HomeMy WebLinkAboutC-3854 - PSA for On-Call Materials Testing and Geotechnical TestingAMENDMENT NO. 1
TO
PROFESSIONAL SERVICES AGREEMENT
WITH WILLDAN GEOTECHNICAL, FORMERLY ARROYO GEOTECHNICAL
FOR ON CALL MATERIALS & GEOTECHNICAL TESTING SERVICES
THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, entered
into this jatffh day of 3�U,+c, , 2008, by and between the CITY OF
NEWPORT BEACH, a municipal corporation, (hereinafter referred to as "City ") and
WILLDAN GEOTECHNICAL, (formerly Arroyo Geotechnical), a California corporation
whose address is 1515 S. Sunkist Street, Suite E, anaheim, California, 92806
( "Consultant "), and is made with reference to the following:
RECITALS
A. On June 27, 2006, CITY and CONSULTANT (formerly doing business as
Arroyo Geotechnical) entered into a Professional Services Agreement,
hereinafter referred to as "Agreement ", for On Call Materials and
Geotechnical Testing services for the City of Newport Beach, hereinafter
referred to as "Project ". This Agreement is scheduled to expire on June
30, 2008.
B. City desires to enter into this Amendment No. 1 with Willdan Geotechnical
and to extend the term of the Agreement to September 30, 2010.
C. City and Consultant mutually desire to amend Agreement, hereinafter
referred to as "Amendment No. 1 ", as provided here below.
NOW, THEREFORE, the parties hereto agree as follows:
Consultant shall be compensated for various services performed pursuant
to this Amendment No. 1 and according to the Request to Extend On -Call
Services Agreement dated May 2, 2008, attached hereto as Exhibit A.
2. Compensation to the Consultant for services performed pursuant to this
Amendment No. 1 for all work performed from July 1, 2008, to September
30, 2010, including all reimburseable items and subconsultant fees, shall
be based on the attached Schedule of Billing Rates (Exhibit B).
3. The term of the Agreement shall be extended to September 30, 2010.
4. Except as expressly modified herein, all other provisions, terms, and
covenants set forth in Agreement shall remain unchanged and shall be in
full force and effect.
IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 1 on
the date first above written.
APPROVED AS TO FORM:
a,,_
City Attorney
for the City of Newport Beach
ATTEST:
B. '_ Pr M, "t412
LaVonne Harkless,
City Clerk
CITY OF NEWP ,_R BEACH,
A M,un �C*pa ,C. p�rafi n
By.
Mayor
for the City of Newport Beach
Willdan Geotechnical:
B
(
(Corporate Officer)
Title:
Print Name.�s5
By -.,::L ---:::i7l?� .
(Financial Officer)
Title: �'�zc/�/����z y Z6' o.'vT/lnri �lZ
Print Name: /�� .� Z -
Attachments: Exhibit A — Request to Extend On -Call Services Agreement
Exhibit B — Shedule of Billing Rates
2
F:\Users\PBW\Shared\Agreements\FY 08 -09\0n -Call Services\WilIda n -formerly -Arroyo -On -Call Amendment-1.doc
Exhibit A
May 02, 2008
NVW I L L DA N I
extending
your
Geotechnical I reach
Mr. Mike Sinacori, P.E.
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92658
SUBJECT: Request for Contract Extension, On -Call Materials & Geoteclinical Testing
Services, City of Newport Beach, Public Works Department
Mr. Sinacori:
Willdan Geotechnical, formerly doing business as Arroyo Geotechnical is pleased to submit this
Request for Contract Extension for On -Call Materials & Geotechnical Testing Services. We Have
provided you with an updated Statement of qualifications with current information concerning
WILLDAN GEOTECHNICAL qualifications, staffing, and resumes. Our ability to provide short
notice services has not changed. We will continue to meet all your needs.
Willdan Geotechnical has a well-established local office, conveniently located in Orange County,
California, with the following contact and office information:
WILLDAN GEOTECHNICAL
1515 South Sunkist Street, Suite E
Anaheim, California 92806
Phone: (714) 634-3318, Fax: (714) 634-3372
Contact: Ross Khiabani, President & C.E.O.
E-mail: rklliabani4willdan.com; Web Address: www.willdan.com
On behalf of the principals and staff of Arroyo, thank you for the opportunity to submit our
qualifications on these projects. During the evaluation process, please contact me or Joe Ritchey
at (714) 634-3318 or jritchey@willdan.com. We look forward to further discussing our
qualifications and ideas for project implementation.
Respectfully submitted,
WILLDAN GEOTECHNICAL
Ross IChiabani
President/C.E.O.
Attaclunents:
Statement of Qualifications
Exhibit B, Fee Schedule
Distribution: Addressee
Engineering I Geotechnical I Environmental I Financial I Homeland Security
714.634.3318 1 lax: 714.634.3372 1 1515 S. Sunkist Street, Suite E, Anaheim, GA 92806 1 www.wilidan.com
0 0
Exhibit B
WILLDAN GEOTECHNICAL
Fee Schedule - Personnel
January 1, 2008
Special For City of Newport Beach
TECHNICAL STAFF
Principal/Chief EngineerlGeologist ....... .........................160.00
Senior Geotachnlcal Engineer /Geologist .......................130.00
Project Engineer /Geologist ................... .........................110.00
Senior Staff Engineer /Geologist ............ ..........................90.00
Staff Engineer/ Geologist ........................ ..........................80.00
Sr. Soil Technician (Non - prevailing Wages) ....................65.00
Sr. Soil Technician (Prevailing Wages) . ..........................75.00
Soil Technician (Non - prevailing Wages) ........................
60.00
Soil Technician (Prevailing Wages) ....... ..........................75.00
ADMINISTRA71VE
Computer Data Entry ............................. ..........................50.00
Clerical................... ............................... .......................... 50.00
Word Processing .... ............................... ..........................50.00
ComputerTime ....... ............................... ..........................15.00
CAD Operator ......... ............................... ..........................75.00
EXPERT WITNESS
Principal Engineer /Geologist ................ .........................320.00
Staff assignments depend on availability of personnel, site location, and the level of experience required to satisfy the technical
requirements of the project and meet the prevailing standard of professional care. Travel time to and from the job site will be charged at the
hourly rates for the appropriate personnel. Blueprinting, reproduction, messenger services, and printing will be invoiced at cost plus Moen
percent (15 %). A subconsultant management fee of fifteen percent (15 %) will be added to the direct cost of all subconsultant services to
provide for the cast of administration, consultation, and coordination. MileagelField Vehicle usage will be charged at the rate of $.50/mils or
$5 per hour, subject to negotiation. T
Exhibit B
0
WILLDAN GEOTECHNICAL
Fee Schedule - Laboratory
January 1, 2006
Special For City of Newport Beach
Identilllcation and Index Properties
In -Situ Moisture and Density (ASTM D2937) ................18.00
Grain Size Analysis (ASTM 0422)
Mold) ......................... .........................150.00
Sieve Only (3" to #20D) ....................... ..........................65.00
Method A
Sieve and Hydrometer ........................ .........................100.00
Mold) ......................... .........................175.00
Percent Passing #200 Sieve (ASTM D1140) ..............
45.00
AKerberg Limits (ASTM D4318)
California
MultiPoint .................................... ...............................
80.00
OnePoint ........... ............................... ..........................
65.00
Specific Gravity (ASTM D854) ..... ...............................
50.00
Sand Equivalent (ASTM D2419) .. ...............................
65.00
Compaction and Bearing Strength
Modified Proctor Compaction (ASTM D1557)
Method A
or B (4"
Mold) ......................... .........................150.00
40.00
Method A
or B (6"
Mold) ......................... .........................175.00
Compaction, California 216 .................... .........................150.00
60.00
California
Bearing
Ratio CBR (ASTM D1883)
40.00
3 points ....................
............................... .........................450.00
R -Value ...................
............................... .........................220.00
Shear Strength
Torvane/Pockel Penetrometer .......... ............................... 15.00
Direct Shear - per point
Consolidated - Drainad (ASTM D3080 ) ............................. 70.00
Residual.................. ............................... .........................100.00
Unconfined Compression (ASTM D2166) .......................100.00
Unconsolidated - Undrained (UU) ............ .........................125.00
Consolidedon/Collapse and Swell Tests
Consolidation (ASTM D2435)
8 load Increments w /one time -rate .... .........................140.00
Additional load increment ............ ...............................
20.00
Additional Time rate per load increment .....................
40.00
Single point (collapse test) .......... ...............................
40.00
Single Load Swell (ASTM D4546)
Ring sample, field moisture ......... ...............................
60.00
Ring sample, air dried ....................... ..........................
60.00
Remolded sample per specimen . ...............................
40.00
Expansion Index (ASTM D4829 /UBC 29 -2) ...............100.00
Laboratory Permeability
Constant Head (ASTM D2434) .......... .........................225.00
Falling Head Flexible Wall (ASTM D5084) .................275.00
Tdaxial Permeability (EPA 9100) ....... .........................325.00
Chemical Tests
Corrosivity (pH, resistivity, sulfates, chlorides) ........... 150.00
Organic content (ASTM D2974) .. ............................... 60.00
Unit rates presented are for routinely performed geotechnical and construction material laboratory tests. Other tests can be performed in our
laboratory, Including rock core, soil cement, and soil lime tests. Additional tests will be quoted on request. T
Unit rates presented herein assume samples are uncontaminated and do not contain heavy
metals, acids, carcinogens, or volatile organic compounds that can be measured by an OVA or PI with concentrations greater than 50
ppm. Arroyo will not accept contaminated samples. Uncontaminated samples will be disposed of 30 days after presentation of test results.
0 0
DK -T i F,
Materials Testing / Inspection
SCHEDULE OF FEES — Prevailing Wage
City of Newport Beach
Professional Services
Price S / hour
Principal Engineer
160
Registered Civil Engineer
Ito
Staff Engineer
80
Project Management
100
Scheduling/Supervision
100
Secretarial Time
40
Reports — Test Results
10 ea
Review of Files for Final Letter of Affidavit (min. 2 hours)
100
Submittal Review for Compliance with Project Plans and Specifications
100
Inspection Services
Price $1 hour
DSA Project Inspector (IOR) — Class 1
100
DSA Project Inspector (IOR) — Class II
90
DSA Project Inspector (IOR) — Class 111
85
DSA Project Inspector (IOR) — Class 1V
75
Relocatable Building In -Plant Inspections, Title 24
75
Assistant Project Inspector (IOR)
75
Special Inspection Concrete
65
Special Inspection Past- Tension Concrete
65
Special Inspection Shotcrete / DSA
65
Special Inspection Masonry / DSA
65
Special Inspection Epoxy Injection & Anchors
65
Special inspection Fireproofing
65
Special Inspection Structural Steel/Welding & Bolting (Local)
65
Special Inspection Structural Steel/Welding & Bolting ( Outside Local Area)
Quote
Special Inspection Welding A WS/CWI (Field, Local)
65
Special Inspection Welding AWS /CWI (Field, Outside Local Area)
Quote
Fabrication Inspection AWS/CWI (Local)
65
Fabrication Inspection (Outside Local Area)
Quote
Building Inspection
65
Special Inspection Asphalt
75
Batch Plant Inspection Concrete
65
Batch Plant Inspection Asphalt
75
Technician Services
Price S / hour
Technician- Materials (Field)
65
Pachometer - Technician
65
Moisture Testing - Technician
65
Technician Laboratory
60
Coring and Sizing (In ]rouse)
60
Coring Concrete, Masonry or Asphalt in Field
Quote
Sawing Concrete, Masonry or Asphalt in Field
Quote
Pull -out Test on Embedded Bolts, Anchors, Dowels, and Splay Wires
65
Pick -up and Delivery - Standard
45
Technician Travel Time (>40mi. radius of Anaheim lab)
45
Non - Destructive Testing (NDT)
Price S / hour
Ultrasonic Inspection
70
Dye Penetrant Inspection
65
Magnetic Particle Inspection
65
Radiographic Testing
Quote
Travel Charge
Quoielhour or mile
Truck Charge
Quotelday
Film
Quote /film
Sean
Quote
0
EXHIBIT B
Concrete Strength Characteristics
Method
Price S ea.
Concrete Cylinders (6 "x 12 ") - Compression
ASTM C -39
18
Lightweight Fill Concrete (3 "x6 ") Insulated
ASTM C -495
20
Compression, Concrete or Masonry Cores (Testing Only) Max. Diameter G'
ASTM C -42
30
Gunite /Shoicrete Cores (Lab Coring & Testing Only)
ASTM C -42
45
Mix Design, Review of Existing
125
Cylinder Molds, 6 "x 12 ", 2 "x 4" (Not Used With Testing)
3
Unit Weight of Hardened Light weight Concrete
ASTM C -567
35
Rapid Cure Concrete Cylinders (Boil Method)
ASTM C -684
35
Petrographic Analysis of Hardened Concrete
ASTM C-856
Quote
Cement Content Analysis of Hardened Concrete
ASTM C 1084
Quote
Masonry
Method
Price S ea.
Mortar Cylinders (2"x4 ")
ASTM C -780
18
Mortar Cubes (2 "x 2 ")
ASTM C -109
18
Grout Prisms (3 "x6 ")
ASTM C -1019
18
CMU Compression (3 required) to size 8 "x 8 "x 16"
ASTM C -140
50
CMU Compression (3 required) greater than 8 "x 8 "x 16"
ASTM C -140
55
CMU Moisture Content, Absorption & Unit Weight (6 required)
ASTM C -140
85
CMU Linear Drying Shrinkage (3 required)
ASTM C426
85
CMU Grouted Prisms (Compression Test to 8 "x 8 "x 16'?
ASTM E447
135
CMU Grouted Prisms (Compression Test larger than 8 "x 8" x I6')
ASTM E -447
160
Masonry Core -Shear Title 24 (Test Only)
55
Steel Reinforcement
Method
Price S ea
Tensile Test, Up to No. 9
ASTM A -370
35
Tensile Test, No. 9 and over
ASTM A -370
45
Bend Test, Up to No. 8
ASTM Ad70
35
Bend Test, No. 9 and over
ASTM A -370
45
Processing Mill Certificates (per size and heat)
15
Weld Procedure and Welder Qualifications
Price $
Welder Certification/Weld Procedure Review (AWS/CWI)
65/hr.
Weld Tensile Test
50 ea.
Weld Bend Test
50 ea.
Weld -Macro Etch
50 ea.
Bolt Tensile Test
50 ea.
Machining and Preparation of Samples
50 ea.
Prestress
Method
Price lea.
Prestress Wire (each cable)
ASTM A -416
150
Sample Preparation
45
Prestress Cable, 7 Wire (Breaking Strength /Modulus of Elasticity)
ASTM A416
150
Fireproofing
Method
Price $
Unit Weight (Density)
UBC Std. 7-6
35ea.
Cohesion /Adhesion
UBC Std. 7-6
65/hr.
Special Inspection Fireproofing
65/hr.
Moisture Test
Method
Price S
Moisture Tests
ASTM E -1907
50 ea.
Moisture Retest
ASTM E -1907
35 ea.
Moisture Testing - Technician
65/br.
0 0
EXHIBIT B
BASIS OF CHARGES - PREVAILING IMAGE
REGULAR WORK HOURS
First 8 hours of Day Shift Monday through Friday, except holidays.
TIME AND ONE HALF
Aller 8 hours and up to I I hours Monday through Saturday.
DOUBLE TIME
After I I hours Monday through Saturday and Sundays.
TRIPLE TIME
Holidays: New Years, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving and the day after
Thanksgiving, and Christmas Day, the first Saturday following the first Friday in the months of June and December, and after I I
hours on Sundays.
SHIFT DIFFERENTIAL
Swing Shift: +10% for first 8 hours worked. Graveyard Shift: +15 °% for first 8 hours worked.
MINIMUM HOURLY CHARGES
I. Special Inspector/ Field Technician (Field Time Only)
A. Cancellation of Inspections not canceled by 4:00 p.m. on preceding day............ 2 Hours
B. One-half working day or less ................................................... ............ A Hours
C. Over one-half working day /or begins before noon and extends into aftemoon ... ... 8 Hours
2. Project Inspector (]OR)
A. Cancellation of Inspections not canceled by 4:00 p.m. on preceding day ................4 Hours
B. One-half working day or less .................................. ..............................4 Hours
C. Over one-half working day /or begins before noon and extends into afternoon...... 8 Hours
CANCELLATIONS
No Charge if made before 4:00 p.m. of the preceding day. See Minimum Charge.
CYLINDER HOLDS
All HOLDS will be disposed of after the 28- day break meets the required PSI, unless specified in writing by the client prior to the
28-daybreak. Long term or large amounts of HOLD cylinders maybe subject to storage fees.
OUTSIDE SERVICES
Outside services requested by client performed by others and direct costs expended on the client's behalf are charged at cost plus
20 %. These expenses include equipment rental, parking, subsistence, photographs, co- insurance endorsement, etc.
MH.AGE CHARGES
Mileage for inspection / technician between 40 miles and 100 miles from Arroyo's nearest office will be charged at $.50 per mile.
Any mileage over 100 is per quote basis.
REPORT CHAGRES AND SECRETARY TIME
See fee schedule. A maximum of 5 copies will be issued for each report. Reissuing of reports is per quote basis.
REPORTING
All reports will be considered confidential information and be distributed to the client and those designated by Section 1701 UBC
/ Title 24, Pan 1, CAC; unless authorized in writing be by client.
of delinquency;
PARKING
Mien not famished for the Inspector, parking charges will be reimbursed by the client.
SUBSISTENCE
When applicable, subsistence will be charged to the client / project by quotation.
1W9CRe[IPLr`�
Gcotcch ' nt,
20
percent.
menses et F eftM77T,
ost.
PREVAILING WAGE
The hourly rates provided are in compliance with prevailing wage requirements. As the rates for California Prevailing Wage
increase, our hourly rates will increase accordingly.
•
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Ij;F'i j Z 1,� :;i
%-.r;
Agenda Item No. 11
June 24, 2008
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Michael J. Sinacori
949 - 644 -3342 or msinacori @city.newport- beach.ca.us
SUBJECT: Approval of Amendments to On -Call Professional Services
Agreements for Pavement Evaluation, Geotechnical and Materials
Testing
Recommendations:
1. Approve Amendment No. 1 with LaBelle Marvin, Inc., for on -call pavement
evaluation services and authorize the Mayor and City Clerk to execute the
Amendment.
2. Approve Amendment No. 1 with Willdan Geotechnical (formerly Arroyo
Geotechnical) for on -call geotechnical and materials testing and authorize the Mayor
and City Clerk to execute the Amendment.
Discussion:
On -Call Professional Services Agreements (PSA's) were developed to avoid a large
volume of small but time - consuming agreements between the City and consultants to
accomplish on -going project tasks for implementation of the Capital Improvement
Program (CIP). On June 26, 2006, the City Council approved On -Call Professional
Services Agreements with LaBelle Marvin (pavement evaluation consultant) and Arroyo
Geotechnical (soils and materials testing) to provide services regularly required for CIP
projects.
Over the last two years, these on -call PSA's have proven to be very effective and an
efficient way to conduct business. LaBelle Marvin have provided exceptional service
and completed many projects for the City to supplement in -house street rehabilitation
projects, such as Superior Avenue and Jamboree Road. Pavement evaluations are
required to obtain grant funding from the State and Federal agencies.
Willdan Geotechnical (formerly Arroyo Geotechnical) has also provided quality service
for soils and material testing for many utility projects, such as the recently completed
Irvine Avenue and Dover Drive 24 -inch Water Transmission main and the ongoing
'la)
Approval SCall Professional Services Amendments for Pave, Solis and Materials Testing Services
June 24, 2008
Page 2
Industrial Way 36 -inch Water Transmission Main. Arroyo will perform street
compaction testing, specialty pipe welding, and mortar inspections.
The proposed Fiscal Year 2008109 CIP budget is estimated at about $68 million and
includes over 92 projects. Many of these projects will require pavement evaluation,
soils and material testing. The anticipated need for these services will require the
extension of these contracts which are set to expire on June 30, 2008. Rates provided
by the consultants, and included in the agreements, are competitive and in -line with
industry standards.
In accordance with Council Policy F -14, staff requested statements of qualifications
from local firms. Based on the qualifications received, staff is recommending a
continuation of these two contracts for the next two years, as both clearly understand
the needs to implement the City's Capital Improvement Program.
Environmental Review:
Environmental clearances will be completed for each Capital Improvement Project.
Funding Availability:
Funds for these services are available in each of the specific project accounts within the
City Council approved Capital Improvement Program.
Prepared
J. Sinadori, P.E.
t City Engineer
Submitted
;n G. Badum
Works Director
Attachment: Amendment No. 1 with LaBelle Marvip(
Amendment No. 1 with Willdan Geotechnical and
AMENDMENT NO. 1
TO
PROFESSIONAL SERVICES AGREEMENT
WITH LaBELLE- MARVIN, INC.,
FOR ON CALL PAVEMENT MANAGEMENT, MATERIALS TESTING, DESIGN AND
INSPECTION SERVICES
THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, entered
into this day of , 2008, by and between the CITY OF
NEWPORT BEACH, a municipal corporation, (hereinafter referred to as "City ") and LA
BELLE- MARVIN, Inc., a California corporation whose address is 2700 S. Grand
Avenue, Santa Ana, California, 92705 -5404 ( "Consultant "), and is made with reference
to the following:
RECITALS
A. On June 27, 2006, CITY and CONSULTANT entered into a Professional
Services Agreement, hereinafter referred to as "Agreement ", for On Call
pavement management and materials testing services for the City of
Newport Beach, hereinafter referred to as "Project ". This Agreement is
scheduled to expire on June 30, 2008.
B. City desires to enter into this Amendment No. 1 to to extend the tens of
the Agreement to September 30, 2010.
C. City and Consultant mutually desire to amend Agreement, hereinafter
referred to as "Amendment No. 1 ", as provided here below.
NOW, THEREFORE, the parties hereto agree as follows:
1. Consultant shall be compensated for various services performed pursuant
to this Amendment No. 1 and according to the Request to Extend On -Call
Services Agreement dated April 30, 2008, attached hereto as Exhibit A.
2. Compensation to the Consultant for services performed pursuant to this
Amendment No. 1 for all work performed from July 1, 2008, to September
30, 2010, including all reimburseable items and subconsultant fees, shall
be based on the attached Schedule of Billing Rates (Exhibit B).
3. The term of the Agreement shall be extended to September 30, 2010,
4. The agreement will now be administered by David Webb for the Public
Works Department as Bill Patapoff has retired.
r 1
u
r-�
5. Except as expressly modified herein, all other provisions, terms, and
covenants set forth in Agreement shall remain unchanged and shall be in
full force and effect.
IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 1 on
the date first above written.
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
Mayor
for the City of Newport Beach
LaBelle- Marvin, Inc.:
(Corporate Officer)
Title:
Print Name:
(Financial Officer)
Print Name:
Attachments: Exhibit A — Request to Extend On -Call Services Agreement
Exhibit B — Shedule of Billing Rates
F:UJsm\PBMSharedlAgreements\FY 0Mglon -Call ServiceslLaBelle- Marvin -On -Call Amendmenl -7.do
Ya
• ANALYSIS LaBelle A .•" 11 • TECHNOLOGY
• DESIGN • •
00— PROFESSIONAL PAVEMENT ENGINEERING
A CALIFORNIA CORPORATION
April 30, 2008
Exhibit A
Michael J. Sinacori, P.E.
Assistant City Engineer
City of Newport Beach
3300 Newport Boulevard
P.O. 1768
Newport Beach, CA 92658
Subject: Request to Extend On -Call Services Contract
Re: On -Call Pavement Management, Materials Testing and
Inspection Services Request for Contract Extension
LaBelle Marvin Inc., is pleased to extend our On -Call Pavement Engineering Services Contract with the
City of Newport Beach. LMI has enjoyed working closely with the City of Newport Beach for the past 30
years and will continue to provide professional pavement engineering services related to Pavement
Management, Design, Analysis, Inspection g requested by the City.
LaBelle Marvin, Inc. has not mo ed "a:AlaAdvance ' otice 72 ement with the City of Newport
Beach and shall be available to _ It S ; t on s ' .notice; ,
There are no New LaBelle .
Beach and will continue to �ide.o)ii e
Staffing List: - w
Engineering: Steven R.
Laboratory and Field M gGr: Tho
Laboratory and Field Teo ns:. ett
Gordon Walck, Steve Lins
Administration: Mary Migh e
Thank you for the opportunity t ntirau
have any questions or need additio
Sincerely,
04111Z /
If
Griffin R Marvin
Assistant Project Manager
Attachments: Resumes, Current Fee Schedule
R.
with the City of Newport
request.
Don Linstrom
contact me if you
2700 S. GRAND AVENUE . SANTA ANA, CA 92705 -5404 . (714) 546 -3468. FAX (714) 546 -5841
INFO @LABELLEMARVIN.COM
0
Exhibit B
Schedule of Fees
Effective: March 75, 2008
PROFESSIONAL SERVICES
Principal Engineer
Project Engineer
$220.00 /hr
$160.00 /hr
Engineer Aide
$135.00 /hr
Laboratory & Field Technician
$80.00 /hr
prevailing wage
$110.00 /hr
with Nuclear Gauge
$100.00 /hr
prevailing wage
$130.00 /hr
(A mileage charge of $0.60 shall apply for all travel to and
from jobsites and/or meetings)
EXPERT WITNESS
Preparation for Court Appearances
and/or Deposition
$325.00 /hr
Deposition and/or Court Appearance $450.00 /hr
OFFICE SERVICES
Computer Compilation of FWD Data $95.00 /hr
Report Preparation / Typing $65.00 /hr
Drafting $135.00 /hr
LaBelle- Marvin, Inc.
2700 S. Grand Avenue Santa Ana, CA 92705
714 -546 -3468 (P) 714 -546 -58.41 (F)
9
-2-
BASIS OF CHARGES
MINIMUM HOURLY CHARGES
0
Show -up time and no inspection performed or failure to cancel before 3:30 p.m. on the
previous working day, two hours; one to four hours, four hour minimum; four to eight
hours, eight hour minimum. Hourly charges will be on a portal to portal basis.
REGULAR TIME
First eight hours between 7:00 a.m. and 5:00 p.m. Monday through Friday.
OVERTIME
Over eight hours worked in one day (Monday through Friday), work before 7:00 a.m.
and after 5:00 p.m., Saturdays and Sundays, time and a half will be charged. Double
time and a half will be charged for work performed on holidays. Special schedule
nighttime field work between the hours of 6:00 p.m. and 6:00 a.m. will be subject to a
25% premium of the Regular Time hourly rate.
SUBSISTENCE
Where location of work demands, a subsistence will be charged on a pre - arranged rate
prior to commencement of inspection and/or testing service.
OUTSIDE SERVICES AND REIMBURSABLE EXPENSES
Outside services and reimbursable expenses such as rental of special equipment,
fabrication of special test apparatus, long distance phone calls, plane fares and car
rental will be charged at cost plus fifteen percent.
REPORT
A maximum of three copies of the report will be issued to the client for distribution.
Copies of report in excess of three will be provided and charged at our normal hourly
Report Preparation rate.
LaBelle- Marvin, Inc.
2700 S. Grand Avenue Santa Ana, CA 92705
714- 546 -3468 (P) 714 -546 -58.41 (F)
0
-3-
SPECIAL SERVICES
DEFLECTION TESTING
Road Rater with Operator (full -day)
Road Rater with Operator (half -day)
Mobilization and Travel
Road Rater with Operator
Engineered Pavement Evaluation
SKID TESTING (ASTM E 670 -94)
CORING (half -day minimum)
Traffic Control (technician and additional truck)
Special Traffic Control I Lane Closure
PLUS: Asphalt Concrete - Per Cored Inch
Portland Cement Concrete - Per Cored Inch
Core Trimming - Per Cut
SURVEYING -Two Man Crew
PROFILOGRAPH TESTING
Profilograph with Operator - Portal to Portal
Data Analysis
LaBelle- Marvin, Inc.
2700 S. Grand Avenue Santa Ana, CA 92705
714 - 546 -3468 (P) 714- 546- 58.41(F)
$3,000.00
$2,000.00
$180.00 Ihr
By Quote
By Quote
$140.00 /hr
$115.00 /hr
By Quote
$8.00
$10.00
$25.00
$295.00 Ihr
$175.00 /hr
$80.00 /hr
0
-4-
CONSTRUCTION MATERIALS
GENERAL
This price has been condensed for your convenience. The cost of additional tests will
be furnished upon request.
A preparation charge will be added to all samples submitted to our laboratory that are
not ready for testing. This preparation charge will be based on the actual time required
at the Laboratory Technician's rate per hour.
AGGREGATES. SO/LS AND AGGREGATE BASE
Sieve Analysis, Coarse ASTM C136 or CA 202 -C $85.00
Sieve Analysis, Fine (including wash)
ASTM C136 or CA 202 -C $100.00
Specific Gravity, Bulk SSD, Coarse ASTM C127 or CA 206 $80.00
Specific Gravity, Fine ASTM C128 or CA 207 $130.00
Specific Gravity, Apparent Fine CA 208 $130.00
Absorption:
Coarse, ASTM C127 or CA 206 $90.00
Fine, ASTM C128 or CA 207 $130.00
Sand Equivalent (average of three)
ASTM D2419 or CA 217 $110.00
Durability Factor, Coarse or Fine
ASTM D3744 or CA229 $135.00
Cleanness Value CA227 $135.00
Los Angeles Rattler, ASTM C131 or CA 211 $300.00
Unit Weight, ASTM C29 or CA 212 $100.00
Hydrometer Analysis, ASTM D422 or CA 203 $220.00
LaBelle- Marvin, Inc.
2700 S. Grand Avenue Santa Ana, CA 92705
714 -546- 3468(P) 714 -546 -58.41 (F)
E
-5-
Plasticity Index, ASTM D 424 or CA 204
Maximum Density and Optimum Moisture
ASTM D1557 or CA 216
R- Value, ASTM D2844 or CA 301
Lime Treated
California Bearing Ratio (CBR) ASTM D 1883*
(One Point $185.00)
Lime Treated*
*Maximum Density /Optimum Moisture not included
pH - Per Determination ASTM C 977
pH — Eades & Grimm
Unconfined Compression
(sample preparation not included)
Crushed Particle, CA 205
Flat & Elongated Particle, ASTM D4791
Moisture Content CA 226 or ASTMD 2216
Subgrade Density (drive tube) ASTMD 2937
STABILIZED SOILS AND AGGREGATE
Emulsion, Cement or Lime Stabilization Investigation
Investigation, Design, Specifications and Quality Control
PORTLAND CEMENT CONCRETE
Flexural Strength ASTM C293 or CA 523
LaBelle- Marvin, Inc.
2700 S. Grand Avenue Santa Ana, CA 92705
714- 546 -3468 (P) 714 - 546- 58.41(F)
$155.00
$190.00
$240.00
$300.00
$400.00
$480.00
$110.00
$210.00
$85.00
$135.00
$215.00
$40.00
$100.00
By Quote
By Quote
$105.00
i
ASPHALT CONCRETE
ffm
i
Asphalt Concrete Mix Design, Marshall Stability
(one aggregate plus one asphalt) By Quote
Hveem Stabilometer Method
(one aggregate, plus one asphalt) By Quote
Stability Tests - Pre -mixed or Cored:
Hveem (S- Value) ASTM D1560 and D1561,
or CA 304 and 366 $260.00
Moisture Vapor Susceptibility, CA 307 $275.00
Combined Hveem and Moisture Vapor Susceptibility $440.00
Swell, CA 305 $175.00
Combined Hveem and Swell $310.00
Combined Hveem, Moisture Vapor
Susceptibility and Swell $525.00
Marshall Stability and Flow, ASTM D1559 $225.00
Combined Marshall and Retained Stability $390.00
Maximum Laboratory Density - Pre -mixed or Cored:
Marshall or Hveem $200.00
Maximum Theoretical Unit Weight
(Rice Gravity) ASTM D2041 $130.00
Tensile Strength Ratio (TSR) $750.00
with Freeze/Thaw $800.00
Retained Strength $445.00
Extraction, % Asphalt CA 310 $280.00
Binder Content - Ignition Oven, CA 382 $230.00
Extraction, % Asphalt (Reflux) ASTM D2172 $230.00
LaBelle - Marvin, Inc.
2700 S. Grand Avenue Santa Ana, CA 92705
714- 546 -3468 (P) 714- 546 -58.41 (IF)
0
-7-
Centrifuge Correction $90.00
% Rubber $90.00
Extraction, % Asphalt Recovery (Abson Method)
ASTM D 2172 and ASTM D 1856 $325.00
CKE (Gradation and Speck Gravity not included) CA 303 or ASTM D 5148 $190.00
Gradation of Extracted Aggregate (including wash) CA 202 or ASTM C136$100.00
Density and Thickness on Core Samples
ASTM D1188, ASTM D2726 and ASTM D3549 or CA 308 $60.00
Stripping (pre -mixed sample) ASTM D1664 or CA 302 $125.00
Permeability, VDOT $215.00
ASPHALT CEMENT
R.T.F.C., ASTM D2872 or CA 346 $290.00
R.T.F.C., ASTM D2872 or CA 346 with Loss on Heating $350.00
Absolute Viscosity @ 14017° (60C °), Poise, ASTM D2171 $175.00
Kinematic Viscosity @ 275FO (135C°)
or 140FO (60C°), cSt, ASTM D2170 $175.00
Penetration @ 77FO (25C °), 100g /5 sec., ASTM D5 $80.00
Penetration After Treatment with
Rejuvenating Agent $110.00
Ductility @ 77F° (25C°), cm., ASTM D113 $270.00
Flash Point, COC or Pensky- Martens
ASTM D92 or ASTM D93 $170.00
Softening Point, ASTM D36 $170.00
Solubility in Trichloroethylene, %, ASTM D2042 $185.00
LaBelle - Marvin, Inc.
2700 S. Grand Avenue Santa Ana, CA 92705
714 - 546 -3468 (P) 714- 546 -58.41 (F)
Spot Test, AASHTO T 102
Specific Gravity, ASTM D70
LIQUID ASPHALT
Viscosity SSF @ 77FO (25C°), sec., ASTM D244
Viscosity SSF @ 122FO (50C°)
Settlement Five or Seven Day, %, ASTM D244
Demulsibility, ASTM D244
Particle Charge, ASTM D244 or CA 343
pH Determination
Sieve Test, %, ASTM D244
Stripping (pre -mixed sample) ASTM D1664
Cement Mixing Test, ASTM D244
Distillation and Percent Oil Determination
ASTM D402 or ASTM D244
Residue by Evaporation
Cook -Off or CA Method 330, CA 331
Wet Track Abrasion Test (WTAT) ASTM D 3910
(sample preparation not included)
Storage Stability, One Day, ASTM D244
Float Test, ASTM D139 and ASTM D244
Cone Penetration, ASTM D243 and D5
Solids Content by Muffle Oven Bum -Off AASHTO T 267
Non Volatile Components
r!
LaBelle - Marvin, Inc.
2700 S. Grand Avenue Santa Ana, CA 92705
714- 546 -3468 (P) 714 -546 -58.41 (F)
$150.00
$130.00
$160.00
$190.00
$440.00
$130.00
$160.00
$120.00
$115.00
$115.00
$170.00
$330.00
$155.00
$110.00
$440.00
$120.00
$120.00
$150.00
$90.00
►W LaBelle Marvin
W.YE6BlT Ym DESIGN, MTM. 6 RlSpEC110R SERVICES
Proiect Engineer
Steven R. Marvin, P.E.
RCE 30659
RQE 5463
Mr. Marvin has more than thirty nine years of experience in the area of pavement engineering.
His experience includes pavement management, engineering design, construction inspection, and
material testing. Mr. Steven R. Marvin, currently President of LMI as of 1985, has received
numerous honors for his work with asphalt concrete and teaches at local Colleges and
Universities along with conducting seminars for pavement and material design. Mr. Marvin
oversees final quality control for all data and inspections performed by LMI operations of the
asphalt concrete laboratory, field sampling, pavement evaluations, and testing of roadway,
aggregate and subgrade materials, soil stabilization design and evaluation, pavement design,
rehabilitation design for existing pavement systems, and complete investigations of material
and/or design caused pavement failures.
Education:
California State University — Long Beach BSCE
Orange Coast College — AA
Tau Beta Pi — Engineering Honor Society
Chi Epsilon — Civil Engineering Honor Society
Professional Registration:
Civil Engineer — State of California (RCE 30659)
Quality Engineer — State of California (RQE 5463)
Associations:
American Public Works Association
American Society of Civil Engineers — National Technical Activities Commttee
American Society of Civil Engineers — National Committee on Government Affairs
American Society of Civil Engineers — Orange County Branch, Treasurer, Secretary, Vice
President and President
American Society of Civil Engineers — Los Angeles Section —Vice President and President
Asphalt Pavement Association
Asphalt Recycling and Reclaiming Association
Association of Asphalt Paving Technologists
Associated General Contractors
California Society of Civil Engineers — Treasurer
California State Council ASCE — Chairman
Institute for the Advancement of Engineering hie.
Maintenance Superintendents Association
Orange County Engineers Club — Secretary/Treasurer and President
Rotary International
Honors:
1991 Engineer of Merit — American Society of Civil Engineers — Orange County Branch
2001 Engineer of the Year — American Society of Civil Engineers — Orange County Branch
2002 Engineer of Merit — Orange County Engineering Council
Page t of 5
0
LM LaBelle Marvin
P MSNTRlUU815. DES ,MTW,, A 1"ECT10N 1£NYtCE9
11
Teaching Engagements:
Calif. State University — Los Angeles — Asphalt Laboratory Procedures, Asphalt Concrete
Inspection
Calif. State University — Long Beach — Pavement Design, Asphalt Concrete Design
Santiago College — Asphalt Technology, Soils and Foundations, Introduction to Public
Works
University of Calif, Irvine — Professional Registration Review — Portland Cement
Concrete Design.
Project Manager
Edward S. Perez
Civil Engineer
Mr. Edward S. Perez, Project Engineer and Project Manager, has focused his career on
asphalt concrete pavement design, material properties and construction since 1984. Mr.
Perez provides specific extensive experience relative to pavement management with
numerous roadway evaluations. Mr. Perez works with a variety of public and private
sector clients, exploring the specific and unique challenges of material issues, testing and
inspection requirements /needs, and long -term pavement rehabilitation alternatives. He
has also been instrumental in utilizing effective methods of subgrade preparation and soil
stabilization often necessary during pavement retrofit projects such as pavement
replacement and or resurfacing projects.
Education:
BSCE — California State University — Long Beach
Associations:
American Society of Civil Engineers — National
American Society of Civil Engineers — Orange County Branch
Experience:
Mr. Perez began his engineering career in December of 1981 with the City of Costa Mesa,
California, in the Engineering Design Department. His duties included drafting, surveying and
assistance to the engineers in street and storm drain design.
Since joining the firm of LaBelle - Marvin, Inc., in November of 1984, his duties have emphasized
the investigation, design and inspection of asphalt concrete pavements and pavement systems
throughout Northern and Southern California and portions of Nevada. Specific projects he has
been responsible for (investigation, design and inspection) include the rehabilitation of roadways
throughout Leisure World, Laguna Hills, playground and parking areas for several school
districts, including the Downey Unified and Perris Elementary School Districts, various roadways
throughout the City of Avalon, Santa Catalina Island, California, and numerous facilities for The
Church of Jesus Christ of Latter Day Saints throughout California. His duties include the
preparation of bid documents, plans, specifications, cost estimates and co- ordination with the
selected contractors during the construction phase of the project.
In addition to his pavement investigation, design and inspection activities, he is actively involved
in the inspection, sampling and testing of asphalt concrete paving materials for routine
conformance evaluation and failure investigation. He has completed courses in Asphalt Paving
Page 2 of 5
0 0
W LaBelle Marvin
RVEN TMIUVSIS, INSIGN, TESTING,& INSILCi SEN4IGE5
Mixtures, Design, Construction and Performance through the University of California, Berkeley,
and is an approved inspector for paving projects within the City of Irvine, California.
Assistant Proiect Manager
Griffin R. Marvin
Mr. Griffin R. Marvin, assistant project manager, provides spatial control of construction
material, site documentation and test data correlation through use of GPS, ArcGIS,
MicroPAVER, and AutoCAD. Griffin worked with LMI from 1994 to 1999 working with
asphalt materials, material testing and investigation of existing pavement systems.
Griffin returned to LMI in 2003 bringing new capabilities in global data management,
and serves to increase testing accountability, and final project documentation. Griffin also
provides expertise in Pavement Management, certified by the University of Illinois at
Urbana - Champaign, Arizona in 2004, by continuously involved in review, of existing
pavement systems, methods of condition assessment and review of construction quality.
2000 — BA Geography— University of California — Santa Barbara
GIS— Geographic Information Systems and Remote Sensing (Satellite Imagery)
Geological and Environmental sciences
2005 — AutoCad 2005 — GDMS — Lancaster, CA
2004 — MicroPaver 5.2— University of Illinois at Urbana - Champaign — Arizona
2002 — AutoCad 2002 — LACAD — Irvine, CA
Background:
Griffin Marvin has worked in civil engineering over 8 years. After working as a field and Lab
technician for 6 years, he left Labelle Marvin, Inc. and attended school at the University of Santa
Barbara where he then expanded his skills in the Geographical and Geological Sciences; studying
Geographical Informational Systems (GIS) and Satellite hnagery (Remote Sensing). He then
worked for 3 years as a GIS and survey /mapping technician at a large -scale engineering firm. He
has now returned to Labelle Marvin, Inc. bringing with him his vast knowledge of data
management skills, pavement management system education, and engineering capabilities.
He is proficient in ESRI's ArcGIS, which is supported by his educational background and
experience in both GIS and the Remote Sensing fields. In addition, he is highly skilled in
Autodesk's AutoCad 2005 LD3 and MicroPaver 5.2,
Experience:
Pavement Engineering— Various Clients, California
Responsible for preparing pavement evaluations and documentation, quantity take -offs, cost
estimates, field surveying, city and county permits, and responsible for LMI's geographical
information system (GIS), AutoCAD, and MicroPAVER services.
Material Testing — Laboratory
Lab experience included working with R- values, extractions, and MD curves. Field experience
included: coring and borings, deflection testing, asphalt inspections, and asphalt and aggregate
plant inspection. - Clients included: City of Anaheim, Fountain Valley, Long Beach, Hawthorne,
Los Angeles, San Clemente, San Diego, Corona, The U.S. Navy (San Nicholas Island Runway);
John Wayne Airport; and various home owner community associations.
Geographic Information System — Ladera Ranch, California
Page 3 of
0
W LaBelle Marvin
Pl,4,IBlTAfNL =. DESIGN.I STM S ffl E pN SE
•
Responsible for the assisting in the management and updating of the GIS database for the
exclusive planned community of Ladera Ranch, a Rancho Mission Viejo Development.
History:
1994 -1999, 2003 -2006
LaBelle Marvin — Santa Ana, CA
Pavement Management/GIS /AutoCad/survey/ Engineering support / IT
2000 —2003
Huitt- Zollars, Inc.- Irvine, CA
GIS / Topographic Mapping Technician/ Survey / Engineering support
Laboratory /Field Manager
Thomas Williams
Mr. Tom Williams, 'L- aboratory Manager, provides all scheduling and initial quality
control of all testing and data interpretation generated during on -site testing, remote site
testing such as at asphalt concrete production plants, and all testing performed at the
Main LMI laboratory. Tom presently serves on the Asphalt Pavement Association
Technical Committees in Orange, Los Angeles and San Diego Counties. Monthly review
of material properties, production variability, material supply limitations, and
industry/owner issues relating to asphalt concrete construction places Tom at the
forefront of industry problem solving. Tom furthers development of asphalt concrete
material qualities through involvement with the Standard Specifications for Public Works
Construction "Greenbook" committee and interfacing with Caltrans "Round Robin"
testing programs. Specialty testing equipment used by LMI for determination of asphalt
permeability was developed by Mr. Williams for use on various dam resurfacing and
landfill closure projects.
Associations:
Asphalt Pavement Association Technical Committees in Orange, Los Angeles and San
Diego Counties.
Experience:
Public Works Construction "Greenbook" Committee
Caltrans "Round Robin" Testing Program
1989 -2007
LaBelle Marvin — Santa Ana, CA
Technicians
Kevin P. Huffer
History: 19 Years with LaBelle Marvin, Inc.
Gordon K. Walck
History, 16 Years with LaBelle Marvin, Inc.
Jeffrey M. Galland
Page 4 of 5
0 0
LAA LaBelle Marvin
PIbEN AWq ..WW1 . TESEK 61NSPECigN SEWCES
History: 17 Years with LaBelle Marvin, Inc.
Brett 1. Marvin
History: 9 Years with LaBelle Marvin, Inc.
Don Linstrom
History:
10 Years with LaBelle Marvin, Inc.
Steve Linstrom
History: 9 Years with LaBelle Marvin, Inc.
Dave Baker
History:
8 Years with LaBelle Marvin, Inc.
Our staff of technicians have been with the Company for up to nineteen years each. They have
been trained under the supervision of Registered Civil and Quality Engineer, Steven R. Marvin.
Testing and inspection services --re performed in accordance with specified A.S.T.M., Caltrans, or
S.S.P.W.C. procedures. Each member of the technical staff participates in the broad range of
services provided by LaBelle- Marvin, Inc.
Page 5 of 5
0
r
AMENDMENT NO. 1
TO
PROFESSIONAL SERVICES AGREEMENT
WITH WILLDAN GEOTECHNICAL, FORMERLY ARROYO GEOTECHNICAL
FOR ON CALL MATERIALS & GEOTECHNICAL TESTING SERVICES
THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, entered
into this day of , 2008, by and between the CITY OF
NEWPORT BEACH, a municipal corporation, (hereinafter referred to as "City ") and
WILLDAN GEOTECHNICAL, (formerly Arroyo Geotechnical), a California corporation
whose address is 1515 S. Sunkist Street, Suite E, anaheim, California, 92806
( "Consultant'), and is made with reference to the following:
F
RECITALS
A. On June 27, 2006, CITY and CONSULTANT (formerly doing business as
Arroyo Geotechnical) entered into a Professional Services Agreement,
hereinafter referred to as "Agreement ", for On Call Materials and
Geotechnical Testing services for the City of Newport Beach, hereinafter
referred to as 'Project'. This Agreement is scheduled to expire on June
30, 2008.
B. City desires to enter into this Amendment No. 1 with Willdan Geotechnical
and to extend the term of the Agreement to September 30, 2010.
C. City and Consultant mutually desire to amend Agreement, hereinafter
referred to as "Amendment No. 1 ", as provided here below.
NOW, THEREFORE, the parties hereto agree as follows:
Consultant shall be compensated for various services performed pursuant
to this Amendment No. 1 and according to the Request to Extend On -Call
Services Agreement dated May 2, 2008, attached hereto as Exhibit A.
Compensation to the Consultant for services performed pursuant to this
Amendment No. 1 for all work performed from July 1, 2008, to September
30, 2010, including all reimburseable items and subconsultant fees, shall
be based on the attached Schedule of Billing Rates (Exhibit B).
The term of the Agreement shall be extended to September 30, 2010.
4. Except as expressly modified herein, all other provisions, terms, and
covenants set forth in Agreement shall remain unchanged and shall be in
full force and effect.
IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 1 on
the date first above written.
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
In
Mayor
for the City of Newport Beach
Wilidan Geotechnical:
M
(Corporate Officer)
Print Na
M
(Financial Officer)
Title:
Print Name:
Attachments: Exhibit A — Request to Extend On -Call Services Agreement
Exhibit B — Shedule of Billing Rates
z
F: \Users\PBW\Shared\Agreements \FY 08 -09\0n -C211 Services \Wilidan- formedy- Arroyo-On -Call Amendment -t.doc
r 0
Exhjbit A
May 02, 2008
Mr. Mike Sinacori, P.E.
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92658
WILLDAN I extending
Geotechnical react,
SUBJECT: Request for Contract Extension, On -Call Materials & Geotechnical Testing
Services, City of Newport Beach, Public Works Department
Mr. Sinacori:
Willdan Geotechnical, formerly doing business as Arroyo Geotechnical is pleased to submit this
Request for Contract Extension for On -Call Materials & Geotedhnical Testing Services. We have
provided you with an updated Statement of qualifications with current information concerning
WILLDAN GEOTECHNICAL qualifications, staffing, and resumes. Our ability to provide short
notice services has not changed. We will continue to meet all your needs.
Willdan Geotechnical has a well- established local office, conveniently located in Orange County,
California, with the following contact and office information:
WILLDAN GEOTECHNICAL
1515 South Sunkist Street, Suite E
Anaheim, California 92806
Phone: (714) 634 -3318, Fax: (714) 634 -3372
Contact: Ross Khiabani, President & C.E.O.
E -mail: rkhiabanilaZwilldan com; Web Address: www.Mildan.com
On behalf of the principals and staff of Arroyo, thank you for the opportunity to submit our
qualifications on these projects. During the evaluation process, please contact me or Joe Ritchey
at (714) 634 -3318 or jritchey@willdan.com. We look forward to further discussing our
qualifications and ideas for project implementation.
Respectfully submitted,
WILLDAN GEOTECHNICAL
Ross Khiabani
President/C.E.O.
Attachments:
Statement of Qualifications
Exhibit B, Fee Schedule
Distribution: Addressee
Engineering I Geotechnical I Environmental I Financial I Homeland Security
714.634.3318 1 tax 714.634.3372 1 1615 S. Sunkist Street, Suite E, Anaheim, GA 92806 1 www.willdan-com
E
Exhibit B
•
WILLDAN GEOTECHNICAL
Fee Schedule - Personnel
January 1, 2008
Special For City of Newport Beach
TECHNICAL STAFF
Senior Geotechnical
Staff Engineer /Gec
Sr. Soil Technician
Sr. Sop Technician
Soil Technician (Ni
Soil Technician (Pr
eologist ...... ..........................160.00
eer/Geologist .......................130.00
t................... .........................110.00
logist ............ ..........................90.00
........ ...............................
:....60.00
revalting Wages) ....................65.00
ling (!Wages) . ..........................75.00
tiling Wages) ........................
60.00
Wages) ....... ..........................75.00
ADMINISTRATIVE
Computer Data Entry ............................. ..........................50.00
Clerical................... ............................... ..........................50.00
Word Processing ..... ............................... .........................50..00
Computer' nme ....... ............................... ..........................15.00
CAD Operator ......... ............................... ..........................75.00
BERT'[ 7WES'S
Principal EngineeNGeologist ................ .........................320.00
Staff assignments depend on availability of personnel, site location, and the level of experience required to satisfy the technical
requirements of the project and meet the prevailing standard of professional care. Travel time to and from the job site will be charged at-the
hourly rates for the appropriate personnel. Blueprinting, reproduction, messenger services, and printing will be Invoiced at cost plus fifteen
percent (15 %). A subconsultant management fee of fifteen percent (15 %) will be added to the direct cost of all suboonsultant service& to
provide for the cost of administration, consultation, and. coordination. Mileaga/Fleld Vehicle usage will be charged at the rate of$.50/mile or
$5 per hour, subject to negotiation. T
0 0
Exhibit S
WILLDAN GEOTECHNICAL
Fee Schedule - Laboratory
January 1, 2006
Special For City of Newport Beach
Identification and Index Properties
In-Situ Moisture and Density (ASTM D2937) ................18.00
15.00
Grain Size Analysis (ASTM 0422)
20.00
Sieve Only (3" to # 200) .................. ...............................
66.00
Sieve and Hydrometer ........................ .........................100.00
40.00
Percent Passing #200 Sieve (ASTM D1140) ..............
45.00
Atterberg Limits (ASTM D4318)
60.00
MultiPoint .................................... ...............................
80.00
OnePoint ..................................... ...............................
65.00
Specific Gravity (ASTM D854) ..... ...............................
50.00
Sand Equivalent (ASTM D2419) .. ...............................
65.00
Compaction and Bearing Strength
Modified Proctor Compaction (ASTM D1557)
Method A or B (4" Mold) ......................... .........................160.00
Me" A or 8 ((° Mold) ......................... .........................175.00
Compaction, Callfomia 216 .................... .........................150.00
California Bearing Ratio CBR (ASTM D1683)
3 points .................... ............................... .........................450.00
R -Value ................... ............................... .........................220.00
Shear Strength
TorvanefPocket Penetrometer .......... ...............................
15.00
Direct Shear - per point
20.00
Consolidated- Drained (ASTM D3080 ) .............................
70.00
Residual.................. ............................... .........................100.00
40.00
Unconfined Compression (ASTM D2166) .......................100.00
Uncoosolidated- Undrained (UU) ............ .........................125.00
60.00
Consolidadon/Collapse and Swell Tests
Consolidation (ASTM D2435)
8load increments w /one time -rate .... .........................140.00
Additional bad Increment ............ ...............................
20.00
Additional Time rate per load increment .....................
40.00
Single point (collapse test) ......... ............................. :q
40.00
Single Load Swell (ASTM D4546)
Ring sample, field moi sture ......... ...............................
60.00
Ring sample, air dried .................. ...............................
60.00
Remolded sample per specimen . ...............................
40.00
Expansion Index (ASTM D482SIUBC 29- 2) ...............100.00
Laboratory Permeability
Constant Head (ASTM D2434) .......... .........................225.00
Falling Head Flexible Wall (ASTM D5084) .................275.00
Triaxial Permeability (EPA 9100) ....... .........................325.00
Chemical Tests
Corosivity (pH, resistivity, sulfates, chlorides) ........... 150.00
Organic content (ASTM D2974) .. ............................... 60.00
Unit rates presented are for routinely performed geolechniral and construction material laboratory tests. Othertests can ba performed in our
laboratory, including rock core, soil cement, and soil lime tests. Additional tests will be quoted on request. T
Unit rates presented herein assume samples are uncontaminated and do not contain heavy
metals, adds, carcinogens, or volatile organic compounds that can be measured by an OVA or PID with concentrations greater than 50
ppm. Arroyo will not accept contaminated samples. Uncontaminated samples will ba disposed of 80 days after presentation of test results.
0
0
i
Materials Testing / Inspection
SCHEDULE OF FEES — Prevailing Wage
City of Newport Beach
Professional Services
Price 5 / hour
Principal Engineer
160
Registered Civil Engineer
110
Staff Engineer
so
Project Management
100
Scheduling/Supervision
100
Secretarial Time
40
Reports — Test Results
10 ea
Review of Files for Final Letter of Affidavit (min. 2 hours)
100
Submittal Review for Compliance with Project Plans and Specifications
100
Inspection Serviees
Price $ / hour
DSA Project Inspector (IOR) — Class I
too
DSA Project Inspector (IOR) — Class 11
90
DSA Project Inspector (FOR) — Class 111
85
DSA Project Inspector (IOR) — Class IV
75
Relocatable Building In -Plant Inspections, Title 24
75
Assistant Project Impactor (IOR)
75
Special Inspection Concrete
65
Special Inspection Post- Tdnsioh Concrete
65
Spacial Inspection Shotcrete / DSA
65
Special Inspection Masonry I DSA
65
Special Inspection Epoxy Injection & Anchors
65
Special inspection. Fireproofing
65
Special Inspection Structural 6ted1/Welding & Bolting (Local)
65
Special inspection Structural Steel/Welding & Bolting ( Outside Local Area)
Quote
Special Inspection Welding A WS/CWI (Field, Local)
65
Special Inspection Welding AWS/CW1(Field, Outside Local Area)
Quote
Fabrication Inspection AWS /CWI (Local)
65
Fabrication Inspection (Outside Local Area)
Quote
Building Inspection
65
Special Inspection Asphalt
75
Batch Plant Inspection Concrete
65
Batch Plant inspection Asphalt
75
Technician Services
Price S / hour
Technician - Materials (Field)
65
Pachomcter - Technician
65
Moisture Testing - Technician
65
Technician Laboratory
60
Coring and Sizing (in house)
60
Coring Concrete, Masonry or Asphalt in Field
Quote
Sawing Concrete, Masonry or Asphalt in Field
Quote
Pull -out Test on Embedded Botts, Anchors, Dowels, and Splay Wires
65
Pick -up and Delivery - Standard
45
Technician Travel Time p40ml. radius or Anaheim lab)
45
Non - Destructive Testing (NDT) Price S / hour
Ultrasonic Inspection 70
Dye Penetrant Inspection 65
Magnetic Particle Inspection 65
Radiographic Testing Quote
Travel Charge Quotethour or mile
Truck Charge Quote/day
Film Quotelfilm
Scan Quote
0
•
EXHIBIT B
Concrete Strength Characteristics
Method
Price S ea.
Concrete Cylinders (6"x 12 ") - Compression
ASTM C -39
18
Lightweight Fill Concrete (3 "x6) Insulated
ASTM C495
20
Compression, Concrete or Masonry Cores (Testing Only). Max. Diameter 6"
ASTM Cr42
30
Gunite /Shetcrde Cores (Lab Coring & Testing Only)
ASTM C42
45
Mix Design, Review of Existing
125
Cylinder Molds, 6 "x 12 ", 2"x 4" (Not Used With Testing)
3
Unit Weight of Hardened Light weight Concrete
ASTM C -567
35
Rapid Cure Concrete Cylinders (Boil Method)
ASTM C -684
35
Petrographic Analysis of Hardened Concrete
ASTM C -856
Quote
Cement Content Analysis of Hartioned Concrete
ASTM C 1084
Quote
Masonry
Method
Price S ea.
Mortar Cylinders (2 "x4 ")
ASTM C -780
18
Mortar Cubes (2 "x 2 ")
ASTM C -109
18
Grout Prisms (3"x6')
ASTM C -1019
18
CMU Compression (3 required) to size 8 "x 8 "x 16"
ASTM C -140
50
CMU Compression (3 required) greater than 8 "x 8 "x 16"
ASTM C -140
55
CMU Moisture Content, Absorption & Unit Weight (6 required)
ASTM C -140
85
CMU Linear Drying Shrinkage (3 required)
ASTM C -426
85
CMU Grouted Prisms (Compression Test to 8 "x 8% 16 ")
ASTM E -447
135
CMU Grouted Prisms (Compression Test larger than 8 "x 8" x16')
ASTM E -447
160
Masonry Core -Shear Title 24 (Hest Only)
55
Sleet Reinforcement
Method
Price S ea
Tensile Test, Up to No. 9
ASTM A -370
35
Tensile Test; No. 9 and over
ASTM A -370
45
Bend Test, Up to No. 8
ASTM A-370
35
Bend Test, No. 9 and over
ASTM A -370
45
Processing Mill Certificates (per size and heat)
15
Weld Procedure and Weider Qualifications
Price S
Welder Certification/Weld Procedure Review (AWS/CWI)
65/hr.
Weld Tensile Test
50 ea.
Weld Bend Test
50 ea.
Weld-Macro Etch
50 ea
Bolt Tensile Test
50M
Machining and Preparation of Samples
50 ea.
Prestress
Method
Price /ea.
Prestress Wire (each cable)
ASTM A -416
150
Sample Preparation
45
Prestress Cable, 7 Wire (Breaking Strength /Modulus of Elasticity)
ASTM A416
150
Fireproofing
Method
Price S
Unit Weight (Density)
UBC Std. 7-6
35ea.
Cohesion/Adhesion
USC Std.7 -6
65/hr.
Special Inspection Fireproofing
65/hr.
Moisture Test
Method
Price S
Moisture Tests
ASTM E -1907
50 ea.
Moisture Retest
ASTM 8.1907
35 ea.
Moisture Testing - Technician
65/hr.
• s
EXHIBIT B
BASIS OF CHARGES - PREVAILING WAGE
REGULAR WORK HOURS
First 8 hours of Day Shift Monday through Friday, except holidays.
TIME AND ONE HALF
After 8 hours and up to I I hours Monday through Saturday.
DOUBLE TIME
After I I hours Monday through Saturday and Sundays.
TRIPLE TIME
Holidays: New Years, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving and the day after
Thanksgiving, and Christmas Day, the first Saturday following the first Friday in the months of June and December, and after 1 I
hours on Sundays.
SHIFT DIFFERENTIAL
Swing Shift: +10% for first 8 hours worked. Graveyard Shift: +15% for first 8 hours worked.
MINIMUM HOURLY CHARGES
1. Special Inspector t Field Technician (Field Time Only)
A. Cancellation of Inspections not canceled by 4:00 p.m. on prccedingv r ............
2 Hours
S. Ore-half working day or less... ............................................ ...........
A Hours
C. Over one -half working day/or begins before anon and extends into aftemoon......8
Hours
2. Project Inspector(IOR)
A. Cancellation of Inspections not canwied by 4:00 p.m. on preceding day ................4
Hours
B. One -half working day or less .................................. ..............................4
Hours
C. Over one -half working daylor begins before noon and extends into afternoon......
8 Hours
CANCELLATIONS
No Charge if made before 4:00 p.m. of the preceding day. See Minimum Charge.
CYLINDER HOLDS
All HOLDS will be disposed of after the 28 -day break meets the required PSI, unless specified in writing by the client prior to the
28-daybreak. Longterm or large amounts of HOLD cylinders maybe subject to storage fees.
OUTSIDE SERVICES
Outside services requested by client performed by others and direct costs expended on the client's behalf are charged at cost plus
200 %. These expanses include equipment rental, parking, subsistence, photographs, co- insurance endorsement, etc.
MILAGE CHARGES
Mileage for inspection i technician between 40 miles and 100 miles from Arroyo's nearest office will be charged at $.50 per mile.
Any mileage over 100 is per quote basis.
REPORT CHAGRES AND SECRETARY TIME
See fee schedule. A maximum of 5 copies will be issued for each report. Reissuing of reports is per quote basis.
REPORTING
All reports will be considered confidential information and be distributed to the client and those designated by Section 1701 UBC
I Title 24, Part I, CAC; unless authorized in writing be by client.
of delinquency;
PARKING
Wheat not furnished for the Inspector, parking charges will be reimbursed by the client.
SUBSISTENCE
When applicable, subsistence will be charged to the client I project by quotation.
hel. 1114416, Wdi-g 240ili-RaWRONFed V111tit, Rd C9.1 VCFS 01 5UUnJi;auUR Will bmIlUd In cost plus 'Nf3tlttAlPi. E
Geotceh ' ' n4
20
percent.
ost.
PREVAILING WAGE
The hourly rates provided arc in compliance with prevailing wage requirements. As the rates for California Prevailing Wage
increase, our hourly rates will increase accordingly.
PROFESSIONAL SERVICES AGREEMENT WITH
ARROYO GEOTECHNICAL FOR
ON -CALL MATERIALS TESTING AND GEOTECHNICAL TESTING
HIS AGREEMENT is made and entered into as of this � day of
J LL m<_ , 2006, by and between the CITY OF NEWPORT BEACH, a municipal
corporation ( "City "), and Arroyo Geotechnical, a California corporation, whose
address is 151 South Sunkist Street, Suite E, Anaheim, CA 92806 ( "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 has a need for on -call assistance for materials testing and geotechnical
testing services in regards to City construction projects.
C. City desires to engage Consultant to perform on -call materials testing and
geotechnical testing services in various locations and for various City
construction projects ( "Project ").
D. Consultant possesses the skill, experience, ability, background, certification and
knowledge to provide the services described in this Agreement.
E. The principal member[s] of Consultant for purposes of Project shall be Ross
Kahiabani, 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 30th day of June 2008, unless terminated earlier as set forth
herein.
2.
3.
0 0
SERVICES TO BE PERFORMED
Consultant shall provide "On -Call" Materials Testing and Geotechnical Testing
services as described in the Statement of Qualifications attached as Exhibit "A."
Upon verbal or written request from the Project Administrator, Consultant shall
provide a letter proposal for services requested by the City (hereinafter referred
to as the "Letter Proposal "). The Letter Proposal shall include only the
following:
(a) A detailed description of the services to be provided;
(b) The position of each person to be assigned to perform the services,
and the name of the individuals to be assigned, if available;
(c) The estimated number of hours and cost to complete the services;
(d) The time needed to finish the project.
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.
TIME OF PERFORMANCE
Time is of the essence in the performance of services under this Agreement and
the services shall be performed to completion in a diligent and timely manner.
The failure by Consultant to perform the services in a diligent and timely manner
may result in termination of this Agreement by City.
Notwithstanding the foregoing, Consultant shall not be responsible for delays
due to causes beyond Consultant's reasonable control. However, in the case of
any such delay in the services to be provided for the Project, each party hereby
agrees to provide notice to the other party so that all delays can be addressed.
3.1 Consultant shall submit all requests for extensions of time for
performance in writing to the Project Administrator not later than ten (10)
calendar days after the start of the condition that purportedly causes a
delay. The Project Administrator shall review all such requests and may
grant reasonable time extensions for unforeseeable delays that are
beyond Consultant's control.
3.2 For all time periods not specifically set forth herein, Consultant shall
respond in the most expedient and appropriate manner under the
circumstances, by telephone, fax, hand - delivery or mail.
4. COMPENSATION TO CONSULTANT
City shall pay Consultant for the services on a time and expense not -to- exceed
basis, in accordance with the provisions of this Section and the Schedule of
Billing rates attached hereto as Exhibit "B" and incorporated herein by reference.
No rate changes shall be made during the term of this Agreement without the prior
written approval of the City. Consultant's compensation for services performed in
subconsultant fees, shall not exceed the fees identified in the Letter Proposal, as
approved by the Public Works Department. Any Letter Proposal that sets forth
fees in excess of Fifty Thousand Dollars and No Cents ($50,000.00) shall require a
separate Professional Service Agreement approved by City Council per Council
Policy F -14.
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 and /or classification of employee who performed the work, a
brief description of the services performed and /or the specific task in the
letter proposal 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 the Letter Proposal. 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 and the Letter Proposal, which have been approved in
advance by City and awarded in accordance with this Agreement.
B. Approved reproduction charges.
C. Actual costs and /or other costs and /or payments specifically
authorized in advance in writing and incurred by Consultant in the
performance of this Agreement.
4.3 Consultant shall not receive any compensation for Extra Work 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 Letter
Proposal and which the parties did not reasonably anticipate would be
necessary. Compensation for any authorized Extra Work shall be paid in
accordance with the Schedule of Billing Rates set forth in Exhibit B.
5. PROJECT MANAGER
Consultant shall designate a Project Manager, who shall coordinate all phases of
the Project. This Project Manager shall be available to City at all reasonable
times during the Agreement term. Consultant has designated Ross Khiabani 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
t
•
shall not be unreasonably withheld with respect to the removal or assignment of
non -key personnel.
Consultant, at the sole discretion of City, shall remove from the Project any of its
personnel assigned to the performance of services upon written request of City.
Consultant warrants that it will continuously furnish the necessary personnel to
complete the Project on a timely basis as contemplated by this Agreement.
If Consultant is performing inspection or construction management services for
City, the Project Manager and any other assigned staff shall be equipped with a
Nextel Plus type cellular /direct connect unit to communicate with City staff.
Consultant's Nextel Direct Connect I.D. number will be provided to City to be
programmed into City Nextel units, and vice versa.
6. ADMINISTRATION
This Agreement will be administered by the Public Works Department. Bill
Patapoff shall be the Project Administrator and shall have the authority to act for
City under this Agreement. The Project Administrator or his/her authorized
representative shall represent City in all matters pertaining to the services to be
rendered pursuant to this Agreement.
7. CITY'S RESPONSIBILITIES
In order to assist Consultant in the execution of its responsibilities under this
Agreement, City agrees to, where applicable:
A. Provide access to, and upon request of Consultant, one copy of all
existing relevant information on file at City. City will provide all such
materials in a timely manner so as not to cause delays in Consultant's
work schedule.
B. Provide blueprinting and other services through City's reproduction
company for bid documents. Consultant will be required to coordinate the
required bid documents with City's reproduction company. All other
reproduction will be the responsibility of Consultant and as defined above.
C. 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.
0
0 9
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
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.
8.4 The term Construction Management or Construction Manager does not
imply that Consultant is engaged in any aspect of the physical work of
construction contracting. Consultant shall not have control over or be in
charge of and shall not be responsible for the project's design, City's
project contractor ( "Contractor'), construction means, methods,
techniques, sequences or procedures, or for any health or safety
precautions and programs in connection with the work. These duties are
and shall remain the sole responsibility of the Contractor. Consultant shall
not be responsible for the Contractors' schedules or failure to carry out the
work in accordance with the contract documents. Consultant shall not
have control over or be responsible for acts or omissions of City, Design
Engineer, Contractor, Subcontractors, or their Agents or employees, or of
any other persons performing portions of the work.
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, a 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 the Project (including the negligent and /or willful acts, errors and/or
omissions of Consultant, its principals, officers, agents, employees, vendors,
5
•
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 the Consultant.
10. INDEPENDENT CONTRACTOR
It is understood that City retains Consultant on an independent contractor basis
and Consultant is not an agent or employee of City. The manner and means of
conducting the work are under the control of Consultant, except to the extent
they are limited by statute, rule or regulation and the expressed terms of this
Agreement. Nothing in this Agreement shall be deemed to constitute approval
for Consultant or any of Consultant's employees or agents, to be the agents or
employees of City. Consultant shall have the responsibility for and control over
the means of performing the work, provided that Consultant is in compliance with
the terms of this Agreement. Anything in this Agreement that may appear to give
City the right to direct Consultant as to the details of the performance or to
exercise a measure of control over Consultant shall mean only that Consultant
shall follow the desires of City with respect to the results of the services.
11. COOPERATION
Consultant agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or
interest in the work to be performed. City agrees to cooperate with the
Consultant on the Project.
12. CITY POLICY
Consultant shall discuss and review all matters relating to policy and project
direction with City's Project Administrator in advance of all critical decision points
in order to ensure the Project proceeds in a manner consistent with City goals
and policies.
13. PROGRESS
Consultant is responsible for keeping the Project Administrator and/or his /her
duly authorized designee informed on a regular basis regarding the status and
progress of the work, activities performed and planned, and any meetings that
have been scheduled or are desired.
O
14. INSURANCE
Without limiting Consultant's indemnification of City, and prior to commencement
of work. Consultant shall obtain, provide and maintain at its own expense during
the term of this Agreement, a policy or policies of liability insurance of the type
and amounts described below and in a form satisfactory to City.
A. Certificates of Insurance. Consultant shall provide certificates of
insurance with original endorsements to City as evidence of the insurance
coverage required herein. Insurance certificates must be approved by
City's Risk Manager prior to commencement of performance or issuance
of any permit. Current certification of insurance shall be kept on file with
City at all times during the term of this Agreement.
B. Signature. A person authorized by the insurer to bind coverage on its
behalf shall sign certification of all required policies.
C. Acceptable Insurers. All insurance policies shall be issued by an
insurance company currently authorized by the Insurance Commissioner
to transact business of insurance in the State of California, with an
assigned policyholders' Rating of A (or higher) and Financial Size
Category Class VII (or larger) in accordance with the latest edition of
Best's Key Rating Guide, unless otherwise approved by the City's Risk
Manager.
D. Coverage Reauirements.
1. 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) 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.
2. General Liability Coverage. Consultant shall maintain commercial
general liability insurance in an amount not less than Two Million
Dollars ($2,000,000) 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
7
•
under this Agreement, or the general aggregate limit shall be at
least twice the required occurrence limit.
3. Automobile Liability Coverage. Consultant shall maintain
automobile insurance covering bodily injury and property damage
for all activities of the Consultant arising out of or in connection with
work to be performed under this Agreement, including coverage for
any owned, hired, non -owned or rented vehicles, in an amount not
less than One Million Dollars ($1,000,000) combined single limit for
each occurrence.
4. 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).
D. Endorsements. Each general liability and automobile liability insurance
policy shall be endorsed with the following specific language:
i. The City, its elected or appointed officers, officials, employees,
agents and volunteers are to be covered as additional insureds with
respect to liability arising out of work performed by or on behalf of
the Consultant.
ii. This policy shall be considered primary insurance as respects to
City, its elected or appointed officers, officials, employees, agents
and volunteers as respects to all claims, losses, or liability arising
directly or indirectly from the Consultant's operations or services
provided to City. Any insurance maintained by City, including any
self- insured retention City may have, shall be considered excess
insurance only and not contributory with the insurance provided
hereunder.
iii. This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with
respect to the limits of liability of the insuring company.
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) days written notice has been received
by City.
0
0 0
A. 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.
B. Additional Insurance. Consultant shall also procure and maintain, at its own
cost and expense, any additional kinds of insurance, which in its own
judgment may be necessary for its proper protection and prosecution of the
work.
15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following
shall be construed as an assignment: The sale, assignment, transfer or other
disposition of any of the issued and outstanding capital stock of Consultant, or of
the interest of any general partner or joint venturer or syndicate member or
cotenant if Consultant is a partnership or joint- venture or syndicate or cotenancy,
which shall result in changing the control of Consultant. Control means fifty
percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more
of the assets of the corporation, partnership or joint-venture.
16. SUBCONTRACTING
The parties recognize that a substantial inducement to City for entering into this
Agreement is the professional reputation, experience and competence of
Consultant. Assignments of any or all rights, duties or obligations of the
Consultant under this Agreement will be permitted only with the express written
consent of City. Consultant shall not subcontract any portion of the work to be
performed under this Agreement without the written authorization of City.
17. OWNERSHIP OF DOCUMENTS
Each and every report, draft, map, record, plan, document and other writing
produced (hereinafter "Documents'), prepared or caused to be prepared by
Consultant, its officers, employees, agents and subcontractors, in the course of
implementing this Agreement, shall become the exclusive property of City, and
City shall have the sole right to use such materials in its discretion without further
compensation to Consultant or any other party. Consultant shall, at Consultant's
expense, provide such Documents to City upon 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
Y
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 this Project, for the completion of this Project
by others, or for any other Project, excepting only such use as is authorized, in
writing, by Consultant. By acceptance of CADD data, City agrees to indemnify
Consultant for damages and liability resulting from the modification or misuse of
such CADD data. All original drawings shall be submitted to City in the version
of AutoCAD used by City in ".dwg" file format on a CD, and should comply with
the City's digital submission requirements for Improvement Plans. The City will
provide AutoCAD file of City Title Sheets. All written documents shall be
transmitted to City in the City's latest adopted version of Microsoft Word and
Excel.
19. CONFIDENTIALITY
All Documents, including drafts, preliminary drawings or plans, notes and
communications that result from the services in this Agreement, shall be kept
confidential unless City authorizes the release of information.
20. OPINION OF COST
Any opinion of the construction cost prepared by Consultant represents his
judgment as a design professional and is supplied for the general guidance of
City. Since Consultant has no control over the cost of labor and material, or over
competitive bidding or market conditions, Consultant does not guarantee the
accuracy of such opinions as compared to contractor bids or actual cost to City.
21. INTELLECTUAL PROPERTY INDEMNITY
The Consultant shall defend and indemnify City, its agents, officers,
representatives and employees against 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
10
0 0
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 to this Agreement. All such records shall be
clearly identifiable. Consultant shall allow a representative of City to examine,
audit and make transcripts or copies of such records 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 under this Agreement.
23. WITHHOLDINGS
City may withhold payment 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.
25. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the right to employ other Consultants in connection with the
Project.
26. CONFLICTS OF INTEREST
The Consultant or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act "), which (1) requires such
persons to disclose any financial interest that may foreseeably be materially
affected by the work performed under this Agreement, and (2) prohibits such
persons from making, or participating in making, decisions that will foreseeably
financially affect such interest.
If subject to the Act, Consultant shall conform to all requirements of the Act.
Failure to do so constitutes a material breach and is grounds for termination of
this Agreement by City. Consultant shall indemnify and hold harmless City for
11
• •
any and all claims for damages resulting from Consultant's violation of this
Section.
27. NOTICES
All notices, demands, requests or approvals to be given under the terms of this
Agreement shall be given in writing, and conclusively shall be deemed served
when delivered personally, or on the third business day after the deposit thereof
in the United States mail, postage prepaid, first -class mail, addressed as
hereinafter provided. All notices, demands, requests or approvals from
Consultant to City shall be addressed to City at:
Bill Patapoff
Public Works Department
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA, 92658 -8915
Phone: 949 - 644 -3311
Fax: 949 - 644 -3318
All notices, demands, requests or approvals from City to Consultant shall be
addressed to Consultant at:
Ross Khiabani, President
Arroyo Geotechnical
1515 South Sunkist Street, Suite E
Anaheim, CA 92806
Phone: 714- 634 -3318
Fax: 714 - 634 -3372
28. TERMINATION
In the event that either party fails or refuses to perform any of the provisions of
this Agreement at the time and in the manner required, that party shall be
deemed in default in the performance of this Agreement. If such default is not
cured within a period of two (2) calendar days, or if more than two (2) calendar
days are reasonably required to cure the default and the defaulting party fails to
give adequate assurance of due performance within two (2) calendar days after
receipt of written notice of default, specifying the nature of such default and the
steps necessary to cure such default, the non - defaulting party may terminate the
Agreement forthwith by giving to the defaulting party written notice thereof.
Notwithstanding the above provision, 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 and other information
12
• i
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, 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.
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.
13
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 OF NEWPORT BEAC
A Municipal Corporation
C.Gam- By: (j/1 - —
Aaron C. Harp, Do `e`6b
Assistant City Attorney Mayor
for the City of Newport Beach for the City of Newport Beach
ATTEST:
ofl� a - &14"
LaVonne Harkless,
City Clerk,
ARROYO GEOTECHNICAL:
By: r
(Corporate Officer)
Title:
Print Name -ss k M'L t
By: �/i
(Financial Officer)
Title: aoxa-r wl
Print Name: L' L_ Giti
Attachments: Exhibit A — Statement of Qualifications
Exhibit B — Schedule of Billing Rates
f:\users\pbw\shared\agreements\fy 05-06\on-call services\arroyo geotechnical.doc
14
EXHIBIT 'AS •QUALIFICATIONS
Materials Testing and Inspection Services
4.0 PROJECT UNDERSTANDING AND WORK PLAN
4.1 WORK PLAN
The reason that materials testing and inspection are necessary for a project is to ensure all project
elements are constructed in accordance with the construction specifications, plans and contract
documents. Due to the nature of construction support services, our work is highly dependent on
construction need and schedule. To achieve the goal, we will use the approach described below.
4.1.1 Project Protocol
Based on our experience in providing construction support services for other agencies, Arroyo
envisions the process will follow the following protocol:
(1) The process will begin with initial communication from the Clients Construction Project
Manager (PM) who will describe the project, location of the project, and request for the
specific services to be provided by Arroyo.
(2) Based on what is to be tested or inspected, Arroyo will dispatch the appropriate staff
(engineer, field technician, or inspector). Arroyo staff will initiate dialogue with the
necessary'persons in the field. Arroyo will log activities and observations and provide
other services requested by the Clients Construction PM or IOR. At the end of each
workday, the technician or inspector will submit a field report of the work inspected or
tested to the PM / IOR.
(3) Arroyo's PM will keep dialogue with the Clients Construction PM or IOR, as needed.
(4) Arroyo will prepare and submit to the Client reports of tests requested by the Client.
4.1.2 Schedule Control
We are fully aware of the need to provide services with short notice and complete the assigned
task under a demanding schedule. Therefore, we are proposing to have available a pool offield
Technicians and Inspectors to respond to the . field needs for testing and inspection
simultaneously. We are committing our team to respond to the construction need in a timely
manner and to meet the schedules of the project. Our field staff will make a point of meeting
with the Clients PM, IOW and contractor's representative and always plan for their upcoming
immediate needs.
4.1.3 Budget Control
Arroyo anticipates our services will be provided on a time- and - materials basis. The Arroyo PM
Page 14
•
i QUALLEWATION5
Materials Testing and Inspection Services
will keep track of the time, personnel and resources used to complete each project task.
Generally, the PM receives weekly reports on expenditures, budget status, and hours expended
by task_ These weekly reports are prepared using the BST Enterprise computer software system.
The expenditure status and hours can be compared to the budgeted amount for quick
identification of discrepancies.
Each Arroyo employee submits a time sheet every Friday and hours are logged in the BST system
by the following Monday. Therefore, the project status can be easily tracked and monitored.
4.1.4 Quality Control
Arroyo has long recognized the importance of quality control and its direct relationship to the
success of a project. Our standard practice is to prepare a project specific Quality Control Plan as
specified by the Arroyo's Quality Assurance Manual. The primary mission of our Quality
Control Plan is to provide staff with the technical and managerial expertise to plan, organize,
implement, and control the overall quality effort, thereby ensuring the completion of a quality
project within the time and budget established. Periodically, throughout the course of a project
and at the end of each construction phase, the Project Manager and/or Principal -in- Charge will
contact the client to get feedback on the Arroyo's performance.
Arroyo will perform all testing in accordance with the procedures and requirements of American
Society for Testing and Materials (ASTM) Standards.
To make sure the accuracy of the testing results, our testing machines will be calibrated annually
or more frequently as needed by impartial means using devices of accuracy traceable to the
National Bureau of Standards.
4.1.5 Customized On -Line Project Reporting System for the Client
Upon agreement with the Client, we will establish a password - protected, on -line reporting site on
Arroyo's website (www.arroyogeotechnical.com). This on -line page will enable the Clients
project manager or its designated personnel to log in and view the latest project information,
which may include contacts and phone numbers, status of each project task, relevant photos,
daily reports, testing and inspection results. The information will be accessible only to the
Clients staff and all Arroyo's project team members.
4.1.6 Client Relationships
The success of a project depends on the cooperation and teamwork of all parties involved. In the
past several years, Arroyo has built a reputation for productive client relationships. We have had
no construction - related litigation since Arroyo's inception.
Since some project may be located in an academic environment, it is especially important to
Page 15
I
0 QUALMCATIONS
Materials Testing and Inspection Services
work harmoniously not only with the contractor but also with administrative and academic staff.
Mr. Joe Ritchey has worked on several projects on campuses. He understands the needs of the
construction projects and knows how to handle the construction issues on campus projects as
well as any other project.
usurance
6.0 EQUAL OPPORTUNITY EMPLOYER
As an equal opportunity and affirmative action employer, Arroyo strictly follows the equal
opportunity policy
Page 16
• Exhibit B •
Materials Testing / Inspection
SCHEDULE OF FEES — Prevailing Wage
City of Newport Beach
On -Call Materials Testing and Geotechnical Testing Services
Task
Professional Services
Price S / hour
Special Rate
330100
Principal Engineer
150
330105
Registered Civil Engineer
110
330110
Staff Engineer
90
330115
Project Management
40
330120
Scheduling/Supervision
65
330125
Secretarial Time
40
330130
Reports — Test Results
10 ea
330135
Review of Files for Final Letter of Affidavit (min. 2 hours)
100
330140
Submittal Review for Compliance with Project Plans and Specifications
100
Task
Inspection Services
Price S / hour Special Rate
331200
DSA Project Inspector (IOR) — Class 1
100
331202
DSA Project Inspector (TOR) — Class II
90
331204
DSA Project Inspector (10R) — Class III
85
331206
DSA Project Inspector (IOR) — Class IV
75
331208
Relocatable Building In -Plant Inspections, Title 24
75
331210
Assistant Project Inspector (IOR)
75
331220
Special Inspection Concrete
75
59
331222
Special Inspection Post - Tension Concrete
75
59
331224
Special Inspection Shotcrete / DSA
75
60
331226
Special Inspection Masonry / DSA
75
60
331228
Special Inspection Epoxy Injection & Anchors
75
59
331230
Special Inspection Fireproofing
75
59
331232
Special Inspection Structural Steet/Welding & Bolting (Local)
75
59
331234
Special Inspection Structural Steel/Welding & Bolting ( Outside Local Area)
Quote
331236
Special Inspection Welding AWS /CWI (Field, Local)
75
60
331238
Special Inspection Welding AWS /CWI (Field, Outside Local Area)
Quote
331240
Fabrication Inspection AWS /CWI (Local)
60
331242
Fabrication Inspection (Outside Local Area)
Quote
331250
Building Inspection
75
59
331260
Special Inspection Asphalt
75
70
331280
Batch Plant Inspection Concrete
75
59
331282
Batch Plant Inspection Asphalt
75
70
Task
Technician Services
Price S / hour
Special Rate
331300
Technician - Materials (Field)
75
59
331302
Pachometer - Technician
75
59
331306
Moisture Testing - Technician
75
59
331310
Technician Laboratory
65
60
331320
Coring and Sizing (in house)
65
60
331322
Coring Concrete, Masonry or Asphalt in Field
Quote,
331324
Sawing Concrete, Masonry or Asphalt in Field
Quote
331330
Pullout Test on Embedded Bolts, Anchors, Dowels, and Splay Wires
75
60
331340
Pick -up and Delivery - Standard
45
331342
Technician Travel Time (>40mi. radius of Anaheim lab)
45
Task
Non - Destructive Testing (NDT)
Price $ / hour
Special Rate
331400
Ultrasonic hu pection
75
65
331402
Dye Penetrant Inspection
75
65
331404
Magnetic Particle Inspection
75
65
331410
Radiographic Testing
Quote
331412
Travel Charge -
Quote/hour or mile
331414
_
Truck Charge
Quote/day
331416
Film
Quote/film
331420
Scan
Quote
Client City of Special Rate reflects your discounted price. Prices valid for 6 mcrrnt.
WWcat Beach
Data 05-31.06
• •
/.% ARROYO
®SIC GEOTECHNICAL
T ARROYO GEOTECHNICAL
Fee Schedule - Laboratory
January 1, 2006
Special For City of Newport Beach
Identification and Index Properties
In -Situ Moisture and Density (ASTM D2937) ...............18.00
15.00
Grain Size Analysis (ASTM D422)
20.00
Sieve Only (3" to #.200) ....................... ..........................65.00
70.00
Sieve and Hydrometer ........................ .........................100.00
40.00
Percent Passing #200 Sieve (ASTM D1140) .............
45.00
Atterberg Limits (ASTM D4318)
220.00
Multi. Point .................................... ...............................
80.00
OnePoint .................................... ...............................
65.00
Specific Gravity (ASTM D854) .... ...............................
50.00
Sand Equivalent (ASTM D2419) . ...............................
65.00
Compacbonlantl Bearrng StreRgfh . .
Modified Proctor Compaction (ASTM D1557)
Method A or B (4" Mold) ......................... .........................150.00
15.00
Method A or B (6" Mold ) .............................. ...................175.00
20.00
Compaction, California 216 .................... .........................150.00
70.00
California Bearing Ratio CBR (ASTM D1883)
40.00
3 points ................... ............................... .........................450.00
R -Value ............................................ ...............................
220.00
' "S.hear, I S teng`�h
Torvane /Pocket.Penelrometer ......... ...............................
15.00
Direct Shear - per point
20.00
Consolidated - Drained (ASTM 03080) ............................
70.00
Residual.................. ............................... .........................100.00
40.00
Unconfined Compression (ASTM D2166) .......................100.00
Unconsolidated- Undrained (UU) ...... ............................125
00
Consolidation(Collapse and Swell Tests
Consolidation (ASTM D2435)
8 load increments w /one time -rate ..... ........................140.00
Additional load increment ........................... ...... I.........
20.00
Additional Time rate per load increment .....................
40.00
Single point (collapse lest) .......... ...............................
40.00
Single Load Swell (ASTM D4546)
Ring sample, field moisture ......... ...............................
60.00
Ring sample, air dried ................. ...............................
60.00
Remolded sample per specimen . ...............................
40.00
Expansion Index (ASTM D4829 /UBC 29- 2) ...............100.00
t,, ;Laboratory Peimeabllty
Constant Head (ASTM D2434) ......... .........................225.00
Falling Head Flexible Wall (ASTM D5084) .................275.00
Triaxial Permeability (EPA 9100) ............................... 325.00
Chemfcal'rTgsts
Corrosivity (pH, resistivity, sulfates, chlorides) ........... 150.00
Organic content (ASTM D2974) .. ............................... 60.00
Unit rates presented are for routinely performed geolechnicai and construction material laboratory tests. Olhertests can be performed inour
laboratory, including rock core, soil cement, and soil lime tests. Additional tests will be quoted on request. The rates will remain firm for a
period of 2 years from the date of this submittal. Unit rates presented herein assume samples are uncontaminated and do not contain heavy
metals, acids, carcinogens, or volatile organic compounds that can be measured by an OVA or PID with concentrations greater than 50
ppm. Arroyo will not accept contaminated samples. Uncontaminated samples will be disposed of 30 days after presentation of lest re5Ul+e.
Page 2 of 2
Engineering • material Testing • Inspcctiun
• •
/.X ARROYO
17 GEOTECHNICAL
ARROYO GEOTECHNICAL
Fee Schedule - Personnel
January 1, 2006
Special For City of Newport Beach
TECHNICAL STAFF
GEOTECHNICAL
..........................50.00
Principal /Chief Engineer/Geologist ...... .........................160.00
50.00
Senior Geotechnical Engineer /Geologist ......................130.00
50.00
Project Engineer/ Geologist ................... .........................110.00
..........................15.00
Senior Staff Engineer / Geologist ............ ..........................90.00
..........................75.00
Staff Engineer / Geologist ....................... ..........................80.00
Sr. Soil Technician (Non - prevailing Wages) ...................65.00
Sr. Soil Technician (Prevailing Wages) . ..........................75.00
Soil Technician (Non - prevailing Wages) ........................
60.00
Soil Technician (Prevailing Wages) ...... ..........................75.00
1315 South Sunkisi Slreei. Suite E
Anaheim, Califomia 928U6
7141634 -3318 fax 714/634 -3372
wwwarroyogeotechnica I.com
ADMINISTRATIVE
Computer Data Entry ............................
..........................50.00
Clerical............................................. ...............................
50.00
Word Processing ............................. ...............................
50.00
Computer Time ...... ...............................
..........................15.00
CADOperator ........ ...............................
..........................75.00
EXPERT WITNESS
Principal Engineer/ Geologist ................ .........................320.00
Staff assignments depend on availability of personnel, site location, and the level of experience required to satisfy the technical
requirements of the project and meet the prevailing standard of professional care. Travel time to and from the job site will be charged at the
hourly rates for the appropriate personnel. Blueprinting, reproduction, messenger services, and printing will be invoiced at cost plus fifteen
percent (15 %). A subconsullant management fee of fifteen percent (15%) will be added to the direct cost of all subconsultant services to
provide for the cost of administration, consultation, and coordination. Mileage /Field Vehicle usage will be charged at the rate of $.50 1mile or
$5 per hour, subject to negotiation. The rates will remain firm for 2 years from the date of this submittal.
Page 1 of 2
Members of:
Engineering • A-lalerialTesting • InspMnion ASFE
1M Pan Poap1e on Evm
Cli nt#' 6540
WILLDAN
g�2fi€' . - CERTIFICA OF LIABILITY INSUWCE
o /2241 sem`
PRODUCER
Dealey, Renton & Associates
P. O. Box 10550
Santa Ana, CA 92711 -0550
714 427 -6810
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
INSURED
Arroyo Geotechnical
1515 S. Sunkist Street #E/F
Anaheim, CA 92806
INSURER A: Zurich American Insurance Co.
INSURER e: American Automobile Ins. Co.
INSURER C: XL Specialty Insurance Co.
INSURER D.
INSURER E
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWmiSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
Im
TYPE OF INSURANCE
POLICY NUMBER
POLI EFFECTIVE
PON T
UND
LIMITS
A
GENERALLIABILJTY
X COMMERCW.GENERALLIASSJTY
CLAIMS MADE F1 occuR
X CONTRACTUAL
GLO904316300
INDP. CONTRACTORS
INCLUDED
11109/05
11/09/06
EACH OCCURRENCE
$1000000
FIRE DAMAGE (Any anIft)
$1,000,000
MED EXP (AM m pamn)
$10.000
PERSONAL &ADVINJURY
$1000000
X
BFPD. XCU
GENERALAGGREGATE
s-2. 000 000
GENL AGGREGATE LIMITAPPLIES PER:
POLICY X PR4 LOD
PRODUCTS- COMP/OPAGG
$2000000
A
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SC MBULEO AUTOS
HIREDAUTOS
NON-OWNED AUTOS
BAP904316200
11/09/05
11/09/06
COMBINED SINGLE LIMIT
(FAwdd=Q
$1,000,000
X
BODILY INJURY
(PW PMT)
$
X
BODILY INJURY
w
(p«°dmt)
$
X
PROPERTY DAMAGE
(PwaWdenU
3
GARAGE LIABILITY
ANY AUTO
AUTO ONLY• EAACCIDENT
$
OTHER THAN EA ACC
AUTOONLY: AGO
$
$
A
Excess LIABILITY
X OCCUR Fl CLAIMS MADE
DEDUCTIBLE
RETENTION $
SE0904316400
Professional Llab
Is Excluded
11/09/05
11109/06
EACH OCCURRENCE
s3000000
AGGREGATE
s3.000.000
$
$
B
WORKERS COMPENSATION AND
EMPLOYERS' LIABILnY
WZP80936177
11109/05
11/09/06
X
E.L. EACH ACCIDENT
$11,000,000
E.L DISEASE • EA EMPLOYEE
$1 OOO OOO
EL DISEASE- P01.ICYLWn
$1000000
C
OTHER Professional
'ability
DPR9415196
11/09/05
11/09/06
$1,000,000 per claim
51,000,000 annl aggr.
DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESIE XCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
General Liability policy excludes claims arising out of the performance of professional
services
Re: On -call materials and geotechnical testing, JN 165185000 -22020
City of Newport Beach, Its elected or appointed officers, officials,
(Sea Attached Descriptions)
City of Newport Beach
Attn: Shauna Oyler
3300 Newport Blvd.
Newport Beach, CA 92658
POLICES BE CANCELLED BEFORE T446 EXPWATWN
DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR T01ML30— DAYSWRITTEH
NOTICETOTHE CERTIFICATE HO.DERNAMEDTOTHr LEFT. BUTFAS-URE TOOOSOSHALL
UPON TH E INSURER,ITS AGENTS OR
ACORD 25•S (7!97)1 of 2 #M142761 RILL a ACORD CORPORATION 1988
DES PTIONS:(Continuedfr0i. 1).
employees, agents and volunteers are Additional Insured as respects to
General and Auto Liability as required by written contract. Primary and
Non - Contributing, Cross Liability coverage, Waiver of Subrogation applies
to GL as required by when contract Waiver of Subrogation for Work
Comp
Is Included as required by written contract
(Arroyo)
AMS 25.3 (07/97) 2 of 2 9M142761
0
0
Additional Insured — Automatic - Owners, Lessees Or ZURICH
Contractors - Broad Form
Polic No.
I Eff. Date of Pol
Ez . Date of Pol
Eff. Date of End
Producer
Add'l Prem.
I Rehm Prem.
GLO"4316300
1 11/09/05
11109/06
11/09/05
Dealey,
Renton
$ N/A
$ N/A
THIS ENDORSEMENT CHANGES THE POLICY PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the:
Commercial General Liability Coverage Part
Name of Person or Organization: its elected or appointed officers, officials, employees, agents & volunteers
A. WHO IS AN INSURED (Section II) is amended to include as an insured any person or organization whom you are required
to add as an additional insured on this policy wider a written contract or written agreement.
B. The insurance provided to additional insureds applies only to "bodily injury", "property damage" or "personal and advertis-
ing injury" covered under Section 1, Coverage A, BODILY INJURY AND PROPERTY DAMAGE LIABILITY and
Coverage B, PERSONAL AND ADVERTISING INJURY LIABILITY, but only if:
1. The "bodily injury" or "property damage" results from your negligence; and
2. The "bodily injury ", "properly damage" or "personal and advertising injury" results directly from:
a. Your ongoing operations; or
b. "Your work" completed as included in the "products - completed operations hazard', performed for the additional
insured, which is the subject of the written contract or written agreement.
C. However, regardless of the provisions of paragraphs A. and B. above:
L We will not extend any insurance coverage to any additional insured person or organization:
a. That is not provided to you in this policy; or
b. That is any broader coverage than you are required to provide to the additional insured person or organization in
the written contract or written agreement; and
2. We will not provide Limits of Insurance to any additional insured person or organization that exceed the lower of:
a. The Limits of Insurance provided to you in this policy; or
b. The Limits of Insurance you are required to provide in the written contract or written agreement.
D. The insurance provided to the additional insured person or organization does not apply to:
1. "Bodily injury", "property damage" or "personal and advertising injury" that results solely from negligence
of the additional insured, or
2. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering or failure to
render any professional architectural, engineering or surveying services including
U- GL- 1175 -A CW (9103)
Page 1 of 2
0 0
a. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys,
field orders, change orders or drawings and specifications; and
b. Supervisory, inspection, architectural or engineering activities.
E. The additional insured must see to it that:
1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim:
2. We receive written notice of a claim or "suit' as soon as practicable; and
3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by
another insurer under which the additional insured also has rights as an insured or additional insured.
F. The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other in-
surance available to any additional insured person or organization unless the other insurance is provided by a contractor
other than you for the same operations and job location. Then we will share with that other insurance by the method de-
scribed in paragraph 4.c. of SECTION TV - COMMERCIAL GENERAL LIABILITY CONDITIONS.
Any provisions in this Coverage Part not changed by the terms and conditions of this endorsement continue to apply as writ-
ten.
U -GL- 1175 -A CW (9/03)
Page 2 of 2
0 0
D
Waiver Of Subrogation (Blanket) Endorsement ZURICH
Poky, Teo.
Eff. Date. a Pdt.
Eai). Date of Pot.
Eff. Data'of Bnd.
I Pmducar
AWL PMn
RetoraPrean.
GL:O904316SOO
11109!05
11/09/06
11009 /115
oy, ttenton
Associates
StVA
$141A
THIS 0MOR5EMENT CHANGES THE POLICY. PLEASE READ .IT CAREFULLY.
This endorsement modifies insurance provided under the:
Commercial General LiaKUly Coverage Part
The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition:
If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from
others, we agree to waive our rights of recovery. This waiver of rights shall not be construeal to be a waiver with respect to any
other operations in which the insured has no contractual interest
U-GL 425 -ECW (12M1)
Page 1 of I
•1
POLICY NUMBER: 13AP904316200 BUSINESS AUTOMOBILE LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY
DESIGNATED INSURED ENDORSEMENT (CA 20 48)
Name of Person(s) or Organization(s)
City of Newport Beach
Attn: Shauna Oyler
3300 Newport Blvd.
Newport Beach, CA 92658
BUSINESS AUTO COVERAGE
Each person or organization indicated above is an "insured" for Liability Coverage, but only to
the extent that person or organization qualities as an "insured" under the Who Is An Insured
provision contained In SECTION II of the Coverage Form.
Additional Insured Continued: its elected or appointed officers,
officials, employees, agents and volunteers
CA20 48 07 97
0
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT
This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different
date is indicated below.
(The following "attaching clause" needs to be completed only when this endorsement is Issued subsequent to preparation of the policy.)
This endorsement forms apart of Policy No. WZP80936177
Issued to: Arroyo Geotechnical
By: American Automobile Ins. Co.
Premium (if any) TBD
We have aright to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our
right against the person or organization named In the Schedule. (This agreement applies only to the extent that you
perform work under a written contract that requires you to obtain this agreement from us).
You must maintain payroll records accurately segregating the remuneration of your employees while engaged In the work
described in the Schedule.
The additional premium for this endorsement shall be 2 -5% of the California workers compensation premium otherwise
due on such remuneration.
Person or Organization
City of Newport Beach
Attn: Shauna Oyler
3300 Newport Blvd.
Newport Beach, CA 92658
WC 04 03 06
(Ed. 4-84)
Schedule
Job Description
Waiver applies to: its elected or
appointed officers, officials,
employees, agents and volunteers
Countersigned by
Authorized Representative
JUL-27 -2006 THll�(a�lj0j:58\AM Broy&Brown Inc
FAX N0, 71Q_221 4192 P. 01
Fax q: . ( 7 � . leyy3 3l0 u
CERTIFICATE OF INSURANCE
CHECKLIST
City of Newport Beach
This checklist is comprised of r u(raments as outlined by the City of Newport Beach.
Date Received: o? Dept. /Contact Received From: X01
Date Completed: 7 �a _ Sent to: s�t6i M R By: ot�t�o,
Company)Person re fired to have certificate: /�rI A_ GYh CI -nQ* ckfm:C -A
I. GENERAL LIABILITY A
Z14r 4W,6V1CekM (ri]
A.
INSURANCE COMPANY:
B.
AM BEST RATING (A: VII or greater):
C.
ADMITTED Company (Must be California Admitted):
Is Company admitted In California? Yes
❑ No
D.
LIMITS (Must be $1M or greater): What is limit provided?
- -tali d a-
E.
PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it Included? as ffNo
F.
ADDITIONAL INSURED WORDING TO INCLUDE (The City its
officers, officials, employees and volunteers): Is it Included? ffyes
❑ No
G.
PRIMARY 8, NON - CONTRIBUTORY WORDING (Must be included):
Is It included? [II Yes
❑ No
H.
CAUTION! (Confirm that loss or liability of the named insured is not
limited solely by their negligence) Does endorsement include "solely by
�/
negligence" wording? [I Yes
[�J No
I.
NOTIFICATION OF CANCELLATION: Although there Is a provislon that requires notification of
cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording.
tl. AUTOMOBILE LIABILITY t- /►
A. INSURANCE COMPANY: _2iAVf'CCI /Gk 4 Z17 K f-z?* cf, LA
B.
AM BEST RATING (A: VII or greater): _ AAZ
C.
ADMITTED COMPANY (Must be California Admitted):
Is Company admitted In California? p Yes
❑ No
D.
LIMITS (Must be $fM min. BI & PD and $500,000 UM): What is limits provided? ,H , i;"
?
E.
ADDITIONAL INSURED WORDING TO INCLUDE (The City its
officers, officials, employees and volunteers): Is it included? MrYes
❑ No
F.
PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers on)y)'
Is it included? NJ A- ❑ Yes
❑ No
G.
NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of
cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording.
III, WORKERS'
COMPENSATION p �IC��
(r
A.
INSURANCE COMPANY:
B.
AM BEST RATING (A: VII or greater):
C.
LIMITS: Statutory
D.
WAIVER OF SUBROGATION (To include): Is it included? LWYe
❑ No
HAVF� ALL ABM REQUIREMENTS BEEN MET? Yes
❑ No
If NO! WHICH ITEMS NEED PQ BE COMPLETED?
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No. 17
June 27, 2006
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY
FROM: Public Works Department
Robert Gunther, P.E.
949 - 644 -3311 or rgunther @city.newport- beach.ca.us
Jud 2 7 209
SUBJECT: GEOTECHNICAL AND MATERIALS TESTING AND EVALUATION,
INSPECTION AND CONSTRUCTION MANAGEMENT, AND
LANDSCAPE DESIGN SERVICES - APPROVAL OF ON -CALL
PROFESSIONAL SERVICES AGREEMENTS
RECOMMENDATIONS:
1. Approve Professional Services Agreements with Arroyo Geotechnical and LaBelle
Marvin Inc for on -call geotechnical and materials testing and evaluation services
and authorize the Mayor and City Clerk to execute the Agreements.
2. Approve a Professional Services Agreement with WEC Corporation for on -call
inspection and construction management services and authorize the Mayor and
City Clerk to execute the Agreements.
3. Approve Professional Services Agreements with TCLA, Inc and David Volz Design
for on -call landscape design services and authorize the Mayor and City Clerk to
execute the Agreement.
DISCUSSION:
City Council approved the use of On -Call Professional Services Agreements (PSAs) on
the November 26, 2002, December 9, 2003, and June 26, 2005 agendas. These on-
call PSAs have proven to be very effective and efficient. Prior to this, a number of
PSAs were executed between the City and selected consultants each time services
were required to support smaller, regular tasks needed for Capital Improvement
Program (CIP) projects.
A request for qualifications for on -call services was mailed to seven firms. Staff
recommends executing PSAs with five of the firms as listed above, that is - two
geotechnical and materials evaluation firms, one inspection and construction
management firm, and two landscape design firms. To reduce time and effort required
to prepare individual PSAs for each CIP project, staff is recommending approval of on-
call agreements with these select consultants to provide "as needed" services. Terms
Soils a &tedals Evaluation, Inspection and Construction Moment, and Landscaping Services —
Approval of On -Call Professional Services Agreements
June 27, 2008
Page 2
for services to be performed can be further negotiated upon receipt of letter proposals
as requested. Should anticipated work exceed $50,000, staff will conform with the
requirements of Council Policy F -14 pertaining to Service Contracts and will prepare
individual PSAs as needed. The CIP budget for FY 2006107 totals over $40 million.
Many of the construction projects in the CIP will require professional geotechnical,
inspection and landscape services. Funding for these services is typically included in
the respective budget for each project.
On -Call Soils and Materials Evaluation Firms:
Arroyo Geotechnical has performed geotechnical and materials testing services and
has shown a'high quality of work when interacting with the City of Newport Beach and
other public agencies. The firm recently completed well - performed pipe- testing
services for the City on the Irvine Avenue Water Main project. LaBelle Marvin provides
materials testing and evaluation services, typically pavement evaluation, and has
provided quality services on numerous pavement projects for the City in the past.
On -Call Inspection and Construction Management Firm:
WEC recently provided a roadway inspector to assist with two City pavement
resurfacing projects that were completed in the areas of Newport Shores and West
Newport/Seashore Drive. Currently, a part-time inspector /construction manager from
WEC is assisting Public Works with a police station renovation project. WEC's services
have been excellent. The Public Works Department is currently recruiting a new full -
time inspector to replace a Senior Inspector which was vacated March 30 due to a
retirement. The process, however, takes time and some training time will be necessary
Once the position is filled again. Occasional use of a contract inspector or construction
manager will still be required.
On -Call Landscaping Design Firms:
TCLA Inc., has worked on the landscape design for two recent successful projects with
the City, the CDM Medians and the medians for the Jamboree Road paving project.
David Volz Design provided the design services for the City's Castaways Park and Cliff
Drive Park projects and many other local agency landscape projects.
Standard On -Call Professional Services Agreement:
The standard PSA that was approved for on -call agreements in June 2005 by the City
Attorney's Office is attached. The On -Call PSA is identical to the standardized PSA
used by the City with the exception of Section 2 (Services to be Provided) and Section
4 (Compensation to the Consultant). These sections have been modified to allow the
consultant to provide services for multiple projects. The proposed On -Call PSAs would
be effective for a two year period through June 30, 2008. 0
J
E
0
Soils Oviaterials Evaluation, Inspection and construction hkement, and Landscaping Services —
Approval of On-Call Professional Services Agreements
June 27, 2006
Page 3
Environmental Review:
Environmental clearances will be completed for each Capital Improvement Project.
Funding Availability:
Funds for these services are available in each of the specific project accounts within the
City Council approved Capital Improvement Programs.
Prepared by: Submitted by:
R. Gu er, RE. w en . Badum
Construction Engineer ubfic Works Director
Attachment: On -Call Professional Services Agreement
0 0
PROFESSIONAL SERVICES AGREEMENT WITH
[INSERT NAME OF PERSON/COMPANY] FOR ON -CALL
[INSERT TYPE OF SERVICES] SERVICES
THIS AGREEMENT is made and entered into as of this day of
2005, by and between the CITY OF NEWPORT BEACH, a municipal
corporation ( "City "), and [INSERT COMPANY NAME], a California [insert type of
business, i.e., an individual, a partnership, a joint venture, a corporation or some other
business entity] whose address is [insert address], California ( "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 has a need for on -call assistance for [insert description] in regards to City
construction projects.
C. City desires to engage Consultant to perform on -call [insert type of service
Consultant provides i.e., geotechnical, engineering, etc.] services in various
locations and for various City construction projects ( "Project ").
D. Consultant possesses the skill, experience, ability, background, certification and
knowledge to provide the services described in this Agreement.
E. The principal members] of Consultant for purposes of Project, shall be [insert
name of Consultant].
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 [insert day] day of [insert month], 20 unless terminated earlier
as set forth herein.
0
0 0
2. SERVICES TO BE PERFORMED
Consultant shall provide "On -Call" [insert type of services] services as described
in the Statement of Qualifications attached as Exhibit "A." Upon verbal or written
request from the Project Administrator, 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:
(a) A detailed description of the services to be provided;
(b) The position of each person to be assigned to perform the services,
and the name of the individuals to be assigned, if available;
(c) The estimated number of hours and cost to complete the services;
(d) The time needed to finish the project.
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
Time is of the essence in the performance of services under this Agreement and
the services shall be performed to completion in a diligent and timely manner.
The failure by Consultant to perform the services in a diligent and timely manner
may result in termination of this Agreement by City.
Notwithstanding the foregoing, Consultant shall not be responsible for delays
due to causes beyond Consultant's reasonable control. However, in the case of
any such delay in the services to be provided for the Project, each party hereby
agrees to provide notice to the other party so that all delays can be addressed.
3.1 Consultant shall submit all requests for extensions of time for
performance in writing to the Project Administrator not later than ten (10)
calendar days after the start of the condition that purportedly causes a
delay. The Project Administrator shall review all such requests and may
grant reasonable time extensions for unforeseeable delays that are
beyond Consultant's control.
3.2 For all time periods not specifically set forth herein, Consultant shall
respond in the most expedient and appropriate manner under the
circumstances, by telephone, fax, hand - delivery or mail.
4. COMPENSATION TO CONSULTANT
City shall pay Consultant for the services on a time and expense not -to- exceed
basis, in accordance with the provisions of this Section and the Schedule of
Billing rates attached hereto as Exhibit "B" and incorporated herein by reference.
VA
0 0
No rate changes shall be made during the term of this Agreement without the prior
written approval of the City. Consultant's compensation for services performed in
accordance with this Agreement, including all reimbursable items and
subconsultant fees, shall not exceed the fees identified in the Letter Proposal, as
approved by the Public Works Department. Any Letter Proposal that sets forth
fees in excess of Fifty Thousand Dollars and No Cents ($50,000.00) shall
require a separate Professional Service Agreement approved by City Council per
Council Policy F -14.
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 and /or classification of employee who performed the work, a
brief description of the services performed and/or the specific task in the
letter proposal 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 the Letter Proposal. 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 and the Letter Proposal, which have been approved in
advance by City and awarded in accordance with this Agreement.
B. Approved reproduction charges.
C. Actual costs and /or other costs and /or payments specifically
authorized in advance in writing and incurred by Consultant in the
performance of this Agreement.
4.3 Consultant shall not receive any compensation for Extra Work 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 Letter
Proposal and which the parties did not reasonably anticipate would be
necessary. Compensation for any authorized Extra Work shall be paid in
accordance with the Schedule of Billing Rates set forth in Exhibit B.
3
• • i
5. PROJECT MANAGER
Consultant shall designate a Project Manager, who shall coordinate all phases of
the Project. This Project Manager shall be available to City at all reasonable
times during the Agreement term. Consultant has designated [Insert Contact
Name] to be its Project Manager. Consultant shall not remove or reassign the
Project Manager or any personnel listed in Exhibit A or assign any new or
replacement personnel to the Project without the prior written consent of City.
City's approval shall not be unreasonably withheld with respect to the removal or
assignment of non -key personnel.
Consultant, at the sole discretion of City, shall remove from the Project any of its
personnel assigned to the performance of services upon written request of City.
Consultant warrants that it will continuously furnish the necessary personnel to
complete the Project on a timely basis as contemplated by this Agreement.
[Optional Provision] If Consultant is performing inspection or construction
management services for City, the Project Manager and any other assigned staff
shall be equipped with a Nextel Plus type cellular /direct connect unit to
communicate with City staff. Consultant's Nextel Direct Connect I.D. number will
be provided to City to be programmed into City Nextel units, and vice versa.
6. ADMINISTRATION
This Agreement will be administered by the Public Works Department. [Insert
Staff Person] shall be the Project Administrator and shall have the authority to
act for City under this Agreement. The Project Administrator or his/her
authorized representative shall represent City in all matters pertaining to the
services to be rendered pursuant to this Agreement.
7. CITY'S RESPONSIBILITIES
In order to assist Consultant in the execution of its responsibilities under this
Agreement, City agrees to, where applicable:
A. Provide access to, and upon request of Consultant, one copy of all
existing relevant information on file at City. City will provide all such
materials in a timely manner so as not to cause delays in Consultant's
work schedule.
B. Provide blueprinting and other services through City's reproduction
company for bid documents. Consultant will be required to coordinate the
required bid documents with City's reproduction company. All other
reproduction will be the responsibility of Consultant and as defined above.
9
i •
C. 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
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.
8.4 [Optional Provision] The term Construction Management or Construction
Manager does not imply that Consultant is engaged in any aspect of the
physical work of construction contracting. Consultant shall not have
control over or be in charge of and shall not be responsible for the
project's design, City's project contractor ("Contractor"), construction
means, methods, techniques, sequences or procedures, or for any health
or safety precautions and programs in connection with the work. These
duties are and shall remain the sole responsibility of the Contractor.
Consultant shall not be responsible for the Contractors' schedules or
failure to carry out the work in accordance with the contract documents.
Consultant shall not have control over or be responsible for acts or
omissions of City, Design Engineer, Contractor, Subcontractors, or their
Agents or employees, or of any other persons performing portions of the
work.
LI
4`
0 0
9. HOLD HARMLESS
[OPTION A: For Use In All Contracts Except Those With Architects,
Engineers And Surveyors]
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, a Claim; collectively, "Claims "), which may
arise from or in any manner relate (directly or indirectly) to any work 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 the 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
sole negligence or willful misconduct of the Indemnified Parties. Nothing in this
indemnity shall be construed as authorizing any award of attorney's fees in any
action on or to enforce the terms of this Agreement. This indemnity shall apply
to all claims and liability regardless of whether any insurance policies are
applicable. The policy limits do not act as a limitation upon the amount of
indemnification to be provided by the Consultant.
[OPTION B. For Use with Design Professionals (Engineers, Surveyors and
Architects)]
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, a 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
0 0
conducted on the 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 the Consultant.
10. INDEPENDENT CONTRACTOR
It is understood that City retains Consultant on an independent contractor basis
and Consultant is not an agent or employee of City. The manner and means of
conducting the work are under the control of Consultant, except to the extent
they are limited by statute, rule or regulation and the expressed terms of this
Agreement. Nothing in this Agreement shall be deemed to constitute approval
for Consultant or any of Consultant's employees or agents, to be the agents or
employees of City. Consultant shall have the responsibility for and control over
the means of performing the work, provided that Consultant is in compliance with
the terms of this Agreement. Anything in this Agreement that may appear to give
City the right to direct Consultant as to the details of the performance or to
exercise a measure of control over Consultant shall mean only that Consultant
shall follow the desires of City with respect to the results of the services.
11. COOPERATION
Consultant agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or
interest in the work to be performed. City agrees to cooperate with the
Consultant on the Project.
12. CITY POLICY
Consultant shall discuss and review all matters relating to policy and project
direction with City's Project Administrator in advance of all critical decision points
in order to ensure the Project proceeds in a manner consistent with City goals
and policies.
0
7
0 0
0 13. PROGRESS
Consultant is responsible for keeping the Project Administrator and /or his/her
duly authorized designee informed on a regular basis regarding the status and
progress of the work, activities performed and planned, and any meetings that
have been scheduled or are desired.
14. INSURANCE
Without limiting Consultant's indemnification of City, and prior to commencement
of work, Consultant shall obtain, provide and maintain at its own expense during
the term of this Agreement, a policy or policies of liability insurance of the type
and amounts described below and in a form satisfactory to City.
A. Certificates of Insurance. Consultant shall provide certificates of
insurance with original endorsements to City as evidence of the insurance
coverage required herein. Insurance certificates must be approved by
City's Risk Manager prior to commencement of performance or issuance
of any permit. Current certification of insurance shall be kept on file with
City at all times during the term of this Agreement.
B. Signature. A person authorized by the insurer to bind coverage on its
behalf shall sign certification of all required policies.
C. Acceptable Insurers. All insurance policies shall be issued by an
insurance company currently authorized by the Insurance Commissioner
to transact business of insurance in the State of California, with an
assigned policyholders' Rating of A (or higher) and Financial Size
Category Class VII (or larger) in accordance with the latest edition of
Best's Key Rating Guide, unless otherwise approved by the City's Risk
Manager.
D. Coverage Reouirements.
1. 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) days prior to such change. The insurer shall agree to
0 waive all rights of subrogation against City, its officers, agents,
51
i •
employees and volunteers for losses arising from work performed
by Consultant for City.
2. General Liability Coverage. Consultant shall maintain commercial
general liability insurance in an amount not less than Two Million
Dollars ($2,000,000) 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.
3. Automobile Liability Coverage. Consultant shall maintain
automobile insurance covering bodily injury and property damage
for all activities of the Consultant arising out of or in connection with
work to be performed under this Agreement, including coverage for
any owned, hired, non -owned or rented vehicles, in an amount not
less than One Million Dollars ($1,000,000) combined single limit for
each occurrence.
4. 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).
D. Endorsements. Each general liability and automobile liability insurance
policy shall be endorsed with the following specific language:
i. The City, its elected or appointed officers, officials, employees,
agents and volunteers are to be covered as additional insureds with
respect to liability arising out of work performed by or on behalf of
the Consultant.
ii. This policy shall be considered primary insurance as respects to
City, its elected or appointed officers, officials, employees, agents
and volunteers as respects to all claims, losses, or liability arising
directly or indirectly from the Consultant's operations or services
provided to City. Any insurance maintained by City, including any
self- insured retention City may have, shall be considered excess
insurance only and not contributory with the insurance provided
hereunder.
•
0
iii. This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with
respect to the limits of liability of the insuring company.
iv. The insurer waives all rights of subrogation against City, its elected
or appointed officers, officials, employees, agents and volunteers.
V. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to City, its elected or appointed
officers, officials, employees, agents or volunteers.
vi. The insurance provided by this policy shall not be suspended,
voided, canceled, or reduced in coverage or in limits, by either
party except after thirty (30) days written notice has been received
by City.
A. 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.
B. 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
The parties recognize that a substantial inducement to City for entering into this
Agreement is the professional reputation, experience and competence of
Consultant. Assignments of any or all rights, duties or obligations of the
Consultant under this Agreement will be permitted only with the express written
consent of City. Consultant shall not subcontract any portion of the work to be
performed under this Agreement without the written authorization of City.
10
17
it-]I
19
OWNERSHIP OF DOCUMENTS 9
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 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.
COMPUTER DELIVERABLES
CADD data delivered to City shall include the professional stamp of the engineer
or architect in charge of or responsible for the work. City agrees that Consultant
shall not be liable for claims, liabilities or losses arising out of, or connected with
(a) the modification or misuse by City, or anyone authorized by City, of CADD
data; (b) the decline of accuracy or readability of CADD data due to inappropriate
storage conditions or duration; or (c) any use by City, or anyone authorized by
City, of CADD data for additions to this Project, for the completion of this Project
by others, or for any other Project, excepting only such use as is authorized, in
writing, by Consultant. By acceptance of CADD data, City agrees to indemnify
Consultant for damages and liability resulting from the modification or misuse of
such CADD data. All original drawings shall be submitted to City in the version
of AutoCAD used by City in ".dwg" file format on a CD, and should comply with
the City's digital submission requirements for Improvement Plans. The City will
provide AutoCAD file of City Title Sheets. All written documents shall be
transmitted to City in the City's latest adopted version of Microsoft Word and
Excel.
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 the release of information. 0
11
0 20. OPINION OF COST
Any opinion of the construction cost prepared by Consultant represents his
judgment as a design professional and is supplied for the general guidance of
City. Since Consultant has no control over the cost of labor and material, or over
competitive bidding or market conditions, Consultant does not guarantee the
accuracy of such opinions as compared to contractor bids or actual cost to City.
21. INTELLECTUAL PROPERTY INDEMNITY
The Consultant shall defend and indemnify City, its agents, officers,
representatives and employees against 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 to this Agreement. All such records shall be
clearly identifiable. Consultant shall allow a representative of City to examine,
audit and make transcripts or copies of such records 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 under this Agreement.
23. WITHHOLDINGS
City may withhold payment 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
12
0 0
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.
25. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the right to employ other Consultants in connection with the
Project.
26. CONFLICTS OF INTEREST
The Consultant or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act "), which (1) requires such
persons to disclose any financial interest that may foreseeably be materially
affected by the work performed under this Agreement, and (2) prohibits such
persons from making, or participating in making, decisions that will foreseeably
financially affect such interest.
If subject to the Act, Consultant shall conform to all requirements of the Act.
Failure to do so constitutes a material breach and is grounds for termination of
this Agreement by City. Consultant shall indemnify and hold harmless City for
any and all claims for damages resulting from Consultant's violation of this
Section.
27. NOTICES
All notices, demands, requests or approvals to be given under the terms of this
Agreement shall be given in writing, and conclusively shall be deemed served
when delivered personally, or on the third business day after the deposit thereof
in the United States mail, postage prepaid, first -class mail, addressed as
hereinafter provided. All notices, demands, requests or approvals from
Consultant to City shall be addressed to City at:
[Insert name of Project Administrator]
Public Works Department
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA, 92658 -8915
Phone: 949 - 644 -3311
Fax: 949 -644 -3318
All notices, demands, requests or approvals from City to Consultant shall be
addressed to Consultant at:
[Insert Name of Consultant]
[Insert Address]
[City and Zip Code]
Phone:
Fax:
13
0
0
0 0
28. TERMINATION
In the event that either party fails or refuses to perform any of the provisions of
this Agreement at the time and in the manner required, that party shall be
deemed in default in the performance of this Agreement. If such default is not
cured within a period of two (2) calendar days, or if more than two (2) calendar
days are reasonably required to cure the default and the defaulting party fails to
give adequate assurance of due performance within two (2) calendar days after
receipt of written notice of default, specifying the nature of such default and the
steps necessary to cure such default, the non - defaulting party may terminate the
Agreement forthwith by giving to the defaulting party written notice thereof.
Notwithstanding the above provision, 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 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, 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.
14
RYA
33.
i11
35.
36.
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.
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.
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.
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.
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.
15
E
0
0
0
r�
0
IN WITNESS WHEREOF, the Parties have caused this Agreement to be executed on
the day and year first written above.
APPROVED AS TO FORM:
Aaron C. Harp,
Assistant City Attorney
for the City of Newport Beach
ATTEST:
By:
LaVonne Harkless,
City Clerk
CITY OF NEWPORT BEACH
A Municipal Corporation
By:
Steve Badum
Director of Public Works
for the City of Newport Beach
CONSULTANT:
By:
(Corporate Officer)
Title:
Print Name:
By:
(Financial Officer)
Title:
Print Name:
Attachments: Exhibit A — Statement of Qualifications
Exhibit B — Schedule of Billing Rates
f :lusers%CA71sharedlagreementlon -call agreement template.doc
16