HomeMy WebLinkAboutC-4408 - PSA for Big Canyon Creek Restoration.x
PROFESSIONAL SERVICES AGREEMENT WITH
WESTON SOLUTIONS, INC. FOR
BIG CANYON CREEK RESOTRATTIION
THIS AGREEMENT is made and entered into as of this 0� I141day of ®(,
2009, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation
( "City"), and WESTON SOLUTIONS, INC., a Pennsylvania Corporation whose address
is 2433 Impala Drive, Carlsbad, California, 92010 ( "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 restore the 55 -acre Big Canyon Nature Park between
Jamboree Road and Upper Newport Bay.
C. City desires to engage Consultant to provide water quality monitoring and
assessment services for the Big Canyon Creek Restoration Project ( "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 David Pohl,
P.E., PhD.
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:
The term of this Agreement shall commence on the above written date, and shall
terminate on the 31st day of December, 2010, unless terminated earlier as set
forth herein.
2. SERVICES TO BE PERFORMED
Consultant shall diligently perform all the services described in the Scope of
Services attached hereto as Exhibit A and incorporated herein by reference. The
City may elect to delete certain tasks of the Scope of Services at its sole
discretion.
3. TIME OF PERFORMANCE
Time is of the essence in the performance of services under this Agreement and
Consultant shall perform the services in accordance with the schedule included
in Exhibit A. The failure by Consultant to strictly adhere to the schedule may
result in termination of this Agreement by City.
Notwithstanding the foregoing, Consultant shall not be responsible for delays
due to causes beyond Consultant's reasonable control. However, in the case of
any such delay in the services to be provided for the Project, each party hereby
agrees to provide notice to the other party so that all delays can be addressed.
3.1 Consultant shall submit all requests for extensions of time for
performance in writing to the Project Administrator not later than ten (10)
calendar days after the start of the condition that purportedly causes a
delay. The Project Administrator shall review all such requests and may
grant reasonable time extensions for unforeseeable delays that are
beyond Consultant's control.
3.2 For all time periods not specifically set forth herein, Consultant shall
respond in the most expedient and appropriate manner under the
circumstances, by either telephone, fax, hand - delivery or mail.
4. COMPENSATION TO CONSULTANT
City shall pay Consultant for the services on a time and expense not -to- exceed
basis in accordance with the provisions of this Section and the Schedule of
Billing Rates attached hereto as Exhibit B and incorporated herein by reference.
Consultant's compensation for all work performed in accordance with this
Agreement, including all reimbursable items and subconsultant fees, shall not
exceed Twenty -Seven Thousand, Five Hundred Forty -Three Dollars and
no /100 ($27,543.00) without prior written authorization from City. No billing rate
changes shall be made during the term of this Agreement without the prior
written approval of City.
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
2
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 writing
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 DAVID POHL to
be its Project Manager. Consultant shall not remove or reassign the Project
Manager or any personnel listed in Exhibit A or assign any new or replacement
personnel to the Project without the prior written consent of City. City's approval
shall not be unreasonably withheld with respect to the removal or assignment of
non -key personnel.
Consultant, at the sole discretion of City, shall remove from the Project any of its
personnel assigned to the performance of services upon written request of City.
Consultant warrants that it will continuously furnish the necessary personnel to
complete the Project on a timely basis as contemplated by this Agreement.
3
6. ADMINISTRATION
This Agreement will be administered by the Public Works Department. Robert
Stein shall be the Project Administrator and shall have the authority to act for
City under this Agreement. The Project Administrator or his 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. By
delivery of completed work, Consultant certifies that the work conforms to
the requirements of this Agreement and all applicable federal, state and
local laws and the professional standard of care.
8.2 Consultant represents and warrants to City that it has, shall obtain, and
shall keep in full force in effect during the term hereof, at its sole cost and
expense, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature that is legally required of Consultant to practice its
profession. Consultant shall maintain a City of Newport Beach business
license during the term of this Agreement.
13
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,
volunteers 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
the negligence, recklessness, or willful misconduct of the Consultant or 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
sole negligence, active negligence or willful misconduct of the Indemnified
Parties. Nothing in this indemnity shall be construed as authorizing any award of
attorney's fees in any action on or to enforce the terms of this Agreement. This
indemnity shall apply to all claims and liability regardless of whether any
insurance policies are applicable. The policy limits do not act as a limitation
upon the amount of indemnification to be provided by the Consultant.
10. INDEPENDENT CONTRACTOR
it is understood that City retains Consultant on an independent contractor basis
and Consultant is not an agent or employee of City. The manner and means of
conducting the work are under the control of Consultant, except to the extent
they are limited by statute, rule or regulation and the expressed terms of this
Agreement. Nothing in this Agreement shall be deemed to constitute approval
for Consultant or any of Consultant's employees or agents, to be the agents or
employees of City. Consultant shall have the responsibility for and control over
the means of performing the work, provided that Consultant is in compliance with
the terms of this Agreement. Anything in this Agreement that may appear to give
City the right to direct Consultant as to the details of the performance or to
exercise a measure of control over Consultant shall mean only that Consultant
shall follow the desires of City with respect to the results of the services.
5
11. COOPERATION
Consultant agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or
interest in the work to be performed. City agrees to cooperate with the
Consultant on the Project.
12. CITY POLICY
Consultant shall discuss and review all matters relating to policy and Project
direction with City's Project Administrator in advance of all critical decision points
in order to ensure the Project proceeds in a manner consistent with City goals
and policies.
13. PROGRESS
Consultant is responsible for keeping the Project Administrator and /or his/her
duly authorized designee informed on a regular basis regarding the status and
progress of the Project, activities performed and planned, and any meetings that
have been scheduled or are desired.
14. INSURANCE
Without limiting Consultant's indemnification of City, and prior to commencement
of work, Consultant shall obtain, provide and maintain at its own expense during
the term of this Agreement, a policy or policies of liability insurance of the type
and amounts described below and in a form satisfactory to City.
A. Certificates of Insurance. Consultant shall provide certificates of
insurance with original endorsements to City as evidence of the insurance
coverage required. herein. Insurance certificates must be approved by
City's Risk Manager prior to commencement of performance or issuance
of any permit. Current certification of insurance shall be kept on file with
City at all times during the term of this Agreement.
B. Signature. A person authorized by the insurer to bind coverage on its
behalf shall sign certification of all required policies.
C. Acceptable Insurers. All insurance policies shall be issued by an
insurance company currently authorized by the Insurance Commissioner
to transact business of insurance in the State of California, with an
assigned policyholders' Rating of A (or higher) and Financial Size
Category Class VII (or larger) in accordance with the latest edition of
Best's Key Rating Guide, unless otherwise approved by the City's Risk
Manager.
0
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 (10 calendar days written notice of non-
payment of premium) prior to such change. The insurer shall agree
to waive all rights of subrogation against City, its officers, agents,
employees and volunteers for losses arising from work performed
by Consultant for City.
ii. General Liability Coverage. Consultant shall maintain commercial
general liability insurance in an amount not less than one million
dollars ($1,000,000) per occurrence for bodily injury, personal
injury, and property damage, including without limitation,
contractual liability. If commercial general liability insurance or
other form with a general aggregate limit is used, either the general
aggregate limit shall apply separately to the work to be performed
under this Agreement, or the general aggregate limit shall be at
least twice the required occurrence limit.
iii. Automobile Liability Coverage. Consultant shall maintain
automobile insurance covering bodily injury and property damage
for all activities of the Consultant arising out of or in connection with
work to be performed under this Agreement, including coverage for
any owned, hired, non -owned or rented vehicles, in an amount not
less than one million dollars ($1,000,000) combined single limit for
each occurrence.
iv. Professional Errors and Omissions Insurance. Consultant shall
maintain professional errors and omissions insurance, which
covers the services to be performed in connection with this
Agreement in the minimum amount of one million dollars
($1,000,000).
E. Endorsements. Each general liability and automobile liability insurance
policy shall be endorsed with the following specific language:
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.
7
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 (10 calendar days
written notice of non - payment of premium) written notice has been
received by City.
F. Timely Notice of Claims. Consultant shall give City prompt and timely
notice of claim made or suit instituted arising out of or resulting from
Consultant's performance under this Agreement.
G. Additional Insurance. Consultant shall also procure and maintain, at its
own cost and expense, any additional kinds of insurance, which in its own
judgment may be necessary for its proper protection and prosecution of
the work.
15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following
shall be construed as an assignment: The sale, assignment, transfer or other
disposition of any of the issued and outstanding capital stock of Consultant, or of
the interest of any general partner or joint venturer or syndicate member or
cotenant if Consultant is a partnership or joint- venture or syndicate or cotenancy,
which shall result in changing the control of Consultant. Control means fifty
percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more
of the assets of the corporation, partnership or joint- venture.
51
16. SUBCONTRACTING
City and Consultant agree that subconsultants may be used to complete the work
outlined in the Scope of Services. The subconsultants authorized by City to
perform work on this Project are identified in Exhibit A. Consultant shall be fully
responsible to City for all acts and omissions of the subcontractor. Nothing in this
Agreement shall create any contractual relationship between City and
subcontractor nor shall it create any obligation on the part of City to pay or to see
to the payment of any monies due to any such subcontractor other than as
otherwise required by law. The City is an intended beneficiary of any work
performed by the subcontractor for purposes of establishing a duty of care
between the subcontractor and the City. Except as specifically authorized herein,
the services to be provided under this Agreement shall not be otherwise assigned,
transferred, contracted or subcontracted out without the prior written approval of
City.
17. OWNERSHIP OF DOCUMENTS
Each and every report, draft, map, record, plan, document and other writing
produced (hereinafter "Documents "), prepared or caused to be prepared by
Consultant, its officers, employees, agents and subcontractors, in the course of
implementing this Agreement, shall become the exclusive property of City, and
City shall have the sole right to use such materials in its discretion without further
compensation to Consultant or any other party. Consultant shall, at Consultant's
expense, provide such Documents to City upon prior written request.
Documents, including drawings and specifications, prepared by Consultant
pursuant to this Agreement are not intended or represented to be suitable for
reuse by City or others on any other project. Any use of completed Documents
for other projects and any use of incomplete Documents without specific written
authorization from Consultant will be at City's sole risk and without liability to
Consultant. Further, any and all liability arising out of changes made to
Consultant's deliverables under this Agreement by City or persons other than
Consultant is waived against Consultant and City assumes full responsibility for
such changes unless City has given Consultant prior notice and has received
from Consultant written consent for such changes.
18. COMPUTER DELIVERABLES
CADD data delivered to City shall include the professional stamp of the engineer
or architect in charge of or responsible for the work. City agrees that Consultant
shall not be liable for claims, liabilities or losses arising out of, or connected with
(a) the modification or misuse by City, or anyone authorized by City, of CADD
data; (b) the decline of accuracy or readability of CADD data due to inappropriate
storage conditions or duration; or (c) any use by City, or anyone authorized by
City, of CADD data for additions to this Project, for the completion of this Project
by others, or for any other Project, excepting only such use as is authorized, in
N
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. 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.
21. 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.
22. WITHHOLDINGS
City may withhold payment to Consultant of any disputed sums until satisfaction
of the dispute with respect to such payment. Such withholding shall not be
deemed to constitute a failure to pay according to the terms of this Agreement.
Consultant shall not discontinue work as a result of such withholding. Consultant
shall have an immediate right to appeal to the City Manager or 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.
10
23. ERRORS AND OMISSIONS
In the event of errors or omissions that are due to the negligence or professional
inexperience of Consultant which result in expense to City greater than what
would have resulted if there were not errors or omissions in the work
accomplished by Consultant, the additional design, construction and/or
restoration expense shall be borne by Consultant. Nothing in this paragraph is
intended to limit City's rights under the law or any other sections of this
Agreement.
24. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the right to employ other Consultants in connection with the
Project.
25. CONFLICTS OF INTEREST
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.
26. NOTICES
All notices, demands, requests or approvals to be given under the terms of this
Agreement shall be given in writing, and conclusively shall be deemed served
when delivered personally, or on the third business day after the deposit thereof
in the United States mail, postage prepaid, first -class mail, addressed as
hereinafter provided. All notices, demands, requests or approvals from
Consultant to City shall be addressed to City at:
Attn: Robert Stein
Public Works Department
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA, 92663
Phone: 949 - 644 -3322
Fax: 949 - 644 -3318
11
All notices, demands, requests or approvals from CITY to Consultant shall be
addressed to Consultant at:
Attention: David Pohl
Weston Solutions, Inc.
2433 Impala Drive
Carlsbad, CA 92010
Phone: 750 795 -6900
Fax: 750 931 -1580
27. 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, and thereafter diligently take steps to cure
the default, the non - defaulting party may terminate the Agreement forthwith by
giving to the defaulting party written notice thereof.
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.
28. 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.
29. 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.
12
30. 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.
31. 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.
32. INTERPRETATION
The terms of this Agreement shall be construed in accordance with the meaning
of the language used and shall not be construed for or against either party by
reason of the authorship of the Agreement or any other rule of construction
which might otherwise apply.
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:
OFFICE OF THE CITY ATTORNEY:
By:
ynet eauchamp
Assistant City Attorney
By:
6w--
Leilanh. Brown, -,,Sv°
City Clerk
c
CITY OF NEWPORT BEACH,
A Municipal Coen
then . Badum,
blic orks Director
CONSULTANT:
WESTON SOLUTIONS, INC.
By: —
David H. Pohl.
Principal Project Manager
By: k64�1
1'✓la �Fh. e u/ lJc.� �u,..
(Cnntr� Com' I$ )O&cp
Attachments: Exhibit A – Scope of Services
Exhibit B – Schedule of Billing Rates
14
WE3TON SOLUTIONS, INC.
2433 Impala Drive
Carlsbad, CA 92010
_ (780) 7956900 1 931 -1590 FAX
www.westonsolotion lutions.com
January 8, 2008
Subject: Scope of Work and Cost Proposal
Big Canyon Creek Restoration Project
Follow -up Water Quality Sampling and Analysis
Dear Mr. Reader:
Weston Solutions, Inc. (Weston) is pleased to provide a Scope of Work for water quality
monitoring and assessment for the Big Canyon Creek Restoration Project. Weston is a
leader in developing solutions to water resource problems and will use our team's
expertise to assist the City of Newport Beach (City) in developing and implementing the
design of the Big Canyon project. Our on -going work in the City of Newport Beach and
with the State Water Quality Control Board (SWQCB) provides you with a team that has
hands -on working knowledge of the issues the Big Canyon Restoration Project is facing
and a solid understanding of water quality issues and regulatory requirements. This
Scope of Work includes the following services:
Task I — Follow Up Water Quality Samulin z and Analysis
Subtask 1- Dry Weather Event
Weston will conduct additional pre - project baseline dry weather water quality sampling
and analysis program in accordance with the approved project Quality Assurance Project
Plan (QAPP). Dry weather sampling will consist of one (1) dry weather event and will
take place during the spring months following the 2007 -2008 wet weather season. A dry
weather sampling event will be considered viable if the event has been preceded by 72
hours of dry weather (less than 0.10 inches of rainfall). Costs for this task include two
sample stations: Station #2 will be located approximately 20 meters upstream of the
culvert that carries Big Canyon Creek under Jamboree Road and Station #1 will be
located just upstream of MacArthur Boulevard. Additional stations may be added on a
cost- per - station basis.
Per the project QAPP, dry weather samples will be collected during a four consecutive
day period. Analytes with holding times greater than four days will be composited using
equal volumes from each day. With the exception of bacterial indicators, analytes with
holding times less than four days will be analyzed only on the sample collected during
the first day of the four day period. Bacterial indicator samples will be analyzed
individually for each day of sample collection (four samples total). It is assumed that
Weston will collect the water samples during the first day of the sampling period and the
City of Newport Beach January 8, 2008
Big Canyon Restoration Project Page 2
City will provide support to collect the water samples on the second, third and fourth day
of sampling. Weston will coordinate with the City on the sampling times and dates for
this Task.
During the dry event, flow measurements at each station will be collected during the first
day of grab sample collection. Acute and chronic toxicity tests will be conducted using
water samples collected during the dry weather event. Acute toxicity testing will be
performed using the freshwater species Hyalella azteca (Hyalella). Chronic toxicity
testing will be performed using the freshwater species Ceriodaphnia dubia
(Ceriodaphnia). An acute test endpoint will also be measured from the Ceriodaphnia
test. Analytes and analytical methods for the water samples are summarized in Table 1.
Table 1. Constituent list and analytical methods for Big Canyon Creek samples.
Analyte
Total and Dissolved Metals
Organochlorine Pesticides and PCBs
Method
EPA method 200.8m
EPA 625 m 827 m
Organophosporous Pesticides
EPA 625 m 8270C m
Synthetic Pyrethroids
EPA 625(m)/8270C(m)
Biochemical Oxygen Demand
EPA 405.1
Boron in Water De_terntination _
Chloride in Water Determination
EPA 200.8
SM 4500 -C1' F/EPA 300.1
N_i_hWe in Water Detemrination - - --
EPA 300.1
EPA 300.1
Total Ni r en -
Nitrite in Water Detemunation
PH in Water Determination
Settleable Solids in Water Deternnation
EPA 300.1
EPA 150.1
SM 2540 F/EPA 160.5
Sulfate in Water Detemvnation
SM 4500 504 F/EPA
300.1
SM 5540 -C
_
MBAS in Water Determination - -- —
Total Dissolved Solids in Water Determination
Total Hardness as CaCO3 in Water Detemrination
SM_ 2450 C
SM 2340 -B
Total Orthophosphate (as P) in Water
Detem ination
SM 4500 -P E
SM 4500 -S2 D
Total Sulfides in Water Determination
Total Suspended Solids in Water Detemunation
SM 2540 -D
Total Coliform Bacteria
Fecal Coliform Bacteria
Enterococctms Bacteria
SM9221
SM9221
SM9230
— —
Oil & Grease in Water Deternrination — —
EPA 1664A
Acute Toxicity Test
EPA/600/R -99064
Chronic Toxicity Test
Volumetnc flow rate Jvveiocity
H
Conductive
EPA- 821 -R -02 -013
Collected in Field
Collected in Field
Collected en Field
T
Collected in Field
City of Newport Beach January 8, 2008
Big Canyon Restoration Project Page 3
Subtask 2 - Wet Weather Sampling and Analysis
Weston will conduct additional pre -project baseline wet weather water quality sampling
and analysis in accordance with the approved project QAPP. Wet weather sampling will
consist of one (1) wet weather event and will take place during the 2007-2008 wet
weather season. A storm event will be considered viable for monitoring and sample
collection only if it is predicted to generate 0.25 inches (or greater) of rainfall and is
preceded by 72 hours of dry weather. Costs for this task include two sample stations:
Station #2 will be located approximately 20 meters upstream of the culvert that carries
Big Canyon Creek under Jamboree Road and Station #I will be located just upstream of
MacArthur Boulevard. Additional stations may be added on a cost -per -station basis.
Best professional judgment will be used to monitor rainfall and runoff in order to collect
the grab samples during the storm peak flow based on the hydrograph information.
Acute and chronic toxicity tests will be conducted using water samples collected during
the wet weather event. Acute toxicity testing will be performed using the freshwater
species Hyalella azteca (Hyalella). Chronic toxicity testing will be performed using the
freshwater species Ceriodaphnia dubia (Ceriodaphnia). An acute test endpoint will also
be measured from the Ceriodaphnia test. Analytes and analytical methods for the water
samples are summarized in Table 1.
Deliverables:
January 2008 - April 2008 — Wet Weather Sampling and Sample Analysis
Weston estimates the total cost to perform this task at: $24,543
Task II — Water Ouality Technical Memorandum Addendum
Weston will report the results of the water quality assessments detailed in Tasks I in a
Technical Memorandum as an addendum to the Big Canyon Creek Flow and Water
Quality Assessment Final Report dated August 2007. The Technical Memorandum will
include the field measurement, laboratory analysis, toxicity testing results for the wet
weather sampling and analysis to be conducted in 2008. The Memo will also include
summaries of all activities associated with collecting, transporting, and analysis of the
water samples.
Deliverables:
July 2008— Technical Memorandum of Wet Weather Sampling
City of Newport Beach January 8, 2008
Big Canyon Restoration Project Page 4
Weston estimates the cost to perform this task at: $2,975
Scope of Work Summary
Key Personnel
The Weston Solution's team that will accomplish this scope of work is as follows:
Manaeement Team
David Pohl — Senior Engineer
Bryn Evans — Project Manager
Water Quality Sampling Team
Bryn Evans — Project Manager
Tommy Wells — Senior Scientist
Laurence Campagna — Environmental Analyst
Niki Woodward — Project Scientist
Water Ounlity Technical Memo Team
David Pohl — Senior Engineer
Bryn Evans — Project Manager
Total cost for work conducted under this scope: $ 27,543
Please call me at 760 - 931 -8081 if you have any questions or comments on this Scope of
Work.
Very truly yours,
L�
Weston Solutions, Inc.
David Pohl P.E., PhD
Sr. Project Manager
FEE SCHEDULE
Weston Solutions, Inc.
2433 Impala Drive, Carlsbad CA 92010
Labor Categories Rates
Senior Project Manager
160.79
Project Manager
153.48
Senior Project Engineer
160.79
Assistant Project Manager
135.21
Senior Scientist
116.94
Scientist II /Civil Engineer 1
80.40
Scientist 1
62.12
GIS Specialist
93.19
Environmental Analyst
54.82
Senior Technician
47.51
Bioassay Technician
40.20
Technician (Junior)
12.57
Contract Administrator
89.53
Word Processing/Graphics
51.16
G &A on ODC and Subs 10.0%
Fee on CDC and Subs 10.0%
d CERTIFICATE OF LIABILITY INSURANCE
PRODUCER
MARSH USA INC.
TWO LOGAN SQUARE
PHILADELPHIA, PA 19103
Attn: Phlladelphia.OartsQMarsh.com Fax: 212 - 948-0380
THIS CERTIFICATION 18 ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND I
CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAIO CLAIMS.
J25357- ALL -GAWUC -09-10
INSURERS AFFORDING COVERAGE
NAICx
INSURED NJESTON SOLUTIONS, INC.
INSURER A Commerce And Industry Ina CO
19410
INSURER It UOerty Mutual ITIS WDE Company
23043
ATTN: SUSAN HIPP- LUDWK:K, RISK MANAGER
1400 WESTON WAY
WESTCHESTER. PA 19350
INSURER C: N/A
WA
61!1512009
INSURER or American Intemational Specialty Lutes Ins CO
25883
INSURER E,
$ 1,000,000
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 BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND I
CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAIO CLAIMS.
L%
BIS
TYPEOPWWRANCE ICY POL NUMBER
BUT FAILURE TO DO SD INKALL IMPOSE NO OBLIBATON OR LIABILITY OF ANY MM
LIMITS -
A
I X
X
COMMERCIAL GENER0.LlNBILfrY
CLAIMS MADE El OCCUR
IGL 3779470
I
61!1512009
01/1512010
U
POR MI ETOS DER
$ 1,000,000
MEDEXP(AW"PHAAn)
$ 10,000
PERSONAL A ADV INJURY
$ 1,000,000
GENERAL AGGREGATE
$ 2,000,000
AGGREGATED LIMIT APPl1ES PER
POLICY ,ACT I C
GENERAL
PRODUCTS, COMPR)P
2000000
g
X
AUTOMOBILE
X
LIABLRY
ANY AUTO
A82- 1314771g0-049(AOS)
I
101/1512009
10111512010
COMBINED SINGLE LIMIT
(EXeoDMxx)
$ 1,000.000,
0.LL O'ATffOAUrOS
I
BODILY INJURY
_I
$
SCHEDULED AUTOS
(Pw PAnml
BODILY INJURY
$
X
KIREDAMOS
X
NON-0M�p AUTOS
1
(PNatcda*
PROPERTY DAMAGE
(vaNxdaNAl
$
GARAGE WIBILRY
AUTO ONLY. EAACGCENT
$
ANY AUTO
OTHERTHAN EAACC
AUTO ONLY: AGO
$
$
I
EXCESS f UMBRELLA UABULRY
EACH OCCURRENCE
$
OCCUR u CWMS MADE
AGGREGATE
$
$
DEDUCTIBLE
I
$
RETENTION S
I
CONPlNSAIgN AND
X NCSTA— N-
B
EMPLOYEW LIABILITY
ANY PROPRIETORIPARTNERAEXECUTIVE YIN
WA2- 13D477150 -019
01115'2009
01/15/2010
.L EACH ACCIDENI
1,000,000
ORROERAUEMSER EXCLUDED? F =N
�—^ 1
L DISEASE -EA EMPLOYE
$ 1,000,000
MnNH N ea. InDOeuMN
IA PRO 90
.L gEEASE -POLICY LIMIT
$ 1,000,000
oTHER
D
CONTRACTORS POLLUTION/
COPS3779370
01/15/2009
01/15/2010
EACH OCCURRENCE 1,000,000
PROFESSIONAL
AGGREGATE 1,000,000 i
DESCRIPTION OF OPE"TIONSLOCIITIOfffiNEIXCLEMXCW SIGNS ADDED BY ENOORSEMENTISPECIAL PROVISIDNa
RE: BIG CANYON CREEK FOLLOW -UP WATER QUALITY SAMPLING AND ANALYSIS
CITY OF NEWPORT BEACH, ITS ELECTED OR APPOINTED OFFICERS, OFFICIALS, AGENTS. EMPLOYEES AND VOLUNTEERS ARE INCLUDED AS
ADDITIONAL INSURED (E)(CEPT FOR WORKERS COMPENSATION AND PROFESSIONAL LIABILI AS REQUIRED BY WRITTEN CONTRACT. THIS
INSURANCE IS PRIMARY AND NONCONTRIBUTORY OVER ANY EXISTING INSURANCE AND LIMITED TO LIABILITY ARISING OUT OF THE
OPERATIONS OF THE NAMED INSURED AND WHERE REQUIRED BY WRITTEN CONTRACT. WAIVER OF SUBROGATION APPLIES IN FAVOR OF
_CERTIFICATE HOLDER.__
0189$ -2009 ACORD CORPORATION. All Rights Reserved
The ACORD name and logo are registered marks of ACORD
SHOULD ANY OF ME ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE IRE
CITY OF NEWPORT BEACH
EXPIRATION DATE THEREOF, THE BISUING INSURER VALL ENDEAVOR W MIL
ATTN: SHAUNA OYLER
29 —DAYS WRITTEN NOTICE TO WE CERTIFICATE HOLDER MIMED TO WE LEFT,
3300 NEWPORT BLVD
NEWPORT BEACH. CA 92858.8915
BUT FAILURE TO DO SD INKALL IMPOSE NO OBLIBATON OR LIABILITY OF ANY MM
0189$ -2009 ACORD CORPORATION. All Rights Reserved
The ACORD name and logo are registered marks of ACORD
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(iss) must be endorsed. A statement
on this certificate does not coffer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
This Certificate of Insurance does not constitute a contract between the Issuing insurer(s), authorized
representative or producer, and the certificate holder, nor does it affirmatively or negatively amend,
extend or alter the coverage afforded by the policies listed thereon.