HomeMy WebLinkAboutC-4424 - PSA for Buck Gully Erosion Control ProjectN
PROFESSIONAL SERVICES AGREEMENT WITH
RBF CONSULTING FOR
BUCK GULLY EROSION CONTROL PROJECT
THIS AGREEMENT is made and entered into as of this�Qf' day of gJ'4/W1�YK ,
2009, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation
( "City"), and RBF CONSULTING, a California Corporation whose address is 14725
Alton Parkway, Irvine, California, 92619 ( "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 construct an upstream detention basin in Upper Buck Gully
Canyon and a grade control system in the mouth of the Buck Gully Channel for
erosion control and canyon stabilization purposes (hereinafter referred to as THE
'Buck Gully Erosion Control Project").
C. City desires to engage Consultant to provide professional consulting services for
the Buck Gully Erosion Control Project, including preparation of the final
construction drawings and cost estimate, and preparation and processing of the
environmental documentation and agency permit applications ( "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 John
McCarthy, P.E.
F. City has solicited and received a proposal from Consultant, has reviewed the
previous experience and evaluated the expertise of Consultant, and desires to
retain Consultant to render professional services under the terms and conditions
set forth in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as
follows:
1. TERM
The term of this Agreement shall commence on the above written date, and shall
terminate on the 30th day of June, 2010, unless terminated earlier as set forth
herein.
S
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 -Five Thousand, Four Hundred Ninety -Five Dollars and
no /100 ($25,495.00) 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
2
relates, the date the services were performed, the number of hours spent
on all work billed on an hourly basis, and a description of any
reimbursable expenditures. City shall pay Consultant no later than thirty
(30) days after approval of the monthly invoice by City staff.
4.2 City shall reimburse Consultant only for those costs or expenses
specifically approved in this Agreement, or specifically approved in 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 JOHN
MCCARTHY 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.
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 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. 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.
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.
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
l.".
interest in the work to be performed. City agrees to cooperate with the
Consultant on the Project.
12. CITY POLICY
Consultant shall discuss and review all matters relating to policy and Project
direction with City's Project Administrator in advance of all critical decision points
in order to ensure the Project proceeds in a manner consistent with City goals
and policies.
13. PROGRESS
Consultant is responsible for keeping the Project Administrator and /or his /her
duly authorized designee informed on a regular basis regarding the status and
progress of the Project, activities performed and planned, and any meetings that
have been scheduled or are desired.
14. INSURANCE
Without limiting Consultant's indemnification of City, and prior to commencement
of work, Consultant shall obtain, provide and maintain at its own expense during
the term of this Agreement, a policy or policies of liability insurance of the type
and amounts described below and in a form satisfactory to City.
A. Certificates of Insurance. Consultant shall provide certificates of
insurance with original endorsements to City as evidence of the insurance
coverage required herein. Insurance certificates must be approved by
City's Risk Manager prior to commencement of performance or issuance
of any permit. Current certification of insurance shall be kept on file with
City at all times during the term of this Agreement.
B. Signature. A person authorized by the insurer to bind coverage on its
behalf shall sign certification of all required policies.
C. Acceptable Insurers. All insurance policies shall be issued by an
insurance company currently authorized by the Insurance Commissioner
to transact business of insurance in the State of California, with an
assigned policyholders' Rating of A (or higher) and Financial Size
Category Class VII (or larger) in accordance with the latest edition of
Best's Key Rating Guide, unless otherwise approved by the City's Risk
Manager.
D. Coverage Requirements.
i. Workers' Compensation Coverage. Consultant shall maintain
Workers' Compensation Insurance and Employer's Liability
Insurance for his or her employees in accordance with the laws of
the State of California. In addition, Consultant shall require each
subcontractor to similarly maintain Workers' Compensation
Jql
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.
ii. This policy shall be considered primary insurance as respects to
City, its elected or appointed officers, officials, employees, agents
and volunteers as respects to all claims, losses, or liability arising
directly or indirectly from the Consultant's operations or services
provided to City. Any insurance maintained by City, including any
self- insured retention City may have, shall be considered excess
insurance only and not contributory with the insurance provided
hereunder.
7
iii. This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with
respect to the limits of liability of the insuring company.
iv. The insurer waives all rights of subrogation against City, its elected
or appointed officers, officials, employees, agents and volunteers.
V. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to City, its elected or appointed
officers, officials, employees, agents or volunteers.
vi. The insurance provided by this policy shall not be suspended,
voided, canceled, or reduced in coverage or in limits, by either
party except after thirty (30) calendar days (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.
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 parry. 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. 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.
19. 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.
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.
0
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.
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
III]
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
P.O. Box 1768
Newport Beach, CA, 92658
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 McCarthy
RBF Consulting
14725 Alton Parkway
Irvine, CA 92618 -2027
Phone: 949 - 472 -3505
Fax: 949 - 472 -8373
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.
11
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.
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.
12
33. AMENDMENTS
This Agreement may be modified or amended only by a written document
executed by both Consultant and City and approved as to form by the City
Attorney.
34. SEVERABILITY
If any term or portion of this Agreement is held to be invalid, illegal, or otherwise
unenforceable by a court of competent jurisdiction, the remaining provisions of
this Agreement shall continue in full force and effect.
35. CONTROLLING LAW AND VENUE
The laws of the State of California shall govern this Agreement and all matters
relating to it and any action brought relating to this Agreement shall be
adjudicated in a court of competent jurisdiction in the County of Orange.
36. EQUAL OPPORTUNITY EMPLOYMENT
Consultant represents that it is an equal opportunity employer and it shall not
discriminate against any subcontractor, employee or applicant for employment
because of race, religion, color, national origin, handicap, ancestry, sex or age.
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on
the day and year first written above.
APPROVED AS TO FORM:
OFFICE OF THE CITY ATTORNEY:
By:
nette . Beauc mp,
Assistant City Attorney
CITY OF NEWPORT BEACH,
A Municipal Co i
S hen G. Badum,
Public Works Director
ATTEST: RBF CONSULTING:
Y Y
3w-e—�
Leilani I. Brown,` s �� S. Robert Kallenbau h,
g
City Clerk Chief Executive Officer
By'
z, DourF
ChieOfficer
Attachments: Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
is]
C O N S U L r I N G
February 2, 2009
Mr. Richard Beck
RBF Consulting
14725 Afton Parkway
Irvine, California 92618
PASADENA COSTA MESA
T: (714) 444 -9199 E: (714( 444 -9599 151 KOIMUS Drive. Suite E -200
w .BonTarroConsuftg.com Costa Mesa, CA 92626
VIA EMAIL AND MAIL
rbeck @rbf.com
Subject: Revised Proposal for Additional Biological Services for the Buck Gully Project Site in
Corona del Mar, City of Newport Beach, Orange County, California
Dear Mr. Bede:
BonTerra Consulting appreciates the opportunity to continue to provide you with biologioal
consulting services for the Buck Gully project site (hereafter referred to as the project site) in
Corona del Mar in the City of Newport Beach, Orange County, California.
We have prepared a biological services scope of work and associated professional fees to
Perform focused surveys for special status plant species, coastal California gnatcatcher
(P0110 01a califomica califomica), and least Bell's vireo (Vireo bellli pusillus) (Attachment A). We
have included trapping surveys for southwestern pond turtle (Actili marmorata pallida) as
an optional task if the stream course would be directly or indirectly impacted by the proposed
project. This scope has been revised to include a detailed break -down of hours (Attachment B).
We are available to begin work upon written authorization to proceed. We look forward to
assisting you with this project. Please contact Amber Oneal at (714) 444 -9199 with any
questions.
Respectfully submitted,
BONTERRA CONSULTING
(/r n v,
Ann M. Johnston
Principal, Biologi cos
Amber S. Oneal
Senior Project Manager /Associate
Attachments: A — Biological Services Scope of Work and Fees
B — Detailed Fees
Buck Gully Protect Site
ATTACHMENT A
SCOPE OF WORK AND FEES
BUCK GULLY PROJECT SITE
FOCUSED BIOLOGICAL SERVICES
February 2, 2009
TASK 1 SPECIAL STATUS PLANT SURVEYS $6,275.00
Surveys for special status plant species will be conducted on the project site. These surveys will
be conducted during the blooming periods for each of the plants, which vary depending on
rainfall and temperature. Therefore, reference populations will be monitored to determine the
appropriate survey time (generally between March and July). Since blooming periods for special
status species typically overlap, one early spring and one late spring survey can be conducted
to cover all of the desired species. The focused surveys will be conducted using meandering
transacts throughout the suitable habitat on the project site. Field notes will be taken during the
survey. If any special status plant species are found, the location of each population will be
mapped and voucher specimens will be collected and deposited in an appropriate herbarium to
ensure the accuracy of the identification. A collecting permit is required for the collection of any
state - listed Endangered species and the team of botanists will have the appropriate permits.
Upon completion of the survey effort, a letter report will be prepared on the survey findings. The
letter will include a methods and results section with locations and descriptions of all special
status plant species found. This scope assumes one version of the letter report. Revisions to the
report will be billed on a time- and - materials basis upon approval. Any special status species
observed will be reported to the California Natural Diversity Database (CNDDB).
TASK 2 COASTAL CALIFORNIA GNATCATCHER SURVEY $4,875.00
Focused surveys for the coastal California gnatcatcher will generally follow the U.S. Fish and
Wildlife Service ( USFWS) protocol for a participant in the Orange County Natural Community
Conservation Plan (NCCP) ( USFWS 1997). The USFWS requires a 10-day notification prior to
the anticipated start date of the surveys. A total of three surveys at least one week apart are
required under this protocol. The surveys will be conducted between February 15 and
August 30. These surveys will cover all suitable habitats (e.g., coastal sage scrub) on the
project site. Tape recordings of coastal California gnatcatcher songs and other vocalizations will
be played in appropriate habitat to solicit a response. The locations where gnatcatchers are first
observed will be plotted on an aerial photograph or topographic map. The number of birds
(individuals or pairs) will be noted at each sighting. Data will also be collected on general habitat
characteristics for each gnatcatcher. The surveys will be conducted during appropriate weather
conditions, generally between dawn and noon.
Upon completion of the survey effort, a letter report will be prepared on the survey findings. The
letter will include a methods and results section with locations and descriptions of special status
species observed. A copy of the report will be submitted to the USFWS within 45 days of
completion of surveys, as required by the surveying biologist's 10(a)(1)(A) permit requirements.
This scope assumes one version of the letter report. Revisions to the report will be billed on a
time- and - materials basis upon approval. Any special status species observed will be reported to
the CNDDB.
RANo*- WJWrw3 -AF= msaxa Wft A -1 Scope of Work and Fee.^.
Beck Guky PM16a Site
TASK 3 LEAST BELL'S VIREO SURVEYS $8,775.00
Focused surveys for the least Bell's vireo will be conducted within all suitable riparian habitat
present on the project site. The purpose of these surveys will be to determine the presence or
absence of any least Bell's vireo on the project site. Surveys for the least Bell's vireo will follow
the survey protocol recommended by the USFWS. This requires that a total of eight surveys be
conducted at approximately ten -day intervals starting after April 10 and ending by July 31. The
surveys will be performed during appropriate weather conditions. If this species is detected by
visual or auditory means, information pertaining to sex, age, reproductive status, and habitat will
be recorded. If nesting is believed to be occurring, the biologist will try to ascertain the general
location of the nest but will not approach or disturb the nest.
Upon completion of the survey effort, a letter report will be prepared on the survey findings. The
letter will include a methods and results section with locations and descriptions of special status
species observed. A copy of the report will be submitted to the USFWS and the CDFG within
45 days of completion of surveys. This scope assumes one version of the letter report.
Revisions to the report will be billed on a time - and - materials basis upon approval. Any special
status species observed will be reported to the CNDDB.
TOTAL PROFESSIONAL FEES AND DIRECT EXPENSES (TASKS 1-3) $1919moo
OPTIONAL TASK
TASK 4 SOUTHWESTERN POND TURTLE SURVEYS $5,570.00
The southwestern pond turtle survey will be based on survey and census recommendations
made by Holland (1991) and an unpublished survey protocol developed by Reese (undated).
The survey area will include all aquatic habitat on the project site. The survey will consist of
walking along the elevated banks of the creek and scanning pools for extended periods of time
to search for basking or foraging turtles. A total of four surveys will be conducted during the
breeding season of this species (April to August) depending on suitable weather conditions.
Surveys will be planned for April to May, since this is when breeding most often occurs, but the
schedule may be adjusted by the surveying biologist. The surveys will be conducted by a
qualified biologist familiar with this species. Any pond turtle sightings will be recorded and
mapped.
Upon completion of the survey effort, a letter report will be prepared on the survey findings. The
letter will include a methods and results section with locations and descriptions of special status
species observed. This scope assumes one version of the letter report. Revisions to the report
will be billed on a time - and - materials basis upon approval. Any special status species observed
will be reported to the CNDDB.
TOTAL PROFESSIONAL FEES AND DIRECT EXPENSES (TASKS 1 -4) $75,495.00
giFroiCWAeFU SAF..W SMW 20200.dw A -2 Scnpe or WOdc end Fees
Bud( Gully Project Sire
ATTACHMENT B
DETAILED FEES
BUCK GULLY PROJECT SITE
FOCUSED BIOLOGICAL SERVICES
February 2, 2009
TITLE RATE HOURS TOTAL
Task 1 - Plant Survava
Principal
$175.00
1.0
175.00
Senior Project Manager
$125.00
2.0
$ 250.00
Senior Botanist
$125.00
32.0
$4,000.00
Botanist
80.00
14.0
$1,120.00
GIS Specialist
$ 90.00
3.0
$ 270.00
Word Processing
$ 70.00
3.0
$ 210.00
Total $6,025.00
Direct Costs S 250.0
Subtotal Task 1 $6,275',00
Task 2 CAGN Survays
Principal
$175.00
1.0
175.00
Senior Prgect Manager
$125.00
2.0
$ 250.00
Senior Wildlife Biol 'st
$125.00
28.0
$3,500.00
GIS Specialist
$ 90.00
3.0
$ 270.00
Biologist
$ 80.00
2.0
$ 160.00
Word Processing
$ 70.00
4.0
$ 280.00
Total
$4,635.00
Direct Costs
$ 240.00
Subtotal Task 2
$4,87$.00
Teak 3 LBV Surveva
Principal
$175.00
1.0
$ 175.00
Senior Project Manager
$125.00
2.0
$ 250.00
Senior WildiifeBlolo ist
$125.00
58.0
$7,250.00
GIS Specialist
$ 90.00
3.0
$ 270.00
Blab ist
$ 80.00
2.0
$ 160.00
Word Processing
70.00
4.0
$ 280.00
Total
Direct Costs
Subtotal Task 3
RAA.p.tARaNaTFWi 80Y!-0P000 84
$6,385.00
$ 390.00
$8,775.00
Buck GWy P10160 Site
TITLE RATE HOURS TOTAL
OPTIONAL Task 4 Pond Turtle Surveva
Principal
$ 175.00
1.0
$175.00
Senior Project Manager
$ 126.00
2.0
$250.00
Senior Wildlife Biologist
$ 120.00
34.0
$4080.00
GIS Specialist
$ 90.00
4.0
$360.00
Biologist
$ 80.00
2.0
$160.00
Word Processina
4.0
$280.00
Total
$5,305.00
Direct Casts
$285.00
Subtotal Task 4
$515M.00
R: .pgDARBRJQVeeued WW42MOGAm B -2 Deteded Few
FBF
111 0
CONSULTING
HOURLY RATE SCHEDULE Jl�ti'1e3��?.�l -0
Effective January 2009 through G1ece+cr2009�
OFFICE PERSONNEL$ f hr.
2009
Senior Principal ...... .
.250.0 0
Prnci pa I........................................................... ............................
. .
. .........................230.00
ProjectDirector ................................................... ...............................
.........................210.00
Senior Project Manager ...................................... ...............................
.........................198.00
ProjectManager .................................................. ...............................
.........................190.00
StructuralEngineer ............................................. ...............................
.........................190.00
TechnicalManager ............................................. ...............................
.........................177.00
SeniorEngineer .................................................. ...............................
.........................160.00
SeniorPlanner .................................................... ...............................
.........................160.00
ElectricalEngineer .............................................. ...............................
.........................153.00
LandscapeArchitect..,-, ........................................................................
...................... 149.00
SeniorGIS Analyst .............................................. ...............................
.........................146.00
ProjectEngineer ................................................. ...............................
.........................144.00
ProjectPlanner ................................................... ...............................
.........................144.00
Environmental Specialist .................................... ...............................
.........................135.00
Design Engineer /Senior Designer /Mapper ......... ...............................
.........................132.00
GISAnalyst ......................................................... ...............................
.........................119.00
Designer / Planner ................................................ ...............................
.........................114.00
GraphicArtist ....................................................... ...............................
..........................97.00
Environmental Analyst/Staff Planner ................... ...............................
..........................97.00
DesignTechnician ............................................... ...............................
..........................95.00
Assistant Engineer / Planner ................................. ...............................
..........................91.00
Engineering Aid /Planning Aid .............................. ...............................
..........................73.00
FIELD PERSONNEL
2- Person Survey Crew ........................................ ...............................
.........................240.00
1- Person Survey Crew ........................................ ...............................
.........................165.00
LicensedSurveyor .............................................. ...............................
.........................175.00
FieldSupervisor .................................................. ...............................
.........................170.00
CONSTRUCTION MANAGEMENT PERSONNEL
Construction Manager .................................. ...............................
.... .........................180.00
Resident Engineer /Project Manager ................... ...............................
.........................151.00
Senior Construction Inspector ............................ ...............................
.........................119.00
Construction Inspector ........................................ ...............................
.........................115.00
Field Office Engineer .......................................... ...............................
.........................109.00
Construction Technician ...................................... ...............................
..........................95.00
OTHER SERVICES AND FEES
ProjectCoordinator ............................................. ............................... .........................108.00
PermitProcessor ................................................. ............................... ..........................81.00
ClericalPNord Processing .................................... ............................... ..........................63.00
Vehicle Mileage ......................................................... ............................... ......................0.60 /Mile
Note:
Blueprinting, reproduction. messenger service and other direct expenses will be charged as an additional cost plus 15 %. ASub- consultant Managemem Fee
of fifteen- percent (15 %) will be added to the direct cost of all subconsullant services to provide for the cost of administration, sub - consultant consultation and
insurance.