HomeMy WebLinkAboutC-8177-2 - On-Call PSA for Civil Engineering ServicesON -CALL PROFESSIONAL SERVICES AGREEMENT
WITH TAIT & ASSOCIATES, INC. FOR
CIVIL ENGINEERING SERVICES
THIS ON -CALL PROFESSIONAL SERVICES AGREEMENT ("Agreement") is
made and entered into as of this 26th day of July, 2022 ("Effective Date"), by and
between the CITY OF NEWPORT BEACH, a California municipal corporation and
charter city ("City"), and TAIT & ASSOCIATES, INC., a California corporation
("Consultant"), whose address is 701 Parkcenter Drive, Santa Ana, California 92705,
and is made with reference to the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now being
conducted under the statutes of the State of California and the Charter of City.
B. City desires to engage Consultant to provide civil engineering and related
services on an on-call/as-needed basis ("Project").
C. Consultant possesses the skill, experience, ability, background, certification and
knowledge to provide the professional services described in this Agreement.
D. City has solicited and received a proposal from Consultant, has reviewed the
previous experience and evaluated the expertise of Consultant, and desires to
retain Consultant to render professional services under the terms and conditions
set forth in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned
parties as follows:
1. TERM
The term of this Agreement shall commence on the Effective Date, and shall
terminate on July 25, 2025, unless terminated earlier as set forth herein.
2. SERVICES TO BE PERFORMED
2.1 Consultant shall perform the on -call services described in the Scope of
Services attached hereto as Exhibit A and incorporated herein by reference ("Services"
or "Work"). Upon written request from the Project Administrator as defined herein,
Consultant shall provide a letter proposal for Services requested by the City (hereinafter
referred to as the "Letter Proposal"). The Letter Proposal shall include the following:
2.1.1 A detailed description of the Services to be provided;
2.1.2 The position of each person to be assigned to perform the
Services, and the name of the individuals to be assigned, if available,
and
2.1.3 The estimated number of hours and cost to complete the Services;
2.1.4 The time needed to finish the specific project.
2.2 No Services shall be provided until the Project Administrator has provided
written acceptance of the Letter Proposal. Once authorized to proceed, Consultant
shall diligently perform the duties in the approved Letter Proposal.
3. TIME OF PERFORMANCE
3.1 Time is of the essence in the performance of Services under this
Agreement and Consultant shall perform the Services in accordance with the schedule
included in Exhibit A and the Letter Proposal. In the absence of a specific schedule, the
Services shall be performed to completion in a diligent and timely manner. The failure
by Consultant to strictly adhere to the schedule set forth in Exhibit A and the Letter
Proposal, if any, or perform the Services in a diligent and timely manner may result in
termination of this Agreement by City.
3.2 Notwithstanding the foregoing, Consultant shall not be responsible for
delays due to causes beyond Consultant's reasonable control. However, in the case of
any such delay in the Services to be provided for the Project, each party hereby agrees
to provide notice within two (2) calendar days of the occurrence causing the delay to the
other party so that all delays can be addressed.
3.3 Consultant shall submit all requests for extensions of time for performance
in writing to the Project Administrator as defined herein not later than ten (10) calendar
days after the start of the condition that purportedly causes a delay. The Project
Administrator shall review all such requests and may grant reasonable time extensions
for unforeseeable delays that are beyond Consultant's control.
3.4 For all time periods not specifically set forth herein, Consultant shall
respond in the most expedient and appropriate manner under the circumstances, by
hand -delivery or mail.
4. COMPENSATION TO CONSULTANT
4.1 City shall pay Consultant for the Services on a time and expense not -to -
exceed basis in accordance with the provisions of this Section and the Letter Proposal
and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein
by reference. Consultant's compensation for all Work performed in accordance with this
Agreement, including all reimbursable items and subconsultant fees, shall not exceed
Three Hundred Thousand Dollars and 00/100 ($300,000.00), without prior written
authorization from City. No billing rate changes shall be made during the term of this
Agreement without the prior written approval of City.
Tait & Associates, Inc. Page 2
4.2 Upon the first anniversary of the Effective Date and upon each
anniversary of the Effective Date thereafter, the billing rates set forth in Exhibit B
("Billing Rates") may be adjusted by an increase not to exceed 2.0% to the Billing
Rates. Consultant shall notify City in writing of any requests for adjustment pursuant to
this Section at least thirty (30) days prior to the Effective Date of such adjustment, and
provide updated billing rates. Adjusted billing rates shall be approved in writing by City
prior to use. The maximum adjustment increase to the Billing Rates, for any year where
an adjustment is made pursuant to this Section, shall not exceed 2.0% of the Billing
Rates in effect immediately preceding such adjustment.
4.3 Consultant shall submit monthly invoices to City describing the Work
performed the preceding month. Consultant's bills shall include the name of the person
who performed the Work, a brief description of the Services performed and/or the
specific task in the Scope of Services to which it relates, the date the Services were
performed, the number of hours spent on all Work billed on an hourly basis, and a
description of any reimbursable expenditures. City shall pay Consultant no later than
thirty (30) calendar days after approval of the monthly invoice by City staff.
4.4 City shall reimburse Consultant only for those costs or expenses
specifically identified in Exhibit B to this Agreement and the Letter Proposal or
specifically approved in writing in advance by City.
4.5 Consultant shall not receive any compensation for Extra Work performed
without the prior written authorization of City. As used herein, "Extra Work" means any
Work that is determined by City to be necessary for the proper completion of the
Project, but which is not included within the Scope of Services and which the parties did
not reasonably anticipate would be necessary at the execution of this Agreement.
Compensation for any authorized Extra Work shall be paid in accordance with the
Schedule of Billing Rates as set forth in Exhibit B and the Letter Proposal.
5. PROJECT MANAGER
5.1 Consultant shall designate a Project Manager, who shall coordinate all
phases of the Project. This Project Manager shall be available to City at all reasonable
times during the Agreement term. Consultant has designated David Sloan, PE to be its
Project Manager. Consultant shall not remove or reassign the Project Manager or any
personnel listed in Exhibit A or assign any new or replacement personnel to the Project
without the prior written consent of City. City's approval shall not be unreasonably
withheld with respect to the removal or assignment of non -key personnel.
5.2 Consultant, at the sole discretion of City, shall remove from the Project
any of its personnel assigned to the performance of Services upon written request of
City. Consultant warrants that it will continuously furnish the necessary personnel to
complete the Project on a timely basis as contemplated by this Agreement.
Tait & Associates, Inc. Page 3
5.3 If Consultant is performing inspection services for City, the Project
Manager and any other assigned staff shall be equipped with a cellular phone to
communicate with City staff. The Project Manager's cellular phone number shall be
provided to City.
6. ADMINISTRATION
This Agreement will be administered by the Public Works Department. City's
Public Works Director or designee shall be the Project Administrator and shall have the
authority to act for City under this Agreement. The Project Administrator shall represent
City in all matters pertaining to the Services to be rendered pursuant to this Agreement.
7. CITY'S RESPONSIBILITIES
To assist Consultant in the execution of its responsibilities under this Agreement,
City agrees to provide access to and upon request of Consultant, one copy of all
existing relevant information on file at City. City will provide all such materials in a
timely manner so as not to cause delays in Consultant's Work schedule.
8. STANDARD OF CARE
8.1 All of the Services shall be performed by Consultant or under Consultant's
supervision. Consultant represents that it possesses the professional and technical
personnel required to perform the Services required by this Agreement, and that it will
perform all Services in a manner commensurate with community professional standards
and with the ordinary degree of skill and care that would be used by other reasonably
competent practitioners of the same discipline under similar circumstances. All
Services shall be performed by qualified and experienced personnel who are not
employed by City. By delivery of completed Work, Consultant certifies that the Work
conforms to the requirements of this Agreement, all applicable federal, state and local
laws, and legally recognized professional standards.
8.2 Consultant represents and warrants to City that it has, shall obtain, and
shall keep in full force and effect during the term hereof, at its sole cost and expense, all
licenses, permits, qualifications, insurance and approvals of whatsoever nature that is
legally required of Consultant to practice its profession. Consultant shall maintain a City
of Newport Beach business license during the term of this Agreement.
8.3 Consultant shall not be responsible for delay, nor shall Consultant be
responsible for damages or be in default or deemed to be in default by reason of strikes,
lockouts, accidents, acts of God, or the failure of City to furnish timely information or to
approve or disapprove Consultant's Work promptly, or delay or faulty performance by
City, contractors, or governmental agencies.
Tait & Associates, Inc. Page 4
9. HOLD HARMLESS
9.1 To the fullest extent permitted by law, Consultant shall indemnify, defend
and hold harmless City, its City Council, boards and commissions, officers, agents,
volunteers and employees any person or entity owning or otherwise in legal control of
the property upon which Consultant performs the Project and/or Services contemplated
by this Agreement (collectively, the "Indemnified Parties"), from and against any and all
claims (including, without limitation, claims for bodily injury, death or damage to
property), demands, obligations, damages, actions, causes of action, suits, losses,
judgments, fines, penalties, liabilities, costs and expenses (including, without limitation,
attorneys' fees, disbursements and court costs) of every kind and nature whatsoever
(individually, a Claim; collectively, "Claims"), and which may arise from or in any manner
relate (directly or indirectly) to any breach of the terms and conditions of this
Agreement, or the negligent or reckless acts, errors and/or omissions, or the willful
misconduct, of Consultant in performance of the Services provided under this
Agreement including, without limitation, defects in workmanship or materials or
Consultant's presence or activities conducted on the Project (including the negligent,
reckless, and/or willful acts, errors and/or omissions of Consultant's principals, officers,
agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone
employed directly or indirectly by any of them or for whose acts they may be liable, or
any or all of them.
9.2 Notwithstanding the foregoing, nothing herein shall be construed to
require Consultant to indemnify the Indemnified Parties from any Claim to the extent
arising from the negligence, reckless or willful misconduct of the Indemnified Parties.
Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees
in any action on or to enforce the terms of this Agreement. This indemnity shall apply to
all claims and liability regardless of whether any insurance policies are applicable. The
policy limits do not act as a limitation upon the amount of indemnification to be provided
by the Consultant.
9.3 Notwithstanding the foregoing,' to the extent this Agreement includes
design professional services under Civil Code Section 2782.8, as may be amended
from time to time, such duties of Consultant to indemnify and defend shall only be to the
full extent permitted by Civil Code Section 2782.8.
10. INDEPENDENT CONTRACTOR
It is understood that City retains Consultant on an independent contractor basis
and Consultant is not an agent or employee of City. The manner and means of
conducting the Work are under the control of Consultant, except to the extent they are
limited by statute, rule or regulation and the expressed terms of this Agreement. No
civil service status or other right of employment shall accrue to Consultant or its
employees. Nothing in this Agreement shall be deemed to constitute approval for
Consultant or any of Consultant's employees or agents, to be the agents or employees
of City. Consultant shall have the responsibility for and control over the means of
performing the Work, provided that Consultant is in compliance with the terms of this
Tait & Associates, Inc. Page 5
Agreement. Anything in this Agreement that may appear to give City the right to direct
Consultant as to the details of the performance of the Work or to exercise a measure of
control over Consultant shall mean only that Consultant shall follow the desires of City
with respect to the results of the Services.
11. COOPERATION
Consultant agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or interest in the
Work to be performed. City agrees to cooperate with the Consultant on the Project.
12. CITY POLICY
Consultant shall discuss and review all matters relating to policy and Project
direction with City's Project Administrator in advance of all critical decision points in
order to ensure the Project proceeds in a manner consistent with City goals and
policies.
13. PROGRESS
Consultant is responsible for keeping the Project Administrator informed on a
regular basis regarding the status and progress of the Project, activities performed and
planned, and any meetings that have been scheduled or are desired.
14. INSURANCE
Without limiting Consultant's indemnification of City, and prior to commencement
of Work, Consultant shall obtain, provide and maintain at its own expense during the
term of this Agreement or for other periods as specified in this Agreement, policies of
insurance of the type, amounts, terms and conditions described in the Insurance
Requirements attached hereto as Exhibit C, and incorporated herein by reference.
15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the Services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following shall
be construed as an assignment: The sale, assignment, transfer or other disposition of
any of the issued and outstanding capital stock of Consultant, or of the interest of any
general partner or joint venturer or syndicate member or cotenant if Consultant is a
partnership or joint -venture or syndicate or co -tenancy, which shall result in changing
the control of Consultant. Control means fifty percent (50%) or more of the voting
power or twenty-five percent (25%) or more of the assets of the corporation, partnership
or joint -venture.
Tait & Associates, Inc. Page 6
16. SUBCONTRACTING
The subcontractors authorized by City, if any, to perform Work on this Project are
identified in Exhibit A and the Letter Proposal. Consultant shall be fully responsible to
City for all acts and omissions of any subcontractor. Nothing in this Agreement shall
create any contractual relationship between City and any subcontractor nor shall it
create any obligation on the part of City to pay or to see to the payment of any monies
due to any such subcontractor other than as otherwise required by law. City is an
intended beneficiary of any Work performed by the subcontractor for purposes of
establishing a duty of care between the subcontractor and City. Except as specifically
authorized herein, the Services to be provided under this Agreement shall not be
otherwise assigned, transferred, contracted or subcontracted out without the prior
written approval of City.
17. OWNERSHIP OF DOCUMENTS
17.1 Each and every report, draft, map, record, plan, document and other
writing produced, including but not limited to, websites, blogs, social media accounts
and applications (hereinafter "Documents"), prepared or caused to be prepared by
Consultant, its officers, employees, agents and subcontractors, in the course of
implementing this Agreement, shall become the exclusive property of City, and City
shall have the sole right to use such materials in its discretion without further
compensation to Consultant or any other party. Additionally, all material posted in
cyberspace by Consultant, its officers, employees, agents and subcontractors, in the
course of implementing this Agreement, shall become the exclusive property of City,
and City shall have the sole right to use such materials in its discretion without further
compensation to Consultant or any other party. Consultant shall, at Consultant's
expense, provide such Documents, including all logins and password information to City
upon prior written request.
17.2 Documents, including drawings and specifications, prepared by
Consultant pursuant to this Agreement are not intended or represented to be suitable
for reuse by City or others on any other project. Any use of completed Documents for
other projects and any use of incomplete Documents without specific written
authorization from Consultant will be at City's sole risk and without liability to
Consultant. Further, any and all liability arising out of changes made to Consultant's
deliverables under this Agreement by City or persons other than Consultant is waived
against Consultant, and City assumes full responsibility for such changes unless City
has given Consultant prior notice and has received from Consultant written consent for
such changes.
17.3 Computer Aided Design and Drafting ("CADD") data delivered to City shall
include the professional stamp of the engineer or architect in charge of or responsible
for the Work. City agrees that Consultant shall not be liable for claims, liabilities or
losses arising out of, or connected with (a) the modification or misuse by City, or anyone
authorized by City, of CADD data; or (b) any use by City, or anyone authorized by City,
of CADD data for additions to this Project, for the completion of this Project by others, or
Tait & Associates, Inc. Page 7
for any other Project, excepting only such use as is authorized, in writing, by Consultant.
By acceptance of CADD data, City agrees to indemnify Consultant for damages and
liability resulting from the modification or misuse of such CADD data. All original
drawings shall be submitted to City in the version of AutoCAD used by the City in .dwg
file format, and should comply with the City's digital submission requirements for
improvement plans available from the City's Public Works Department.
17.4 All improvement and/or construction plans shall be plotted on standard
twenty-four inch (24") by thirty-six inch (36") paper size. Consultant shall provide to City
digital `As -Built' drawings in both AutoCAD and Adobe PDF file format within thirty (30)
days after finalization of the Project.
18. OPINION OF COST
Any opinion of the construction cost prepared by Consultant represents the
Consultant's judgment as a design professional and is supplied for the general guidance
of City. Since Consultant has no control over the cost of labor and material, or over
competitive bidding or market conditions, Consultant does not guarantee the accuracy
of such opinions as compared to Consultant or contractor bids or actual cost to City.
19. CONFIDENTIALITY
All Documents, including drafts, preliminary drawings or plans, notes and
communications that result from the Services in this Agreement, shall be kept
confidential unless City expressly authorizes in writing the release of information.
20. INTELLECTUAL PROPERTY INDEMNITY
Consultant shall defend and indemnify City, its agents, officers, representatives
and employees against any and all liability, including costs, for infringement or alleged
infringement of any United States' letters patent, trademark, or copyright, including
costs, contained in Consultant's Documents provided under this Agreement.
21. RECORDS
Consultant shall keep records and invoices in connection with the Services to be
performed under this Agreement. Consultant shall maintain complete and accurate
records with respect to the costs incurred under this Agreement and any Services,
expenditures and disbursements charged to City, for a minimum period of three (3)
years, or for any longer period required by law, from the date of final payment to
Consultant under this Agreement. All such records and invoices shall be clearly
identifiable. Consultant shall allow a representative of City to examine, audit and make
transcripts or copies of such records and invoices during regular business hours.
Consultant shall allow inspection of all Work, data, Documents, proceedings and
activities related to the Agreement for a period of three (3) years from the date of final
payment to Consultant under this Agreement.
Tait & Associates, Inc. Page 8
22. WITHHOLDINGS
City may withhold payment to Consultant of any disputed sums until satisfaction
of the dispute with respect to such payment. Such withholding shall not be deemed to
constitute a failure to pay according to the terms of this Agreement. Consultant shall
not discontinue Work as a result of such withholding. Consultant shall have an
immediate right to appeal to the City Manager or designee with respect to such disputed
sums. Consultant shall be entitled to receive interest on any withheld sums at the rate
of return that City earned on its investments during the time period, from the date of
withholding of any amounts found to have been improperly withheld.
23. ERRORS AND OMISSIONS
In the event of errors or omissions that are due to the negligence or professional
inexperience of Consultant which result in expense to City greater than what would
have resulted if there were not errors or omissions in the Work accomplished by
Consultant, the additional design, construction and/or restoration expense shall be
borne by Consultant. Nothing in this Section is intended to limit City's rights under the
law or any other sections of this Agreement.
24. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the right to employ other Consultants in connection with the
Project.
25. CONFLICTS OF INTEREST
25.1 Consultant or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et
seq., which (1) require such persons to disclose any financial interest that may
foreseeably be materially affected by the Work performed under this Agreement, and (2)
prohibit such persons from making, or participating in making, decisions that will
foreseeably financially affect such interest.
25.2 If subject to the Act and/or Government Code §§ 1090 et seq., Consultant
shall conform to all requirements therein. Failure to do so constitutes a material breach
and is grounds for immediate termination of this Agreement by City. Consultant shall
indemnify and hold harmless City for any and all claims for damages resulting from
Consultant's violation of this Section.
26. NOTICES
26.1 All notices, demands, requests or approvals, including any change in
mailing address, to be given under the terms of this Agreement shall be given in writing,
and conclusively shall be deemed served when delivered personally, or on the third
business day after the deposit thereof in the United States mail, postage prepaid, first-
class mail, addressed as hereinafter provided.
Tait & Associates, Inc. Page 9
26.2 All notices, demands, requests or approvals from Consultant to City shall
be addressed to City at.-
Attn: Public Works Director
Public Works Department
City of Newport Beach
100 Civic Center Drive
PO Box 1768
Newport Beach, CA 92658
26.3 All notices, demands, requests or approvals from City to Consultant shall
be addressed to Consultant at:
Attn: Jacob Vandervis
Tait & Associates, Inc.
701 Parkcenter Drive
Santa Ana, CA 92705
27. CLAIMS
27.1 Unless a shorter time is specified elsewhere in this Agreement, before
making its final request for payment under this Agreement, Consultant shall submit to
City, in writing, all claims for compensation under or arising out of this Agreement.
Consultant's acceptance of the final payment shall constitute a waiver of all claims for
compensation under or arising out of this Agreement except those previously made in
writing and identified by Consultant in writing as unsettled at the time of its final request
for payment. Consultant and City expressly agree that in addition to any claims filing
requirements set forth in the Agreement, Consultant shall be required to file any claim
Consultant may have against City in strict conformance with the Government Claims Act
(Government Code sections 900 et seq.).
27.2 To the extent that Consultant's claim is a "Claim" as defined in Public
Contract Code section 9204 or any successor statute thereto, the Parties agree to
follow the dispute resolution process set forth therein. Any part of such "Claim"
remaining in dispute after completion of the dispute resolution process provided for in
Public Contract Code section 9204 or any successor statute thereto shall be subject to
the Government Claims Act requirements requiring Consultant to file a claim in strict
conformance with the Government Claims Act. To the extent that
Contractor/Consultant's claim is not a "Claim" as defined in Public Contract Code
section 9204 or any successor statute thereto, Consultant shall be required to file such
claim with the City in strict conformance with the Government Claims Act (Government
Code sections 900 et seq.).
28. TERMINATION
28.1 In the event that either party fails or refuses to perform any of the
provisions of this Agreement at the time and in the manner required, that party shall be
deemed in default in the performance of this Agreement. If such default is not cured
Tait & Associates, Inc. Page 10
within a period of two (2) calendar days, or if more than two (2) calendar days are
reasonably required to cure the default and the defaulting party fails to give adequate
assurance of due performance within two (2) calendar days after receipt of written
notice of default, specifying the nature of such default and the steps necessary to cure
such default, and thereafter diligently take steps to cure the default, the non -defaulting
party may terminate the Agreement forthwith by giving to the defaulting party written
notice thereof.
28.2 Notwithstanding the above provisions, City shall have the right, at its sole
and absolute discretion and without cause, of terminating this Agreement at any time by
giving no less than seven (7) calendar days' prior written notice to Consultant. In the
event of termination under this Section, City shall pay Consultant for Services
satisfactorily performed and costs incurred up to the effective date of termination for
which Consultant has not been previously paid. On the effective date of termination,
Consultant shall deliver to City all reports, Documents and other information developed
or accumulated in the performance of this Agreement, whether in draft or final form.
29. PREVAILING WAGES
29.1 If any of the Work contemplated under the Agreement is considered a
"public work", pursuant to the applicable provisions of the Labor Code of the State of
California, including but not limited to Section 1720 et seq., not less than the general
prevailing rate of per diem wages including legal holidays and overtime Work for each
craft or type of workman shall be paid to all workmen employed on such. In accordance
with the California Labor Code (Sections 1770 et seq.), the Director of Industrial
Relations has ascertained the general prevailing rate of per diem wages in the locality in
which the Work is to be performed for each craft, classification, or type of workman or
mechanic needed to execute the Agreement. A copy of said determination is available
by calling the prevailing wage hotline number (415) 703-4774, and requesting one from
the Department of Industrial Relations. The Consultant is required to obtain the wage
determinations from the Department of Industrial Relations and post at the job site the
prevailing rate or per diem wages. It shall be the obligation of the Consultant or any
subcontractor under him/her to comply with all State of California labor laws, rules and
regulations and the parties agree that the City shall not be liable for any violation
thereof.
29.2 In such event, unless otherwise exempt by law, Consultant warrants that
no contractor or subcontractor was listed on the bid proposal for the Services that it is
not currently registered and qualified to perform public work. Consultant further warrants
that it is currently registered and qualified to perform "public work" pursuant to California
Labor Code section 1725.5 or any successor statute thereto and that no contractor or
subcontractor will engage in the performance of the Services unless currently registered
and qualified to perform public work.
Tait & Associates, Inc. Page 11
30. STANDARD PROVISIONS
30.1 Recitals. City and Consultant acknowledge that the above Recitals are
true and correct and are hereby incorporated by reference into this Agreement.
30.2 Compliance with all Laws. Consultant shall, at its own cost and expense,
comply with all statutes, ordinances, regulations and requirements of all governmental
entities, including federal, state, county or municipal, whether now in force or hereinafter
enacted. In addition, all Work prepared by Consultant shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be
subject to approval of the Project Administrator and City.
30.3 Waiver. A waiver by either party of any breach, of any term, covenant or
condition contained herein shall not be deemed to be a waiver of any subsequent
breach of the same or any other term, covenant or condition contained herein, whether
of the same or a different character.
30.4 Integrated Contract. This Agreement represents the full and complete
understanding of every kind or nature whatsoever between the parties hereto, and all
preliminary negotiations and agreements of whatsoever kind or nature are merged
herein. No verbal agreement or implied covenant shall be held to vary the provisions
herein.
30.5 Conflicts or Inconsistencies. In the event there are any conflicts or
inconsistencies between this Agreement and the Scope of Services or any other
attachments attached hereto, the terms of this Agreement shall govern.
30.6 Interpretation. The terms of this Agreement shall be construed in
accordance with the meaning of the language used and shall not be construed for or
against either party by reason of the authorship of the Agreement or any other rule of
construction which might otherwise apply.
30.7 Amendments. This Agreement may be modified or amended only by a
written document executed by both Consultant and City and approved as to form by the
City Attorney.
30.8 Severability. If any term or portion of this Agreement is held to be invalid,
illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining
provisions of this Agreement shall continue in full force and effect.
30.9 Controlling Law and Venue. The laws of the State of California shall
govern this Agreement and all matters relating to it and any action brought relating to
this Agreement shall be adjudicated in a court of competent jurisdiction in the County of
Orange, State of California.
30.10 Equal Opportunity Employment. Consultant represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee
or applicant for employment because race, religious creed, color, national origin,
Tait & Associates, Inc. Page 12
ancestry, physical handicap, medical condition, marital status, sex, sexual orientation,
age or any other impermissible basis under law.
30.11 No Attorneys' Fees. In the event of any dispute or legal action arising
under this Agreement, the prevailing party shall not be entitled to attorneys' fees.
30.12 Counterparts. This Agreement may be executed in two (2) or more
counterparts, each of which shall be deemed an original and all of which together shall
constitute one (1) and the same instrument.
[SIGNATURES ON NEXT PAGE]
Tait & Associates, Inc. Page 13
IN WITNESS WHEREOF, the parties have caused this Agreement to be
executed on the dates written below.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: 7 / 1 V77-
By: r V;
ron C. Harp
City Attorney
ATTEST -
Date:
Date:_
BrownM64-,"- - V Jp�
City Clerk r
1
CITY OF NEWPORT BEACH,
a California municipal corporation
CONSULTANT: Tait & Associates, Inc., a
California corporation
Date:
Signed in Counterpart
By.
Thomas F. Tait
Chief Executive Officer
Date:
Signed in Counterpart
By:
Jason Jones
Chief Financial Officer
[END OF SIGNATURES]
Attachments: Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
Exhibit C — Insurance Requirements
Tait & Associates, Inc. Page 14
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed
on the dates written below.
APPROVED AS TO FORM:
CITY ATTOR EY'S OFFICE
Date: -712l2y
By:
A on C. rIS C 12,22
ity Att2, e„/
ATTEST:
Date:
la
Leilani I. Brown
City Clerk
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
By:
Grace K. Leung
City Manager
CONSULTANT: Tait & Associates, Inc., a
California cor or do
Date. 37- z
By:
Thomas F Tait
Chief Executive Officer
Date: 65/11 ZZ
Jaso Joni 6
Chief Financial Officer
[END OF SIGNATURES]
Attachments: Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
Exhibit C — Insurance Requirements
Tait & Associates, Inc. Page 13
EXHIBIT A
SCOPE OF SERVICES
ON -CALL CIVIL ENGINEERING
Civil Engineering services shall include conceptual and final design of a wide variety of
City capital improvement and maintenance projects. The Consultant shall have the
ability to provide in-house services, or capacity to subconsultant, for the following areas:
• Provide full plans, specifications, and estimates for a broad -range of civil
engineering disciplines.
• Provide cost estimating and value engineering services
• Provide bid support and preparation of record drawings
• Provide construction support, administration, and management services
• Provide construction traffic control concepts and plans
• Provide project -specific professional surveying services
• Review public/private development plans and maps
• Provide regulatory permitting support
• Prepare various studies and supporting documentation, including
hydrology and hydraulic analysis, water and sewer studies and network
analysis
• Prepare/review NPDES reports, Water Quality Management Plan
(WQMP) and Storm Water Pollution Prevention Plans (SWPPP)
• Prepare maps and legal descriptions for right-of-way acquisition and
easements
• Other engineering -related tasks, as necessary
Consultant shall perform the on -call services described in the Scope of Services. Upon
written request from the City Project Administer or designee, Consultant shall provide a
letter proposal for specific services requested by the City (hereinafter referred to as the
"Letter Proposal").
• The Letter Proposal shall include, but is not limited to, the following:
• A detailed description of the Scope of Services to be provided;
• The Contract number;
• The Title/Position of each person who will be performing the work;
• The hourly rates of each provider; and
• Any anticipated consumable, material, or ancillary cost to perform the
services.
Tait & Associates, Inc. Page A-1
TAIT & ASSOCIATES, INC.
ON -CALL ENGINEERING SERVICES
COVER LETTER
April 6 2022
City of Newport Beach
Michael J. Sinacori, Assistant City Engineer
RE: REQUEST FOR QUALIFICATIONS (RFQ) 22-51, ON -CALL CIVIL ENGINEERING SERVICES
Dear Mr. Sinacori, Drive, Civic Center Drive, and Portola Parkway Rehabilitation Project, to
name a few.
TAIT & Associates, Inc. (TAIT) is pleased to submit the enclosed
Statement of Qualifications (SOQ) in response to the City of Newport
Beach's (City) RFQ for On -Call Civil Engineering Services. TAIT has
greatly appreciated the opportunity to provide on -call engineering
services to the City of Newport Beach for the last 6 years and looks
forward to continuing our relationship over the next cycle of consultant
services.
TAIT at a Glance. At TAIT, we have provided innovative engineering
solutions to our clients for more than 58 years. We understand that
Additionally, we have a deep bench of experience with recent
On -Call contracts including City of Newport Beach, Seal Beach,
Manhattan Beach, Port of Long Beach, the County of Orange, Lake
Forest, Irvine, Lake Elsinore, and Mission Viejo, to name just a few of
our recent contracts. We are confident in our ability to service the
City based on our experience in local Orange/Los Angeles county
agencies.
Commitment to Service. We aim to act as an extension of the
public projects have their own specific issues, and with 220 associates, City's staff and will place an emphasis on Customer Service which
we have the right blend of professional engineers, architects, has been and will remain one of TAIT's Corporate Goals "To
surveyors, environmental assessors, and construction personnel with
the experience necessary to address critical and big picture concerns.
Since TAIT was founded in 1964 in Orange County, we have built
mature relationships with state and local agencies throughout Southern
California, and consistently create successful partnerships with the
agencies for which we work.
Expertise and Experience. TAIT's in house personnel have
expertise in a broad range of public design services including Civil
Engineering, Surveying & Mapping, Planning & Land Development,
Architectural, and Maintenance Yard Tank Design, Maintenance.
and Remediation Services. Our broad range of in house services
makes TAIT an ideal candidate for supporting agencies on their on -
call engineering needs. TAIT's specific civil and surveying expertise
includes: roadways, utilities, drainage, surveying, mapping, water
quality, water, and waste water, site development, site remediation,
and fueling systems. We have extensive relevant design experience,
including recent projects such as the City of Newport Beach's Bonita
Canyon and Ford Road Rehabilitation, City of Fullerton'sJacaranda
Neighborhood Rehabilitation and Sewer Replacement, City of Norco's
MPD Storm Drain Line N-4 Project, and City of Lake Forest's Dimension
Completely Satisfy our Customers". David Sloan will be the
main point of contact for TAIT's services and can be reached in our
Santa Ana office at 701 Parkcenter Drive, phone number 714-560-
8200 ext. 643, and email dsloan@tait.com. We thank you for this
opportunity to submit our qualifications and look forward to further
discussing with you our capabilities and commitment to working with
the City of Newport Beach.
Very truly yours,
T T & Associates, In .
Ja ob Vandervis, PE
00 / Vice President
CITY OF NEWPORT BEACH - APRIL 6, 2022 - PG. 1
TAIT & ASSOCIATES, INC.
ON -CALL ENGINEERING SERVICES
FIRM BACKGROUND & EXPERIENCE
FIRM PROFILE
TAIT & Associates, Inc. (TAIT), is a Southern California based
family owned architectural and engineering firm founded by Dr.
Kenneth E. Tait, P.E. established in 1964 and incorporated in the
State of California. TAIT began as a design engineering consulting
and land surveying Firm dedicated to providing quality engineering
services to our clients.
For the past 57 years, TAIT has grown to have 8 offices throughout
the Western United States, namely headquarters in Santa Ana and
regional offices in Norco, San Diego, Sacramento, Boise, Denver,
Atlanta, and Dallas. We have approximately 220 associates who
work together as a team to provide a full range of design services.
FIRM CAPABILITIES:
Our family -owned, multi -disciplined firm offers an array of
consulting services to public agencies and private development
clients. More specifically, we offer project management, civil
engineering, surveying, architectural, planning, entitlement, right of
way engineering, and environmental investigation and remediation
services. Within the Engineering Group, our in-house design and
management services include:
• Public Roadway Rehabilitation, Widening, and New
Construction
• Water Quality Design & Review (LID Plan, SWPPP, etc.)
• Public On -Site and Building Improvements (Including
Architectural Services)
• Public Parking Facilities Site Improvements
• Storm Drain Design and Hydrologic & Hydraulic Analysis
• Water & Waste Water Rehabilitation & New Construction
• Public Improvement & Private Development Design Plan
Checking
• Architectural & Structural Design Services
• Phase I and Phase II Environmental Assessments
• Construction Management, Inspection & Surveying Services
• Design and Construction Survey .Services
TAIT
SINCE 1964
CITY OF NEWPORT BEACH • APRIL 6, 2022 • PG. 2
STRENGTHS:
H&H AND STORM DRAIN
TAIT has built a reputation of successfully managing projects from
concept to completion, with both big company expertise and
small company culture dedicated to customer service. We
have specific expertise in public infrastructure development, land
development, natural resource preservation, and environmental
management. We also understand the tight time and money
constraints under which our clients frequently operate and strive
to provide unique solutions that allow our client's projects to be
completed on time and within budget.
RELEVANT EXPERIENCE:
ARTERIAL REHABILIATION
PIPELINE DESIGN
ROADWAY
3
TAIT & ASSOCIATES, INC.
ON -CALL ENGINEERING SERVICES
Jacob Vandervis
PE/QSD/P
Principal -in -Charge
LEADERSHIP
David Sloan
PE
Lead Project Manager
CORE TEAM - ENGINEERING
Bart Mink
PE, LEER AP
Project Engineer (Roadway)
Alt. P.E. // Chris Engelbach , E.I.T.
Samantha Wohlfarth
PE
Project Engineer (Utilities)
Alt. P.E. // Michael Tran, E.I.T.
Todd Broussard
PE/QSD/P
QA/QC Manager
Daniela Malott
PE
Project Engineer (Drainage)
Alt. P.D. // Sequoia Shire, E.I.T.
CORE SUPPORT TEAM -ARCHITECTURE & SURVEYING
Dan Hinson Michael Furlong Reese Brashear
Architect PLS LSIT
Project Architect Sr. Professional Surveyor Party Chief
SUBCONSULTANTS
(D e e e
TJW GMU SoCal Geo CDPC BrightView
Traffic Engineering Geotechnical/ Site Geotechnical Landscape Landscape
Pavement Architecture Architecture
CITY OF NEWPORT BEACH • APRIL 6, 2022 • PG. 4
TAIT & ASSOCIATES, INC.
ON -CALL ENGINEERING SERVICES
FIRM STAFF QUALIFICATIONS
NAME
• •
REGISTRATIONS
•
Jacob Vandervis, P.E.
Principal -in -Charge
CA No. SC46301
36
25
Todd Broussard, P.E., QSD/P
QA/QC Manager
CA No. C57144
35
2
David Sloan, P.E.
Lead Project Manager
CA No. C82595
15
8
Bart Mink, P.E., LEED AP
Roadway Engineer
CA No. C82953
24
4
Samantha Wohlfarth, P.E.
Site/Infrastructure Engineer.
CA No. C86126
10
10
Daniela Malott, P.E.
Drainage / Water Quality Engineer
CA No. C86581
10
5
Chris Engelbach, E.I.T.
Alternate Roadway Engineer
13
6
Michael Tran, E.I.T.
Sequoia Shire, E.I.T.
Alternate Site/Infrastructure Engineer
9
7
Alternate Drainage / W.Q. Engineer
4
2
Dan Hinson, Architect
Project Architect
CA No. C27416
29
5
Michael Furlong, PLS
Sr. Professional Surveyor
CA PLS No. 8899
43
3
Reese Brashear, LSIT
Field Party Chief
CA LSIT No. 7868
19
19
Key Personnel--tPg4VkfiT_
Jacob Vandervis, P.E., QSD/P
Principal -in -Charge
Mr. Vandervis is a licensed civil engineer with over 36years of experience with land development projects in the western
United States. His areas of expertise include site design, grading design, drainage studies, water pollution control plans,
erosion & sediment control plans, as well as street improvement plans. He is experienced in site design of all sizes for
commercial development, involved in preliminary design to develop cost estimates & due diligence packages, as well
as experienced in the entitlement phase of projects. His surveying experience includes the preparation of ALTA and
topographic surveys, parcel maps, record of survey and legal descriptions.
Todd Broussard, P.E., QSD/P
QA/QCManager
In addition to 13 years of private development experience, Mr. Broussard has over 21 years of municipal design and
project management experience as Principal in Charge with the City of Huntington Beach Public Works Department,
overseeing an annual Capital Improvement Program budget of approximately $25 million per annum. Project specific
responsibilities included street improvements, wastewater, stormwater, and special projects outside of the public right of
way.
i
CITY OF NEWPORT BEACH • APRIL 6, 2022 • PG. 5
TAIT & ASSOCIATES, INC.
ON -CALL ENGINEERING SERVICES
Key Personnel--LeAofi�
David Sloan, P.E.
Lead Project Manager
David is TAIT's public infrastructure project manager and serves as the project coordinator and lead for public projects at
TAIT. David comes with a wealth of relevant experience, and he recently served as project manager for the rehabilitation
of nine major roads throughout the City of Pomona. David has performed and coordinated detailed designs on arterial
roadways, conducted utility coordination for major relocations on high profile projects, and coordinated project
management efforts on multiple projects throughout the Southern California region. Additionally, David acts as a community
coordinator for high profile projects which require community coordination and presentations.
Key Personnel -- Eofwwwit
Bart Mink, P.E., LEED AP
Project Engineer (Roadway)
Bart Mink registered civil engineer in California and LEED AP certified brings 23 years of multidisciplinary experience to
our team. Bart is results -driven and detail -oriented. He is proficient in many facets of civil site engineering, including the
municipal, industrial, commercial and residential fields. Bart is proficient in water hydraulic modeling utilizing KY Pipe and
WaterCAD. He is also proficient in wastewater modeling using SewerCAD. Bart has in depth knowledge and experience
in water/wastewater treatment and design. He is skilled in state and federal funding policies and procedures and is
efficient with Autodesk Civil 3D including grading, corridors, and pipe networks.
Samantha Wohlfarth, P.E.
Project Engineer (Site /Infrastructure)
Samantha is one of TAIT's key site engineering and infrastructure design engineers and has extensive recent experience
working on site improvements such as parking field rehabilitations, ADA site improvements, as well as on -site infrastructure
upgrades and improvements. Her professional experience includes the preparation of site demolition, grading, erosion
control, water quality and design improvements as well as water main replacement, storm drain, and sewer plans, drainage
reports, cost estimates, and storm water management reports associated with the required site improvements for both public
agencies and private development projects.
CITY OF NEWPORT BEACH • APRIL 6, 2022 • PG. 6
�EWPpRT
k
TAIT & ASSOCIATES, INC.
Key Personnel v E0TWWW1-
ON -CALL ENGINEERING SERVICES
Daniela Malott, P.E.
Project Engineer (Drainage)
Ms. Malott has a strong civil engineering background with a focus on water resources and surface runoff and water quality
engineering. Her engineering experience includes hydrology, storm drain design, and hydraulics. Her computer modeling
background includes the application of the U.S. Army Corps of Engineers HEC-HMS (Hydraulic Modeling System),
HEC-SSP (Statistical Software package), and HEC-RAS (River Analysis Software), Watershed Modeling System (WMS),
Advanced Engineering Software (AES) for hydrologic/hydraulic analysis in Southern California, Water Surface Pressure
Gradient (WSPGW) Software, XP-Solutions Storm Water and Wastewater Management Model (XP-SWMM), AutoCAD
Civil 3D, and ArcGIS.
Chris Engelbach, E.I.T.
Project Engineer (Roadway)
Chris is an experienced Project Engineer in design, approval, and quality control of residential and commercial land
development as well as public work projects. He has expertise in preparation of tentative tract maps, street, rough grading,
erosion control, storm drain, sewer and water, and precise grading plans; hydrology and hydraulic calculations utilizing
Civil-D and WSPG; WQMP employing new low impact development methods; coordination with clients, sub -consultants,
site managers, contractors, and survey crew. Chris technical skills include AutoCAD Civil 3D, Water Surface Profile
Gradient Software (WSPG), Civil-D, and Microsoft Project.
Michael Tran, E.I.T.
Project Engineer (Site /Infrastructe)
As a Project Engineer, Michael has performed and coordinated detailed designs on residential, commercial, industrial and
public works projects throughout the Southern California region. In addition to the wide range of projects, Michael has
also designed and coordinated K-12 and higher education projects. He is an effective communicator and well-rounded
engineer that stays in contact with his clients throughout the life of his projects. He has a great passion for quality of design
and project ownership.
Sequoia Shire, E.I.T.
Project Designer (Drainage / Water Quality)
Ms. Shire is a Storm Water Treatment and Management Plan specialist and has prepared Hydrology and Hydraulics
reports and Water Quality Management Plans throughout Southern California on projects ranging from single acre
development sites to large master planned communities. Her technical background and areas of expertise include
the preparation of NPDES documents and performing stormwater hydrology and hydraulic analysis for new and
redevelopment projects. In addition to serving as the Firm's storm water design specialist and erosion control design
professional, Ms. Shire also provides design services as a design engineer on various public and private development
projects.
CITY OF NEWPORT BEACH • APRIL 6, 2022 • PG. 7
Q "EW PORT
o mm
n
C9GIFORN�P
TAI1 & ASSOCIATES, INC.
ON -CALL ENGINEERING SERVICES
Key Personnel1'�/
Dan Hinson, Architect
Project Architect
As a firmly established architect in Southern California, Dan Hinson has more than 28 years of experience in all aspects
of the architectural field. Dan has established and maintains a diverse list of clientele. Dan has extensive experience in the
construction industry from finishing concrete to general contracting. As a general contractor, he has provided Design -Build
projects consisting of office space, restaurants, hotels and concrete "tilt -up" buildings. The combination of construction
field experience along with architectural sensitivity gives Dan a truly unique ability to provide balance to a project. It is this
understanding that gives clients confidence that projects will meet a budget and be completed on time, a value that always
brings a vision into reality.
Michael Furlong, P.L.S.
Senior Professional Surveyor
Mr. Furlong is a Land Surveyor licensed in the State of California with 42 years of experience, over 30 of those being in the
Field on all types of Projects from Boundary Surveys to Construction Services with some of the largest listed below. More
recently he has spent years providing Mapping Services preparing Tract Maps, Parcel Maps, Record of Surveys, Corner
Records and Exhibits of all kinds as well as providing Support to Engineering and Field Support for the Survey Crews.
Reese Brashear, L.S.I.T.
Field Party Chief
Mr. Brashear's expertise is in field surveying, A.L.T.A. surveys, rough grade staking operations, construction staking projects,
engineering design surveys, as -built surveys, topographic surveys, and GPS surveys. Recently completed projects include
the Tustin Family Campus and County Regional Park projects for the County of Orange, and construction staking for 3
miles of local streets, sewer, water, and storm drain improvements for a 80 acre residential development located in the
City of Tustin's Tustin Legacy development on the former MCAS Tustin military base, and numerous boundary, ALTA and
topographic surveys for both private and public projects during career at TAIT.
CITY OF NEWPORT BEACH • APRIL 6, 2022 • PG. 8
TAIT & ASSOCIATES, INC.
Sub -Consultants
1JW Engineering
Traffic Engineering
TJW Engineering, Inc. (TJW), VSBE, is a
professional traffic engineering and transportation
planning firm founded by Thomas J. Wheat, P.E.,
T.E., who has over twenty years of experience
in the transportation sector of civil engineering.
The TJW team provides complete range of
transportation engineering services having
designed and prepared hundreds of traffic
engineering design plans and transportation
planning studies to various public agencies,
contractors, developers, architects, and other
engineering firms throughout Southern California.
Over the past five years the TJW team has
worked with TAIT on various projects requiring
street signing, striping, lighting, signalization and
traffic control plans.
GMU
Pavement Analysis
�/� GMU Geotechnical, Inc. (GMU) has
��f �J built a reputation over 45 years as a trusted
GEOTECHNICAL,INC consultant for some of the most challenging
and recognizable projects throughout Southern
California. GMU prides itself on providing
cost effective, innovative solutions utilizing a
pro -active approach for both public and private
development and improvement projects. GMU's
in-house laboratory is approved by the California
Department of Transportation (Caltrans),
AASHTO Materials Reference Lab (AMRL), the
County of Orange, and other public agencies.
SoCal Geotechnical
Geotechnical Consulting
Southern California Geotechnical, Inc.
(SoCal Geo) is a consulting engineering firm
providing geotechnical and environmental
consulting services to clients in the commercial,
residential, industrial, retail, and governmental
fields. It is a California corporation founded,
owned, and operated by the principal engineers,
the same engineers who perform or supervise all
of their consulting services. The commitment of the
founders is to provide responsive, cost-effective,
and technically reliable service to our clients while
fostering a stimulating professional environment for
their employees.
ON -CALL ENGINEERING SERVICES
CDPC
Landscape Architecture
Conceptual Design and Planning
Company (CDPC) is an innovative,
comprehensive landscape architectural firm
offering services for a wide variety of project
types and clients. Their corporate resume
includes projects for state, city and government
agencies, as well as, private developers of
retail, commercial, institutional, recreation,
hospitality, senior housing, and large scale
residential. Established in 1994 by Registered
Landscape Architect, Jim Balciovin and
founded on the principle that design should
be driven by purpose, CDPC seeks to create
functional outdoor spaces with cohesive
aesthetics that enable the people who use
them to connect with their nt. Our portfolio
of professional services covers all aspects of
Landscape Architecture & Design.
BrightView
Landscape Architecture
BrightView is the nation's leading
BrightView commercial landscape firm with over 18,000
DeIyn Group employees in services including planning
and design, development and construction,
resource management, maintenance and
operations. BrightView Design Group
(BVDG), the creative center of BrightView,
would lead this master planning effort with
the in-house support across BrightView. Our
team is composed of landscape planners
and architects, environmentalists, arborists,
horticulturists, landscape and general
contractors, crews, and estimators who are
recognized for their expert knowledge,
planning and delivery models, field
workmanship, and innovation in design. With
a diverse landscape portfolio, we are a team
of dedicated experts with a proven record
of professional commitment to improving and
caring for our outdoor resources.
CITY OF NEWPORT BEACH • APRIL 6, 2022 • PG. 9
VPp
TAIT & ASSOCIATES, INC.
ON -CALL ENGINEERING SERVICES
RESUMES
Jacob Vandervis, P.E.,
QSD/P
Principal -in -Charge
Education
B.S. Civil Engineering -
California State University,
Long Beach
Year of TAIT Team Enlistment
1997
Total Experience
36
Certifications
Registered Professional
Engineer, Civil - CA, OR, AZ,
UT, NV, ND, WA, HI,&AK.
Professional Engineer
California No. C46301
Mr. Vandervis currently serves as a Vice President/Chief Operations Officer in TAIT's Corporate
Office in Santa Ana. In addition to his management duties, he acts as the primary point of
contact for several national retail and residential developers. Mr. Vandervis is a licensed civil
engineer with over 36 years of experience with land development projects in the western
United States. His areas of expertise include site design, grading design, drainage studies,
water pollution control plans, erosion & sediment control plans, as well as street improvement
plans. He is experienced in site design of all sizes for commercial development, involved in
preliminary design to develop cost estimates & due diligence packages, as well as experienced
in the entitlement phase of projects. His surveying experience includes the preparation of ALTA
and topographic surveys, parcel maps, record of survey and legal descriptions. In addition, Mr.
Vandervis has completed fuel tank upgrade programs for various major oil company sites, done
facility upgrades for utility clients and has been responsible for entitlement, site design, utility
coordination, plan approval, and construction administration on fueling projects. He is a certified
Qualified SWPPP Developer (QSD), Certified Development, Design & Construction Professional
(CDP) and Certified Retail Property Executive (CRX). Selected Projects:
Pipeline Management Program, FY2018-2019 Phase 1 Project
Glendale Water & Power, Principal in Charge, 2018-2019
PIC of the work being conducted by all TAIT staff to provide Design Engineering Service for the
$3.1 M water main replacement project throughout various locations in Glendale, CA. Primary
responsibilities were to review and stamp water main replacement plans and specifications,
supervise design engineers and coordinate with client and contractor through the design and
construction phases.
The Creek at Dominguez Hills, City of Carson, Principal -in -Charge,
2017-2020
This project is 86-acres of a 171-acre development in concert with the County of Los Angeles
Department of Parks and Recreations. The TAIT portion of the development has many exciting
features for public and private events, including a new Driving Range with 100+ Bays and Putting
Areas, a 199,000 SF Gymnasium, 750-foot Zip Line and Adventure Course, 6+ acre Outdoor
Amphitheater and Public Park, Clubhouse, Sport Wellness Facilities, a Marketplace, Dining, Youth
Outreach Center, and jogging paths around the site. The project is LEED Site Certified, including
2 buildings with LEED Certification.
Monterey Park Market Place, City of Monterey Park, Project Manager,
2015-Present
The design of the development includes slope stabilization, retaining wall design, street
improvement design, utility installation, overall site development, and over 400,000 cubic yards
of dirt removal and regrading. The project involves three geotechnical analysis. The geotechnical
analysis included recommendations for the design on and near the landfill; for the slope
stabilization throughout the site; and for the overall site development and construction.
CITY OF NEWPORT BEACH • APRIL 6, 2022 • PG. 10
TAIT & ASSOCIATES, INC.
ON -CALL ENGINEERING SERVICES
Todd Broussard, P.E.,
QSD/P
QA/QC Manager
Education
Master of Public
Administration, California
State University
B.S. -- Civil Engineering,
University of Louisiana,
Lafayette
Year of TAIT Team Enlistment
2021
In addition to 13 years of private development experience, Mr. Broussard has over 21 years of
municipal design and project management experience as Principal in Charge with the City of
Huntington Beach Public Works Department, overseeing an annual Capital Improvement
Program budget of approximately $25 million per annum. Project specific responsibilities
included street improvements, wastewater, stormwater, and special projects outside of the public
right of way for the City as detailed below. Selected Projects:
Arterial Rehabilitation, Engineer of Record/Principal-in-Charge
Engineer of Record and/or Principal in Charge of the rehabilitation of approximately 60 miles
of arterial highways, including adjacent curb & gutter, sidewalk and street landscaping. Was
an early proponent of emerging technologies, including the utilization of Full Depth Reclamation
(FDR) rehabilitation method, use of Hot Mix Rubberized Asphalt (HMRA), and Fiber Reinforced
Asphalt Concrete (FRAC).
Residential Overlay, Engineer of Record/Principal-in-Charge
Engineer of Record and/or Principal in Charge of the rehabilitation of approximately 150 miles
of residential street pavement.
Atlanta Street Widening Project, Principal in Charge
Principal in Charge of the Atlanta Widening project, which utilized Federal Funding, requiring
and approvals from both Caltrans and OCTA. The widening required the relocation of overhead
utilities, and 8 mobile homes and their residents. The project required an "Order of Immediate
Possession" (Eminent Domain) proceedings in order to acquire the necessary right of way and
therefore, coordination/meeting with both the City's and the property owner's attorneys. The
project entitlements included a Mitigated Negative Declaration and Coastal Development
Permit. Approvals from the State's Housing Community Development Department was also
necessary as on -site improvements fell under their jurisdiction.
Total Experience
Warner Avenue Gravity Sewer Replacement Project, Principal-in-
35 Charge
Certifications Served as Principal in Charge overseeing consultant designed Warner Avenue Gravity Sewer
Replacement Project. This project upsized the existing sewer main utilizing the micro tunneling
Professional Engineer method of construction.
California No. C57144
Alabama Storm Drain Upgrade Project, Engineer of Record/Principal-
in-Charge
Served as Engineer of Record and Principal in Charge of the Alabama Storm Drain project to
upsize approximately 2,200 lineal feet of storm drains. The project utilized a Federal Community
Development Block Grant to fund the construction and required a Coastal Development Permit.
CITY OF NEWPORT BEACH • APRIL 6, 2022 • PG. 11
TAIT & ASSOCIATES, INC.
David Sloan, P.E.
Lead Project Manager
Education
BS Civil Engineering — Tau
Beta Pi Honor Society & Chi
Epsilon, University of Southern
California
BS Physical Science, Biola
Year of TAIT Team Enlistment
ON -CALL ENGINEERING SERVICES
As a Project Manager, David is responsible for supervising staff at TAIT on the preparation of
public and private development projects. David has performed and coordinated detailed
designs on federally funded arterial roadways, conducted utility coordination for major
relocations on high profile projects and conducted project management efforts on multiple
projects throughout the Southern California region. David has designed and managed the
construction for multiple projects in the southern California region and is an ideal candidate to
manage this project for the City. David is an effective communicator and actively stays in contact
with his clients throughout the life of his projects. David has also managed multiple public works
construction projects and understands the methods and costs of construction.
Selected Projects:
Campus Drive Pavement Rehabilitation Project, City of Irvine, Project
Manager, 2017-2018
As PM, David provided civil engineering and surveying on the Campus Drive Rehabilitation
Project from Michaelson Drive to University Drive. The project limits include a total of 4000 linear
feet of arterial roadway rehabilitation and reconstruction on Campus Drive which is a 2 lane
arterial roadway with bike lanes extending through the City of Irvine. The project includes the
design of pavement rehabilitation strategies as well as the identification and replacement of non-
ADA compliant curb ramps, sidewalk, replacement of damaged curb and gutter, reconstruction
and re -grading of the low point of the roadway due to flooding and ponding issues,
coordination with IRWD and UCI for right of way and wetlands protection, and the identification
and adjustment/protection of utility facilities throughout the project limits.
2014
Overlay, Alley Reconstruction, and Cerritos Ave. Widening Project,
City of Stanton, Project Manager, 2017
Total Experience
As PM David provided roadway and drainage design services on three separate project areas:
1. Cerritos Avenue Widening & Drainage Improvement Project; 2. Palais Alley Reconstruction
15
Project; and 3. Bradford Community and Rutledge Avenue Rehabilitation Project. Cerritos avenue
Certifications
widening project required the widening of Cerritos avenue from Rose Ave to Flower Street which
included removal and reconstruction of existing parkway improvements, relocation of power
Professional Engineer
poles, fire hydrant, water meter, and roadway signs, construction of new curb and gutter, curb
California No. 82595
ramps, and alley approach, and the relocation and construction of a new storm drain catch
basin and lateral. TAIT checked the capacity and flows of the existing inlets to ensure proposed
conditions were not constrained.
Abridged List of Additional Project Experience by David:
• Newport Heights Alleys Replacement, City of Newport Beach, Project Manager
• Citywide Comprehensive Drainage Study, Diamond Bar, Project Manager
• Portola Parkway Resurfacing Project, Clty of Lake Forest, Project Manager
• FY13/14 Major Street Rehabilitation, City of Pomona, Project Manager
CITY OF NEWPORT BEACH • APRIL 6, 2022 • PG. 12
TAIT & ASSOCIATES, INC.
Bart Mink, P.E., LEED
AP
Professional Engineer
(Roadway/Pavement)
Education
B.S. Civil Engineering -
Arkansas State University
Year of TAIT Team Enlistment
2018
ON -CALL ENGINEERING SERVICES
Bart Mink, PE, LEER AP, a registered civil engineer in California and LEED AP certified brings 23
years of multidisciplinary experience to our team. Bart is results -driven and detail -oriented. He is
proficient in many facets of civil site engineering, including the municipal, industrial, commercial
and residential fields. Bart is proficient in water hydraulic modeling utilizing KY Pipe and
WaterCAD. He is also proficient in wastewater modeling using SewerCAD. Bart has in depth
knowledge and experience in water/wastewater treatment and design. He is skilled in state
and federal funding policies and procedures and is efficient with Autodesk Civil 3D including
grading, corridors, and pipe networks. Bart is experienced and knowledgeable in hydrology
and hydraulics utilizing such programs as TR-55 and HEC-RAS. He is also knowledgeable with
FEMA Letters of Map Amendment and Map Revision procedures. Selected Projects:
Glenn Ranch Road Rehabilitation Project, City of Lake Forest, Project
Manager, 2021-2022
PM for this currently under design, roadway rehabilitation project. The project plans are currently
at 60% level and include approximately 1.8 miles of roadway. The road is a four (4) lane (with
turn pockets and lanes) arterial with a mixture of crowned, super -elevated and median cross -
sections. The roadway rehabilitation methods are proposed to be a mixture of full width as well
as edge grind and overlay. Also, as part of the project, the City is redesigning and restriping
one major intersection along Glenn Ranch Road. This project also required design of pavement
rehabilitation strategies as well as the identification and replacement of non-ADA compliant curb
ramps, sidewalk, replacement of damaged curb and gutter, removal and replacement of slotted
cross gutters, signage and striping, and the identification and adjustment/protection of utility
facilities.
Total Experience
Chino Alley Rehabilitation Project, City of Chino, Project Manager,
23
2020-2021
Certifications
PM for civil engineering design services on nine (9) alleyways in two separate construction
contracts. The project limits include a total of approximately 1.56 miles of residential and
Professional Engineer
commercial alleys which include full depth removal and reconstruction of the alley roadway
California No. 82953
section. This project also required design of pavement rehabilitation strategies as well as the
Arkansas No. 12169
identification and replacement of non-ADA compliant curb ramps, sidewalk, replacement of
damaged curb and gutter, design of sidewalk bulb outs, replacement of striping and signage,
2009/11LEED Accredited
and the identification and adjustment/protection of utility facilities.
Professional
2020 Local Paving Project, City of Seal Beach, Project Manager, 2020-
2021
PM for civil engineering design services on several residential roadways in the College Park
neighborhood. The project limits include a total of 0.83 miles of residential roadway uniform and
variable depth grind and overlay on two (2) lane residential streets.
CITY OF NEWPORT BEACH - APRIL 6, 2022 - PG. 13
TAIT & ASSOCIATES, INC.
ON -CALL ENGINEERING SERVICES
Samantha A.
Wohlfarth, P.E.
Professional Engineer (Site/
Infrastructure)
Education
B.S. Civil Engineering,
Ms. Wohlfarth has professional experience that includes the preparation of grading plans,
water main replacement plans, storm drain plans and drainage reports, sewer plans, cost
estimates and storm water management reports for public and private developments throughout
Southern California, Western Washington, and North Dakota. Her project experience also
includes the preparation of storm water quality reports such as SWPPP, WQMP, SUSMP and
LID as mandated by the state and local municipalities. Ms. Wohlfarth has technical knowledge
with multiple software programs including AutoCAD 2009-2018, Civil 3D, Land Desktop,
Microstation, GeoPak, WWHM2012, RetainPro, and additional specialty programs.
Selected Projects:
Pipeline Management Program, FY2019-2020 Phase 1 Project
Glendale Water & Power, Project Manager/Engineer, 2019-2020
TAIT was contracted to provide design build services with JDC for various neighborhood
water main replacement projects. The project required the replacement of approximately
11,535LF of existing ACP water pipe within 8 local streets, while working in residential streets
and incorporating a design that would work with many existing utilities. The process included
obtaining DDW approvals for many of the segments.
Valparasio University
Pipeline Management Program, FY2018-2019 Phase 1 Project
Year of TAIT Team Enlistment
Glendale Water & Power, Project Manager/Engineer, 2018-2019
TAIT was contracted to provide design build services with JDC for the Pipeline Management
2012
Program, FY2018-2019 Phase 1 water main replacement project. The project was located in
residential streets in various areas of Glendale which required our team to develop construction
Total Experience
documents that could accommodate traffic while working in residential streets and a design that
would work with many existing utilities.
10
Chino Quadrant III A, B, and C Water Line Replacement Project, City of
Certifications
Chino, Project Manager/Engineer, 2017-2018
Professional Engineer
This City project required the replacement of approximately 8000LF of existing 6-inch ACP water
California No. 861216
pipe with new 8-inch PVC water pipe within 13 local streets for the City. The process included
obtaining DDW approvals for 8 of the 14 segments.
Hoover, Toll, Keppel Recycled Water Project, Glendale Water & Power,
Project Manager/Engineer, 2016-2017
TAIT was contracted to provide design build services with JDC for the recycled water project
within the Glenwood residential neighborhood and surrounding schools. The project was located
in the residential streets in an area of Glendale which required our team to develop construction
documents that could accommodate traffic while working and a design that would work with
many existing utilities.
CITY OF NEWPORT BEACH • APRIL6, 2022 • PG. 14
TAIT & ASSOCIATES, INC.
ON -CALL ENGINEERING SERVICES
Daniela Malott, P.E.
Professional Engineer
(Drainage/WQMP)
Mrs. Malott has a strong civil engineering background with a water resources and surface
water focus. Her engineering experience includes storm drain design, hydrology analysis,
and hydraulics analysis and modeling. Prior to working for TAIT & Associates, she was a
Civil Engineer at Michael Baker International for 4 years. Before working at Michael Baker
International she interned for the Los Angeles County Department of Public Works. Her computer
modeling background includes the application of Watershed Modeling System (WMS),
Advanced Engineering Software (AES) for hydrologic/hydraulic analysis in Southern California,
Water Surface Pressure Gradient (WSPGW) Software, XP-Solutions Storm Water and
Wastewater Management Model (XP-SWMM), AutoCAD Civil 3D, ArcGIS, and the U.S. Army
Corps of Engineers HEC-HMS (Hydraulic Modeling System), HEC-SSP (Statistical Software
package), and HEC-RAS (River Analysis Software). Selected Projects:
WQMP/BMP Design for Bristol Street Improvements and Civic Center
Street Improvements, City of Santa Ana, Project Manager/Project
Education Engineer, 2020
M.S. Civil Engineering Mrs. Malott served as the Project Manager/Project Engineer, she provided client coordination,
(Hydrology & Water scheduling tracking, reviewed internal scheudling and supported the City in a timely manner and
Resources), University of under the budget to achieve the project goals.
California, Irvine
El Salvador Park Multipurpose Regional Basin, City of Santa Ana,
B.S. Civil Engineering, Project Manager, 2020
California State University, Mrs. Malott supported Project Management, and led the team's efforts for the Hydrology,
Long Beach Hydraulics and Water Quality Analysis and Calculations.
Year of TAIT Team Enlistment
Dana Point Harbor Revitalization, City of Dana Point Harbor, Project
Manager, 2018-Present
2017
Ms. Malott has provided stormwater technical design for the Master Plan of Drainage for
Total Experience
Planning Areas 1 and 2, supported the development of the Hydrology and Hydraulics Basis
of Design Report and WQMP for Planning Areas 3 and 4 for the Coastal Commission Project
10
Application. Starting 2020, she has assisted as the Project Manager for the Commercial Core
and Marina development portions of the DPH Revitalization Plan. As the Project Manager,
Certifications
Mrs. Malott has overseen the preliminary design of different aspects of the project, and the
construction documents design and development for the Phase 2 of the Commercial Core Portion
Professional Engineer
of the DPH Revitalization Plan. Additionally, Mrs. Malott has led a team of 10 Civil Engineering
California No. C86581
Designers to support the Projects efforts, while maintaining and providing coordination with the
client and other subconsultants. Her organizational skills, civil design knowledge and experience,
and communication abilities resulted in timely submittals and project reviews to achieve deadlines
and project schedule, as well as to maintain project budget goals.
CITY OF NEWPORT BEACH • APRIL 6, 2022 • PG. 15
TAIT & ASSOCIATES, INC.
ON -CALL ENGINEERING SERVICES
Mr. Engelbach is an experienced Project Engineer in design, approval, and quality control of
Public Works projects as well as private residential and commercial land development. He has
extensive experience in preparation of storm drain, street, sewer, water, rough grading, precise
grading, and erosion control plans. He has extensive experience in preparing hydrology and
hydraulic analysis utilizing AES, Civil-D and WSPG for a variety of public works and private
development projects. Additionally, he has experience with developing and designing Water
Quality Best Management Practices (BMPs) WQMP, report preparation, coordination with
clients, sub -consultants, site managers, contractors, and survey crew. Mr. Engelbach's technical
skills, abilities and engineering experience allow him to assist on all areas of a project.
Selected Projects:
Chris Engelbach,
E. 1
Jeronimo Road Widening, City of Lake Forest, Project Engineer,
.T.
2020-Present
Project Engineer (Roadway/
The Jeronimo Road Widening Project will correct the current roadway geometry of Jeronimo
Pavement)
Road at the Intersection with El Toro Road in the City of Lake Forest. Mr. Engelbach is the Project
Education
Engineer handling the roadway widening design which includes vertical and horizontal design,
drainage, relocation of existing public and private improvements, reconstruction of existing
B.S. Civil Engineering,
roadway medians and construction of a new retaining wall. In addition to engineering services
California State Polytechnic
Mr. Engelbach supports coordination with the client, land owners, and appropriate utility
University, Pomona
purveyors.
Year of TAIT Team Enlistment
Balboa Peninsula Alley Reconstruction and Sewer Repair Project, City
2016
of Newport Beach, Project Engineer, 2020-Present
TAIT was contracted to provide design build services with JDC for the Pipeline Management
Total Experience
Program, FY2018-2019 Phase 1 water main replacement project. The project was located in
residential streets in various areas of Glendale which required our team to develop construction
13
documents that could accommodate traffic while working in residential streets and a design that
Certifications
would work with many existing utilities.
E.I.T. Trabuco Road Median, City of Lake Forest, Project Engineer,
2020-Current
The Trabuco Road Median Project will provide a safe left turn to and from the Ascension
Cemetery Located in the City of Lake Forest. This project includes the design of a new
acceleration lane and redesign of existing medians. Mr. Engelbach is the Project Engineer
handling the roadway design which includes vertical and horizontal design while maintaining
existing drainage patterns.
Dana Point Harbor, Project Engineer, 2018-Current
Mr. Engelbach is the Project Engineer providing design solutions for the harbor which includes
an all new retail and dining area, roadways, parking fields, boater services, as well as updated
drainage management facilities and wet utilities.
CITY OF NEWPORT BEACH • APRIL 6, 2022 • PG. 16
TAIT & ASSOCIATES, INC.
ON -CALL ENGINEERING SERVICES
Michael Furlong,
P.L.S.
Sr. Professional Surveyor
Equipment
GPS-Trimble & Lieca, Total
Stations Trimble & Leica, Data
Collectors- Trimble, Leica &
Allegro, Electronic Levels,
AutoCAD
Mr. Furlong is a Land Surveyor licensed in the State of California with 42 years of experience,
over 30 of those being in the Field on all types of Projects from Boundary Surveys to Construction
Services with some of the largest listed below. More recently he has spent years providing
Mapping Services preparing Tract Maps, Parcel Maps, Record of Surveys, Corner Records and
Exhibits of all kinds as well as providing Support to Engineering and Field Support for the Survey
Crews. Selected Projects:
Public Works Related Projects
• On -call Services for Caltrans District 7 East Contact Area providing Construction Staking
and Topographical Surveys on various large widening and reconstruction Highway Projects
including the 10, 110, 134 and 210 Freeways.
• Topo and mapping of various rivers at bridge crossings along HWY 101, Santa Clara
County.
• SR 71 Segments 1 through 3 in Chino, 6 miles of new Freeway Construction.
• 1-10 Segments 1 and 2 in Montclair and Ontario, 10 Miles of Freeway widening.
• SR 30/210 Segments 4, 5 and 7 in Rancho Cucamonga and Fontana, 6 miles of new
Freeway Construction.
• 1-10 in El Monte, 2 Miles of Freeway widening with 12 Undercrossing structures to be
widened.
• SR 60 in Moreno Valley, 8 miles of Freeway widening.
Year of TAIT Team Enlistment
Subdivisions
2019 • Coyote Canyon, a 400 Lot Development in North Fontana with extensive Storm Drain
Improvements.
Total Experience • Sunnymead Ranch a 2000 Lot Development in Moreno Valley.
• Infrastructure for Moreno Valley Ranch a large Development in Moreno Valley.
43 Many other Residential and Commercial Development Projects in Orange, San
Certifications
Bernardino and Riverside County.
CA P.L.S. No. 8899
CITY OF NEWPORT BEACH • APRIL 6, 2022 • PG. 17
Q SEW PART
u s
c'9G/F00.N�P
PROJECT CONTROLS:
Public works engineering contracts require careful planning,
effective communication, and precise execution in order
to avoid costly contract change orders during the construction
phase. Additionally, as this contract includes potential local, state
or federally funded design and construction contracts, it is critical
that the selected team have a thorough understanding of the design,
approval, and construction processing requirements for each funding
source and, as is the case for federal projects, the requirements
outlined in the Local Assistance Procedures Manual (LAPM). In an
effort to ensure consistent and excellent services on this contract,
TAIT will employ our proven 5 step project management protocol
(Understand > Assign > Plan > Execute > QA/QC) on
each assigned contract:
UNDERSTAND:
Upon receipt of an RFP from the City, TAIT will conduct a cursory
project review and will research existing conditions (field,
environmental, regulation, and stakeholders) in order to ensure we
have a full understanding of the scope. We will also meet with the
City to discuss the project in an effort to understand the City's needs.
The potential scope of work under this contract is anticipated to
include local and state funded design services on contracts such as:
preparation of detailed roadway rehabilitation or widening plans,
pipeline construction plans, signing & striping plans, traffic signal
modification, and traffic control plans, project cost estimates, and
project specifications in accordance with City standards. Design
services may also require analysis of CEQA/NEPA requirements,
preparation of design reports for hydrology and pre/post
construction water quality documents (LID/SWPPP/NOI), review
TAIT & ASSOCIATES, INC.
ON -CALL ENGINEERING SERVICES
of construction phasing and impact, and the analysis of existing and
proposed storm, sewer, and water facilities.
ASSIGN:
TAIT has in house expertise in public works roadway, water, sewer,
storm drain, surveying, hydrology/ hydraulics, pre/post construction
water quality control, architecture, and minor structural engineering
and analysis. Based on the scope of the project, TAIT's Senior
Project Manager will assign a lead Project Manager and/or Project
Engineer to each contract whose backgrounds best matches the
needs and complexity of the project. Key sub -consultants such as
geotechnical, traffic, landscaping, environmental, utility potholing
and right of way acquisition team members will then be assigned to
the project at this phase based on the needs of the project.
PLAN:
We will prepare and submit a clear and concise scope of work,
project schedule, and fee proposal that includes all necessary
tasks to successfully complete the contract. Key considerations in
the planning phase will include the funding source (local/state/
federal) and associated permitting/ documentation requirements,
stakeholder requirements/needs, level of design detail desired by
the City (plan/plan & profile), storm water quality requirements,
coordination and meeting needs, and the overall scheduling needs.
EXECUTE:
Upon issuance of the notice to proceed, TAIT will actively and
effectively execute the scope of work for the contract. An abridged
summary of a typical project scope of work has been included
below for City review. Our assigned project manager will stay
in constant contact with the City and will remain available and
responsive to the City's needs through the life of the project.
CITY OF NEWPORT BEACH • APRIL 6, 2022 • PG. 25
TAIT & ASSOCIATES, INC.
ON -CALL ENGINEERING SERVICES
QA/QCc
TAIT employs our QA/QC program on each contract that we are
awarded. A QA/QC manager will be assigned to each project
to 1) ensure a quality design is employed, 2) verify all agencies/
disciplines are coordinated 3) check constructability through review
of PS&E at each submittal, and 4) conduct an informal engineering
cost assessment to ensure compliance with the City's specific project
goals
RISK MANAGEMENT:
The greatest risk for delays in a project is the lack of foresight and
understanding of the scope. With our proven work experience, high
caliber staffing, and as a result of our 5 step project management
protocol, The City can be assured that our proposals are complete
and that our assigned team is fully qualified to design the project.
Each proposal to the City will be accompanied with a detailed
project schedule that outlines key milestones, permitting needs,
plan submittals, agency review periods, and utility coordination/
notification dates. TAIT will also stay in close contact with the City
during the life of the project in order to ensure the project remains on
schedule.
SCHEDULE CONTROL:
The Project Manager is responsible for efficiently directing the
team and completing projects within the established budget. To
accomplish this, the Project Manager must authorize and approve
all time cards, work reports, change orders and expense sheets with
the current modules of BST (most accepted applicable accounting
system).
However, in cases where a project design has been delayed at
no fault of the City, TAIT Management would reassess assigned
personnel to the project, and review effort completed to make sure
design is on point and has not deviated from the agreed upon path.
Meetings with project team personnel would be held to review the
project and discuss options to accelerate design without impacting
quality and the required deliverables. Additional personnel,
overtime, and assignment of more senior level staff would be options
considered by TAIT Management to bring the project back on
schedule at no additional cost to the City.
COST CONTROL:
Cost control is also a central concern to our project team. We
control our contract costs by actively tracking our project budget,
submitting invoices on time and in the format required by the agency,
and work with the City on design items to ensure full satisfaction.
TAIT also controls project costs by ensure our designs are accurate
and properly specified in order to ensure the City receives the best
bids possible. By controlling both the design as well as construction
costs, we are able to deliver a successful project to our clients and
ensure full satisfaction of our projects.
CLIENT SERVICE:
Our client service approach is to know and understand the client's
needs concerning the project, allowing us to assist the client as
if we are an extension of their own staff. TAIT will follow a set of
protocols established in our Project Instructions which will include
the development of monthly progress reports (including schedule
and budget), meeting attendance and reporting, and a clear
understanding with the Client as to all Action Items that have yet to
be completed.
CITY OF NEWPORT BEACH • APRILb, 2022 • PG. 26
QUALITY ASSURANCE/QUALITY
CONTROL PROGRAM
An important feature of our design process is our Quality
Assurance/Quality Control (QA/QC) Program. Mr. Broussard P.E.,
QSD/P, oversees TAIT's QA/QC Program.
TAIT's QA/QC Program focuses on the following four primary
objectives:
1. To ensure that a quality design has been provided by following
our in-house design checklists
2. To verify that different disciplines and agencies have been
coordinated
3. To verify that the proposed improvements are constructible, and
4. To verify that a cost effective analysis approach was followed
to achieve the client's goals
TAIT utilizes a Total Quality Management approach.
TAIT's philosophy is that quality control begins at day one and does
not end until the project is constructed.
Quality Control is the responsibility of each and
every team member. It includes the selection of project team
members who have demonstrated through experience the ability to
understand and apply the project objectives to achieve a specific
goal. It requires open and continuous communications between all
team members and the client.
TAIT has developed internal design checklists. Design
checklists are used by our design team as a component of our Frm's
QC process.
TAIT & ASSOCIATES, INC.
ON -CALL ENGINEERING SERVICES
Timely Quality Control Reviews are provided. Before
plans are submitted to outside parties and the approving agency/
agencies for review and approval, TAIT's QA/QC Manager or his
designated QC team member conducts a thorough review to verify
the quality, constructability and completeness of the submittal. A
typical TAIT QA/QC Program includes the following steps:
1. Project Manager (PM) Transmits Design Documents
to the QA/QC Manager - The PM initiates the QC
process at agreed upon project milestones.
2. QA/QC Manager conducts initial review - The QA/
QC Manager reviews the submittal with the PM to obtain
project specific information and conducts a limited review on
the completeness of the submittal.
3. Review of the Submittal — The submittal is reviewed using
TAIT's internal checklists. Necessary corrections are identified
on the submittal which is returned to the PM.
4. PM to Address QC Comments - The QA/QC Manager
and PM review the QC comments to set a course of action.
Any proposed Value Engineering (VE) measures are reviewed
to determine the appropriate next step. The reviewed
documents are then returned to the design team.
5. PM finalizes Design Documents for Submittal to
the Agency - The PM meets with the design team to monitor
progress and verify incorporation of the QC comments into
the design documents. Any deviation from the QC comment
or the agreed upon action is reviewed for acceptance prior
to transmitting the final design documents to the City and other
reviewing parties for their review and approval.
CITY OF NEWPORT BEACH • APRIL 6, 2022 • PG. 27
EXHIBIT B
SCHEDULE OF BILLING RATES
ON -CALL CIVIL ENGINEERING
Employee Classification
Hourly Rate*
06 - Engineering Assistant........................................................................................................................
85.00
18 - Project Administrator.........................................................................................................................115.00
04 - Engineering Designer I......................................................................................................................145.00
10 - Engineering Designer II.....................................................................................................................170.00
03 - Project Engineer I..............................................................................................................................190.00
25 - Project Engineer II.............................................................................................................................
200.00
02 - Professional Engineer/Licensed Surveyor........................................................................................230.00
17 - Senior Professional Engineer/Surveyor............................................................................................245.00
52 - Principal 11................................................................................................................285.00
01 - Principal.............................................................................................................................................255.00
15 - Structural Engineer............................................................................................................................250.00
05 - Permit Expediter I..............................................................................................................................115.00
11 - Permit Expediter II.............................................................................................................................130.00
09 - Project Coordinator............................................................................................................................155.00
07 - Surveyor.............................................................................................................................................135.00
08 - Senior Survey Specialist/Party Chief.................................................................................................180.00
00 - Two Man Survey Crew"*...................................................................................................................
350.00
22 - One Man Survey Crew with Robotics**.............................................................................................
250.00
13 - Project Manager I..............................................................................................................................170.00
54 - Entitlement Director....................................................................................................
200.00
125 - Assistant Project Manager..........................................................................................155.00
90 - Project Manager II......................................................................................................
190.00
* Rates to be adjusted per Agreement.
**Prevailing Wage Rates based on current State of California Prevailing Wage
Schedule and the assigned project location.
The hourly rate for client authorized overtime and for representation at hearings
and meetings after 6:00 p.m. will be invoiced at 1.5 times the posted rate.
The above rates are inclusive of phone charges, fax charges, software/licensing
fees, and copying charges.
The following items require prior written authorization from the City:
1. Mileage, Travel and Per Diem
Auto Mileage: IRS Rate plus 15 percent
Air Travel and Auto Rental: Actual cost plus 15 percent
Per Diem: Actual cost of lodging and meals, plus 15 percent
(Note: no travel expenses or mileage shall apply for travel within Orange County,
or for Consultant's personnel and agents' travel to and from that person's primary
worksite. )
Tait & Associates, Inc. Page B-1
2. Materials and Supplies
Office and CADD supplies are included in the hourly rates. Prints, plots and
reproductions are charged at cost plus 15 percent from commercial blueprint
companies. In-house reproduction charges are as follows:
Prints Plots Color Plots
Bond $ .95/s.f. $.95/s.f. $6.00/s.f.
Vellum 1.35/s.f. 1.65/s.f. 7.50/s.f.
3. Reimbursable Expenses
Will be billed at cost plus 15 percent. Client will pay directly for all permit and
agency fees; otherwise cost plus 15%. Subconsultant invoices will be billed at
cost plus 15%.
Tait & Associates, Inc. Page B-2
EXHIBIT C
INSURANCE REQUIREMENTS — PROFESSIONAL SERVICES
1. Provision of Insurance. Without limiting Consultant's indemnification of City, and
prior to commencement of Work, Consultant shall obtain, provide and maintain at
its own expense during the term of this Agreement, policies of insurance of the
type and amounts described below and in a form satisfactory to City. Consultant
agrees to provide insurance in accordance with requirements set forth here. If
Consultant uses existing coverage to comply and that coverage does not meet
these requirements, Consultant agrees to amend, supplement or endorse the
existing coverage.
2. Acceptable Insurers. All insurance policies shall be issued by an insurance
company currently authorized by the Insurance Commissioner to transact
business of insurance in the State of California, with an assigned policyholders'
Rating of A- (or higher) and Financial Size Category Class VII (or larger) in
accordance with the latest edition of Best's Key Rating Guide, unless otherwise
approved by the City's Risk Manager.
3. Coverage Requirements.
A. Workers' Compensation Insurance. Consultant shall maintain Workers'
Compensation Insurance, statutory limits, and Employer's Liability
Insurance with limits of at least One Million Dollars ($1,000,000) each
accident for bodily injury by accident and each employee for bodily injury
by disease in accordance with the laws of the State of California, Section
3700 of the Labor Code.
Consultant shall submit to City, along with the certificate of insurance, a
Waiver of Subrogation endorsement in favor of City, its City Council,
boards and commissions, officers, agents, volunteers and employees.
B. General Liability Insurance. Consultant shall maintain commercial general
liability insurance, and if necessary umbrella liability insurance, with
coverage at least as broad as provided by Insurance Services Office form
CG 00 01, in an amount not less than One Million Dollars ($1,000,000) per
occurrence, Two Million Dollars ($2,000,000) general aggregate. The
policy shall cover liability arising from premises, operations, personal and
advertising injury, and liability assumed under an insured contract
(including the tort liability of another assumed in a business contract).
C. Automobile Liability Insurance. Consultant shall maintain automobile
insurance at least as broad as Insurance Services Office form CA 00 01
covering bodily injury and property damage for all activities of Consultant
arising out of or in connection with Work to be performed under this
Agreement, including coverage for any owned, hired, non -owned or rented
vehicles, in an amount not less than One Million Dollars ($1,000,000)
combined single limit each accident.
Tait & Associates, Inc. Page C-1
D. Professional Liability (Errors & Omissions) Insurance. Consultant shall
maintain professional liability insurance that covers the Services to be
performed in connection with this Agreement, in the minimum amount of
One Million Dollars ($1,000,000) per claim and Two Million Dollars
($2,000,000) in the aggregate. Any policy inception date, continuity date,
or retroactive date must be before the Effective Date of this Agreement
and Consultant agrees to maintain continuous coverage through a period
no less than three years after completion of the Services required by this
Agreement.
4. Other Insurance Requirements. The policies are to contain, or be endorsed to
contain, the following provisions:
A. Waiver of Subrogation. All insurance coverage maintained or procured
pursuant to this Agreement shall be endorsed to waive subrogation
against City, its City Council, boards and commissions, officers, agents,
volunteers and employees or shall specifically allow Consultant or others
providing insurance evidence in compliance with these requirements to
waive their right of recovery prior to a loss. Consultant hereby waives its
own right of recovery against City, and shall require similar written express
waivers from each of its subconsultants.
B. Additional Insured Status. All liability policies including general liability,
excess liability, pollution liability, and automobile liability, if required, but
not including professional liability, shall provide or be endorsed to provide
that City, its City Council, boards and commissions, officers, agents,
volunteers and employees shall be included as insureds under such
policies.
C. Primary and Non Contributory. All liability coverage shall apply on a
primary basis and shall not require contribution from any insurance or self-
insurance maintained by City.
D. Notice of Cancellation. All policies shall provide City with thirty (30)
calendar days' notice of cancellation (except for nonpayment for which ten
(10) calendar days' notice is required) or nonrenewal of coverage for each
required coverage.
5. Additional Agreements Between the Parties. The parties hereby agree to the
following. -
A. Evidence of Insurance. Consultant shall provide certificates of insurance
to City as evidence of the insurance coverage required herein, along with
a waiver of subrogation endorsement for workers' compensation and other
endorsements as specified herein for each coverage. Insurance
certificates and endorsement must be approved by City's Risk Manager
prior to commencement of performance. Current certification of insurance
shall be kept on file with City at all times during the term of this
Agreement. The certificates and endorsements for each insurance policy
Tait & Associates, Inc. Page C-2
shall be signed by a person authorized by that insurer to bind coverage on
its behalf. At least fifteen (15) days prior to the expiration of any such
policy, evidence of insurance showing that such insurance coverage has
been renewed or extended shall be filed with the City. If such coverage is
cancelled or reduced, Consultant shall, within ten (10) days after receipt of
written notice of such cancellation or reduction of coverage, file with the
City evidence of insurance showing that the required insurance has been
reinstated or has been provided through another insurance company or
companies. City reserves the right to require complete, certified copies of
all required insurance policies, at any time.
B. City's Right to Revise Requirements. City reserves the right at any time
during the term of the Agreement to change the amounts and types of
insurance required by giving Consultant sixty (60) calendar days' advance
written notice of such change. If such change results in substantial
additional cost to Consultant, City and Consultant may renegotiate
Consultant's compensation.
C. Right to Review Subcontracts. Consultant agrees that upon request, all
agreements with subcontractors or others with whom Consultant enters
into contracts with on behalf of City will be submitted to City for review.
Failure of City to request copies of such agreements will not impose any
liability on City, or its employees. Consultant shall require and verify that
all subcontractors maintain insurance meeting all the requirements stated
herein, and Consultant shall ensure that City is an additional insured on
insurance required from subcontractors. For CGL coverage,
subcontractors shall provide coverage with a format at least as broad as
CG 20 38 04 13.
D. Enforcement of Agreement Provisions. Consultant acknowledges and
agrees that any actual or alleged failure on the part of City to inform
Consultant of non-compliance with any requirement imposes no additional
obligations on City nor does it waive any rights hereunder.
E. Requirements not Limiting. Requirements of specific coverage features or
limits contained in this Section are not intended as a limitation on
coverage, limits or other requirements, or a waiver of any coverage
normally provided by any insurance. Specific reference to a given
coverage feature is for purposes of clarification only as it pertains to a
given issue and is not intended by any party or insured to be all inclusive,
or to the exclusion of other coverage, or a waiver of any type. If the
Consultant maintains higher limits than the minimums shown above, the
City requires and shall be entitled to coverage for higher limits maintained
by the Consultant. Any available insurance proceeds in excess of the
specified minimum limits of insurance and coverage shall be available to
the City.
F. Self -insured Retentions. Any self -insured retentions must be declared to
and approved by City. City reserves the right to require that self -insured
Tait & Associates, Inc. Page C-3
retentions be eliminated, lowered, or replaced by a deductible. Self-
insurance will not be considered to comply with these requirements unless
approved by City.
G. City Remedies for Non -Compliance. If Consultant or any subconsultant
fails to provide and maintain insurance as required herein, then City shall
have the right but not the obligation, to purchase such insurance, to
terminate this Agreement, or to suspend Consultant's right to proceed until
proper evidence of insurance is provided. Any amounts paid by City shall,
at City's sole option, be deducted from amounts payable to Consultant or
reimbursed by Consultant upon demand.
H. Timely Notice of Claims. Consultant shall give City prompt and timely
notice of claims made or suits instituted that arise out of or result from
Consultant's performance under this Agreement, and that involve or may
involve coverage under any of the required liability policies. City assumes
no obligation or liability by such notice, but has the right (but not the duty)
to monitor the handling of any such claim or claims if they are likely to
involve City.
Consultant's Insurance. Consultant shall also procure and maintain, at its
own cost and expense, any additional kinds of insurance, which in its own
judgment may be necessary for its proper protection and prosecution of
the Work.
Tait & Associates, Inc. Page C-4
11)
ej
r-
-.T5
Q-
Qj