Loading...
HomeMy WebLinkAboutC-3639 - Balboa Island and Little Island Bulkhead Inspection and Collins Isle Bridge InspectionPROFESSIONAL SERVICES AGREEMENT WITH CASH & ASSOCIATES FOR BALBOA ISLAND AND LITTLE ISLAND BULKHEAD INSPECTION AND COLLINS ISLE BRIDGE INSPECTION THIS,JkGREEMENT is made and entered into as of this TYL day of , 200, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "City"), and CASH & ASSOCIATES ENGINEERS AND ARCHITECTS, a California Corporation whose address is 5772 Bolsa Avenue, Suite 100, Huntington Beach, California, 92649 -1134 ( "Consultant'), and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City desires to determine the need for repairs to Balboa Island and Little Island bulkheads and the Collins Isle bridge. C. City desires to engage Consultant to inspect and report upon the condition of bulkheads surrounding Balboa 'Island and Little Island and the Collins Isle bridge ('Project'). D. Consultant possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement. E, The principal member of Consultant for purposes of Project shall be Randy H. Mason, PE, President. F. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and desires to retain Consultant to render professional services under the terms and conditions set forth in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the above written date, and shall terminate on the 31st day of December, 2005, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference. City may elect to delete certain tasks of the Scope of Services at its sole discretion. 3. TIME OF PERFORMANCE Time is of the essence in the performance of services under this Agreement. Consultant shall perform the services by January 31, 2005. 4. COMPENSATION TO CONSULTANT City shall pay Consultant for the services in accordance with the provisions of this Section and the Breakdown of Fees 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 Forty Eight Thousand Seven Hundred Sixty and no /100 Dollars ($48,760.00) without additional authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. 4.1 Consultant shall submit monthly invoices to City describing the work performed the preceding month. Consultant's bills shall include the name of the person who performed the work, a brief description of the services performed and /or the specific task in the Scope of Services to which it relates, the date the services were performed, the number of hours spent on all work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Consultant no later than thirty (30) days after approval of the monthly invoice by City staff. 4.2 City shall reimburse Consultant only for those costs or expenses specifically approved in this Agreement, or specifically approved in advance by City. Unless otherwise approved, such costs shall be limited and include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services that Consultant agrees to render pursuant to this Agreement, which have been approved in advance by City and awarded in accordance with this Agreement. B. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 4.3 Consultant shall not receive any compensation for Extra Work 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. 2 0 • 5. PROJECT MANAGER Consultant shall designate a Project Manager, who shall coordinate all phases of Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Consultant has designated Christopher T. Mansour, 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 Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from 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 Project on a timely basis as contemplated by this Agreement. 6. ADMINISTRATION This Agreement will be administered by the Public Works Department. Lloyd Dalton, PE, shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of its responsibilities under this Agreement, City agrees to, where applicable: A. Provide access to, and upon request of Consultant, one copy of all existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. Provide usable life of facilities criteria and information with regards to new facilities or facilities to be rehabilitated. 8. STANDARD OF CARE 8.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. 8.2 Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications, insurance and approvals of whatsoever nature that are legally required of Consultant to practice its profession. Consultant further represents and warrants to City that Consultant shall, at 3 its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any and all licenses, permits, insurance and other approvals that are legally required of Consultant to practice its profession. Consultant shall maintain a City of Newport Beach business license during the term of this Agreement. 8.3 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. HOLD HARMLESS To the fullest extent permitted by law, Consultant shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents and employees (collectively, the "Indemnified Parties ") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, "Claim'; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to any work negligently performed or services provided under this Agreement (including, without limitation, defects in workmanship or materials and /or design defects [if the design originated with Consultant]) or Consultant's presence or activities conducted on Project (including the negligent and /or willful acts, errors and /or omissions of Consultant, its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require Consultant to indemnify the Indemnified Parties from any Claim arising from the active negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Consultant. 10. INDEPENDENT CONTRACTOR City retains Consultant on an independent contractor basis and Consultant is not an agent or employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute approval for Consultant or any of Consultant's employees or agents, to be the agents or employees of City. Consultant shall have the responsibility for and control over the means of performing the work, provided that Consultant is in compliance with the terms of 9 this Agreement. Anything in this Agreement that may appear to give City the right to direct Consultant as to the details of the performance or to exercise a measure of control over Consultant shall mean only that Consultant shall follow the desires of City with respect to the results of the services. 11. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with Consultant on Project. 12. CITY POLICY Consultant shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Consultant is responsible for keeping the Project Administrator and /or his duly authorized designee_ informed on a regular basis regarding the status and progress of Project, activities performed and planned, and any meetings that have been scheduled or are desired. 14. INSURANCE Without limiting Consultant's indemnification of City, and prior to commencement of work. Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Consultant shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with City's at all times during the term of this Agreement. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by City's Risk Manager. 0 0 D. Coverage Requirements. L Workers' Compensation Coverage. Consultant shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California. In addition, Consultant shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non - renewal of all Workers'. Compensation policies must be received by City at least thirty (30) calendar days prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Consultant for City. ii. General Liability Coverage. Consultant shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. iii. Automobile Liability Coverage. Consultant shall maintain automobile insurance covering bodily injury and property damage for all activities of Consultant arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. iv. Professional Errors and Omissions Insurance. Consultant shall maintain professional errors and omissions insurance, which covers the services to be performed in connection with this Agreement in the minimum amount of one million dollars ($1,000,000). E. Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language: City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of Consultant. ii. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising 9 0 directly or indirectly from Consultant's operations or services provided to City. Any insurance maintained by City, including any self- insured retention City may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) calendar days written notice has been received by City. F. Timely Notice of Claims. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Consultant's performance under this Agreement. G. Additional Insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint-venture or syndicate or cotenancy, which shall result in changing the control of Consultant. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership orjoint- venture. 16. SUBCONTRACTING City and Consultant agree that subconsultants may be used to complete the work outlined in the Scope of Services. The subconsultants authorized by City to perform work on Project are identified in Exhibit A. Consultant shall be fully responsible to City for all acts and omissions of the subcontractor. Nothing in this Agreement shall create any contractual relationship between City and subcontractor nor shall it create any obligation on the part of City to pay or to see 7 to the payment of any monies due to any such subcontractor other than as otherwise required by law. Except as specifically authorized herein, the services to be provided under this Agreement shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 17. OWNERSHIP OF DOCUMENTS Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents "), prepared or caused to be prepared by Consultant, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Consultant or any other party. Consultant shall, at Consultant's expense, provide such Documents to City upon prior written request. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed Documents for other projects and any use of incomplete Documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. 18. COMPUTER DELIVERABLES CADD data delivered to City shall include the professional stamp of the engineer or architect in charge of or responsible for the work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to Project, for the completion of Project by others, or for any other roject, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All original drawings shall be submitted to City in the version of AutoCAD used by CITY in ".dwg" file format on a CD, and should comply with City's digital submission requirements for Improvement Plans. City will provide AutoCAD file of City Title Sheets. All written documents shall be transmitted to City in City's latest adopted version of Microsoft Word and Excel. 19. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the services in this Agreement, shall be kept confidential unless City authorizes in writing the release of information. U- 0 20. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his /her judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. 21. INTELLECTUAL PROPERTY INDEMNITY Consultant shall. defend and indemnify City, its agents, officers, representatives and employees against any and all liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. 22. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Consultant under this Agreement. All such records and invoices shall be clearly identifiable. Consultant shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Consultant shall allow inspection of all work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Consultant under this Agreement. 23. WITHHOLDINGS City may withhold payment to Consultant of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 24. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than what would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or restoration expense shall be borne by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. Q 0 • 25. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other Consultants in connection with Project. 26. CONFLICTS OF INTEREST Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. 27. NOTICES All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, to City by Consultant and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Attn: Lloyd Dalton, PE Public Works Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA, 92663 Phone: 949 - 644 -3328 Fax: 949 - 644 -3308 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attn: Christopher T. Mansour, PE Cash & Associates 5772 Bolsa Avenue, Suite 100 Huntington Beach, CA 92649 -1134 Phone: 714- 895 -2072 Fax: 714- 895 -1291 28. TERMINATION In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not 10 0 0 cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days prior written notice to Consultant. In the event of termination under this Section, City shall pay Consultant for services satisfactorily performed and costs incurred up to the effective date of termination for which Consultant has not been previously paid. On the effective date of termination, Consultant shall deliver to City all reports, Documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 29. COMPLIANCE WITH ALL LAWS Consultant shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all work prepared by Consultant shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 30. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 31. 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. 32. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 33. 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. 11 i 34. SEVERABILITY If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 35. CONTROLLING LAW AND VENUE The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 36. EQUAL OPPORTUNITY EMPLOYMENT Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: a �� rir" eTinrnov, LaVonne Harkless, City Clerk CITY OF NEWPORT BEACH, A Municipal Corporation By: Mayor for the City of Newp Beach CONSULTANT: By: d,L-- Randy H. Mason, PE President Attachments: Exhibit A — City's September 2, 2004 Request for Proposal Exhibit B - Breakdown of Fees f: \users\pbw%shared\agreements\fy 0405 \cash -bi bulkhead & collins bridge inspecBOn.doc 12 0 Section 1 — Introduction & Approach Introduction 0 The City of Newport Beach, Public Works Department, is seeking qualifications and proposals for engineering services to inspect and report on the physical condition and structural integrity of the bulkheads around Balboa and Little Balboa Islands. Cash & Associates is an Orange County based consulting firm providing engineering and project management services that are focused on the waterfront environment. With 38 years of waterfront project experience and a staff of highly skilled professionals, our firm is well qualified to provide the required engineering services. Over the years, we have completed numerous projects within the Newport Beach /Corona Del Mar area that have focused on waterfront facilities and structures. Work has included feasibility and concept studies, condition inspections and assessments, design, estimates of remaining useful service life and construction costs (repair & replacement), construction documents, and .construction support services. We have worked with City staff, local marina owners and operators, waterfront businesses, contractors, residents and major property owners. Our background with the City of Newport Beach includes providing consulting services for various waterfront projects since 1967. Our most recent work with the City has included engineering services for development of Waterfront Project Guidelines and Standards, and Harbor Design Criteria for Commercial and Residential Facilities and preparation of a study Ito assess the feasibility of a walkway along the waterfront corridor known as Mariner's Mile. Other recent work for the City includes consulting for ADA- compliant design for marina access systems.and preparation of a study regarding the flow characteristics and water quality in the Newport Island and Rivo /Alto canals, with suggestions to improve basin flushing action and water quality. Our relevant experience for the Balboa and Little Balboa Island Bulkhead Inspection and Report project includes similar work at the site. In 1985, Cash & Associates was retained by the City to inspect two sections of this bulkhead, specifically Little Balboa Island and a 500 foot long section of curved bulkhead on the far west end of Balboa Island across from Collins Island. This work included visual survey and measurement, unearthing of tie rods, structural analysis, development of repair options and preparation of a report with findings and recommendations. Subsequently, in 1988, Cash & Associates was retained to provide engineering services for repairs to the Balboa and Little Balboa Island bulkheads. Through this work and other bulkhead projects in Newport Harbor, we have developed a good understanding of in -place construction, local site soil conditions and seismicity, as well as local issues and concerns. Exhibit A ®Statement of Qualifications and Proposal to Provide Engineering Services For s Balboa and Little Balboa Island Bulkhead Inspection and Report 0 0 Project Approach and Scope of Work As previously noted, Cash & Associates evaluated the Balboa and Little Balboa Island bulkheads between 1985 and 1988. As part of the evaluation process, select tie rods, supporting the upper portion of the bulkheads, were unearthed for observation and it was determined that the majority of the tie rods had deteriorated beyond the point of effectiveness. Although it may be prudent to unearth additional tiebacks as part of this new inspection program, it is felt that the result of these physical observations will confirm what we already suspect; specifically that the existing tiebacks must be replaced. It should also be understood that the existing subject bulkheads were not originally designed to withstand seismic loads typically imposed on bulkheads /seawalls based on current codes. Any repair of the Balboa and Little Balboa bulkheads will not necessarily impact the seismic deficiency of the walls. Providing seismic retrofit would be very costly, but may be possible. The City should decide if the development of seismic retrofits for these bulkheads has merit, and direct the Consultant accordingly. Cash & Associates plans to provide the following procedures for inspection of the Balboa and Little Balboa Island bulkheads: 1. Provide stationing along the bulkhead cap to be used to define locations of distress that are observed during the investigation. Stationing will consist of yellow marks placed at 100 foot intervals along the top and outside of the wall. 2. Conduct a site inspection walk with a team of two licensed engineers. The intent of the walk will be to locate and observe distress in the wall, as well as to determine if the observed distress represents structural concern or only shrinkage cracking, and if it is in an active or passive state. Photographs will be taken to document the various conditions observed. It is desired to view the wall from the water side. This will require access onto private docks. We wculd request that the City send out notifications advising all private dock owners that access to docks will be required during a reasonably narrow time frame. In areas where docks are not located, Cash & Associates will utilize an inflatable, motorized raft. 3. Following the site inspection walk, we will assess the conditions observed to .determine it we perceive trends or if the distress is random. All observed distress will be classified to facilitate material take -offs for repair. Cash & Associates will utilize a computer -based program, AIRIS, that was developed by the Port of Los Angeles to assess concrete structure condition and develop construction documents for repair of wharf structures within the Port's inventory. Based on this technique, repair documents for routine repairs (i.e., cracks, spalls) will be handled in tabular form, not requiring drawings. Special repairs may require traditional drawing documentation. Under the AIRIS program, routine repairs are associated with a pre- determined set of standard concrete drawings and specifications. This document is already complete and no further effort is required. Statement of Qualifications and Proposal to Provide Engineering Services For s Balboa and Liftle Balboa Island Bulkhead Inspection and Report 2 4. A cost estimate will be prepared based on the distress found. Preset unit costs will be used in establishing the overall project cost. 5. We will prioritize the recommended repairs in a format similar to the previous study we prepared for the City. Prioritization will consider urgency of action required, adjacency of private homes, and life safety. 6. We will meet with the City to discuss the status of our investigation at appropriate junctures during the work. If requested, presentations to the City Council can be made. T A "Draft" Report will be submitted to the City of review and comment. Comments will be incorporated into the final report prior to submittal to the City. Once the report is complete and the City Council takes action, Cash & Associates is prepared to begin the Design Phase of the work, if selected. Staff Levels and Commitment I Cash & Associates has sufficient staff levels to undertake and complete the required inspection and report services in a timely manner. The following chart indicates the anticipated level of involvement for key team members. Name Role of Overall Tlme - :Available Randy H. Mason, P.E. Principal -in- Charge 20% Christopher T. Mansour, P.E. Project Manager 40% Blake R. Eckerle, P.E. Senior Engineer 20% A. Ross Cash, S.E. Senior Engineering Specialist t0% Solmi Gim, P.E. Project Engineer 30% The key individuals included in this Statement of Qualifications will be committed for the duration of the project. Schedule Cash & Associates will work with the City to develop a mutually agreeable schedule for the work once the various unknowns and variables are identified and /or defined. We could begin work immediately, upon authorization. Statement of Qualifications and Proposal to Provide Engineering Services For E Balboa and Little Balboa Island Bulkhead Inspection and Report 3 ` OCT Z6 '04 08 20 CRSH & RSMCIRTES 714 895 1291 Elliott H. eoot>e CASH 9 ASSOCIATES Bendy M. Mason Engineering ane Architecture Wilfrido B. Simbd Kerry M. Simpso October 25, 2004 City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92658 -8915 Attention: Mr. Lloyd Dalton, P.E. Project Engineer Subject: FEE PROPOSAL TO PROVIDE CONSULTING ENGINEERING FOR BALBOA AND LITTLE BALBOA ISLAND BULKHEAD INSPECTION AND REPORT (C &A Proposal No. 96253.00) Revised The following is a breakdown of our fee to provide engineering services for the subject project: 1. Site Stationing & Observation/ Inspection ............. ..............................S 14,020.00 2. Organize Observations, Classify, Take-Offs ........ ............................... S 4,800.00 3. Prepare Site Plan & Cover Sheet .......................... ............................... $ 5,500.00 4. Meet With City ................ : .................................. .................................. S 3;240.00 5. Discuss Repair Options ......................................... ..............................$ 3;500.00 6. Develop Repair Schemes and Cost Estimates .... ..............................S 8;500.00 7. Prepare Report ....................................................... ..............................5 8,000.00 TOTAL: S0560.00 Explanation: The increase of fee from $29,060 to $47,560 is due in part to a misunderstanding on C &A's part regarding the scope of the study. Although the 2.5mile length of study was identified in the RFP, we mistakenly based our fee estimate on the seawall study that we conducted in 1985 that related to .9 miles of effort; ie, Little Balboa Island plus a portion of main Balboa Island. This additional effort, coupled with stability calculations recently requested by Public Works, amounts to an additional effort of $18,500. If there are any questions about this revision in the fee, please call and we ran discuss further. Rhm Sincerely, Randy Mason, PE President Exhibit B 1 of 2 5772 eotsa Avenue. Suite 100 + Huntington Beach CA 92649-1134 USA TEL (7141895-2072 • (5621426- 6145 + FAX (714) 895 -1291 Mail: P.O. Box 2715, Huntington Beach, CA 92647 -0715 + Web Site: vwvw.cashassociates.com + A California Corporation NOV 01 '04 15:56 CASH & ASSOCIATES 714 B95 12.91 • • City of Newport Beach Public Works Attention: Mr. Lloyd Dalton CASH & ASSOCIATES EXTRA WORK REQUEST (EWR) Date Request Initiated: October 25, 2004 Client: City of Newport Beach Project Tifie: Collins Island Bridge Survey Project Manager: Chris Mansour Description of -Extra Work: EWR NO. 1 C&A Project No.: 6253.01 Provide a visual inspection of the bridge structure and estimate the quantities of crack and spall repair. Provide a letter report and construction cost estimate. Additional funding required ? Yes Estimated Cost: Engineering: S 1,200 Time & Materials, Not to Exceed Additional comments: None Authorizations: Distribution: Owner Accounting Project Manager: Initiated By. Randy H. Mason, Cash & Associates, Date:November 1, 2004 Approved By: Title: Date: Cash & Associates will begin work only after this EWR has been approved. ---- ------ - - -- Extri-b-i-t--$- -2--of-2--- . -... . iSection 1 — Introduction & Approach IIntroduction The City of Newport Beach, Public Works Department, is seeking qualifications and proposals for engineering services to inspect and report on the physical condition and structural integrity of the bulkheads around Balboa and Little Balboa Islands. 11 Cash & Associates is an Orange County based consulting firm providing engineering and project management services that are focused on the waterfront environment. With 38 years of waterfront project experience and a staff of highly skilled professionals, our firm is well qualified to provide the required engineering services. Over the years, we have completed. numerous projects within the Newport Beach /Corona Del Mar area that have focused on waterfront facilities and structures. Work has included feasibility and concept studies, condition inspections and assessments, design, estimates of remaining useful service life and construction costs (repair & replacement), construction documents, and .construction support services: We have worked with City staff, local marina owners and operators, waterfront businesses, contractors, residents and major property owners. Our background with the City of Newport Beach includes providing consulting services for various waterfront projects since 1967. Our most recent work with the City has included engineering services for development of Waterfront Project Guidelines and Standards, and Harbor Design Criteria for Commercial and Residential Facilities and preparation of a study to assess the feasibility of a walkway along the waterfront corridor known as Mariners Mile. Other recent work for the City includes consulting for ADA- compliant design for marina access systems,and preparation of a study regarding the flow characteristics and water quality in the Newport Island and Rivo /A @o canals, with suggestions to improve basin flushing action and water quality. Our relevant experience for the Balboa and Little Balboa Island Bulkhead Inspection and Report project includes similar work at the site. In 1985, Cash & Associates was retained by the City to inspect two sections of this bulkhead, specifically Little Balboa Island and a 500 foot long section of curved bulkhead on the far west end of Balboa Island across from Collins Island. This work included visual survey and measurement, unearthing of tie rods, structural analysis, development of repair options and preparation of a report with findings and recommendations. Subsequently, in 1988, Cash & Associates was retained to provide engineering services for repairs to the Balboa and Little Balboa Island bulkheads. Through this work and other bulkhead projects in Newport Harbor, we have developed a good understanding of in -place construction, local site soil conditions and seismicity, as well as local issues and concerns. Exhibit A 0 ®Statement of Quolificotions and Proposal to Provide Engineering Services For Balboa and Little Balboa Island Bulkhead Inspection and Report Project Approach and Scope of Work As previously noted, Cash & Associates evaluated the Balboa and Little Balboa Island bulkheads between 1985 and 1988. As part of the evaluation process, select tie rods, supporting the upper portion of the bulkheads, were unearthed for observation and it was determined that the majority of the tie rods had deteriorated beyond the point of ' effectiveness. Although it may be prudent to unearth additional tiebacks as part of this new inspection program, it is felt that the result of these physical observations will confirm what we already suspect; specifically that the existing tiebacks must be replaced. It should also be understood that the existing subject bulkheads were not originally designed to withstand seismic loads typically imposed on bulkheads /seawalls based on ' current codes. Any repair of the Balboa and Little Balboa bulkheads will not necessarily impact the seismic deficiency of the walls. Providing seismic retrofit would be very costly, but may be possible. The City should decide if the development of seismic retrofits for these bulkheads has merit, and direct the Consultant accordingly. Cash & Associates plans to provide the following procedures for inspection of the Balboa and Little Balboa Island bulkheads: 1. Provide stationing along the bulkhead cap to be used to define locations of distress that are observed during the investigation. Stationing will consist of yellow marks placed at 100 foot intervals along the top and outside of the wall. t 2. Conduct a site inspection walk with a team of two licensed engineers. The intent of the walk will be to locate and observe distress in the wall, as well as to determine if the observed distress represents structural concern or only shrinkage cracking, and if it is in an active or passive state. Photographs will be taken to document the various conditions observed. It is desired to view the wall from the water side. This will require access onto private docks. We would request that the City send out notifications advising all private dock owners that access to docks will be required during a reasonably narrow time frame. In areas where docks are not located, Cash & Associates will utilize an inflatable, motorized raft. 3. Following the site inspection walk, we will assess the conditions observed to .determine if we perceive trends or if the distress is random. All observed distress will be classified to facilitate material take -offs for repair. Cash & Associates will utilize a computer -based program, AIRIS, that was developed by the Port of Los Angeles to assess concrete structure condition and develop construction documents for repair of wharf structures within the Port's inventory. Based on this technique, repair documents for routine repairs (i.e., cracks, spalls) will be handled in tabular form, not requiring drawings. Special repairs may require traditional drawing documentation. Under the AIRIS program, routine repairs are associated with a pre- determined set of standard concrete drawings and specifications. This document is already complete and no further effort is required. Statement of Qualifications and Proposal to Provide Engineering Services For �- _ Balboa and Little Balboa Island Bulkhead Inspection and Report 2 4. A cost estimate will be prepared based on the distress found. Preset unit costs will be used in establishing the overall project cost. 5. We will prioritize the recommended repairs in a format similar to the previous study we prepared for the City. Prioritization will consider urgency of action required, adjacency of private homes, and life safety. 6. We will meet with the City to discuss the status of our investigation at appropriate junctures during the work. If requested, presentations to the City Council can be made. 7. A "Draft' Report will be submitted to the City of review and comment. Comments will be incorporated into the final report prior to submittal to the City. Once the report is complete and the City Council takes action, Cash & Associates is prepared to begin the Design Phase of the work, if selected. Staff Levels and Commitment Cash & Associates has sufficient staff levels to undertake and complete the required I inspection and report services in a timely manner. The following chart indicates the anticipated level of involvement for key team members. The key individuals included in this Statement of Qualifications will be committed for the duration of the project. Schedule Cash & Associates will work with the City to develop a mutually agreeable schedule for the work once the various unknowns and variables are identified and /or defined. We could begin work immediately, upon authorization. ®Statement of Qualifications and Proposal to Provide Engineering Services For Balboa and Little Balboa Island Bulkhead Inspection and Report 3 Randy H. Mason, P.E. Principa,Hn- Charge 20% Christopher T. Mansour, P.E. Project Manager 40% Blake R. Eckerle, P.E. Senior Engineer 20% A. Ross Cash, S.E. Senior Engineering Specialist 10% Solmi Gim, P.E. Project Engineer 30% The key individuals included in this Statement of Qualifications will be committed for the duration of the project. Schedule Cash & Associates will work with the City to develop a mutually agreeable schedule for the work once the various unknowns and variables are identified and /or defined. We could begin work immediately, upon authorization. ®Statement of Qualifications and Proposal to Provide Engineering Services For Balboa and Little Balboa Island Bulkhead Inspection and Report 3 •.�f OCT 26 '04 OB ;20 CASH & RSSOCIRTES 714 B95 1?91 —0' '///���C►►►/■, CAN t ASSOCIATES Engineering and Architecture October 25, 2004 City of Newport Beach Public Works Department 3300'Newport Boulevard Newport Beach, CA 92658 -8915 Attention; Mr, Lloyd Dalton, P.E. Project Engineer Subject: FEE PROPOSAL TO PROVIDE CONSULTING ENGINEERING FOR BALBOA AND LITTLE BALBOA ISLAND BULKHEAD INSPECTION AND REPORT (C &A Proposal No. 96253.00) Revised The following is a breakdown of our fee to provide engineering services for the subject project; 1. Site Stationing & Observationt inspection ............ ............................... S 14,020.00 2. Organize Observations, Classify, Take -Offs ._. .................................... 5 4,800.00 3. Prepare Site Plan & Cover Sheet ........ ............. .............................. ...... S 5,500.00 4. Meetwith City .... .........._:................... ....... ........ .... .......... ........ ............ S 3;240.00 5. Discuss Repair Options-% ...................................... ..............................$ 3;500.00 S. Develop Repair Schemes and Cost Estimates ... ............................... S 8;500.00 7. Prepare Report ......................................................: ..............................5 8,000.00 TOTAL: $47 :560,00 Explanation: . EI@on H. Boone Rendy rl, MMon Wdfrido e. Simbol Kerry M. Simplon The increase of fee from $29,060 to $47,560 is due in part to a misunderstanding on C &A's part regarding the scope of the study. Although the 2.5mile length of study was identified in the RFP, we mistakenly based our fee estimate on the seawall study that we conducted in 1985 that related to .9 miles of effort; ie, Little Balboa Island plus a portion of main Balboa Island. This additional effort, coupled with stability calculations recently requested by Public Works, amounts to an additional effort of $18,500. If there are any questions about this revision in the fee, please call and we can discuss further. Rhm Sincerely, Randy Mason, PE President - - Exhibit B 1 of 2 5772 Boise Avenue, Suite 100 • Huntington Beach CA 92649 -1134 USA TEL• (714) 895 -2072 • 15621426-6745 e FAX (7 7 41 895 -1 291 Mail: PQ. Box 2715, Huntington Beach, CA 92647-0715 • Web Sire: w xashassociates.com • A California Corporation -� •�.;�. NOV 01 '04 15:56 CPSH & RSSOCIRTES 714 895 1291 • • City of Newport Beach Public Works Attention; Mr, Lloyd Dalton CASH & ASSOCIATES EXTRA WORK REQUEST (EWR) Date Request Initiated: October 25, 2004 Client: City of Newport Beach Project Title; Collins Island Bridge Survey Project Manager: Chris Mansour Description of Work: EWR NO. 1 C &A Project No.: 6253.01 Provide a visual inspection of the bridge structure and estimate the quantities of crack and spall repair. Provide a letter report and construction cost estimate. Additional funding required ? Yes Estimated Cost: Engineering: $ 1,200 Time & Materials, Not to Exceed Additional comments: None Authorizations* Distribution: Owner Accounting Project Manager: Initiated By: Randy H. Mason, Cash & Associates, Date:November 1, 2004 Approved By: T-dle: Date: Cash Associates will begin work only after this EWR has been approved. BY�Tt;£ COriZI. • CT/ 6F 1, W'Aon7 Bi?ACH 2D04D 6 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. li November 9, 2004 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Lloyd Dalton, PE 949 - 644 -3328 Idafton@city.newport-beach.ca.us SUBJECT: BALBOA ISLAND AND LITTLE ISLAND BULKHEAD INSPECTION AND COLLINS ISLE BRIDGE INSPECTION - APPROVAL OF PROFESSIONAL SERVICES AGREEMENT WITH CASH & ASSOCIATES ENGINEERS AND ARCHITECTS RECOMMENDATION: Approve a Professional Services Agreement for $48,760.00 with Cash & Associates • Engineers and Architects for Balboa Island and Little Island Bulkhead Inspection and Collins Isle Bridge Inspection, and authorize the Mayor and City Cleric to execute the Agreement. DISCUSSION: The bulkheads encompassing Balboa and Little Islands are City-owned and were built at various times during the 1930's. Since then, City forces and its contractors have performed bulkhead maintenance projects at various locations along the perimeters, raised the tops of bulkheads along South Bay Front of Little Island and Grand Canal, and buttressed the bulkhead in the 100 block of South Bay Front on Big Island. Staff is aware that some sections of bulkhead have deteriorated and may not provide adequate lateral resistance in the event of a large earthquake. Certain sections may be creeping and /or leaning toward the bay due to corrosion of tieback rods and /or loss of sand support in front of the bulkhead. Accordingly, staff proposes to retain a qualified structural consultant to inspect and report upon the current maintenance needs and gross structural stability of the entire 2'/2 mile length of the bulkhead. To select a consultant for the work, staff requested qualifications and fee proposals from four engineering firms having reputable waterfront engineering expertise and ranked the firms according to their qualifications. Staff then rated the consultant's qualifications and opened the fee proposal of the top - ranked firm. Cash & Associates Engineers and Architects (Cash) submitted a not -to- exceed fee of $47,560.00. Staff feels that Cash's • proposal is appropriate and recommends that the City Council approve the agreement. SUBJECT: • . November 9, 2004 Page 2 Completion of work is timed such that if any urgent bulkhead repairs are needed, funds for such work may be requested for inclusion in the FY 05 -06 budget. In addition, staff desires Cash inspect and report upon the condition of the Collins Isle bridge. This bridge has not been inspected for defects since its construction, ca. 1953. Cash has proposed to do the inspection and prepare a report of findings for an additional not -to- exceed fee of $1,200.00. Environmental Review: Engineering design services are not a project as defined in the California Environmental Quality Act (CEQA) Implementing Guidelines. However, an environmental review and the appropriate documentation will be prepared after the scope of construction work has been finalized. Funding Availability: Sufficient funds are available in the following account: Description Account No. Amount Balboa Island and Little Island Bulkheads 7231- C5100314 $48,760.00 Staff proposes that funds for the Collins Isle bridge inspection also be taken from the above account. Prepared by: Submitted by; Lloyd Dalton, IN Steph§ W G. Badum Design Engineer �}rb' Works Director Attachment: Professional Services Agreement is • • PROFESSIONAL SERVICES AGREEMENT WITH CASH & ASSOCIATES FOR BALBOA ISLAND AND LITTLE ISLAND BULKHEAD INSPECTION AND COLLINS ISLE BRIDGE INSPECTION THIS AGREEMENT is made and entered into as of this _ day of 200_, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "City"), and CASH & ASSOCIATES ENGINEERS AND ARCHITECTS, a California Corporation whose address is 5772 Bolsa Avenue, Suite 100, Huntington Beach, California, 92649 -1134 ( "Consultant "), and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City desires to determine the need for repairs to Balboa Island and Little Island bulkheads and the Collins Isle bridge. C. City desires to engage Consultant to inspect and report upon the condition of bulkheads surrounding Balboa Island and Little Island and the Collins Isle bridge ( "Project"). • D. Consultant possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement. E. The principal member of Consultant for purposes of Project shall be Randy H. Mason, PE, President. F. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and desires to retain Consultant to render . professional services under the terms and conditions set forth in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the above written date, and shall terminate on the 31st day of December, 2005, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED • Consultant shall diligently perform all the services described in City's September 2, 2004 Request for Proposal, attached hereto as Exhibit A and incorporated 0 0 herein by reference. City may elect to delete certain tasks of the Scope of Services at its sole discretion. 3. TIME OF PERFORMANCE • Time is of the essence in the performance of services under this Agreement. Consultant shall perform the services by January 31, 2005. 4. COMPENSATION TO CONSULTANT City shall pay Consultant for the services in accordance with the provisions of this Section and the Breakdown of Fees 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 Forty Eight Thousand Seven Hundred Sixty and no /100 Dollars ($48.760) without additional authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. 4.1 Consultant shall submit monthly invoices to City describing the work performed the preceding month. Consultant's bills shall include the name of the person who performed the work, a brief description of the services performed and /or the specific task in the Scope of Services to which it relates, the date the services were performed, the number of hours spent on all work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Consultant no later than thirty • (30) days after approval of the monthly invoice by City staff. 4.2 City shall reimburse Consultant only for those costs or expenses specifically approved in this Agreement, or specifically approved in advance by City. Unless otherwise approved, such costs shall be limited and include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services that Consultant agrees to render pursuant to this Agreement, which have been approved in advance by City and awarded in accordance with this Agreement. B. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 4.3 Consultant shall not receive any compensation for Extra Work 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. F4 0 5. PROJECT MANAGER • Consultant shall designate a Project Manager, who shall coordinate all phases of Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Consultant has designated Christopher T. Mansour, 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 Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from 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 Project on a timely basis as contemplated by this Agreement. 6. ADMINISTRATION This Agreement will be administered by the Public Works Department. Lloyd Dalton, PE, shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES • In order to assist Consultant in the execution of its responsibilities under this Agreement, City agrees to, where applicable: A. Provide access to, and upon request of Consultant, one copy of all existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. Provide usable life of facilities criteria and information with regards to new facilities or facilities to be rehabilitated. 8. STANDARD OF CARE 8.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. • 8.2 Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications, insurance and approvals of whatsoever nature that are legally required of Consultant to practice its profession. Consultant further represents and warrants to City that Consultant shall, at 3 • • . . its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any and all licenses, permits, insurance and other approvals that are legally required of Consultant to practice its profession. • Consultant shall maintain a City of Newport Beach business license during the term of this Agreement. 8.3 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. HOLD HARMLESS To the fullest extent permitted by law, Consultant shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents and employees (collectively, the "Indemnified Parties ") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, "Claim "; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to any work negligently performed or services provided under this Agreement (including, without limitation, defects in workmanship or materials and /or design defects [if the • design originated with Consultant]) or Consultant's presence or activities conducted on Project (including the negligent and /or willful acts, errors and /or omissions of Consultant, its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be, liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require Consultant to indemnify the Indemnified Parties from any Claim arising from the active negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Consultant. 10. INDEPENDENT CONTRACTOR City retains Consultant on an independent contractor basis and Consultant is not an agent or employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute approval for Consultant or any of Consultant's employees or agents, to be the agents or employees of City. • Consultant shall have the responsibility for and control over the means of performing the work, provided that Consultant is in compliance with the terms of E this Agreement. Anything in this Agreement that may appear to give City the right to direct Consultant as to the details of the performance or to exercise a • measure of control over Consultant shall mean only that Consultant shall follow the desires of City with respect to the results of the services. • • 11. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with Consultant on Project. 12. CITY POLICY 13. 14. Consultant shall discuss and review all direction with City's Project Administrator in order to ensure the Project proceeds and policies. PROGRESS matters relating to policy and Project in advance of all critical decision points in a manner consistent with City goals Consultant is responsible for keeping the Project Administrator and /or his duly authorized designee informed on a regular basis regarding the status and progress of Project, activities performed and planned, and any meetings that have been scheduled or are desired. INSURANCE Without limiting Consultant's indemnification of City, and prior to commencement of work. Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Consultant shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with City's at all times during the term of this Agreement. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by City's Risk Manager. 5 • D. Coverage Requirements. i. Workers' Compensation Coverage. Consultant shall maintain • Workers' Compensation Insurance and Employers Liability Insurance for his or her employees in accordance with the laws of the State of California. In addition, Consultant shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employers Liability Insurance in accordance with the laws of the State of California for all of the subcontractors employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Consultant for City. ii. General Liability Coverage. Consultant shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. iii. Automobile Liability Coverage. Consultant shall maintain • automobile insurance covering bodily injury and property damage for all activities of Consultant arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. iv. Professional Errors and Omissions Insurance. Consultant shall maintain professional errors and omissions insurance, which covers the services to be performed in connection with this Agreement in the minimum amount of one million dollars ($1,000,000). E. Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language: City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of Consultant. ii. This policy shall be considered primary insurance as respects to • City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising M directly or indirectly from Consultant's operations or services provided to City. Any insurance maintained by City, including any • self- insured retention City may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) calendar days written notice has been received by City. F. Timely Notice of Claims. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from • Consultant's performance under this Agreement. G. Additional Insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint- venture or syndicate or cotenancy, which shall result in changing the control of Consultant. Control means fifty percent (50 %) or more of the voting power, or twenty-five percent (25 %) or more of the assets of the corporation, partnership or joint- venture. 16. SUBCONTRACTING City and Consultant agree that subconsultants may be used to complete the work outlined in the Scope of Services. The subconsultants authorized by City to • perform work on Project are identified in Exhibit A. Consultant shall be fully responsible to City for all acts and omissions of the subcontractor. Nothing in this Agreement shall create any contractual relationship between City and subcontractor nor shall it create any obligation on the part of City to pay or to see 7 • 0 to the payment of any monies due to any such subcontractor other than as otherwise required by law. Except as specifically authorized herein, the services to be provided under this Agreement shall not be otherwise assigned, transferred, • contracted or subcontracted out without the prior written approval of City. 17. OWNERSHIP OF DOCUMENTS Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents "), prepared or caused to be prepared by Consultant, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Consultant or any other party. Consultant shall, at Consultant's expense, provide such Documents to City upon prior written request. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed Documents for other projects and any use of incomplete Documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. 18. COMPUTER DELIVERABLES • CADD data delivered to City shall include the professional stamp of the engineer or architect in charge of or responsible for the work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to Project, for the completion of Project by others, or for any other roject, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All original drawings shall be submitted to City in the version of AutoCAD used by CITY in ".dwg" file format on a CD, and should comply with City's digital submission requirements for Improvement Plans. City will provide AutoCAD file of City Title Sheets. All written documents shall be transmitted to City in City's latest adopted version of Microsoft Word and Excel. 19. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the services in this Agreement, shall be kept confidential unless City authorizes in writing the release of information. • I-] 20. OPINION OF COST • Any opinion of the construction cost prepared by Consultant represents his /her judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. 21. INTELLECTUAL PROPERTY INDEMNITY Consultant shall defend and indemnify City, its agents, officers, representatives and employees against any and all liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. 22. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Consultant under this Agreement. All such records and invoices shall be clearly identifiable. Consultant shall allow a representative of • City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Consultant shall allow inspection of all work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Consultant under this Agreement. 23. WITHHOLDINGS City may withhold payment to Consultant of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 24. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than what • would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or restoration expense shall be bome by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. i 25. 31 27 28. • • CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other Consultants in connection with Project. • CONFLICTS OF INTEREST Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. NOTICES All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, to City by Consultant and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals • from Consultant to City shall be addressed to City at: Attn: Lloyd Dalton, PE Public Works Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA, 92663 Phone: 949 - 644 -3328 Fax: 949 -644 -3308 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attn: Christopher T. Mansour, PE Cash & Associates 5772 Bolsa Avenue, Suite 100 Huntington Beach, CA 92649 -1134 Phone: 714 - 895 -2072 Fax: 714 - 895 -1291 TERMINATION In the event that either party fails or refuses to perform any of the provisions of • this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not 10 cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to • give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days prior written notice to Consultant. In the event of termination under this Section, City shall pay Consultant for services satisfactorily performed and costs incurred up to the effective date of termination for which Consultant has not been previously paid. On the effective date of termination, Consultant shall deliver to City all reports, Documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 29. COMPLIANCE WITH ALL LAWS Consultant shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all work prepared by Consultant shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. • 30. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 31. 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. 32. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 33. 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. 11 34. SEVERABILITY 0 If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 35. CONTROLLING LAW AND VENUE The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 36. EQUAL OPPORTUNITY EMPLOYMENT Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: City Attorney for the City of Newport Beach ATTEST: By: LaVonne Harkless, City Clerk CITY OF NEWPORT BEACH, A Municipal Corporation M Mayor for the City of Newport Beach CONSULTANT: 0 Randy H. Mason, PE President Attachments: Exhibit A — City's September 2, 2004 Request for Proposal Exhibit B - Breakdown of Fees f .kusers\pbw\shared�agreements\fy 04 -05\msh -bi bulkhead & collies bridge inspection.doc 12 • E • • OCT E6 '04 08 20 CRSH & RSSOCIRTES 714 1395 1291 Cash ASSOCIATES Engineering and Architecture October 25, 2004 City of Newport Beach Public Works Department 3300 Newport Boulevard Newport Beach, CA 92658-8915 Attention: Mr. Lloyd Dalton, P.E. Project Engineer Subject: FEE PROPOSAL TO PROVIDE CONSULTING ENGINEERING FOR BALBOA AND LITTLE BALBOA ISLAND BULKHEAD INSPECTION AND REPORT (C&A Proposal No, 96253.00) Revised The following is a breakdown of our fee to provide engineering services for the subject project: Site Stationing & Observation! Inspection .... ....:........ .._---------- ...........$ 14,020.00 2. Organize Observations, Classify, Take -Offs ...... .._..........._ ................ S 4,800.00 3. 4. 5. 6- 7. Explanation: Prepare Site Plan & Cover Sheet.......... Meet With City ... ------------- - .... ............... Discuss Repair Options ....... ........1 .............. S 5.500.00 ...5 31240.00 .... ............................... $ 31500.00 Develop Repair Schemes and Cost Estimates ...... Prepare Report_... .......... . .......S 8,500.00 ...................... 8,000.00 TOTAL: $47;560.00 P.2 Eft H. Boone Reny el. Mason Wllfrio. 11 Simbol Kerry M. Simpson The increase of fee from $29,060 to $47;560 is due in part to a misunderstanding on C&A's part regarding the scope of the study. Although the 2.5mile length of study was identified in the RFP, we mistakenly based our fee estimate on the seawall study that we conducted in 1985 that related to .9 miles of effort; ie. Little Balboa Island plus a portion of main Balboa Island. This additional effort, coupled with stability calculations recently requested by Public Works, amounts to an additional effort of $18,500. If there are any questions about this revision in the fee, please call and we can discuss further. • Rhm Sincerely, Randy Mason, PE President 5772 8olsa Avenue. Suite 100 - Huntington Beach, CA 92649A 134 USA 4 TEL• (7141 895.2072 • (5621426-6145 '+ FAX (714) 895 -1291 Mall: P.O. Box 2715, Huntington Beach, CA 92647 -0715 • Web Site: cow xashassodates.com • A California Corporation 0 r19 L City of Newport Beach • Public Works Attention: Mr. Lloyd Dalton CASH & ASSOCIATES EXTRA WORK REQUEST (EWR) Date Request Initiated: October 25, 2004 EWR NO. 1 Client: City of Newport Beach Project Title: Collins Island Bridge Survey C&A Project No.: 6253.01 Project Manager: Chris Mansour Description of -Extra Work: Provide a visual inspection of the bridge structure and estimate the quantities of crack and spell repair. Provide a letter report and construction cost estimate. Additional funding required ? Yes Estimated Cost: Engineering: $1,200 • Time & Materials, Not to Exceed Additional comments: None Authorizations: Distribution: Owner Accounting Project Manager: Initiated By. Randy H. Mason, Cash & Associates, Date:November 1, 2004 Approved By: True: Date: Cash & Associates wdl begin work only after this EWR has been approved. •