Loading...
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.