Loading...
HomeMy WebLinkAboutC-3957 - PSA for Oceanfront Sand Replenishment Project(�`37j-/ AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT WITH MOFFATT AND NICHOL FOR OCEANFRONT SAND REPLENISHMENT PROJECT THIS AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT, is entered into as of this 9j� day of E a Z , 2008 by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ("CITY"), and MOFFATT AND NICHOL, a California Corporation whose address is 3700 Kilroy Airport Way, Long Beach California, 90806 ("Consultant"), and is made with reference to the following: RECITALS: A. On December 11, 2007, CITY and CONSULTANT entered into a Professional Services Agreement, hereinafter referred to as "AGREEMENT", for design and permitting services for the Oceanfront Sand Replenishment Project, hereinafter referred to as "PROJECT". B. CITY and CONSULTANT have entered into one separate Amendment of the AGREEMENT, hereinafter referred to as "AMENDMENT NO. 1" dated October 17, 2008. _ C. CITY desires to enter into this AMENDMENT NO. 2 to reflect additional services not included in the AGREEMENT or prior AMENDMENT NO. 1. 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, it is mutually agreed by and between the undersigned parties as follows: 1. In addition to the services to be provided pursuant to the AGREEMENT and AMENDMENT NO. 1, CONSULTANT shall diligently perform all the services described in AMENDMENT NO. 2, including but not limited to, all work set forth 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. 2. 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 here to as Exhibit B. Consultant's compensation for all work performed in accordance with this AMENDMENT NO. 2, including all reimbursable items and subconsultant fees, shall not exceed Forty Thousand Dollars and no/100 ($40,000) without prior written authorization from City. 3. Except as expressly modified herein, all other provisions, terms, and covenants set forth in AGREEMENT shall remain unchanged and shall be in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT NO. 2 on the date first above written. APPROVED AS TO FORM: A C City Attorney for the City of Newport Beach ATTEST: City Clerkin :. k ` CITY OF NEWPO T BEACH, A Municipal dor or do is n %1 mayor for the City of Newport Beach CONSULTANT: By. JV ) 91- � (C rporate Officer) Title: 1)/Ce'- Print Name: V //4 -------------- �O Print Name: j ,w,��x,, Attachments: Exhibit A — Scope of Work Exhibit B — Schedule of Billing Rates F:\Users\PBW\Shared\Agreements\FY 08-09\FINALIZED - MOFFAT & NICHOLS - OCEANFRONT BEACH SAND REPLENISHMENT PROJECT\Mofatt-Nichol Beach Sand Replenishment Amend 2.doc EXHIBIT A November 7, 2008 City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Attn: Mr. Michael Sinacori, P.E., Assistant City Engineer Subj: Request for Contract Amendment for Construction Support Services for the Newport Beach Sand Project Dear Mr. Sinacori: Moffatt & Nichol (M&N) requests amendment of the existing contract to add construction support and observations services for the Beach Sand Project as requested by the City. Additional services that are not presently contracted are necessary to address project needs during the upcoming construction period of the project this year. These additional services will require additional budget, so this letter is a request for a contract amendment. The scope of additional services, their costs, and the schedule are all presented below. Scope of Additional Services The following additional tasks are needed for construction: Construction Support and Observations — Verify that the work is being done consistent with the final engineering plans. This work will allow for corrections to be made in the Field as needed to optimize the project. Observations will made by an appropriate staff person visiting the construction site for three hours per day over the five- to six-week construction period. The staff will consist of several individuals that will rotate observation shifts including the design engineer, project manager, and construction manager. 2. Public Interface .- Interact with the public during the project to address questions and concerns, and to clarify the project elements to residents during construction. The consulting team project manager will perform this work. 3. Post-Constniction Report - Prepare a report of the project implementation for use by City staff to present to the decision -makers and the public. The report would describe the project and show its benefits as a reference for future projects. It will include high- quality graphics of the work to demonstrate improved condition after sand movement. 4. Reproduce Copies of Historical City Beach -Related Documents —Reproduce copies of historical and physically fragile City documents of past beach conditions as requested by the Public Works Director. The documents will be scanned so they can be provided as electronic and hardcopies. EXHIBIT B Fee for Additional Services City of Newport Beach Mr. Michael Sinacori, P.E. November 7, 2008 Page 2 of 2 The scope of work can be completed for an estimated fee of $40,000. Table 1 below shows the fee by task. TABLE 1 - ESTIMATED FEE Task Number Description Estimated Fee _ t _ Construction Support and Observations $30,000 2 Public Interface $3,000 3 Post -Construction Report $5,000 4 Reproduce Historic City Documents $2,000 TOTAL $40,000 Schedule and Key Staffing The additional services will all be completed by February 1, 2009. Key staff persons to perform the work are myself (Chris Webb) as the Senior Project Manager, Brad Takenaka as the Civil Engineer, Sue Williams as Coastal Engineer, and Gary Foster as the constrixtion manager to perform the observations and complete other tasks. Billing rates for these individuals are specified in Table 2 below. TABLE 2 — STAFF BILLING RATES STAFF LEVEL BILLING RATE Chris Webb Senior Engineer/Scientist $197 Per Hour Sue Williams Senior Engineer/Scientist $197 Per Hour Brad Takenaka Engineer/Scientist II $164 Per Hour Gary Foster Engineer/Scientist I $143 Per Hour Thank you for the continued opportunity to assist the City on this important project and please contact me with any questions or comments regarding this requested augmentation. Sincerely MOFFATT & NICHOL Chris Webb Senior Coastal Scientist CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. s November 25, 2008 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Michael J. Sinacori, P.E. 949 - 644 -3342 or msinacori @city.newport - beach.ca.us SUBJECT: OCEANFRONT SAND REPLENISHMENT - APPROVAL OF AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT WITH MOFFATT AND NICHOL FOR CONSTRUCTION SUPPORT SERVICES RECOMMENDATION: Approve Amendment No. 2 to Professional Services Agreement with Moffatt & Nichol, of Long Beach, California, for additional services at a not to exceed price of $40,000 and authorize the Mayor and City Clerk to execute the Amendment. DISCUSSION: Sand replenishment in Newport Beach has always been vital in keeping our beaches well nourished. Although ocean currents continually cause sand to move in, out, up and down the coast, referred to as littoral drift, Newport Beach has been able to maintain its wide beaches because of County and Federal sand replenishment projects at Surfside /Sunset and West Newport. The State of the Newport Beach Shoreline was presented at the September 12, 2006 Council Study Session that documented the phenomenon. The presentation gave an overview on the history of Newport's beaches and included recommendations to maintain the quality of our oceanfront. The major recommendation of the study noted that the wide beaches in West Newport, from the Santa Ana River to approximately 56th Street, were stable and growing slightly. However, the width of the beaches between 56th Street and the Newport Pier, if not replenished, will slowly reduce in size. Moffatt and Nichol recommended that every three to five years a CIP maintenance project be performed to transport approximately 50,000 to 75,000 cubic yards of sand from the upper West Newport beaches to the lower numbered streets (28th to 44th Streets). Newport Beach is a partner with the County, Army Corps of Engineers (Corps) and other cities on the long term sand replenishment project between Surfside and the Newport harbor entrance, which typically completes a project every five years. This year's "Stage 12" project consists of approximately 13 million dollars of dredging off Surfside /Sunset beaches. The Corps also set aside 1.0 million dollars for a sand replenishment project in Newport, assuming the City would assist with design and public outreach efforts. Oceanfront Sand Replenishment — Approval of Amendment No. 2 to Professional Services Agreement with Moffatt and Nichol for Engineering Services November 25, 2008 Page 2 On December 11, 2007, the City Council authorized a Professional Services Agreement with Moffatt and Nichol to prepare plans for a Newport sand replenishment maintenance project (for use by the Corps). In addition, Moffatt and Nichol has been assisting in public outreach for the contemplated project and did an excellent job in developing a consensus in the community on the exact details of the effort. We are happy to report that the plans have been completed and approved by the Corps (attached are the approved cut and fill plans). In addition, the community outreach has met with great support for the project and the input from the residents and surfing community has been considered and incorporated in the project plans. No opposition is anticipated at this time and the Corps is planning to move forward with the effort in December and January. In line with the Corps' original request, the City will need to maintain its public outreach efforts and provide construction observation during the implementation of the project by the Corps. Amendment No 2. with Moffatt and Nichol allows them to provide these services. Moffatt and Nichol will assist in preparing additional mailers to the community, meet with residents when necessary, and provide construction observation services to assist the City in meeting the community project desires. They will also prepare a final report documenting the results. Up -to -date project information can be viewed on the City's interactive web -based CIP mapping application by logging onto www:city.newport- beach.ca.us /publicworks,.click on Construction Project Information, then Construction Map, and search by title "Beach Sand Study& Replenishment ". Environmental Review: Engineering services are not projects as defined in the California Environmental Quality Act (CEQA) Implementing Guidelines. In addition, the Corps in prepared the necessary Federal environmental documentation required project this past summer. Funding Availability: There are sufficient funds available in the following account: Account Description Oceanfront Encroachment — Beach Replenishment Prepared by: 40 Z1111" MA ael J. Sinacori, P.E. Assistant City Engineer Account Number Amount 7028- C5100282 $ 40,000 Total: $ 40,000 Submitted by: z &.(Stephen G. Badum Public Works Director Attachment: Amendment No. 2 to PSA with Moffat and Nichol Final Oceanfront Sand Replenishment Plans AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT WITH MOFFATT AND NICHOL FOR OCEANFRONT SAND REPLENISHMENT PROJECT THIS AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT, is entered into as of this day of , 2008 by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "CITY "), and MOFFATT AND NICHOL, a California Corporation whose address is 3700 Kilroy Airport Way, Long Beach California, 90806 ( "Consultant "), and is made with reference to the following: RECITALS: A On December 11,, 2007, CITY and CONSULTANT entered into a Professional Services Agreement, hereinafter referred to as "AGREEMENT ", for design and permitting services for the Oceanfront Sand Replenishment Project, hereinafter referred to as "PROJECT B. CITY and CONSULTANT have entered into one separate Amendment of the AGREEMENT, hereinafter referred to as "AMENDMENT NO. 1" dated October 17, 2008. C. CITY desires to enter into this AMENDMENT NO. 2 to reflect additional services not included in the AGREEMENT or prior AMENDMENT NO. 1. 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, it is mutually agreed by and between the undersigned parties as follows: 1. In addition to the services to be provided pursuant to the AGREEMENT and AMENDMENT NO. 1, CONSULTANT shall diligently perform all the services described in AMENDMENT NO. 2, including but not limited to, all work set forth 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. 2. 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 here to as Exhibit B. Consultant's compensation for all work performed in accordance with this AMENDMENT NO. 2, including all reimbursable items and subconsultant fees, shall not exceed Forty Thousand Dollars and no1100 ($40,000) without prior written authorization from City. 3. Except as expressly modified herein, all other provisions, terms, and covenants set forth in AGREEMENT shall remain unchanged and shall be in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT NO. 2 on the date first above written. APPROVED AS TO FORM: �- City ttorney for the City of Newport Beach ATTEST: LaVonne Harkless, City Clerk CITY OF NEWPORT BEACH, A Municipal Corporation M Mayor for the City of Newport Beach CONSULTANT: M (Corporate Officer) Title: Print -Name: By:_ Title: (Financial Officer) Print Name: Attachments: Exhibit A — Scope of Work Exhibit B — Schedule of Billing Rates F:% Users \PBVJ1Shared\Agreements\FY 0a- 091FINALIZED - MOFFAT R NICHOLS - OCEANFRONT BEACH SAND REPLENISHMENT PROJECT\Mofatt- Nichol Beach Sand Replenishment Amend 2.doc EXHIBIT A h d kZ111 F k "1 110IFFNIT & N'ICHOL November 7, 2008 City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Attn: Mr. Michael Stnacori, P.E., Assistant City Engineer Subj: Request for Contract Amendment for Construction Support Services for the Newport Beach Sand Project Dear Mr. Sinacori: Moffatt -& Nichol (M &N) requests amendment of the existing contract to add construction support and observations services for the Beach Sand Project as requested by the City. Additional services that are not presently contracted are necessary to address project needs during the upcoming construction period of the project this year. These additional services will require additional budget, so this letter is a request for a contract amendment. The Scope of additional services, theu.costs, and the schedule are all presented below. Scope of.-Additional Services The following additional tasks are needed for construction: Construction Support and Observations — Verify that the work is being done consistent with the final engineering plans. This work will allow for corrections to be made in the Field as needed to optimize the project. Observations will made by an appropriate staff person visiting the construction site for three hours per day over the five- to six -week construction period. The staff will consist of several individuals that will rotate observation shifts including the design engineer, project manager, and construction manager. 2. Public Interface — Interact with the public during the project to address questions and concerns, and to clarify the project elements to residents during construction. The consulting team project manager wit) perform this work. 3. Post - Construction Report — Prepare a report of the project implementation for use by City sta =ff to present to the decision - makers and the public. The report would describe the project and show its benefits as a reference for future projects. It will include high - quality graphics of the work to demonstrate improved condition after sand movement. 4. Reproduce Copies of Historical City Beach- Related Documents —Reproduce copies of historical and physically fragile City documents of past beach conditions as requested by the Public Works Director. The documents will be scanned so they can be provided as electronic and hardcopies. y x EXHIBIT B Fee for Additional Services City of Newport Beach Mr. Michael Sinacori, P.E. November 7, 2008 Page 2 of 2 The scope of work can be completed for an estimated fee of $40,000. Table 1 below shows the fee by task. TABLE 1 - ESTIMATED FEE Task Number Description Estimated Fee 1 Construction Support and Observations $30,000 2 Public Interface $3,000 3 Post - Construction Report $5,000 4 Reproduce Historic City Documents $2,000 TOTAL $40;000 Schedule and Ivey Staffing The additional services will all be completed by February 1, 2009. Key staff persons to perform the work are myself (Chris Webb) as the Senior Project Manager, Brad Takenaka as the Civil Engineer, Sue Williams as Coastal Engineer„ and Gary Foster as the construction manager to perform the observations and complete other tasks. Billing rates for these individuals are specified in Table 2 below. TABLE 2 — STAFF BILLING RATES STAFF LEVEL BILLING RATE ChnsWeb"b Senior Engineer /Scientist $197 Per Hour Sue Williams Senior Engineer/Scientist $197 Per Hour Brad Takenaka Engineer /Scientist II $164 Per Hour Gary Foster Engineer/Scientist I $143 Per Hour Thank you for the continued opportunity to assist the City on this important project and please contact me with any questions or comments regarding this requested augmentation. Sincerely MOFFATT & NICHOL Chris Webb Senior Coastal Scientist Soo, o• 5ar laoo• SB 25R 2169583.577 6050196.558 11.51• 312' BRASS DISK SB 25S RESET 2188772.334 6050710.726 11.57 312' BRASS DISK SB WNB1 2177099.053 6042374.383 1 12.39 2' BRASS DISK SYMACH I Er 3ENn MONUMENTSYMBOL NOTES. 1. COORDINATES ARE BASED ON CA STATE PLANE, MAD 1983, ZONE B, FEET. 2. VERTICAL DATUM IS MEAN LOWER LOW WATER (EL =0.00 FT), 1983 -2001 EPOCH. 1 ALL DIMENSIONS ARE IN FEET UNLESS OTHERWISE INDICATED. 4. CONTOURS INDICATE THE GENERAL CONDITIONS EXISTING ONLY AT TIME OF SURVEY, SEPT. 2008. a u m LE ra an op � a u < � Z u >0 4 > ¢U m w �W ¢ m< 2 W v� Z ga 5 _N O J1 �y ? a a YI V L f N "' T N WW R mW1 a wpjN �� l u a N 7 9 SCALE: 1. 5W r LEGEND NOTES: G10 I 114b e —, i VERTICAL: 1'=5' — — — — — — 8 CUT AREA 1. COORDINATES ARE BASED ON CA STATE PLANE, NAD 1983, ZONE 6, FEET. 1` — — — — - - - - -� 2. VERTICAL DATUM IS MEAN LOWER LOW WATER (EL =0.08 FT), 1983 -2601 EPOCH PE =2:1 _ _ - - PR OSED CUT WORK AND STORAGE AREA 3. ALL DIMENSIONS ARE IN FEET UNLESS OTHERWISE INDICATED. DOSTING 4. CONTOURS INDICATE THE GENERAL CONDITIONS EXISTING ONLY AT TIME OF SURVEY, SEPT. 2008. i 5. EXACVATE TO GRADE SHOWN, VOLUME EQUALS APPROXIMATELY 31.000 C.Y. o - - - - -- BOUNDARY LINE 8 u, EXISTING .PROPOSED CUT 11 - .GRADE m b tl O Q � 5 5y Ili J O PROPOSED 0 100 200 300 OFFSHORE DISTANCE FROM BASELINE (FT) SECTION B - STATION 32-69 15 s 10 O A 5 w w 0 VERTICAL 1' - 5' z HORIZONTAL: 1'.=50' F �u w W G 00 100 200 300 400 SANTAANA RIVER MOUTH SAND MOUND SECTION D G10 I 114b GRAD —, i VERTICAL: 1'=5' — — — — — — 1` — — — — - - - - -� - -SL PE =2:1 _ _ - - PR OSED CUT 100 200 300 400 SANTAANA RIVER MOUTH SAND MOUND SECTION D y 0 100 i t B ICADDCe IZCUT.Gy- wmn IVIIM07M23rM 200 300 400 OFFSHORE DISTANCE FROM BASELINE (FT) 20 15 l0 O 6 �u 5 dn 500 592 eea SCALE: 1' =200' SCALE: VERTICAL: 1'=5' — — — — — — HORIZONTAL: 1' =57 -- / DOSTING EXISTING .PROPOSED CUT 11 - .GRADE y 0 100 i t B ICADDCe IZCUT.Gy- wmn IVIIM07M23rM 200 300 400 OFFSHORE DISTANCE FROM BASELINE (FT) 20 15 l0 O 6 �u 5 dn 500 592 eea SCALE: 1' =200' 'a mQ v 2 mz N ow mQ w, a 0� y ou R Z - m 'z = J z U a 60 W f U U WW m U ..0 r ma G ua z W N 2 m � ip y m m w o rc i w " wW- is zwo oI izW ' Q wad K J a 'I¢ m m. C s W o u a F - 500 600 700 0 100 200 300 400 500 600 6]8 SANTAANA RIVER MOUTH SAND MOUND SECTION C - / EXISTING 11 - .GRADE �— -- ------ SLOPE =2: PROPOSEDC � - VE T1CAJ'�W H ZO 'a mQ v 2 mz N ow mQ w, a 0� y ou R Z - m 'z = J z U a 60 W f U U WW m U ..0 r ma G ua z W N 2 m � ip y m m w o rc i w " wW- is zwo oI izW ' Q wad K J a 'I¢ m m. C s W o u a F - 500 600 700 0 100 200 300 400 500 600 6]8 SANTAANA RIVER MOUTH SAND MOUND SECTION C - (� 8 q ♦/Y 15 a 10 O Q w 0 +107 15 LL 10 2 O 5 w 0 0 - - -`N\ SCALE t21 8 VERTICAL P 5' PROPOSED _ HORIZONTAL: /' SV \ GRAD 4. CONTOURS INDICATE THE GENERAL CONDITIONS EXISTING ONLY AT TIME OF SURVEY, ` Ilk - E * PROPOSED \ a _ GRjkDE 200 300 5. THE FILL VOLUMES SHOWN FOR EACH COMPARTMENT ARE INTENDED TO INDICATE EXISTING. GRADE - UNLESS OTHERWISE DIRECTED BY THE CONTRACTING OFFICER. 100 200 300 400 OFFSHORE DISTANCE FROM BASELINE (FT) SECTION E - STATION 40 +12 NOTES 1. COORDINATES ARE BASED ON CA STATE PLANE, NAD 1983, ZONE 6, FEET. 2. VERTICAL DATUM IS MEAN LOWER LOW WATER (EL =0.00 FT), 1983 -2001 EPOCH, SCALE ±311' 8 VERTI 1' =5' PRO ED 3. ALL DIMENSIONS ARE IN FEET UNLESS OTHERWISE INDICATED. 1' =50' GRADE — 4. CONTOURS INDICATE THE GENERAL CONDITIONS EXISTING ONLY AT TIME OF SURVEY, G E * PROPOSED SEPT., 2008. \ GRjkDE 200 300 5. THE FILL VOLUMES SHOWN FOR EACH COMPARTMENT ARE INTENDED TO INDICATE g N THE APPROXIMATE DISTRIBUTION OF TOTAL FILL QUANTITY. FILL WIDTHS SHALL GOVERN - UNLESS OTHERWISE DIRECTED BY THE CONTRACTING OFFICER. EXISTING RADE I,}! GRADE a 100 200 300 ¢ LEGEND IN C] FILL AREA 0 100 200 300 = OFFSHORE DISTANCE FROM BASELINE (FT) SECTION G - STATION 56 +81 8 8 7 1 KA 11 -z LLCmrr .do IIKT m 52115M 400 I W� w 4 ! SCALE ±311' LE: VERTICAL : l'- 5' VERTI 1' =5' PRO ED HORIZONTAL 1' =50' GRADE — G E * PROPOSED GRADE. \ GRjkDE 200 300 STING-/ EXISTING RADE GRADE a 100 200 300 0 100 200 300 = OFFSHORE DISTANCE FROM BASELINE (FT) SECTION G - STATION 56 +81 8 8 7 1 KA 11 -z LLCmrr .do IIKT m 52115M 400 I W� w 4 ! SCA LE : VF SLOPE =1S6 LE: VERTICAL : l'- 5' LZOT - 0CAINLA :1' V= 5 5(r SLR PRO ED HORIZONTAL : V = 50' 0 _ GRADE — G E GRADE. a 100 200 300 OFFSHORE DISTANCE FROM BASELINE (FT) O 6 o 400 F S ± 141' LE: VERTICAL : l'- 5' SLR HORIZONTAL : V = 50' 0 _ _ — G E STING-/ RADE a 100 200 300 OFFSHORE DISTANCE FROM BASELINE (FT) SECTION I - STATION 74 +41 r a ma V mz _ omymz N 34 Q Wr. a 2aJ y OU Q _ m C >Z fxf d 7 60 W J WW Q$ F 4 ma K U'O Z W V Z yiW 3 U 6 m m W F o a a t ZW 7ID L �W� 55 SZ WN� }v yJ O g 5W �uo x_ a o rc S u a k w'6' 7 AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT WITH MOFFATT AND NICHOL FOR THE DESIGN AND PERMITTING OF THE OCEANFRONT SAND REPLENISHMENT PROJECT THIS AMENDMENT NO. 1 To P AL SERVICES AGREEMENT, entered into this _ /�h day of '✓ 2008, by and between the CITY OF NEWPORT BEACH, a municipal corporation, (hereinafter referred to as "City ") and MOFFATT AND NICHOL, a California Corporation whose address is 3700 Kilroy Airport Way, Long Beach California, 90806 ( "Consultant'), and is made with reference to the following: RECITALS A. On December 11, 2007, CITY and CONSULTANT entered into a Professional Services Agreement, hereinafter referred to as "Agreement ", for design and permitting services for the Oceanfront Sand Replenishment Project hereinafter referred to as "Project'. This Agreement is scheduled to expire on June 30, 2009. B. City desires to enter into this Amendment No. 1 to reflect additional services not included in the Agreement or prior Amendments. C. City desires to compensate Consultant for additional professional services needed for Project. D. City and Consultant mutually desire to amend Agreement, hereinafter referred to as "Amendment No. 1 ", as provided here below. NOW, THEREFORE, the parties hereto agree as follows: 1. Consultant shall be compensated for services performed pursuant to this Amendment No. 1 according to "Exhibit A" dated September 16, 2008 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 reimbursable items and subconsultant fees, shall not exceed Twenty -Two Thousand and Fifty Dollars ($22,050). 3. Except as expressly modified herein, all other provisions, terms, and covenants set forth in Agreement shall remain unchanged and shall be in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 1 on the date first above written. 1 APPROVED AS TO FORM: City Attorney for the City of Newport Beach ATTEST: B (/ Y LaVonne Harkless, City Clerk CITY OF NEWPORT BEACH, A Municipal Corporation By: . Homer Bluda for the City of Newport Beach CONSULTANT: BY / 4Z V,/��� (Corpo r ate Officer) Title: Print Name:%%%iC,SAq}'_ Title: /e,':E) Print Name: Attachments: Exhibit A — September 16, 2008 Letter from Moffatt and Nichol requesting additional authorization. hdhq MOFFATT & NiCHOL September 16, 2008 City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Attn: Mr. Michael Sinacori, P.E., Project Manager EXHIBIT? 3780 K•i.* Subj: Proposed Budget Augmentation for Additional Tasks for the Beach Sand Project, Engineering Consulting Services Dear Mr. Sinacori: Moffatt & Nichol (M &N) proposes to perform additional surveying and engineering services for the Beach Sand Project at the request of the City. Additional services were identified as being necessary in a field meeting on September 9, 2008. These additional services will require additional budget, so this letter is a budget augmentation request for the project. The scope of additional services and their costs are presented below. Scope of Additional Services The following additional tasks are proposed as requested by the City: Survey the beach and the Santa Ana Rivermouth sand bar area to update the existing topographic base map for design. Surveying will be done by Coastal Frontiers at specified beach profile locations from approximately 30`h Street through West Newport to the Santa Ana River, and include the distinct high, dry sand shoal (unofficial dog run area) within the mouth area of the Santa Ana River channel. The attached figure shows the survey locations. Readings will be taken from the back of the beach out to water depths of -5 feet relative to Mean Lower Low Water. Data will be provided electronically to the City to augment the existing beach profile measurement program, and will be used as typical sections in the engineering plan set and as the basis of estimating quantities. 2. Update the topographic base map to incorporate the new survey profile data into the project and recalculate quantities. 3. Modify the project design to accommodate additional fill within the groin field by adding a fill area north of 40`h Street. 0 WhIq Proposed Fee • City of Newport Beach Mr. Michael Sinacori, P.E. September 16, 2008 Page 2 of 2 The scope of work can be completed for an estimated fee of $22,050. The table below shows the Fee by task. ':610GUIX0131 Task Number Description Estimated Fee 1 Additional Surveying $8,900 2 Update the Base Ma $5,250 3 Modify the Engineering Design $7,900 Grand Total $22,050 Proposed Schedule and Key Staffing The additional services will all be completed by October 3, 2008 if Notice -to- Proceed can be issued by the City within one week or less from the date of this request. Key staff persons to perform the work are me (Chris Webb) as the Senior Project Manager, and Brad Takenaka and Nate Bloss as the Civil Engineers to perform the engineering. Thank you for the continued opportunity to assist the City on this important project and please contact me with any questions or comments regarding this proposed augmentation. Sincerely MOFFATT & NICHOL Chris Webb Senior Coastal Scientist 4 Transects at SAR Shoal IeN �v JI 4r A;" A. q tA P-,j T t1i A 0 0 1 . ift Nz! IA 4to St 53'0 SL 30 St 30' St. 2&-,-40' St. 0 City of Newport Beach ❖ Public Works Department PROFESSIONAL SERVICES AGREEMENT Vendor: I Moffatt & Nichol Description of Work: Oceanfront Beach Sand Replenishment Project Please answer the following questions and route in the order listed to the right: Council Policy 11 Selection Process I I Sole Source" I x I RFQ/RFP I I Emergency I I Other Justification attached: I x I Yes No N/A How many firms were contacted? 1 How many proposals were received and reviewed? 1 Required Approval: Project Manager: Div. Manager: _ Admin. Manager: _ Deputy Director: City Attorney: _ Director: City Manager: Mayor: _ Project File: _ PSA $ Amend 1 $ Amend 2 $ Amend 3 $ Contract Terms Amend 4 $ Justification attached: x Yes No N/A Total $ New) reement x I Amendment No. 1 If amended, will the total contract amount exceed 125 %? YES x NO NIA Date of Council Action? Does the agreement cover the entire length of the anticipated project? x YES NO Are the Proposal or Scope of Work and Billing Rates attached? YES x NO Have any of the standard terms of the agreement been changed? I I YES Ix INC) Review Approved by the City Attorney? YES I I NO I Date roved: ......................... ............................... a............................ Budget Account I 7028 - 05100282 I Encumbrance No. E5100567 Is a Budget Amendment required? I I Yes Ix I No N/A Recommended funds to use for Budget Amendment Comments: Additional Survey work requested by the Army Corps of Engineers to confirm project limits. 'PLEASE KEEP THE REDLINED COPY ATTACHED Under $30,000 U to $50,000 Over $50,000 Directorx Cif Manager City Council Selection Process I I Sole Source" I x I RFQ/RFP I I Emergency I I Other Justification attached: I x I Yes No N/A How many firms were contacted? 1 How many proposals were received and reviewed? 1 Required Approval: Project Manager: Div. Manager: _ Admin. Manager: _ Deputy Director: City Attorney: _ Director: City Manager: Mayor: _ Project File: _ PSA $ Amend 1 $ Amend 2 $ Amend 3 $ Contract Terms Amend 4 $ Justification attached: x Yes No N/A Total $ New) reement x I Amendment No. 1 If amended, will the total contract amount exceed 125 %? YES x NO NIA Date of Council Action? Does the agreement cover the entire length of the anticipated project? x YES NO Are the Proposal or Scope of Work and Billing Rates attached? YES x NO Have any of the standard terms of the agreement been changed? I I YES Ix INC) Review Approved by the City Attorney? YES I I NO I Date roved: ......................... ............................... a............................ Budget Account I 7028 - 05100282 I Encumbrance No. E5100567 Is a Budget Amendment required? I I Yes Ix I No N/A Recommended funds to use for Budget Amendment Comments: Additional Survey work requested by the Army Corps of Engineers to confirm project limits. 'PLEASE KEEP THE REDLINED COPY ATTACHED 100%- 110% 110%-125% 1 Over 125% Director City Manager x City Council Selection Process I I Sole Source" I x I RFQ/RFP I I Emergency I I Other Justification attached: I x I Yes No N/A How many firms were contacted? 1 How many proposals were received and reviewed? 1 Required Approval: Project Manager: Div. Manager: _ Admin. Manager: _ Deputy Director: City Attorney: _ Director: City Manager: Mayor: _ Project File: _ PSA $ Amend 1 $ Amend 2 $ Amend 3 $ Contract Terms Amend 4 $ Justification attached: x Yes No N/A Total $ New) reement x I Amendment No. 1 If amended, will the total contract amount exceed 125 %? YES x NO NIA Date of Council Action? Does the agreement cover the entire length of the anticipated project? x YES NO Are the Proposal or Scope of Work and Billing Rates attached? YES x NO Have any of the standard terms of the agreement been changed? I I YES Ix INC) Review Approved by the City Attorney? YES I I NO I Date roved: ......................... ............................... a............................ Budget Account I 7028 - 05100282 I Encumbrance No. E5100567 Is a Budget Amendment required? I I Yes Ix I No N/A Recommended funds to use for Budget Amendment Comments: Additional Survey work requested by the Army Corps of Engineers to confirm project limits. 'PLEASE KEEP THE REDLINED COPY ATTACHED PROFESSIONAL SERVICES AGREEMENT WITH MOFFATT AND NICHOL FOR THE DESIGN AND PERMITTING OF THE OCEANFRONT SAND REPLENISHMENT PROJECT THIS AGREEMENT is made and entered into as of this/,#A day ofJ7fcem bel- 2007, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "City"), and MOFFATT AND NICHOL, a California Corporation whose address is 3700 Kilroy Airport Way, Long Beach California, 90806 ( "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. The Army Corps of Engineers (Crops) is planning to implement an oceanfront sand replenishment project between 28th Street and the Santa Ana River Jetties. C. City desires to engage Consultant to prepare plans and specifications for use by the Corps for replenishment efforts and to assist the City and Corps in the community outreach for the project ( "Project'). D. Consultant possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement. E. The principal members of Consultant for purposes of Project, shall be Michael J. McCarthy, P.E., Vice President and Russ H. Boudreau, P.E., Principal Coastal Engineer 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, 2009, 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 the services shall be performed to completion in a diligent and timely manner. The failure by Consultant to perform the services in a diligent and timely manner 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 Ninety Eight Thousand Two Hundred Sixty Eight and no /100 ($98,268) 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 5. C� 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. 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 Chris Webb 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. ADMINISTRATION This Agreement will be administered by the Public Works Department. Michael J. Sinacori, P.E. shall be the Project Administrator and shall have the authority to 3 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 draft and final 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. 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 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 interest in the work to be performed. City agrees to cooperate with the Consultant on the Project. 5 • • 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. Si nom. 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 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 F 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: L 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 15. 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. 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 The parties recognize that a substantial inducement to City for entering into this Agreement is the professional reputation, experience and competence of Consultant. Assignments of any or all rights, duties or obligations of the Consultant under this Agreement will be permitted only with the express written consent of City. Consultant shall not subcontract any portion of the work to be performed under this Agreement without the prior written authorization 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 PDF 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 CARD 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. I 0 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 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 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 borne by Consultant. Nothing in this paragraph is intended to limit City's rights under the law or 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, 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: Michael J. Sinacori, P.E. City of Newport Beach 3300 Newport Boulevard Newport Beach, CA, 92663 Phone: 949 - 644 -3342 Fax: 949 - 644 -3308 All notices, demands, requests or approvals from CITY to Consultant shall be addressed to Consultant at: 11 0 Michael J. McCarthy, P.E. Moffatt & Nichol 3780 Kilroy Airport Way, Suite 600 Long Beach, CA 90806 Phone: 562 -426 -9551 Fax: 562- 424 -7489 28. TERMINATION 0 In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, 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. 29. COMPLIANCE WITH ALL LAWS Consultant shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all work prepared by Consultant shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 30. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 12 31. INTEGRATED CONTRACT r1 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. 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. 34. 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. 35. 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. 36. 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. 37. 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: �1 City Attorney for the City of Newport Beach ATTEST: By: 2WOVw //% . 4Z�1� LaVonne Harkless, City Clerk CITY OF NEWPORT BEACH, A Municip"o1 Corporation r By: Z/ A ayor for the City of Newport Beach MOFFATT & NICHOLCONSULTANT: By: A41V ��( 4 (Corporate Officer) Title: Vice -President Print Name: Michael J. McCarthy, P.E. BY (Fi ancial Office Title: Chief Financial Officer Print Name: Timothy J. Rellaford Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates F:\Users\PBW\Shared\Agreements\FY 07-08\Moffatt-Nichol-Beach Sand Replenishment.doc 14 0 '/„ MOFFATF & NICHOL November 28, 2007 City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Attn: Mr. Michael Sinacori, P.E., Project Manager 0 3780 Kilroy Airport Way, Suite 600 Long Beach, CA 90806 (562) 426 -9551 Fax(562)424 -7489 Subj: Exhibit A — Scope of Services for Beach Sand Project, Revised Final Proposal for Consulting Services Dear Mr. Sinacori: Moffatt & Nichol (M &N) is pleased to present this revised proposal for consulting services for the City's beach sand project. The City needs planning and engineering services to manage the beaches as identified in the recent Beach Sand and Shoreline Study. We perform these services for other Cities and are well - qualified to help the City initiate actions recommended in the report. The proposed scope of work, fee, and schedule are provided below for your consideration. The work is based on assuming that the U.S. Army Corps of Engineers secures all permits, performs environmental review, and hires and manages the contractor. Proposed Scope of Services The following tasks are proposed as part of the additional beach management services: 1. Meet approximately three times with the West Newport Beach Homeowners Association and the general beach use public to present the proposed beach management strategy. 2. Assess the possibility of a nearsbore mound created by nourishment to move onshore and nourish the groin field, and assess historic and recent beach profiles for beach width and volume changes within the groin field as further justification for a USACE project. 3. Prepare concept designs of sand backpassing scenarios showing sand sources (the Santa Ana River mouth) and placement configurations consistent with the desires of the community to serve as the basis of a project description for permits and environmental review. EXHIBIT A i • City of Newport Beach Mr. Michael Sinacori, P.E. November 28, 2007 Page 2 of 3 4. Provide technical support to the USACE for securing permits to perform the sand management activities. The USACE will secure permits from the following agencies: a. U.S. Army Corps of Engineers; b. Regional Water Quality Control Board; c. California Coastal Commission; d. State Lands Commission; and e. City of Newport Beach. 5. Prepare Final Engineering Plans and Specifications for sand backpassing from near the mouth of the Santa Ana River to lower West Newport for use by the USACE. 6. Provide construction support and community outreach services during the back - passing as required. Attend regular meetings with City staff to report progress (one meeting per month for 12 total). 8. Assist City lifeguards with implementing the Littoral Environmental Observations program by instructing staff on taking measurements, and assisting with data reduction and analyses. Proposed Fee The scope of work can be completed for an estimated fee of $98,268. The table below shows the fee by task. PROPOSED FEE Task Number Description Estimated Fee i Meet With Homeowners and General Public $2,819 2 Assess Nearshore Mound and Profile Data $26,022 3 Prepare Concept Designs of Beach Fills $6,061 4 Assist the USACE to Secure Permits $7,804 5 Prepare Final Engineering Plans and Specifications $25,748 6 Construction Support & Community Outreach Services During the Project $12,888 7 Progress Meetings $6,136 8 LEO Program Support $7,342 Not Applicable Reimbursable Expenses (Mileage, reproduction, telephone, mailing, etc. $3,450 Grand Total $98, 268 EXHIBIT A L] Proposed Schedule and Key Staffing 0 City of Newport Beach Mr. Michael Sinacori, P.E. November 28, 2007 Page 3 of 3 The entire project, including construction support, can be completed within one year from Notice -to- Proceed, assuming timely internal permit processing and environmental review by the City. Delays in processing would result in corresponding delays in the project completion date. Key staff persons to perform the work are Chris Webb as the Senior Project Manager (and manager of the recent Newport Beach Sand Study project) and myself, Russ Boudreau as Principal Coastal Engineer, to perform oversight and quality assurance and control of the engineering. Thank you for the opportunity to assist th e City on this important project and please contact me with any questions or comments regarding this proposal. Sincerely MOFFATT & NICHOL Russell H. Boudre , .E. Principal Coastal Engineer EXHIBIT A Project Number: Project Title: Project Manager: Project Princips Moffatt a Nichol Project Fee Proposal EXHIBIT B Pra�tpa m�til, 6eevev Date: 11128/07 I. MAN -HOUR BUDGET CLASSIFICATION /FATES Phase Task Title Principal Eng. /SCi P -9 P -8 Supervisory Eng. /SCi P -7 Senior 6ng. /SCi P -6 Bng. /SCi III P -5 Hng SCi II 1 P -4 Ang. /SCi i P -3 Staff Eng. P -1 P -2 Senior Tech. T -5 General Clerical A -1 A -2 HOURS LABOR TOTAL 231.00 204.75 187.95 176.40 157.50 135.45 108.15 153.30 74.55 0 1 Meet with West Na rt BOA and poh l is 15.D 15-0 $2,819 2 Assess Nearshore Mound FeaSibili[ 2.0 B.D B.0 10.0 $3,049 Historic Beach Width Data 3 Pre are Conce t Deal qnS of 2 alt.r 8.0 8.0 20.0 36.0 $6.061 0 4 Assist the USACE to Secure Permits 2.0 1 16.0 32.0 so $7,804 5 Final Plana Specifications and Eat 16.D 32.0 118.4 166.4 $25,748 6 Construction Support F Outreach Be 8.0 40.0 26.0 74.0 12 Bag 7 city Pr egress Meetin s 24.0 12.0 36.0 6 136 8 Assist with LEO Pr ram 16.0 32.0 48.0 7,342 0 0 0 0 0 0 0 0 0 TOTAL MAN -HOURS 36.0 - 159.0 - - 248.fl - - 443.4 II. MAN LABOR 0 316 0 $29, 884 0 0 $33,646 0 1 So 1 $71,846 III. OTHER COSTS A. 3ubconsultant. BdrkNR Total 1. Coastal Frontiers Corporation $14,976 $2,246 $17,222 2. Evert. Coastal 1 $5,000 $750 55.150 3. $0 $0 $0 4, $0 $0 $0 5, $0 50 $0 IV. PROTECT SUMMARY Total MGM Labor $71,846 Total Subco ... Itant Cost: $19,976 Total Other Direct Costs: $3,150 Mark-up on Svbcon¢ultenta: $2,996 Mark -u on ODC¢: 300 TOt61 PTO FCC E$timat $98268 Total Subconsultants: $19,976 B. Other Direct Coats Airfare 0 Lodging 0 Meals 50 Mileage /Rental Car 100 Outside Reproduction $2,aoo Postage /Delivery 500 Telephone /Fax 500 Inspection 6 Testing Bq ipment 0 Other so $2,996 $22,972 N/A $0 N/A $0 N/A $SD N/A $100 $20D $2,200 $5D $550 $50 $550 N/A $0 so 0 3 150 300 $3,450 Effective July 3, 20071hru Dezember 31, 2006 E • •Fax #: CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. Date Received: 12 -19 -07 Date Completed: 1 -3 -08 Sent to Company /Person required to have certificate: Dept. /Contact Received From: Shauna Oyler Shauna By: April Walker Moffat & GENERAL LIABILITY A. INSURANCE COMPANY: Travelers Property B. AM BEST RATING (A: VII or greater): A+ XV C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? M Yes ❑ No D. LIMITS (Must be $1M or greater): What is limit provided? 2 mil agg/1 mil occ E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? M Yes ❑ No F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? M Yes ❑ No G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be included): Is it included? M Yes ❑ No H. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? ❑ Yes M No 1. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. II. AUTOMOBILE LIABILITY A. INSURANCE COMPANY: Travelers Property B. AM BEST RATING (A: VII or greater): A+ XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? M Yes ❑ No D. LIMITS (Must be $1M min. BI & PD and $500,000 UM): What is limits provided? lmil E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? M Yes ❑ No F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only): Is it included? N/A ❑ Yes ❑ No G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. III. WORKERS' COMPENSATION A. INSURANCE COMPANY: Ins. Co. of Pennsylvania B. AM BEST RATING (A: VII or greater): A+ XV C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? i C_��� (3911 OD-100) CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 9 December 11, 2007 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Michael J. Sinacori, P.E. 949 - 644 -3342 or msinacori@city.newport- beach.ca.us SUBJECT: OCEANFRONT SAND REPLENISHMENT - APPROVAL OF PROFESSIONAL SERVICES AGREEMENT WITH MOFFATT AND NICHOL FOR ENGINEERING SERVICES RECOMMENDATION: Approve a Professional Services Agreement with Moffatt & Nichol, of Long Beach, California, for professional engineering services at a not to exceed price of $98,268 and authorize the Mayor and City Clerk to execute the Agreement. DISCUSSION: Sand replenishment in Newport Beach has always been vital in keeping the beaches well nourished. Although ocean currents cause sand to move in, out, down, and up the coast, referred to as littoral drift, Newport Beach has been able to maintain its wide beaches because of the ongoing federal sand replenishment projects at Surfside /Sunset and West Newport. The City Council approved a professional services agreement with Moffatt and Nichol (M &N) in October 2005 to document the phenomenon. The State of the Newport Beach Shoreline was presented at the September 12, 2006 Council Study Session. The presentation gave an overview on the history of Newport beaches and included recommendations to maintain the quality of our oceanfront. The major recommendation of the study noted that the wide beaches in West Newport, from the Santa Ana River to approximately 56"' Street, were stable and growing slightly. However, the width of the beaches between 56th Street and the Newport Pier, if not replenished, will slowly reduce in size. M &N recommended that every three to five years a CIP maintenance project be performed to transport approximately 50,000 to 75,000 cubic yards of sand from the upper West Newport beaches to the lower numbered streets (28th to 44th Streets). The Army Corps of Engineers (Corps) is preparing another phase of its Surfside /Sunset Sand Replenishment Project. Newport Beach is a partner with the Corps on this long term project between Surfside and the Harbor entrance. In the past, Newport has seen sand moving efforts done by the Corps and since our recent M &N report shows a need in • Oceanfront Sand Replenishment — Approval fessional Services Agreement with Mo and Nichol for Engineering Services December 11, 2007 Page 2 Newport Beach, the Corps is willing to move forward with a sand replenishment effort if the City assists with design and public outreach efforts. Prior to moving forward with the sand replenishment project in Newport, plans and specifications must be prepared to clearly define the sand relocation. This plan would need to be reviewed by the Corps in concert with the community outreach. M &N will also study the near shore profile data for potential future dredging projects from either the Santa Ana River or the Semeniuk Slough. This information is critical to allow those projects to move forward in future years. M &N will also develop a Littoral Environmental Observation (LEO) program and instructing our lifeguards on the proper technique of taking the measurements. Staff considered using URS of Huntington Beach, Noble Consultants of Irvine and M &N for this project. M &N is considered experts in this field and has preformed well in the preparation of the State of Newport Beach Shoreline report. Staff recommends continuing with this coastal expert for the preparation contract plans and to assist in the public outreach to accomplish the sand replenishment effort by the Corps. The scope of M &N's professional services will include: • Attending meetings with City staff and community members. • Prepare concept designs for various alternatives for review by regulatory agencies. • Prepare final engineering plans and specifications for use by the Corps. • Construction support services during the project, mainly for public outreach. • Continued support in sand monitoring. Environmental Review: Engineering services are not projects as defined in the California Environmental Quality Act (CEQA) Implementing Guidelines. M &N will assist the Corps in preparing the necessary environmental documentation required for the final defined project. Funding Availabilitv: There are sufficient funds available in the following account: Account Description Oceanfront Encroachment — Beach Replenishment Prepared by: MigKael J. Sinacori, P.E. Assistant City Engineer Attachment: Professional Services Account Number Amount 7028- C5100282 $ 98,268 Total: $ 98,268 Submitted by: PROFESSIONAL SERVICES AGREEMENT WITH MOFFATT AND NICHOL FOR THE DESIGN AND PERMITTING OF THE OCEANFRONT SAND REPLENISHMENT PROJECT THIS AGREEMENT is made and entered into as of this _ day of 2007, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "City"), and MOFFATT AND NICHOL, a California Corporation whose address is 3700 Kilroy Airport Way, Long Beach California, 90806 ( "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. The Army Corps of Engineers (Crops) is planning to implement an oceanfront sand replenishment project between 28"' Street and the Santa Ana River Jetties. C. City desires to engage Consultant to prepare plans and specifications for use by the Corps for replenishment efforts and to assist the City and Corps in the community outreach for the project ( "Project"). D. Consultant possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement. E. The principal members of Consultant for purposes of Project, shall be Michael J. McCarthy, P.E., Vice President and Russ H. Boudreau, P.E., Principal Coastal Engineer 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 30"' day of June, 2009, 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 the services shall be performed to completion in a diligent and timely manner. The failure by Consultant to perform the services in a diligent and timely manner 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 Ninety Eight Thousand Two Hundred Sixty Eight and no /100 ($98,268) 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 Chris Webb 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. Michael J. Sinacori, P.E. shall be the Project Administrator and shall have the authority to E 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 draft and final 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. 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. 4 9. HOLD HARMLESS E 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 interest in the work to be performed. City agrees to cooperate with the Consultant on the Project. 5 0 12. CITY POLICY 0 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. Si nature. 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 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 W 0 0 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. 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: L 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 0 0 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 The parties recognize that a substantial inducement to City for entering into this Agreement is the professional reputation, experience and competence of Consultant. Assignments of any or all rights, duties or obligations of the Consultant under this Agreement will be permitted only with the express written consent of City. Consultant shall not subcontract any portion of the work to be performed under this Agreement without the prior written authorization of City. E 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 PDF 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. 9 0 19. CONFIDENTIALITY U 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 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 0 0 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 borne by Consultant. Nothing in this paragraph is intended to limit City's rights under the law or 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, 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: Michael J. Sinacori, P.E. City of Newport Beach 3300 Newport- Boulevard Newport Beach, CA, 92663 Phone: 949 - 644 -3342 Fax: 949 -644 -3308 All notices, demands, requests or approvals from CITY to Consultant shall be addressed to Consultant at: 11 Michael J: McCarthy, P.E. Moffatt & Nichol 3780 Kilroy Airport Way, Suite 600 Long Beach, CA 90806 Phone: 562 -426 -9551 Fax: 562 -424 -7489 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, 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. 29. COMPLIANCE WITH ALL LAWS Consultant shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all work prepared by Consultant shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 30. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 12 31. INTEGRATED CONTRACT E 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. 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. 34. 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. 35. 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. 36. 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. 37. 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: ity Attorney for the City of Newport Beach ATTEST: By: LaVonne Harkless, City Clerk CITY OF NEWPORT BEACH, A Municipal Corporation In Mayor for the City of Newport Beach MOFFATT & NICHOLCONSULTANT: M (Corporate Officer) Title: Vice- President Print Name: Michael J. McCarthy, P.E. By: (Financial Officer) Title: Chief Financial Officer Print Name: Timothy J. Rellaford Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates F: \Users\PBW\Shared\Agreements\FY 07- 081Moffatt- Nichol -Beach Sand Replenishment.doc - 14 0 hk/M! MOFFATT & MCHOL November 28, 2007 City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Attn: Mr. Michael Sinacori, P.E., Project Manager 0 3780 Kilroy Airport Way, Suite 600 Long Beach, CA 90806 (562) 426 -9551 Fax (562) 424 -7489 Subj: Exhibit A — Scope of Services for Beach Sand Project, Revised Final Proposal for Consulting Services Dear Mr. Sinacori: Moffatt & Nichol (M&N) is pleased to present this revised proposal for consulting services for the City's beach sand project. The City needs planning and engineering services to manage the beaches as identified in the recent Beach Sand and Shoreline Study. We perform these services for other Cities and are well - qualified to help the City initiate actions recommended in the report. The proposed scope of work, fee, and schedule are provided below for your consideration. The work is based on assuming that the U.S. Army Corps of Engineers secures all permits, performs environmental review, and hires and manages the contractor. Proposed Scope of Services The following tasks are proposed as part of the additional beach management services: 1. Meet approximately three times with the West Newport Beach Homeowners Association and the general beach use public to present the proposed beach management strategy. 2. Assess the possibility of a nearshore mound created by nourishment to move onshore and nourish the groin field, and assess historic and recent beach profiles for beach width and volume changes within the groin field as further justification for a USACE project. 3. Prepare concept designs of sand backpassing scenarios showing sand sources (the Santa Ana River mouth) and placement configurations consistent with the desires of the community to serve as the basis of a project description for permits and environmental review. EXHIBIT A i • City of Newport Beach Mr. Michael Sinacori, P.E. November 28, 2007 Page 2 of 3 4. Provide technical support to the USACE for securing permits to perform the sand management activities. The USACE will secure permits from the following agencies: a. U.S. Army Corps of Engineers; b. Regional Water Quality Control Board; c. California Coastal Commission; d. State Lands Commission; and e. City of Newport Beach. 5. Prepare Final Engineering Plans and Specifications for sand backpassing from near the mouth of the Santa Ana River to lower West Newport for use by the USACE. 6. Provide construction support and community outreach services during the back - passing as required. 7. Attend regular meetings with City staff to report progress (one meeting per month for 12 total). 8. Assist City lifeguards with implementing the Littoral Environmental Observations program by instructing staff on taking measurements, and assisting with data reduction and analyses. Proposed Fee The scope of work can be completed for an estimated fee of $98,268. The table below shows the fee by task. PROPOSED FEE Task Number Description Estimated Fee 1 Meet With Homeowners and General Public $2,819 2 Assess Nearshore Mound and Profile Data $26,022 3 Prepare Concept Designs of Beach Fills $6 061 4 Assist the USACE to Secure Permits $7,804 5 Prepare Final Engineering Plans and Specifications $25,748 6 Construction Support & Community Outreach Services During the Project $12,888 7 Progress Meetings $6,136 8 LEO Program Support $7,342 Not Applicable Reimbursable Expenses (Mileage, reproduction, telephone, mailing, etc. $3,450 Grand Total $98,268 EXHIBIT A Proposed Schedule and Key Staffing i City of Newport Beach Mr. Michael Sinacori, P.E. November 28, 2007 Page 3 of 3 The entire project, including construction support, can be completed within one year from Notice -to- Proceed, assuming timely internal permit processing and environmental review by the City. Delays in processing would result in corresponding delays in the project completion date. Key staff persons to perform the work are Chris Webb as the Senior Project Manager (and manager of the recent Newport Beach Sand Study project) and myself, Russ Boudreau as Principal Coastal Engineer, to perform oversight and quality assurance and control of the engineering. Thank you for the opportunity to assist the City on this important project and please contact me with any questions or comments regarding this proposal. Sincerely MOFFATT & NICHOL Russell H. Boudre , .E. Principal Coastal Engineer EXHIBIT A Project Number: Project Title: Project Manager: Project Principa Moffatt A Nichol Project Fee Proposal EXHIBIT B Kemptea Webb oarvev Date: 11/18/07 1. MAN-HOUR BUDGET CLASSIFICATION RATES Phase Task Title Principal Eng. /Sci P -9 P -8 Supervisory mg. /Sci P -7 senior Bng. /Sci 2-6 Eng. /Sci III P -8 Eng. /Sci II P -4 Eng. /Sci I P -3 Staff Eng. P -1 P -2 Senior Tech. T -5 General Clerical A -1 A -2 BOORS LABOR TOTAL $204,7S $187.95 $176.40 15].50 $135.45 $108.15 $153.30 074.55 D 1 Meet with Meat Newport HOA and nub lin 15.0 $2,819 2 Assess Nearshore Mound Feasibility 240 8.0 8.0 18.0 $3,049 Historic Beach Width Data 3 Prepare Concept Designs of 2 alter 8.0 8.0 20.D 36.0 $6,061 0 9 Aselet the OSACB to Secure Permits 2.0 1610 32,D 50.0 $7,804 5 Final Plane Specifications and Eat 16.0 32.0 118.4 166.4 $25,748 6 Construction Support & Outreach se 8.0 40.0 26.0 74.0 $22,888 7 Citv Progress Meetin s 24.D 12.0 3640 $6,116 8 Assist with LEO Program 16.0 32.0 46.0 $7,342 0 0 0 0 0 D 0 0 0 TOTAL MAN -HOURS 36.0 1 159.0 - - i 248.4 i It. M&N LABOR B 316 1 029, 889 0 0 $33,646 1 40 0 1 1 $71, 846 III. OTHER COSTS A. Subconsultants Markup' Intel 1. Coastal Frontiers Corporation $14,976 $2,246 $17,222 2. Everts Coastal ..$5,000 $750 $5,750 3. $0 $0 $0 4, $0 $0 $0 S. 30 $0 $0 Total Subconsultants: $19,976 $2,996 $22,972 E. Other Direct Costs Airfare I-N/A $0 Lodging N/A $0 Meals N/A $50 Mileage /Rental Car N/A $100 Outside Reproduction $200 $2,200 Postage /Delivery $SD $550 Telephone /Pax $50 $550 Inspection & Testing Equipment N/A $0 Other 0 0 IV. PROJECT SUKMI Y Total M&N Labor $71,846 Total Subconsultant Cost: $19,976 Total Other Direct Coats: $3,150 Mark -up on Subconsultants: $2,996 Merk -u on DOCS: 300 TOtai piD ect BStimal $98,268 91.1so 30D 3 450 Effective July 3, 2007 9hru December 31, 2008 • lI 1I u • CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT � 38 11W-a607 !UL 9 1, 2001 Agenda Item No. 8 July 24, 2007 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Michael Sinacori 949 -644 -3342 or msinacod @city.newport- beach.ca.us SUBJECT: OCEANFRONT SAND REPLENISHMENT - APPROVAL OF PROFESSIONAL SERVICES AGREEMENT WITH MOFFATT AND NICHOL FOR ENGINEERING SERVICES RECOMMENDATION: Approve a Professional Services Agreement with Moffatt & Nichol, of Long Beach, California, for professional engineering services at a not to exceed price of $173,498 • and authorize the Mayor and City Clerk to execute the Agreement. DISCUSSION: Sand replenishment in Newport Beach has always been vital in keeping the beaches well nourished. Although ocean currents cause sand to move in, out, down, and up the coast, referred to as littoral drift, Newport Beach has been able to maintain its wide beaches because of the ongoing federal sand replenishment projects at Surfside/Sunset and West Newport. The City Council approved a professional services agreement with Moffatt and Nichol (M &N) in October 2005 to document the phenomenon. At the September 12, 2006 Council study session the State of the Newport Beach Shoreline report was presented. The presentation gave an overview on the history of Newport beaches and included recommendations to maintain the quality of our oceanfront. The major recommendation of the study noted that the wide beaches in West Newport, from the Santa Ana River to approximately 56th Street, were stable and growing slightly. However, the width of the beaches between 56th Street and the Newport Pier, if not replenished, will slowly reduce in size. M &N recommended that every three to five years a CIP maintenance project be performed to transport approximately 50,000 to 75,000 cubic yards of sand from the upper West Newport beaches to the lower numbered streets (28th to 44"' Streets). • Prior to moving forward with the sand replenishment project, contract documents must be prepared to clearly define the sand relocation. These documents would need to be Nom' Oceanfront Sand Replenishment 4"l of Professional Services Agreement with W and Nichol for Engineering Services ' - July 24. 2007 .. - Page 2 reviewed by the regulatory agencies and ultimately a Coastal Development Permit (CDP) would need e issued for the project. Our goal would be to obtain a long term m�emit from the Coastal Commission and all regulatory agencies to allow the City to continue these projects in the future without obtaining new permits each time. Staff considered using URS of Huntington Beach, Noble Consultants of Irvine and M &N for this project. M &N is considered experts in this field and has preformed well in the preparation of the State of Newport Beach Shoreline report. Staff recommends continuing with this coastal expert for the preparation of construction documents, completing the environmental review and obtaining all necessary permits to accomplish the sand replenishment effort by approving the professional services agreement. The scope of M &N's professional services will include: • Attending meetings with City staff and community members Prepare Concept Designs for various alternatives for review by regulator agencies • Prepare Initial Study and necessary Environmental Documentation. • Secure permits from Federal, State, and Local agencies (USACE, RWQCB, CCC, and State Lands Commission) • Prepare final plans and specifications • Construction support services • Continued support in sand monitoring M &N will be preparing the necessary documents to obtain environmental clearance for • the anticipated sand replenishment project. Additional services may be required to obtain full environmental clearance of the final defined project. Environmental Review: Engineering services are not projects as defined in the California Environmental Quality Act (CEQA) Implementing Guidelines. M &N will be preparing the necessary CEQA documentation required for the final defined project. Funding Availability: There are sufficient funds available in the following account for the project: Account Description Account Number Amount Beach Sand Study and Replenishment 7028- C5100282 $173,498 Prepared by: A 1 Submitted by. Micha J. Sinacori, P.E. rep um Principal Civil Engineer PuWc Works Director Attachment: Professional Services Agreement • 11 • 0 0 PROFESSIONAL SERVICES AGREEMENT WITH MOFFATT AND NICHOL FOR THE DESIGN AND PERMITTING OF THE OCEANFRONT SAND REPLENISHMENT PROJECT THIS AGREEMENT is made and entered into as of this day of 2007, by and between the CITY OF NEWPORT ( "City"), and MOFFATT AND NICHOL, a California Kilroy Airport Way, Long Beach California, 90806 reference to the following: RECITALS BEACH, a Municipal Corporation Corporation whose address is 3700 ( "Consultant"), and is made with 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. Cit is planning to implement an oceanfront sand replenishment project between 28 Street and the Santa Ana River Jetties. C. City desires to engage Consultant to prepare contract documents and obtain a Coastal Development Permit from the California Coastal Commission to perform the required replenishment project ( "Project "). D. Consultant possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement. E. The principal members of Consultant for purposes of Project, shall be Michael J. McCarthy, P.E., Vice President and Russ H. Boudreau, P.E., Principal Coastal Engineer F. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and desires to retain Consultant to render professional services under the terms and conditions set forth in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the above written date, and shall terminate on the 31't day of December, 2008, unless terminated earlier as set forth herein. 0 0 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 the services shall be performed to completion in a diligent and timely manner. The failure by Consultant to perform the services in a diligent and timely manner 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 One Hundred Seventy Three Thousand Four Hundred and Ninety- Eight .Dollars and no /100 ($173,498) 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 E 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 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 Chris Webb 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. Michael J. Sinacod, P.E. shall be the Project Administrator and shall have the authority 0 E 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 draft and final 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. 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. • 0 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 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 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- G 0 0 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. • 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. 15. 16. 17 0 • 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. 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. SUBCONTRACTING The parties recognize that a substantial inducement to City for entering into this Agreement is the professional reputation, experience and competence of Consultant. Assignments of any or all rights, duties or obligations of the Consultant under this Agreement will be permitted only with the express written consent of City. Consultant shall not subcontract any portion of the work to be performed under this Agreement without the prior written authorization 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 G 0 0 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 PDF 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, shalt be kept confidential unless City authorizes in writing the release of information. 0 20. OPINION OF COST E Any opinion of the construction cost prepared by Consultant represents his /her • judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. 21. INTELLECTUAL PROPERTY INDEMNITY The Consultant shall defend and indemnify City, its agents, officers, representatives and employees against any and all liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. 22. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Consultant under this Agreement. All such records and • invoices shall be clearly identifiable. Consultant shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Consultant shall allow inspection of all work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Consultant under this Agreement. 23. WITHHOLDINGS City may withhold payment to Consultant of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his/her designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 24. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional • inexperience of Consultant which result in expense to City greater than what would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or in 0 0 restoration expense shall be bome by Consultant. Nothing in this paragraph is • intended to limit City's rights under the law or 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 Consultants 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, 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: Michael J. Sinacori, P.E. City of Newport Beach 3300 Newport Boulevard Newport Beach, CA, 92663 Phone: 949 - 644 -3342 Fax: 949 - 644 -3308 All notices, demands, requests or approvals from CITY to Consultant shall be addressed to Consultant at: Michael J. McCarthy, P.E. Moffatt & Nichol • 3780 Kilroy Airport Way, Suite 600 Long Beach, CA 90806 Phone: 562 -426 -9551 Fax: 562 -424 -7489 28. 29. 30. 31 0 TERMINATION 0 In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, 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. 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. A `I • E • 0 0 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. 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. 34. 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. 35. 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. 36. 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. 37. 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. • Pi IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: I,,(- ff , 0 City Attorney for the City of Newport Beach ATTEST: LaVonne Harkless, City Clerk CITY OF NEWPORT BEACH, A Municipal Corporation Mayor for the City of Newport Beach MOFFATT & NICHOLCONSULTANT: By: (Corporate Officer) Title: Vice- President Print Name: Michael J. McCarthy. P.E. (Financial Officer) Title: Chief Financial Officer Print Name: Timothy J. Rellaford Attachments: Exhibit A - Scope of Services Exhibit B - Schedule of Billing Rates F: \Users\PBW\Shared\Agreements\FY 07 -08 \Moffatt- Nichol -Beach Sand Replenishment.doc 14 n • 0 4&4Ahq July 12, 2007 City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Attn: Mr. Michael Sinacori, P.E., Project Manager 0 Subj: Exhibit A — Scope of Services for Beach Sand Project, Revised Proposal for Consulting Services Dear Mr. Sinacori: Moffatt & Nichol (M &N) is pleased to present this revised proposal for consulting services for the City's beach sand project. The City needs planning and engineering services to manage the beaches as identified in the recent Beach Sand and Shoreline Study. We perform these services • for other Cities and are well - qualified to help the City initiate actions recommended in the report. The proposed scope of work, fee, and schedule are provided below for your consideration. Proposed Scope of Services The following tasks are proposed as part of the additional beach management services: 1. Meet once with the West Newport Beach Homeowners Association and the general beach use public to present the proposed beach management strategy. 2. Prepare concept designs of sand backpassing scenarios showing sand sources (the Santa Ana River mouth) and placement configurations to serve as the basis of a project description for permits and environmental review. 3. Apply for permits to perform the sand management activities. Permits will include those from the following agencies: a. U.S. Army Corps of Engineers; b. Regional Water Quality Control Board; c. California Coastal Commission; d. State Lands Commission; and e. City of Newport Beach. • It is assumed no permits are required from the County. LX4 1fuAl " 0 hAhm City of Newport Beach Mr. Michael Sinacori, P.E. July 12, 2007 Page 2 of 3 4. Perform environmental review consistent with the California Environmental Quality Act (CEQA). The CEQA document will be prepared by the Chambers Group, Inc. as a subconsultant to M&N and their proposal to M &N is attached. They assume that a Mitigated Negative Declaration will be required based on their understanding of the project. All services to satisfy CEQA are included in this task. 5. Prepare Final Engineering Plans, Specifications and Estimates for sand backpassing from near the mouth of the Santa Ana River to lower West Newport 6. Provide construction support services. 7. Attend regular meetings with City staff to report progress (one meeting per month). 8. Assist City lifeguards with implementing the Littoral Environmental Observations program by instructing staff on taking measurements, and assisting with data reduction and analyses. Proposed Fee The scope of work can be completed for an estimated fee of $173,498. The table on the following page shows the fee by task. Proposed Schedule and Key Staffing The project can be completed within one year from Notice -to- Proceed, assuming timely internal permit processing and environmental review by the City. Delays in processing would result in corresponding delays in the project completion date. Key staff persons to perform the work are Chris Webb as the Senior Project Manager (and manager of the recent Newport Beach Sand Study project) and Russ Boudreau, Principal Coastal Engineer to perform oversight and quality assurance and control of the engineering. Thank you for the opportunity to assist the City on this important project and please contact me with any questions or comments regarding this proposal. Sincerely MOFFATT & NICHOL EQJa� I ?E , Vka..SrCsS 41C Michael J. McCarthy, P.E. Vice - President IA 1- 0I C] • • L 0 0 0 City Newport Beach Mr. Michael 5inacori, P.E. July 12, 2007 Page 3 of 3 PROPOSED FEE Task Number Description Estimated Fee 1 Meet With Homeowners and General Public $1,504 2 Prepare Concept Designs of Beach Fills $6,061 3 Secure Permits See Items a-d Below 3a U.S. Army Corps of Engineers $12,638 3b Regional Water Quality Control Board $9,780 3c California Coastal Commission $16,850 3d State Lands Commission $8,425. 3e City of Newport Beach $9,509 4 Perform Environmental Review $43,356 5 Prepare Final Enl6neering Design (P,S & E ) $29,757 6 Construction Support Services $12,888 7 Progress Meetings $6,136 8 LEO Program Support $7,342 Not Applicable Permit Application Fees $5,803 Not Applicable Reimbursable Expenses (Mileage, reproduction, telephone, mailing, etc.) $3,450 Grand Total $173,498 � r N09fatt & Nichol Project Fee Proposal EXHIBIT B Project Number: Project Title: project Manager project Princip Data: 07/03/07 eau nw I. MAN -HONK BUDGET CLASSIPICATION xns./Sci RATSB Pr Pa euperviaary senior Sag• /8ei rel Png. /Pei Bng. /Bet Bag, loci III II Bng ei I staff Bng. Senior Tech. clerical P -9 8- P -] P -6 P -5 P -f P- P -3 -1 P -2 T -5 A -1 A -2 LABOR TS tl. MOORE TOTAL 2 00 $204,7S 8167.95 $176.40 157 50 $135.4s $100.13 $153.30 974.SS Phase Task 0 1 Meet w t p a rt NOA and 8.0 8 0 $1,50.4 0 2 Pre are Conte t Deai • of 1 a1Ce 8.0 8.0 20.0 36.0 06,061 D 3 8acu Permits 24.0 60.0 84.0 0 $1216 a a USAGE 16.0 50.0 66.0 S91780 b R ® 32.0 80 0 $15,850 c COO SLC 16.0 40.0 --M 56.0 S8 ,42S Id e City 16.0 4840 64.0 $R,509 4 SnVirpmeeptal Review 2.0 IS.D i 34.D 5 Pinal Plana -specifications and Pat 1660 32.0 143.0 196.0 29 787 0 6 Construction 8 ort Bery cea 8.0 40.0 26.0 $12,000 0 7 Cie P reds Meetin a 24.0 12.0 36 0 6,136 0 8 Asei t with LEO Pro ram 36.0 32.0 1 1 48.0 17,343 0 0 0 0 D 0 $120 D TOTAL MAN -HOURS 34.0 248.0 532.0 824.0 126 515 II. M6N LABO 7 854 0 4 613 0 0 72 059 D 0 0 III. R COSTS IV. PROJECT SUMMARY A. Subconaultants HArkND Tct.l Ind. 32 800 $4,920 $37,720 Total MaN Labor $126,525 1. Chambers Oroua. 0 $0 $0 Total Subconsultant Cost: $32,800 2. 0 $0 $0 Total Other Direct Costs: $6.425 3. 0 $0 $0 Mark -up on Subconeultante: $4,920 f $0 SO 80 Mark -u on Once, 828 S Total Subconsultants: $32,600 $4,920 $37,720 Total Pro ect EPtimal $173, 498 a. Other Direct Coats ' Airfare MIA $0 Lodging N/A $0 Meals MIA $50 Mileage /Rental Car N/A $100 Outside Reproduction $200 $2,200 ASSS.275 Postage /Delivery $SO $550 Telephone /Pax $50 $550 Inspection 6 Testing Equipment MIA $0 Other Permit feed 528 S 803 $8.429 S828 $9,293 Effective July 3, 5007 thru December 31, 2008 • • • I 1 L J