HomeMy WebLinkAboutItem 10f - Wilderness Park Debris Removal Design Project
STAFF REPORT
PUBLIC WORKS SERVICES DEPARTMENT
DATE: February 17, 2026
TO: Honorable Mayor and City Council
FROM: Paul Cranmer, Public Works Services Director
By: Leonel Martin, Public Works Project Manager
SUBJECT: PROFESSIONAL SERVICES AGREEMENT WITH ORIGINS ENGINEERING
CO. FOR THE WILDERNESS PARK DEBRIS REMOVAL DESIGN IN THE
AMOUNT OF $358,581
CEQA: Not a Project
Recommendation: Approve
SUMMARY
The Fiscal Year 2025–26 Capital Improvement Plan (“CIP”) provides for the Wilderness
Park Debris Removal Design Project. The purpose of this project is to prepare a
comprehensive design to address the removal of more than eight feet of
accumulated soil, debris, and vegetation resulting from past mudslide events, and to
develop measures that will mitigate, reduce, and, where feasible, prevent future
mudslide-related damage at Wilderness Park. To ensure the City receives a high-
quality, accurate, and constructible design, along with competitive pricing, the Public
Works Services Department (“PWSD”) solicited a formal Request for Proposals (“RFP”).
Based on the proposals received, it is recommended that the City Council approve,
authorize, and direct the City Manager to execute a Professional Services Agreement
with Origins Engineering Co. for the Wilderness Park Debris Removal Design, in the
amount of $358,581, with a 10% contingency.
BACKGROUND
After the 2020 Bobcat Fire, a heavy rainstorm in 2021 caused a major mudflow event
along the scarred hillsides of Wilderness Park. The mudflow buried much of
Wilderness Park under more than eight feet of mud and debris, covering walking
Wilderness Park Debris Removal Design Project
February 17, 2026
Page 2 of 5
paths, picnic areas, trees, and facilities. Subsequent rainstorms in 2023 added to the
issue, depositing even more mud and debris into the park. Unfortunately, the 2021
rainstorm also washed away a portion of the Los Angeles County-owned bridge,
which allowed entry into Wilderness Park. This has led to significant delays in
beginning the debris removal at Wilderness Park. Additionally, in 2024, the LA County
Department of Public Works installed a conveyer belt through a portion of
Wilderness Park for the Santa Anita Dam sediment removal project, causing further
delays in the debris removal process.
The Fiscal Year 2025-26 CIP Budget includes the Wilderness Park Debris Removal
Design. This project involves developing design plans for debris removal as well as
mitigation strategies aimed at reducing or preventing damage from future mudflow
events at Wilderness Park. The Wilderness Park Debris Removal Design is a necessary
precursor to the actual debris removal efforts, as it involves the development of
detailed design, cost estimates, and mitigation plans. These plans are critical to
ensuring debris removal is conducted safely, effectively, and in compliance with
regulatory requirements, while establishing reliable construction cost estimates and
interim mitigation measures to reduce future mudslide risks.
DISCUSSION
The Wilderness Park Debris Removal Design will include the development of
topographic surveys, geotechnical and environmental testing, conceptual designs,
construction documents, permitting work, and cost estimates for the debris removal
at Wilderness Park. In addition to creating detailed design plans for debris removal,
comprehensive mitigation strategies will be developed to safeguard Wilderness Park
by minimizing risk and impact from future mudflow events. These strategies will
address potential vulnerabilities and incorporate best practices to enhance the park’s
resilience against natural hazards. The design will lead to a shovel-ready project
aimed at protecting and restoring the natural lands and open space of Wilderness
Park through effective debris removal, erosion control, and improved landscape
stability. The design will lay the groundwork for a construction phase that will support
the restoration and eventual reopening of Wilderness Park, ultimately reestablishing
safe public access to the park and its valuable natural resources.
On November 24, 2025, a Notice Inviting Proposals for the Wilderness Park Debris
Removal Design was published in accordance with City Council Resolution No. 7483,
Wilderness Park Debris Removal Design Project
February 17, 2026
Page 3 of 5
and notice packages were provided to firms who provide these services. On
December 18, 2025, the City Clerk’s Office received three proposals. The proposals
were evaluated based on the firm’s thoroughness and understanding of the scope of
work, relevant experience, references, and proposal quality. The results of the
evaluation for each company’s ranking and proposed cost are listed below:
Rank Firm Location Cost Proposal
1 Origins Engineering Co. Westlake Village, CA $358,581
2 IDS Group Irvine, CA $642,983
3 Community Works Design Group Riverside, CA $653,602
After careful review and consideration of each firm’s experience, qualifications,
understanding of the needs of the City, quality of service approach, implementation
timeline, and cost, it was determined that Origin’s Engineering Co. is the most
qualified firm to prepare the Wilderness Park Debris Removal Design.
Origins Engineering Co. is a well-established engineering firm with extensive
experience providing professional services to municipal agencies. The firm has
demonstrated expertise on similar projects requiring debris removal and possesses
a strong background in municipal infrastructure projects. Their qualifications include
design engineering for sewer, water, storm drain, and grading improvements, as well
as hydrology and hydraulic analysis. In addition, Origins Engineering Co. has
experience in geotechnical and environmental engineering, drainage design, and
coordination of regulatory compliance efforts, making the firm well suited to support
the Wilderness Park Debris Removal Design Project.
Origins Engineering Co. has successfully assisted with similar projects, including the
City of Diamond Bar Community Center Landscape and Slope Stabilization Project,
the Torrence Walteria Reservoir Slope Repair Project, and the Ventura Regional
Sanitation District Toland Road Landfill Post-Fire Slope Stabilization and Drainage
Improvements Project. These projects involved elements comparable to the
Wilderness Park effort, including debris quantity evaluation and removal estimates,
drainage improvements, and slope stabilization solutions addressing post-fire and
erosion-related conditions. Origins Engineering Co. is able to complete the debris
removal design utilizing their own staff and do not outsource their work to sub-
contractors, which helps reduce overall costs.
Wilderness Park Debris Removal Design Project
February 17, 2026
Page 4 of 5
ENVIRONMENTAL ANALYSIS
The proposed action of preparing earthwork take-off quantities and developing
storm drain and mudslide prevention designs does not constitute a project under
the California Environmental Quality Act (“CEQA”), as it can be seen with certainty that
it will have no impact on the environment. In addition, the work relates to repair and
maintenance of existing facilities.
FISCAL IMPACT
Funds in the amount of $450,000 were budgeted in the Fiscal Year 2025-26 CIP for
the Wilderness Park Debris Removal Design project. The total cost for the project is
$358,581, and a 10% contingency would bring the total cost to $394,439.10, which is
within the adopted budget.
The PWSD has also submitted an application to the Regional Park and Open Space
District Competitive Grant Program for the Wilderness Park Debris Removal Design.
Should the City be awarded this grant, the total cost of the Wilderness Park Debris
Removal Design will be reimbursed and paid for by the Regional Park and Open
Space District.
The PWSD has secured funding through the Federal Emergency Management Agency
(“FEMA”) and the California Governor’s Office of Emergency Services (“CalOES”) for
debris removal at Wilderness Park. Approximately, $4.7 million from CalOES and $1.5
million from FEMA have been secured for debris removal. These public assistance
grants are for the reimbursement of the cost to remove the debris from the park.
Debris removal will begin once the Wilderness Park Debris Removal Design project
is completed.
RECOMMENDATION
It is recommended that the City Council determine that this action does not
constitute a project under the California Environmental Quality Act (“CEQA”); and
approve, authorize, and direct the City Manager to execute a Professional Services
Agreement with Origins Engineering Co. for the Wilderness Park Debris Removal
Design in the amount of $358,581, with a 10% contingency.
Wilderness Park Debris Removal Design Project
February 17, 2026
Page 5 of 5
Attachment: Proposed Professional Services Agreement
1
Updated Feb. 2020
CITY OF ARCADIA
PROFESSIONAL SERVICES AGREEMENT REGARDING
FOR THE WILDERNESS PARK DEBRIS REMOVAL DESIGN PROJECT
This Agreement is made and entered into as of _________________, 20____ by and
between the City of Arcadia, a municipal corporation organized and operating under the laws
of the State of California with its principal place of business at 240 West Huntington Drive,
Arcadia, California 91066 (“City”), and Origins Engineering Co., a California Corporation, with
its principal place of business at 2555 Townsgate Road, Suite 200, Westlake Village, CA
91361 (hereinafter referred to as “Consultant”). City and Consultant are sometimes
individually referred to as “Party” and collectively as “Parties” in this Agreement.
RECITALS
A.City is a public agency of the State of California and is in need of professional
services for the following project: Wilderness Park Debris Removal Design Project
(hereinafter referred to as “the Project”).
B.Consultant is duly licensed and has the necessary qualifications to provide
such services.
C.The Parties desire by this Agreement to establish the terms for City to retain
Consultant to provide the services described herein.
AGREEMENT
NOW, THEREFORE, IT IS AGREED AS FOLLOWS:
1.Services.
Consultant shall provide the City with the services described in the Scope of Services
attached hereto as Exhibit “A.”
2.Compensation.
a.Subject to paragraph 2(b) below, the City shall pay for such services in
accordance with the Schedule of Charges set forth in Exhibit “B.”
b.In no event shall the total amount paid for services rendered by
Consultant under this Agreement exceed the sum of Three Hundred Fifty-Eight Thousand,
Five Hundred Eighty-One Dollars and No Cents ($358,581.00). This amount is to cover all
printing and related costs, and the City will not pay any additional fees for printing expenses.
Periodic payments shall be made within 30 days of receipt of an invoice which includes a
detailed description of the work performed. Payments to Consultant for work performed
will be made on a monthly billing basis.
2
Updated Feb. 2020
3.Additional Work.
If changes in the work seem merited by Consultant or the City, and informal
consultations with the other party indicate that a change is warranted, it shall be processed
in the following manner: a letter outlining the changes shall be forwarded to the City by
Consultant with a statement of estimated changes in fee or time schedule. An amendment
to this Agreement shall be prepared by the City and executed by both Parties before
performance of such services, or the City will not be required to pay for the changes in the
scope of work. Such amendment shall not render ineffective or invalidate unaffected
portions of this Agreement.
4.Maintenance of Records.
Books, documents, papers, accounting records, and other evidence pertaining to
costs incurred shall be maintained by Consultant and made available at all reasonable times
during the contract period and for four (4) years from the date of final payment under the
contract for inspection by City.
5.Term
The term of this Agreement shall be for one (1) year from the date of execution,
unless earlier terminated as provided herein. The Parties may, by mutual, written consent,
extend the term of this Agreement if necessary to complete the Project. Consultant shall
perform its services in a prompt and timely manner within the term of this Agreement and
shall commence performance upon receipt of written notice from the City to proceed
(“Notice to Proceed”). The Notice to Proceed shall set forth the date of commencement of
work.
6.Delays in Performance.
a.Neither City nor Consultant shall be considered in default of this Agreement
for delays in performance caused by circumstances beyond the reasonable control of the
non-performing party. For purposes of this Agreement, such circumstances include but are
not limited to, abnormal weather conditions; floods; earthquakes; fire; epidemics; war; riots
and other civil disturbances; strikes, lockouts, work slowdowns, and other labor
disturbances; sabotage or judicial restraint.
b.Should such circumstances occur, the non-performing party shall, within a
reasonable time of being prevented from performing, give written notice to the other party
describing the circumstances preventing continued performance and the efforts being made
to resume performance of this Agreement.
3
Updated Feb. 2020
7.Compliance with Law.
a.Consultant shall comply with all applicable laws, ordinances, codes and
regulations of the federal, state and local government, including Cal/OSHA requirements.
b.If required, Consultant shall assist the City, as requested, in obtaining and
maintaining all permits required of Consultant by federal, state and local regulatory
agencies.
c.If applicable, Consultant is responsible for all costs of clean up and/ or removal
of hazardous and toxic substances spilled as a result of his or her services or operations
performed under this Agreement.
8.Standard of Care
Consultant’s services will be performed in accordance with generally accepted
professional practices and principles and in a manner consistent with the level of care and
skill ordinarily exercised by members of the profession currently practicing under similar
conditions.
9.Assignment and Subconsultant
Consultant shall not assign, sublet, or transfer this Agreement or any rights under or
interest in this Agreement without the written consent of the City, which may be withheld for
any reason. Any attempt to so assign or so transfer without such consent shall be void and
without legal effect and shall constitute grounds for termination. Subcontracts, if any, shall
contain a provision making them subject to all provisions stipulated in this Agreement.
Nothing contained herein shall prevent Consultant from employing independent associates,
and subconsultants as Consultant may deem appropriate to assist in the performance of
services hereunder.
10.Independent Contractor
Consultant is retained as an independent contractor and is not an employee of City.
No employee or agent of Consultant shall become an employee of City. The work to be
performed shall be in accordance with the work described in this Agreement, subject to such
directions and amendments from City as herein provided.
11.Insurance. Consultant shall not commence work for the City until it has
provided evidence satisfactory to the City it has secured all insurance required under this
section. In addition, Consultant shall not allow any subcontractor to commence work on any
subcontract until it has secured all insurance required under this section.
4
Updated Feb. 2020
a.Commercial General Liability
(i)The Consultant shall take out and maintain, during the
performance of all work under this Agreement, in amounts not less than specified herein,
Commercial General Liability Insurance, in a form and with insurance companies acceptable
to the City.
(ii)Coverage for Commercial General Liability insurance shall be at
least as broad as the following:
(1)Insurance Services Office Commercial General Liability
coverage (Occurrence Form CG 00 01) or exact equivalent.
(iii)Commercial General Liability Insurance must include coverage
for the following:
(1)Bodily Injury and Property Damage
(2)Personal Injury/Advertising Injury
(3)Premises/Operations Liability
(4)Products/Completed Operations Liability Consultant
shall procure and submit evidence of insurance for
at least five (5) years from the time that all work
under this Agreement is completed.
(5)Aggregate Limits that Apply per Project
(6)Explosion, Collapse and Underground (UCX) exclusion
deleted
(7)Contractual Liability with respect to this Agreement
(8)Property Damage
(9)Independent Consultants Coverage
(iv)The policy shall contain no endorsements or provisions
limiting coverage for (1) contractual liability; (2) cross liability exclusion for claims or suits by
one insured against another; (3) products/completed operations liability; or (4) contain any
other exclusion contrary to the Agreement.
(v)The policy shall give City, its officials, officers, employees,
agents and City designated volunteers additional insured status using ISO
endorsement forms CG 20 10 10 01 and 20 37 10 01, or endorsements providing the exact
same coverage. Consultant may provide blanket endorsements to meet the Additional
Insured requirement in this written contract. However, all subcontractors’ endorsements
shall specifically name the City, its elected officials, officers, employees, volunteers,
boards, agents, and representatives as additional insureds and blanket endorsements
are not acceptable.
5
Updated Feb. 2020
(vi)The general liability program may utilize either deductibles or
provide coverage excess of a self-insured retention, subject to written approval by the City,
and provided that such deductibles shall not apply to the City as an additional insured.
b.Automobile Liability
(i)At all times during the performance of the work under this
Agreement, the Consultant shall maintain Automobile Liability Insurance for bodily injury
and property damage including coverage for owned, non-owned and hired vehicles, in a
form and with insurance companies acceptable to the City.
(ii)Coverage for automobile liability insurance shall be at least as
broad as Insurance Services Office Form Number CA 00 01 covering automobile liability
(Coverage Symbol 1, any auto).
(iii)The policy shall give City, its officials, officers, employees,
agents and City designated volunteers additional insured status. Consultant may
provide blanket endorsements to meet the Additional Insured requirement in this written
contract. However, all subcontractors’ endorsements shall specifically name the City, its
elected officials, officers, employees, volunteers, boards, agents, and representatives as
additional insureds and blanket endorsements are not acceptable.
(iv)Subject to written approval by the City, the automobile liability
program may utilize deductibles, provided that such deductibles shall not apply to the City
as an additional insured, but not a self-insured retention.
c.Workers’ Compensation/Employer’s Liability
(i)Consultant certifies that he/she is aware of the provisions of
Section 3700 of the California Labor Code which requires every employer to be insured
against liability for workers’ compensation or to undertake self-insurance in accordance with
the provisions of that code, and he/she will comply with such provisions before commencing
work under this Agreement.
(ii)To the extent Consultant has employees at any time during the
term of this Agreement, at all times during the performance of the work under this
Agreement, the Consultant shall maintain full compensation insurance for all persons
employed directly by him/her to carry out the work contemplated under this Agreement, all
in accordance with the “Workers’ Compensation and Insurance Act,” Division IV of the Labor
Code of the State of California and any acts amendatory thereof, and Employer’s Liability
Coverage in amounts indicated herein. Consultant shall require all subconsultants to obtain
and maintain, for the period required by this Agreement, workers’ compensation coverage
of the same type and limits as specified in this section.
6
Updated Feb. 2020
d.Professional Liability (Errors and Omissions)
At all times during the performance of the work under this Agreement the Consultant
shall maintain professional liability or Errors and Omissions insurance appropriate to its
profession, in a form and with insurance companies acceptable to the City and in an amount
indicated herein. This insurance shall be endorsed to include contractual liability applicable
to this Agreement and shall be written on a policy form coverage specifically designed to
protect against acts, errors or omissions of the Consultant. “Covered Professional Services”
as designated in the policy must specifically include work performed under this Agreement
and delete any exclusion that may potentially delete coverage for the work to be performed
(e.g. any exclusions relating to lead, asbestos, pollution, testing, underground storage tanks,
laboratory analysis, soil work, etc.). The policy must “pay on behalf of” the insured and must
include a provision establishing the insurer's duty to defend.
e.Minimum Policy Limits Required
(i)The following insurance limits are required for the Agreement:
Combined Single Limit
Commercial General Liability $2,000,000 per occurrence/ $4,000,000
aggregate for bodily injury, personal injury,
and property damage
Automobile Liability $1,000,000 per occurrence for bodily injury
and property damage
Employer’s Liability $1,000,000 per occurrence
Professional Liability $3,000,000 per claim and $6,000,000 aggregate
(errors and omissions)
(ii)Defense costs shall be payable in addition to the limits.
(iii)Requirements of specific coverage or limits contained in this
section are not intended as a limitation on coverage, limits, or other requirement, or a waiver
of any coverage normally provided by any insurance. Any available coverage shall be
provided to the parties required to be named as Additional Insured pursuant to this
Agreement.
7
Updated Feb. 2020
f.Evidence Required
Prior to execution of the Agreement, the Consultant shall file with the City
evidence of insurance from an insurer or insurers certifying to the coverage of all insurance
required herein. Such evidence shall include original copies of the ISO CG 00 01 (or insurer’s
equivalent) signed by the insurer’s representative and Certificate of Insurance (Acord Form
25-S or equivalent), together with required endorsements. All evidence of insurance shall
be signed by a properly authorized officer, agent, or qualified representative of the insurer
and shall certify the names of the insured, any additional insureds, where appropriate, the
type and amount of the insurance, the location and operations to which the insurance
applies, and the expiration date of such insurance.
g.Policy Provisions Required
(i)Consultant shall provide the City at least thirty (30) days prior
written notice of cancellation of any policy required by this Agreement, except that the
Consultant shall provide at least ten (10) days prior written notice of cancellation of any such
policy due to non-payment of premium. If any of the required coverage is cancelled or
expires during the term of this Agreement, the Consultant shall deliver renewal certificate(s)
including the General Liability Additional Insured Endorsement to the City at least ten (10)
days prior to the effective date of cancellation or expiration. Consultant may provide blanket
endorsements to meet the Additional Insured requirement in this written contract.
However, all subcontractors’ endorsements shall specifically name the City, its elected
officials, officers, employees, volunteers, boards, agents, and representatives as additional
insureds and blanket endorsements are not acceptable.
(ii)The Commercial General Liability Policy and Automobile Policy
shall each contain a provision stating that Consultant’s policy is primary insurance and that
any insurance, self-insurance or other coverage maintained by the City or any named
insureds shall not be called upon to contribute to any loss.
(iii)The retroactive date (if any) of each policy is to be no later than
the effective date of this Agreement. Consultant shall maintain such coverage continuously
for a period of at least three years after the completion of the work under this Agreement.
Consultant shall purchase a one (1) year extended reporting period A) if the retroactive date
is advanced past the effective date of this Agreement; B) if the policy is cancelled or not
renewed; or C) if the policy is replaced by another claims-made policy with a retroactive date
subsequent to the effective date of this Agreement.
(iv)All required insurance coverages, except for the professional
liability coverage, shall contain or be endorsed to waiver of subrogation in favor of the City,
its officials, officers, employees, agents, and volunteers or shall specifically allow Consultant
or others providing insurance evidence in compliance with these specifications to waive
their right of recovery prior to a loss. Consultant hereby waives its own right of recovery
8
Updated Feb. 2020
against City, and shall require similar written express waivers and insurance clauses from
each of its subconsultants.
(v)The limits set forth herein shall apply separately to each insured
against whom claims are made or suits are brought, except with respect to the limits of
liability. Further the limits set forth herein shall not be construed to relieve the Consultant
from liability in excess of such coverage, nor shall it limit the Consultant’s indemnification
obligations to the City and shall not preclude the City from taking such other actions
available to the City under other provisions of the Agreement or law.
h.Qualifying Insurers
(i)All policies required shall be issued by acceptable insurance
companies, as determined by the City, which satisfy the following minimum requirements:
(1)Each such policy shall be from a company or companies
with a current A.M. Best's rating of no less than A:VII and admitted to transact in the
business of insurance in the State of California, or otherwise allowed to place
insurance through surplus line brokers under applicable provisions of the California
Insurance Code or any federal law.
i.Additional Insurance Provisions
(i)The foregoing requirements as to the types and limits of
insurance coverage to be maintained by Consultant, and any approval of said insurance by
the City, is not intended to and shall not in any manner limit or qualify the liabilities and
obligations otherwise assumed by the Consultant pursuant to this Agreement, including but
not limited to, the provisions concerning indemnification.
(ii)If at any time during the life of the Agreement, any policy of
insurance required under this Agreement does not comply with these specifications or is
canceled and not replaced, City has the right but not the duty to obtain the insurance it
deems necessary and any premium paid by City will be promptly reimbursed by Consultant
or City will withhold amounts sufficient to pay premium from Consultant payments. In the
alternative, City may cancel this Agreement.
(iii)The City may require the Consultant to provide complete copies
of all insurance policies in effect for the duration of the Project.
(iv)Neither the City nor any of its officials, officers, employees,
agents or volunteers shall be personally responsible for any liability arising under or by
virtue of this Agreement.
j.Subconsultant Insurance Requirements. Consultant shall not allow any
subcontractors or subconsultants to commence work on any subcontract until they have
9
Updated Feb. 2020
provided evidence satisfactory to the City that they have secured all insurance required
under this section. Policies of commercial general liability insurance provided by such
subcontractors or subconsultants shall be endorsed to name the City as an additional
insured using ISO form CG 20 38 04 13 or an endorsement providing the exact same
coverage. All subcontractors’ endorsements shall specifically name the City, its elected
officials, officers, employees, volunteers, boards, agents, and representatives as additional
insureds and blanket endorsements are not acceptable. If requested by Consultant, City
may approve different scopes or minimum limits of insurance for particular subcontractors
or subconsultants.
12.Indemnification.
a.To the fullest extent permitted by law, Consultant shall defend (with
counsel of City’s choosing), indemnify and hold the City, its officials, officers, employees,
volunteers, and agents free and harmless from any and all claims, demands, causes of action,
costs, expenses, liability, loss, damage or injury of any kind, in law or equity, to property or
persons, including wrongful death, in any manner arising out of, pertaining to, or incident
to any acts, errors or omissions, or willful misconduct of Consultant, its officials, officers,
employees, subcontractors, consultants or agents in connection with the performance of the
Consultant’s services, the Project or this Agreement, including without limitation the
payment of all damages, expert witness fees and attorney’s fees and other related costs and
expenses. Consultant's obligation to indemnify shall not be restricted to insurance proceeds,
if any, received by Consultant, the City, its officials, officers, employees, agents, or volunteers.
b.To the extent required by Civil Code section 2782.8, which is fully
incorporated herein, Consultant’s obligations under the above indemnity shall be limited to
claims that arise out of, pertain to, or relate to the negligence, recklessness, or willful
misconduct of the Consultant, but shall not otherwise be reduced. If Consultant’s obligations
to defend, indemnify, and/or hold harmless arise out of Consultant’s performance of “design
professional services” (as that term is defined under Civil Code section 2782.8), then upon
Consultant obtaining a final adjudication that liability under a claim is caused by the
comparative active negligence or willful misconduct of the City, Consultant’s obligations shall
be reduced in proportion to the established comparative liability of the City and shall not
exceed the Consultant’s proportionate percentage of fault.
13.California Labor Code Requirements.
a.Consultant is aware of the requirements of California Labor Code
Sections 1720 et seq. and 1770 et seq., which require the payment of prevailing wage rates
and the performance of other requirements on certain “public works” and “maintenance”
projects (“Prevailing Wage Laws”). If the services are being performed as part of an applicable
“public works” or “maintenance” project, as defined by the Prevailing Wage Laws, and if the
total compensation is $15,000 or more for maintenance or $25,000 or more for construction,
alteration, demolition, installation, or repair, Consultant agrees to fully comply with such
10
Updated Feb. 2020
Prevailing Wage Laws. Consultant shall defend, indemnify and hold the City, its officials,
officers, employees and agents free and harmless from any claims, liabilities, costs, penalties
or interest arising out of any failure or alleged failure to comply with the Prevailing Wage
Laws. It shall be mandatory upon the Consultant and all subconsultants to comply with all
California Labor Code provisions, which include but are not limited to prevailing wages
(Labor Code Sections 1771, 1774 and 1775), employment of apprentices (Labor Code Section
1777.5), certified payroll records (Labor Code Sections 1771.4 and 1776), hours of labor
(Labor Code Sections 1813 and 1815) and debarment of contractors and subcontractors
(Labor Code Section 1777.1).
b.If the services are being performed as part of an applicable “public
works” or “maintenance” project and if the total compensation is $15,000 or more for
maintenance or $25,000 or more for construction, alteration, demolition, installation, or
repair, then pursuant to Labor Code Sections 1725.5 and 1771.1, the Consultant and all
subconsultants performing such services must be registered with the Department of
Industrial Relations. Consultant shall maintain registration for the duration of the Project
and require the same of any subconsultants, as applicable. This Project may also be subject
to compliance monitoring and enforcement by the Department of Industrial Relations. It
shall be Consultant’s sole responsibility to comply with all applicable registration and labor
compliance requirements.
c.This Agreement may also be subject to compliance monitoring and
enforcement by the Department of Industrial Relations. It shall be Consultant’s sole
responsibility to comply with all applicable registration and labor compliance requirements.
Any stop orders issued by the Department of Industrial Relations against Consultant or any
subcontractor that affect Consultant’s performance of services, including any delay, shall be
Consultant’s sole responsibility. Any delay arising out of or resulting from such stop orders
shall be considered Consultant caused delay and shall not be compensable by the City.
Consultant shall defend, indemnify and hold the City, its officials, officers, employees and
agents free and harmless from any claim or liability arising out of stop orders issued by the
Department of Industrial Relations against Consultant or any subcontractor.
14.Verification of Employment Eligibility.
By executing this Agreement, Consultant verifies that it fully complies with all
requirements and restrictions of state and federal law respecting the employment of
undocumented aliens, including, but not limited to, the Immigration Reform and Control Act
of 1986, as may be amended from time to time, and shall require all subconsultants and sub-
subconsultants to comply with the same.
15.City Material Requirements.
Consultant is hereby made aware of the City’s requirements regarding materials, as
set forth in Request for Proposals, which are deemed to be a part of this Agreement.
11
Updated Feb. 2020
16.Laws and Venue.
This Agreement shall be interpreted in accordance with the laws of the State of
California. If any action is brought to interpret or enforce any term of this Agreement, the
action shall be brought in a state or federal court situated in the County of Los Angeles, State
of California.
17 Termination or Abandonment
a.City has the right to terminate or abandon any portion or all of the work
under this Agreement by giving ten (10) calendar days written notice to Consultant. In such
event, City shall be immediately given title and possession to all original field notes, drawings
and specifications, written reports and other documents produced or developed for that
portion of the work completed and/or being abandoned. City shall pay Consultant the
reasonable value of services rendered for any portion of the work completed prior to
termination. If said termination occurs prior to completion of any task for the Project for
which a payment request has not been received, the charge for services performed during
such task shall be the reasonable value of such services, based on an amount mutually
agreed to by City and Consultant of the portion of such task completed but not paid prior to
said termination. City shall not be liable for any costs other than the charges or portions
thereof which are specified herein. Consultant shall not be entitled to payment for
unperformed services, and shall not be entitled to damages or compensation for termination
of work.
b.Consultant may terminate its obligation to provide further services
under this Agreement upon thirty (30) calendar days’ written notice to City only in the event
of substantial failure by City to perform in accordance with the terms of this Agreement
through no fault of Consultant.
18 Documents. Except as otherwise provided in “Termination or Abandonment,”
above, all original field notes, written reports, Drawings and Specifications and other
documents, produced or developed for the Project shall, upon payment in full for the
services described in this Agreement, be furnished to and become the property of the City.
19.Organization
Consultant shall assign Tatiana B. Arnaout, P.E., as Project Manager. The Project
Manager shall not be removed from the Project or reassigned without the prior written
consent of the City.
20.Limitation of Agreement.
This Agreement is limited to and includes only the work included in the Project
described above.
12
Updated Feb. 2020
21.Notice
Any notice or instrument required to be given or delivered by this Agreement may be
given or delivered by depositing the same in any United States Post Office, certified mail,
return receipt requested, postage prepaid, addressed to:
CITY:
City of Arcadia
240 West Huntington Drive
Arcadia, CA 91066
Attn: Leonel Martin
Project Manager
CONSULTANT:
Origins Engineering Co.
2555 Townsgate, Suite 200
Westlake Village, CA 91361
Attn: Tatiana B. Arnaout, P.E.
and shall be effective upon receipt thereof.
22.Third Party Rights
Nothing in this Agreement shall be construed to give any rights or benefits to anyone
other than the City and the Consultant.
23.Equal Opportunity Employment.
Consultant represents that it is an equal opportunity employer and that it shall not
discriminate against any employee or applicant for employment because of race, religion,
color, national origin, ancestry, sex, age or other interests protected by the State or Federal
Constitutions. Such non-discrimination shall include, but not be limited to, all activities
related to initial employment, upgrading, demotion, transfer, recruitment or recruitment
advertising, layoff or termination.
24.Entire Agreement
This Agreement, with its exhibits, represents the entire understanding of City and
Consultant as to those matters contained herein, and supersedes and cancels any prior or
contemporaneous oral or written understanding, promises or representations with respect
to those matters covered hereunder. Each party acknowledges that no representations,
inducements, promises or agreements have been made by any person which are not
incorporated herein, and that any other agreements shall be void. This Agreement may not
be modified or altered except in writing signed by both Parties hereto. This is an integrated
Agreement.
13
Updated Feb. 2020
25.Severability
The unenforceability, invalidity or illegality of any provision(s) of this Agreement shall
not render the provisions unenforceable, invalid or illegal.
26.Successors and Assigns
This Agreement shall be binding upon and shall inure to the benefit of the successors
in interest, executors, administrators and assigns of each party to this Agreement. However,
Consultant shall not assign or transfer by operation of law or otherwise any or all of its rights,
burdens, duties or obligations without the prior written consent of City. Any attempted
assignment without such consent shall be invalid and void.
27.Non-Waiver
None of the provisions of this Agreement shall be considered waived by either party,
unless such waiver is specifically specified in writing.
28.Time of Essence
Time is of the essence for each and every provision of this Agreement.
29.City’s Right to Employ Other Consultants
City reserves its right to employ other consultants, including engineers, in connection
with this Project or other projects.
30.Prohibited Interests
Consultant maintains and warrants that it has not employed nor retained any
company or person, other than a bona fide employee working solely for Consultant, to solicit
or secure this Agreement. Further, Consultant warrants that it has not paid nor has it agreed
to pay any company or person, other than a bona fide employee working solely for
Consultant, any fee, commission, percentage, brokerage fee, gift or other consideration
contingent upon or resulting from the award or making of this Agreement. For breach or
violation of this warranty, City shall have the right to rescind this Agreement without liability.
For the term of this Agreement, no director, official, officer or employee of City, during the
term of his or her service with City, shall have any direct interest in this Agreement, or obtain
any present or anticipated material benefit arising therefrom.
[SIGNATURES ON FOLLOWING PAGE]
14
Updated Feb. 2020
SIGNATURE PAGE FOR PROFESSIONAL SERVICES AGREEMENT
BETWEEN THE CITY OF ARCADIA
AND ORIGINS ENGINEERING CO.
IN WITNESS WHEREOF, the Parties have executed this Agreement as of the date first
written above.
CITY OF ARCADIA ORIGINS ENGINEERING CO.
By: By:
Dominic Lazzaretto
City Manager Title:
Printed Name:
ATTEST: By:
Title:
By:
City Clerk Printed Name:
APPROVED AS TO FORM: CONCUR:
By: ___________________________________
Michael J. Maurer Paul Cranmer
City Attorney Public Works Services Director
15
Updated Feb. 2020
EXHIBIT “A”
Scope of Services
The Scope of Services for the Wilderness Park Debris Removal Design Project shall include,
but are not limited to the following:
Consultant shall provide comprehensive professional services to assist the City of Arcadia in
addressing current debris cleanup and ongoing mudslide and erosion issues at Wilderness
Park. Services will include all necessary field investigations, data collection, topographic
surveying, and geotechnical and environmental analyses to evaluate current damage,
current site conditions, and potential future risks to the park and surrounding hillsides.
Consultant shall prepare detailed reports documenting findings, including slope stability
assessments, soil sampling and contamination testing, cut-and-fill calculations, and
recommendations for soil disposal or reuse. Based on this analysis, the consultant shall
develop at least 2 alternative designs and a preventative mitigation plan, complete with
construction drawings and debris cleanup plan, technical specifications, cost estimates and
Operating and Maintenance plan (O&M). In addition, all permits and environmental
requirements shall be identified, submitted and approved by the end of design.
Task 1 - Project Management:
The Consultant shall provide project management services for the duration of the project.
Project management shall include project scheduling, project controls, project execution,
and project administration, with respect to the scope of work agreed upon. The Consultant
shall initiate, plan, execute, direct, control, and administer the project by effectively
organizing, staffing, integrating, and coordinating the required project tasks and services.
1)Project Schedule - Consultant shall develop a Critical Path Method (CPM) schedule
using Microsoft Project or equivalent. The baseline schedule shall be created in close
coordination with the City’s Project Manager. The initial schedule shall be submitted
within 30 calendar days after the Notice to Proceed. The schedule shall focus on
investigation, survey, permitting, environmental review, design milestones, and
anticipated construction activities. Updates to the schedule shall be submitted
monthly and reviewed during progress meetings.
2)Subconsultant Coordination - Consultant shall administer and manage the work of
all subconsultants (survey, geotechnical, environmental, permitting specialists, etc.)
and ensure coordination of schedules, deliverables, and quality. All subconsultant
questions, RFIs, invoices, and correspondence shall be processed through the
Consultants’ point of contact.
16
Updated Feb. 2020
3)Progress Reporting - Consultant shall prepare monthly progress reports
summarizing the status of key milestones, schedule updates, percent completion by
task, issues encountered and planned activities for the next reporting period.
4)Meetings – Consultant and subconsultants shall attend and participate in project
coordination meetings, including the Project Kickoff, monthly Project Development
Team (PDT) meetings, stakeholder meetings, and special coordination meetings as
needed with permitting agencies (CDFW, RWQCB, USACE, etc.). Consultant shall
prepare agendas, distribute meeting materials in advance, and issue meeting
minutes with action item tracking.
Task 1 Deliverables:
1.Submit Baseline Project Schedule (.pdf and .mpp)
2.Submit Monthly Project Schedule Update (13) (.pdf and .mpp)
3.Submit Monthly Progress Report and Invoicing (13) (.pdf)
4. Attend Meetings and Provide Meeting Agenda/Minutes (31) (.pdf and .docx)
NOTE: Project Management and Coordination services and costs are included within all
major scope of services Tasks (Tasks 2 through 7) and so are not broken out separately as
Task 1.
Task 2 – Surveying and Data Collection:
The Consultant shall perform a complete topographic and boundary survey of Wilderness
Park and immediate adjacent areas that influence slope stability and drainage patterns. The
survey will provide the City with accurate data for design, environmental analysis, cost
estimating and project limits.
1)Topographic Survey - Consultant shall collect topographic data with one-foot
contour intervals, covering the park limits and hillside areas subject to mudslide and
erosion. Survey shall capture existing facilities, structures, pavement, drainage
features, utilities, trees, natural features and any other data that is essential for
project success. Survey perimeter will be discussed in the field prior to survey
scheduling. All survey data shall be tied to NAD83 (2011) horizontal datum, CCS83
Zone 5, and NAVD88 vertical datum.
Note: City of Arcadia may have limited files (Plans, CAD files, utility information, etc.)
2)Boundary and Easement Verification - Consultant shall confirm property lines,
easements, and rights-of-way within and adjacent to the park to identify potential
project constraints. City/County of LA has jurisdictions and must be communication
prior to project activity.
17
Updated Feb. 2020
3)Utility Identification - Consultant shall coordinate with utility providers to locate
visible and known underground utilities. When feasible and if necessary, subsurface
utility exploration shall be performed.
4)Existing Records Review - Consultant shall compile available data (as-built drawings,
County bridge records, post-fire hazard maps, FEMA/USGS data, and past City
records) and integrate findings into the survey base map.
Task 2 Deliverables:
1.Signed Topographic & Boundary Survey (AutoCAD Civil 3D, GIS and .pdf)
2.Digital Terrain Model (TIN) and 1-ft Contours (AutoCAD and GIS)
3.Utility Basemap with ASCE 38-22 quality levels identified (.pdf and CAD)
4.Existing Data Compilation Summary (.pdf)
Task 3 – Geotechnical and Environmental Testing:
The Consultant shall conduct geotechnical investigations and environmental testing to
evaluate soil conditions, slope stability, and contamination levels within Wilderness Park.
1)Field Investigations - Conduct appropriate on-site investigations and sampling to
understand subsurface conditions and identify areas of concern.
2)Laboratory Testing - Perform laboratory analyses, as determined necessary, to
characterize soil properties and identify any contamination or hazardous materials.
3)Slope Stability and Risk Assessment - Evaluate slope stability, hillside integrity, and
areas vulnerable to future mudslides, erosion, fires and/or similar events.
4)Soil Management and Disposal Recommendations - Provide professional
recommendations for soil handling, potential reuse, or off-site disposal in accordance
with applicable regulatory requirements of existing soil.
5)Mitigation and Construction Considerations - Develop professional opinions on
potential risks, strategies for mitigation, and key considerations for future
construction or grading activities. The city is looking for solutions to minimize damage
in future events i.e ditch to catch erosion, mudslide, cut off fires, etc.
6)Geotechnical Report - Consultant shall perform or subcontract a complete
geotechnical study as part of this project. The study shall include field exploration,
subsurface sampling, and laboratory testing sufficient to characterize site soil
conditions and slope stability. The resulting Geotechnical Report shall include
evaluations of soil composition, bearing capacity, groundwater conditions, and slope
stability analyses to inform future design and grading activities.
18
Updated Feb. 2020
7)Hydrology Report - Consultant shall do the proper hydrology study to understand
drainage concerns and propose proper solutions
Task 3 Deliverables:
1.Detailed Geotechnical, Environmental and Hydrology Evaluation Report (.pdf)
2.Supporting maps, figures, and data files (.pdf and CAD/GIS where applicable)
3.Recommendations for soil management, disposal, and slope stabilization (.pdf)
4.Proposed project limits, drainage planning, emergency soil containment options (.pdf,
GIS/CAD)
Task 4 – Conceptual Design:
The Consultant shall prepare at least 2 conceptual design alternatives for preventative and
remediation measures. Concepts shall include grading strategies, slope stabilization,
drainage improvements, debris barriers, erosion control, and all other best practice options
the firm can propose. Each alternative shall consider construction feasibility, permitting
requirements, environmental impacts, and order-of-magnitude costs. This included
excavation of existing soil from previous mudslides. Consultant shall present conceptual
alternatives to City staff for review and direction prior to advancing design.
1)Concept Development - Consultant shall prepare conceptual design alternatives
that address, but not limited to slope stabilization, drainage improvements, erosion
control, and debris management.
2)Feasibility Assessment - Consultant shall evaluate constructability, permitting
considerations, environmental impacts, and long-term maintenance for each
concept.
3)Preliminary Cost Opinions - Consultant shall provide order-of-magnitude cost
estimates for each concept.
4)Scope Presentation - Consultant shall prepare and deliver a Conceptual Design
presentation summarizing alternatives, costs, and recommendations.
5)Comment Response - Consultant shall prepare a comment response matrix
documenting City feedback and Consultant responses.
Task 4 Deliverables:
1.Conceptual Design Alternatives and Narrative (2 minimum) (.pdf)
2.ROM Estimates (.pdf and .xlsx)
3.Conceptual Design Figures/Drawings (.pdf, AutoCAD Civil 3D)
4.Conceptual Design Review Presentation (.pdf and .ppt)
19
Updated Feb. 2020
5.Comment Response Matrix (.pdf and .xlsx)
Task 5 – Construction Documents (40% Design)
1)Plans – Consultant shall develop 40% design plans for the alternative the City agreed
on.
2)Technical Specifications – Consultant shall prepare draft technical specifications
based on the 40% design.
3)Maintenance Plan - Consultant shall prepare a preventative maintenance and
monitoring plan for completed improvements.
4)Cost Estimate – Consultant shall prepare a preliminary cost estimate (Class “C” or
better).
5)Permit Identification – Consultant shall identify required permits and initiate
coordination with agencies (CDFW, RWQCB, USACE, etc.).
6)Record of Coordination – Consultant shall compile and submit a record of
correspondence with regulatory agencies, utilities, and stakeholders, including
emails, letters, meeting notes, and approval documentation, organized in an
appendix for City records.
7)Coordination Meetings – Consultant shall attend and participate in design review
meetings with City staff.
8)Comment Response – Consultant shall prepare a comment response matrix
documenting City review comments and responses.
Task 5 Deliverables:
1.Provide Meeting Agenda/Minutes (.pdf and .docx)
2.Submit Comment Response Matrix to the 40% PS&E Review Comments (.pdf and
.xlsx)
3.Submit 40% Plans to PM (Constructability packages) (.pdf and AutoCAD)
4.Submit Plan Check Review Comment Matrix (.pdf and .xlsx)
5.Submit 40% Technical Specifications (Constructability packages) (.pdf)
6.Submit Updated Bid List Quantities (.pdf and .xlsx)
7.Submit Updated Quantity Calculations Backup (.pdf and .xlsx)
20
Updated Feb. 2020
8.Submit Class C (40%) Cost Estimate (.pdf and .xlsx)
9.Submit Updated Construction Schedule in Calendar Days (.pdf and .mpp)
10.Submit Updated List of Long Lead Items and Durations (.pdf)
11.Submit Updated Design Calculations and Reports (.pdf)
12.Submit Updated Permit Matrix Tracking (.pdf and .xlsx)
13.Submit Updated Permit Applications, Plans, Backup Documentation, and Ready to
Issue plans (.pdf)
14.Submit Comment Response Matrix to the 100% Port PM Review Comments (.pdf and
.xlsx)
Task 6 – Construction Documents (80% Design)
1)PS&E - Consultant shall prepare an 80% Plans, Specifications, and Estimate (PS&E)
package incorporating City comments from the 40% review.
2)Technical Specifications - Consultant shall refine and expand draft specifications.
3)Maintenance Plan - Consultant shall prepare a preventative maintenance and
monitoring plan for completed improvements.
4)Cost Estimate - Consultant shall prepare an updated Class “B” cost estimate.
5)Permit Tracking - Consultant shall prepare a permit matrix and draft applications,
updating agency coordination status.
6)Record of Coordination – Consultant shall compile and submit a record of
correspondence with regulatory agencies, utilities, and stakeholders, including
emails, letters, meeting notes, and approval documentation, organized in an
appendix for City records.
7)Coordination Meetings - Consultant shall attend and participate in 80% design
review meetings with City staff.
8)Scope Presentation - Consultant shall prepare and deliver an 80% Design
presentation to City staff.
9)Comment Response - Consultant shall prepare a comment response matrix
addressing City review comments.
21
Updated Feb. 2020
Task 6 Deliverables:
1.Provide Meeting Agenda/Minutes (.pdf and .docx)
2.Submit Comment Response Matrix to the 80% PS&E Review Comments (.pdf and
.xlsx)
3.Submit 80% PS&E & Maintenance plan to PM (Constructability packages) (.pdf and
AutoCAD)
4.Submit Plan Check Review Comment Matrix (.pdf and .xlsx)
5.Submit 80% Technical Specifications (Constructability packages) (.pdf)
6.Submit Updated Bid List Quantities (.pdf and .xlsx)
7.Submit Updated Quantity Calculations Backup (.pdf and .xlsx)
8.Submit Class B (80%) Cost Estimate (.pdf and .xlsx)
9.Submit Updated Construction Schedule in Calendar Days (.pdf and .mpp)
10.Submit Updated List of Long Lead Items and Durations (.pdf)
11.Submit Updated Design Calculations and Reports (.pdf)
12.Submit Updated Permit Matrix Tracking (.pdf and .xlsx)
13.Submit Updated Permit Applications, Plans, Backup Documentation, and Ready to
Issue plans (.pdf)
14.Submit Comment Response Matrix to the 100% Port PM Review Comments (.pdf and
.xlsx)
Task 7 - Construction Documents (100% Design)
1)Draft PS&E - Consultant shall prepare 100% signed/sealed PS&E incorporating all City
comments from the 80% review.
2)Specifications & Estimate - Consultant shall provide finalized technical
specifications and a Class “A” cost estimate.
3)Construction Schedule - Consultant shall prepare a construction schedule in
calendar days and identify long-lead items.
4)Permit Documentation - Consultant shall finalize permit applications and provide a
permit tracking matrix.
5)Maintenance Plan - Consultant shall prepare a preventative maintenance and
monitoring plan for completed improvements.
22
Updated Feb. 2020
6)Coordination Meetings - Consultant shall attend and participate in final design
coordination meetings with City staff.
7)Record of Coordination – Consultant shall compile and submit a record of
correspondence with regulatory agencies, utilities, and stakeholders, including
emails, letters, meeting notes, and approval documentation, organized in an
appendix for City records.
8)Comment Response - Consultant shall prepare a final comment response matrix
addressing all City review comments.
9)Submittals - Consultant shall submit one complete 100% PS&E package for City
constructability review and incorporate revisions.
Task 7 Deliverables:
1.Provide Meeting Agenda/Minutes (.pdf and .docx)
2.Submit Comment Response Matrix to the 100% PS&E Review Comments (.pdf and
.xlsx)
3.Submit 100% PS&E & Maintenance plan to PM (Constructability packages) (.pdf and
AutoCAD)
4.Submit Plan Check Review Comment Matrix (.pdf and .xlsx)
5.Submit 100% Technical Specifications (Constructability packages) (.pdf)
6.Submit Updated Bid List Quantities (.pdf and .xlsx)
7.Submit Updated Quantity Calculations Backup (.pdf and .xlsx)
8.Submit Class A (100%) Cost Estimate (.pdf and .xlsx)
9.Submit Updated Construction Schedule in Calendar Days (.pdf and .mpp)
10.Submit Updated List of Long Lead Items and Durations (.pdf)
11.Submit Updated Design Calculations and Reports (.pdf)
12.Submit Updated Permit Matrix Tracking (.pdf and .xlsx)
13.Submit Updated Permit Applications, Plans, Backup Documentation, and Ready to
Issue plans (.pdf)
14.Submit Comment Response Matrix to the 100% Port PM Review Comments (.pdf and
.xlsx)
Task 8 – Final Signed PS&E and Reports
The Consultant shall compile and submit all final project documentation, including
signed/sealed plans, finalized reports, and agency approvals, ensuring the City has a
23
Updated Feb. 2020
complete bid-ready package. This task represents the formal closeout of the design and
permitting phase.
1)Signed Plans – Consultant shall provide final signed and sealed drawings by all
licensed professionals of record (Civil, Geotechnical, Engineering Geologist, Surveyor,
Environmental/Other as applicable).
2)Final Reports and Calculations – Consultant shall compile and deliver all finalized
reports, including geotechnical investigations, environmental evaluations, slope
stability analyses, design calculations, and supporting technical memoranda.
3)Take-Off Quantities and Estimates – Consultant shall prepare a complete set of
final take-off quantities, with backup calculations, and a final Class “A” cost estimate
suitable for bid.
4)Specifications and Bid Documents – Consultant shall provide finalized technical
specifications, bid list, and contract documents in a format acceptable to the City.
5)Permits and Approvals – Consultant shall obtain and deliver copies of all finalized
permits, approvals, or clearance letters from regulatory agencies (e.g., CEQA
documentation, CDFW, RWQCB, USACE, LA County, City divisions). Consultant shall
ensure all permits are signed and in effect prior to project advertisement.
6)Permit Matrix Tracking – Consultant shall provide an updated and finalized permit
matrix showing the status and completion of each required permit or clearance.
7)Construction Schedule – Consultant shall prepare and deliver a final construction
schedule in calendar days, including identification of long-lead items and required
sequencing.
8)Record of Coordination – Consultant shall compile and submit a record of
correspondence with regulatory agencies, utilities, and stakeholders, including
emails, letters, meeting notes, and approval documentation, organized in an
appendix for City records.
9)Coordination Meetings – Consultant shall attend a final coordination meeting with
City staff to review the complete bid package and ensure all deliverables are ready
for advertisement.
Task 8 Deliverables:
1.Final Signed and Sealed Plans (.pdf and AutoCAD Civil 3D)
2.Final Reports and Design Calculations (.pdf)
24
Updated Feb. 2020
3.Final Take-Off Quantities and Cost Estimate (Class “A”) (.pdf and .xlsx)
4.Final Specifications and Bid Documents (.pdf and Word)
5.Copies of All Final Permits and Approvals (.pdf)
6.Final Permit Matrix (.pdf and .xlsx)
7.Final Construction Schedule (.pdf and .mpp)
8.Meeting Agenda/Minutes (.pdf and .docx)
9.Final design complete presentation
10.Record of Coordination Appendix (emails, letters, approvals, correspondence) (.pdf)
End of Scope of Services
25
Updated Feb. 2020
EXHIBIT “B”
Schedule of Charges/Payments
Consultant will invoice City on a monthly cycle. Consultant will include with each invoice a
detailed progress report that indicates the amount of budget spent on each task. Consultant
will inform City regarding any out-of-scope work being performed by Consultant. This is a
time-and-materials contract.
Compensation shall be based on time and materials spent in accordance with the following
tasks, not to exceed the total compensation listed below:
The schedule of prices is attached as Attachment “A” to this Exhibit “B”.
Wilderness Park Debris Removal Design Project - $358,581.00
Total Compensation - $358,581.00
The total compensation shall not exceed the total listed without written authorization in
accordance with Section 2 (b) of the agreement.
Origins Engineering Co.
Team Resource Fee Estimate
City of Arcadia
Wilderness Park
Date: December 17, 2025 ..C<> . TaakSummarv
I � � 1l H •!� !�1� � g :i!:-.iW j� if? �; •I :�I
u �� TauDNcrt......,. s 220 s 200 $ 180 ' 150 0
Task1 ProkM:t Manaoemenr
Task 1.1 ProiectSchedule 0 S
Task 1.2 SubconsultantCoordination 0 $
Task 1.3 Proores Reoortino 0 $
Task 1.4 Meetings 0'
Task2 Survevlna and Data Collection ' 69,702
Task2.1 To=oranhic Survev 0 ' $ 49,375 $ 4,938 $ 54,313
Task2.2 Boundarv and Easement Verification 0 $
Task2.3 Utilitvldentification I 0 S $ 6,790 $ 679 7,469
Task2.4 Existing Records Review 8 I 16 28 $ 4,720 4,720
Task2.5 Project Management. r.;oordination. Meetings 16 16 $ 3,200 3,200
TaskJ Geotechnlcal and Envlronmental Testino $ 174,539
Task3.1 Research & Review of Available Data 0 $ $ 11,040 1,104 12,144
Task3.2 Site Evaluation and Field Eimloration 0' 32,200 3,220 35.420
Task3.3 LaboratorvAnalvsis 0 $ 31 000 3,100 34,100
Task3.4 AnalVsis/Calculation 0' 18,660 $ 1.866 20,526
Task3.5 Geok,Qical, Geotechnical, and Env. Summary Report 0 $ 28,150 s 2,815 30,965
Task3.6 H dn>kxJv & Orainaoe Anahlsis 12 100 40 152 $ 26,640 26,640
Task3.7 Project Management, Coordination, Meetings " 24 $ 4,800 $ 9,040 904 14,744
Task4 Conceotual Desi n s 27,760
Task4.1 Conce tual Desian 60 80 148 $ 24,560 s 24,560
Task4.2 Project Management, Coordination. Meetings 16 16 S 3.200 s 3,200
Task 5 Desi n Oeveloament 40% PS&E s 21,320
TaskS.1 Desi n Develoomenl (40% PS&E) 40 64 110 $ 18,120 18,120
Task5.2 Project Management, 1,;oordinalion, Meetings 16 16 S 3,200 3.200
Task6 Desi n Develooment 80% PS&E s 40,280
Task6.1 Design Develonment (80% PS&E 14 80 120 214 $ 35,480 35.480
Task6.2 Project Management, Coordination, Meetings 24 24 $ 4,800 4.800
Tnk7 Final Deslan 100°.4 PS&E ' 16,980
Task7.1 Final Design (100% PS&E) 30 so 84 $ 13,780 13,780
Task7.2 ro,ect Management, r.;oordination, Meetings 16 16 $ 3,200 3,200
Tasks Final Si ned PS&E and Reaorts s 8000
Task8.1 Final Signed PS&E and Reports 4 I I 24 36 S 6.400 $ 6,400
Task8.2 Pro ect Mana ement, Coordination, MeetiMs 8 8 ' 1.800 s 1,600 --..
Total Staff Hours 52 120 342 378 892 $ 153,700 $130,090 $ 56,165 $ 18,626 $ $358,581 $358,581 TotatStaffCosts $11,440 $ 24 000 $ 61.560 $ 56,700
• Per RFP: Project Management and Coordination services and costs are included within all major scope of services Tasks (Tasks 2 through 7) and so are not broken out separately as Task 1.
Attachment "A"
26
Updated Feb. 2020
EXHIBIT “C”
Activity Schedule
All work shall be completed in accordance with the following schedule:
The term of this Agreement shall be for one (1) year from the date of execution. All tasks
under Exhibit “A” shall be adhered to and executed accordingly.