95.00 /hr
Construction Inspector Ili ......................$95.00
/hr
Construction Inspector II . ......................$90.00
/hr
Construction Inspector I .. ......................$85.00/hr
$57.001hr
i& +SSOCIATTS. INC.
I- . >_1,....11
Hydrogeological Services
Principal .................. ............................... $175.00 /hr
Sr. Hydrogeologist/Sr. Project Manager $150.001hr
Associate Hydrogeologist/Engineer....... $115.D0/hr
Hydrogeologist IV /Engineer IV .............. $110.00 /hr
Hydrogeologist III /Engineer III ................. $95.00 /hr
Hydrogeologist II /Engineer II ................... $85.00 /hr
Hydrogeologist [/Engineer I ..................... $75.00 /hr
Technician ................ ............................... $65.00 /hr
District Management & Operations
District General Manager .......................
$155.001hr
District Engineer ..... ...............................
$120.001hr
District Manager ..... ...............................
$130.00 /hr
District Manager Assistant .......................
$75.00/hr
District Secretary/Account ......................
$80.001hr
Collections System Manager .................$80.00
/hr
Grade V Operator ..... ...............................
$95.001hr
Grade IV Operator .... ...............................
$80.00/hr
Grade III Operator ..... ...............................
$70.00/hr
Grade 11 Operator ...... ...............................
$60.001hr
Grade ( Operator ....... ...............................
$57.001hr
Operator in Training .. ...............................
$47.00 /hr
Collection Maintenance Worker II............
$45.001hr
Collection Maintenance Worker I .............
$34.00 /hr
Office Services
Technical/Drafting/CADD Services
3D Graphic Artist .... ...............................
$125.00 1hr
Senior Designer ........ ...............................
$95.00 /hr
Designer ................... ...............................
$85.00 /hr
GIS Specialist IV ..... ...............................
$100.DD /hr
GIS Specialist 111 ....... ...............................
$95.00 1hr
GIS Specialist If ........ ...............................
$85.001hr
GIS Specialist 1 ......... ...............................
$80.00/hr
CADD Operator II ..... ...............................
$80.00 /hr
CADD Operator I ...... ...............................
$70.00 1hr
Support Services
Computer Processing .............................. $65.00 /hr
Clerical Administration ............................. $60.001hr
Forensic Engineering - Court appearances, depositions, and interrogatories as
expert witness will be billed at 1.75 times normal rates.
Emergency and Holidays- Minimum charge of two hours will be billed at 1.5
rimes the normal rate.
Material and Outside services - Subcontractors, rental of special equipment,
special reproductions and blueprinting, outside data processing and computer
services, etc., are charged at 1.15 times the direct cost.
Travel Expenses - Mileage at 40.5 cents per mile. Per diem where overnight
stay is involved is charged at cost
Invoices, Late Charges.. M fees will be billed to Client monthly and shall be
due and payable upon receipt Invoices are delinquent if not paid within thirty (30)
days from the date of the invoice. Client agrees to pay a monthly late charge
equal to one percent (?%) per month of the outstanding balance until paid in ful.
Effective January 1, 2005
EXHIBIT B
COST ESTIMATE
Environmental and Engineering Services for the Buck Gully Erosion Control Project
City of Newport Beach, California
Revised Proposal
June 16, 2005
The following costs, broken down by task, further outline Dudek's proposed costs for the
services necessary for the Buck Gully erosion control project.
Task 1 Regional Water Quality Control Board Coordination
The estimated labor cost for this task is ........................ ............................... ......................$1,500.00
Task 2 Preliminary Plan Preparation
The estimated labor cost for this task is ....................... ............................... ......................$6,500.00
Task 3 Conceptual Wetlands Mitigation and Monitoring Plan
The estimated labor cost for this task is ....................... ............................... ......................$4,500.00
Task 4 Categorical Exemption
The estimated labor cost for this task is....................... ............................... ......................$2,500.00
Task 5 Resource Agency Permitting
The estimated labor cost for this task is ...................... ............................... .....................$12,000.00
Task 6 Engineering and Revegetation Construction Documents
The estimated labor cost for this task is ....................... ............................... .....................$17,500.00
Task 7 Preparation of a QAPP Plan
The estimated labor cost for this task is ....................... ............................... ......................$2,500.00
Task 8 Biological QAPP Construction Monitoring
The estimated labor cost for this task is ....................... ............................... ......................$8,500.00
Task 9 Project Management Coordination & City Liason
The estimated cost for this task is ................................. ............................... ......................$2,500.00
TOTAL ESTIMATED COSTS .......................................... ............................... $58,000.00
r�
�J
t"Tr7r7 205091 -300
S ASSOCIATES, INC. 6 /16105 1
r.oMw,. i te.� M c.,.qe r.oiow
i EXHIBIT B
COST ESTIMATE
0
0
Environmental and Engineering Services for the Buck Gully Erosion Control Project
City of Newport Beach, California
Revised Proposal
June I6, 2005
All work performed by Dudek will be billed on a time- and - materials basis, according to Dudek's
2005 Standard Schedule of Charges. Total Dudek labor costs for this scope of work are not to
exceed $55,000.00. Direct/reimbursable charges, such as printing and reprographics, mileage for
site visits, delivery charges, and other miscellaneous reimbursable charges, will be billed at cost
plus 15% markup and are anticipated to be approximately $2,000.00.
The total Dudek contract amount for the described scope of work, including direct/reimbursable
costs, would be $60,000.00. All services would be billed monthly on a time and materials basis,
per Dudek's 2005 Standard Schedule of Charges, not to exceed this amount, for the services
described. All additional services would be billed at a time and materials basis in addition to this
amount, based upon approval by the City of Newport Beach.
7=7, ri/ 205091 -300
6; ASSOCIATES, INC. 6/16/05 2