Loading...
HomeMy WebLinkAboutC-3986 - PSA for On-Call Repair and Maintenance of Oil Well Pumping Unit0} 3qt AMENDMENT NO.2 TO PROFESSIONAL SERVICES AGREEMENT WITH LACY OIL TOOL COMPANY FOR ON -CALL REPAIR AND MAINTENANCE OF OIL WELL PUMPING UNITS THIS AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT, is entered into as of this 26ch day of January, 2010, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "CITY "), and LACY OIL TOOL COMPANY, a California Corporation, whose address is 340 East "D" Street, Wilmington, California, 90744 ( "CONTRACTOR "), and is made with reference to the following: RECITALS: A. On September 25, 2007, CITY and CONTRACTOR entered into a Professional Services Agreement, hereinafter referred to as "AGREEMENT ", for on -call repair and maintenance of oil well pumping units. B. CITY and CONTRACTOR have entered into one separate AMENDMENT of the AGREEMENT, the latest dated February 24, 2009. C. CITY desires to enter into this AMENDMENT NO. 2 to extend the term of the AGREEMENT to January 31, 2011. D. CITY and CONTRACTOR mutually desire to amend AGREEMENT, hereinafter referred to as "AMENDMENT NO. 2 ", as provided here below. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of the AGREEMENT shall be extended to January 31, 2011. 2. COMPENSATION City shall pay Contractor for the services on a time and expense not -to- exceed basis in accordance with the provisions of this Section and shall be based on the attached Schedule of Billing Rates (Exhibit A). 3. SERVICES TO BE PERFORMED Contractor shall perform repair and maintenance services for oil well pumping units pursuant to this Amendment No. 2 and according to the Request to Extend On -Call Professional Services Agreement dated December 29, 2009, attached hereto as (Exhibit B). 4. INTEGRATED CONTRACT 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. 2 on the date first above written. APPROVED AS TO FORM: OFFICE OF THE CITY ATTORNEY: T L 0 eo 'e Mulvihill, Assistant City Attorney ATTEST: _ By: c �rpmt__ Leilani 13rown, City Clerk =(.I FORa CITY OF NEWPORT BEACH, A Municipal Corporation By: Keith D. Curry, Mayor CONTRACTOR: LACY OIL TOOL CO. By: (Corporate Officer Title: President Print Name: Mike Quisenberry By: e o (Finan i Offices Title:—CFO/ Office Manager Print Name: Dorothy V. Lacy Attachments: Exhibit A – Schedule of Billing Rates Exhibit B – Request to Extend On -Call Services Agreement lzlzolluuy 41:o-) rAA JIU ?J34 U3b9 LACY oii. 'row. co IX Lacv Oil Tool Co. MIAWING UNIT VMIAUS7; tip 001 EXHIBIT "A' SERVICE Lacy Oil Tool Company offers both FIELD SERVICE and SHOP SERVICE to assist you in both Repair and Maintenance. Our experienced technicians and service trucks are available at any hour. LABOR SENIOR FIELD MECHANIC (2 HR, minimum) ............ JUNIOR FIELD MECHANIC (2 HR. MINIMUM) ........... PLANT REPAIR AND SERVICE .. ............................... MACHINIST-SHOP OR FIELD (WITH TOOLS) ........... ...................... - ............. ................................. 538.00 /H R. ....................................................................... $36.00/HR. ......................................... — ........................... $90.00/HR. ........................................ .............................. 580.00 /H R. FULLY EQUIPPED FIELD SERVICE TRUCK WITH PNEUMATIC TOOLS AND H.D. HYDRAULIC LIFT (2 HR. MINIMUM) .. .......................................................................... ................ $75.00/HR. AIR COMPRESSOR VffH RELATED TOOLS (2 HR MINII& . ......................................................... $90.00/HR. WO-TON HYDRAULIC PRESS (2 HR. MINIMUM ............................................................................... $80.00/HR. PUMPING UNIT LUBRICATION AND INSPECTION REPORT .............................. ............................... S75.00/UNIT PICK -UP TRUCK WITHOUT DRIVER ...... .................... .................................................................. — 545.00 /H R. Overtime Labor, Additional hours regular work days ............................................................................................ Time and One Hat Saturdays.............................. ............................................................................................ ...... Time and One Halt After four hours of 11me and one half ..................................... . ........... . ............................................... Double Time Sundaysand Holidays ........................................................................................................................ Double Time gmtsift Pumbases, • Outside Purchases of labor and materials ......................................................................................... Cost Plus 25% RR -Ordqm*, Orders Phoned in by 2:00 IPM will be shipped the awne day by common carrier, for delivery to next day. Problems: If you towa any problems with your pimping units, please call us. Our staff has many yeen Of 6*ewn0e and know the answers to most Problems. 12/28/2009 22:25 FAX 310 834 0359 LACY OIL nOl. CO zool. Lacy Oil Tool Co. PUMPING UNIT SPECIALISTS 12 -29 -09 City of Newport Beach Utilities Department Attn: Cindy Asher 330 Newport Blvd. Newport Beach, Ca 92658 -8915 Re: Amendment to Professional Services Agreement Dear Ms. Asher E%IIIBIT'B" / $ r Lacy Oil Tool Co. is requesting to extend the Professional Services Agreement for another year to commence on 2 -1 -2010. Rate sheet is attached. Nh Qtu nberry, President Lacy Oil Tool Co. 310- 505 -2611 C 310 - 549 -3240 W r--'-mail: i)ol u r agLci >(n 316 Fact D Shed / Mail: P.O. Box 695, Wilmingtm, Cali(omis 90748 / (310) 549.3240 AY THE CI t _ i CITY OF NEWPORT BEACHI !�' `' 6 7610 CITY COUNCIL STAFF REPORT Agenda Item No. 1 I January 26, 2010 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Utilities Department Cindy Asher, Administrative Manager 644 -3010 or casher(a)newportbeachca.gov SUBJECT: AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT WITH LACY OIL TOOL CO. FOR REPAIR AND MAINTENANCE OF OIL WELL PUMPING UNITS ISSUE: Should the City Council approve an amendment to the Professional Services Agreement with Lacy Oil Tool Co., (LOTC) to extend the contract term to provide on -call services for the repair and maintenance of oil well pumping? RECOMMENDATION: Approve Amendment No. 2 to Professional Services Agreement (PSA) with Lacy Oil Tool Co. for on -call repair and maintenance services for oil well pumping units and authorize the Mayor and City Clerk to execute the Amendment. DISCUSSION: Background: On September 25, 2007, the City Council approved a PSA with Lacy Oil Tool Co. (LOTC) to provide on -call repair and maintenance services for oil well pumping units. On February 24, 2009, the City Council approved Amendment No. 1 to the PSA with Lacy Oil Tool Company and the term was extended to January 31, 2010. The scope of work for the amended on -call PSA includes the following services: repair of oil and gas casing, tubing, sucker rods and down hole oil production pumps at the City's Oil Field. Lacy Oil Tool Company has provided a high quality of repair and maintenance service for the City over the last few years. This past year Lacy Oil Tool Company has made repairs to Wells No. 1, 2, 3, 6, 7, 8, 9, 13, 14, and 15 and performed maintenance on 14 of the wells at the City's Oil Fields. r • Repair and Maintenance of Oil Well Pumping Units - Approval Amendment No. 2 to Professional Services Agreement January 26, 2010 Page 2 The Amendment No. 2 will extend the term of the Agreement to January 31, 2011. Rates included in the agreement are competitive and in line with industry standards. The new fees are unchanged, or are approximately 11% lower than 2009. Please refer to the attached table for rate comparisons. Environmental Review: This action requires no environmental review, as it is not a project pursuant to CEQA. Funding Availability: Funding is available in Maintenance and Repair 5400 -8160. Expenditures more than $30,000 for an individual repair project will require a separate City Council action in accordance with Policy F -14_ Prepared by: w* Cindy Asher, A4 inistrative Manager Submitted by: i eor a Mu doch, Utilities Director Attachments: Agreement with Lacy Oil Tool Company r. LACY OIL TOOL COMPANY 0 1 2009 Hourly Position Rates 2010 Hourly Rates Hourly Rate Increase Senior Field Mechanic $38 $38 $0 Junior Field Mechanic $36 $36 $0 $90 $0 Plant Repair and Service $90 Machinist -Shop or Field (with tools) $90 $80 -$10 2009 Hourly Hourly Rate Equipment Rates 2010 Hourly Rates Increase Fully Equipped Field Service Truck w/ Pneumatic Tools and H.D. Hydraulic Lift $75 $75 $0 Air Compressor w /Related Tools $90 $90 $0 500 -Ton Hydraulic Press $80 $80 $0 Pumping Unit Lubrication & Inspection Pick -up Truck without Driver J $45 Date Amount Expended 1/2009- 12/2009 $75 /unit $0 $45 $0 01/13/09 Re -align and Tighten V -belts - Well #15 $ 298.00 01/14/09 Disassemble Lacy 456 Air Balanced Unit & Repair 5,978.51 Walking Bean, Equalizer & Cylinder - Well # 13 $ 02/20/09 Repairs to Leaking Wrist Pin - Well # 13 $ 1,380.87 02/20/09 Furnish & Install - New Horse head Cable - Well # 15 $ 925.46 04/03/09 Lube & Inspect /Minor Repairs to 14 Well Units $ 1,353.04 07/15/09 Weld Repair Lacy 456 Equalizer - Well # 13 $ 8,550.88 07/15/09 Repairs to Well # 15 $ 298.00 10/07/09 Repair to Pumping Cylinders — Well # 15 $ 1,980.62 10/07/09 V -Belt for Vapor Recovery Compressor $ 171.12 10/31/09 Install Sheave & V -belts — Well # 1 $ 298.00 10/31/09 Re -seal Gear Box Cover to Stop Oil Leaks — Well # 6 $ 447.00 10/31/09 Repair Low Speed Cover Plate — Oil Leak — Well # 8 $ 447.00 11/05/09 Lube & Inspect Units — Total of 14 Units $ 1,133.68 11/05/09 Install V -belts & Motor Sheaves— Wells - # 2, 6 & 14 $ 1,192.00 11/05/09 Install V -belts & Motor Sheaves— Wells # 7, 8, & 9 1,192.00 and remove motor from Well #3 & Install at Well #7 $ Total $ 25,646.18 1 Ll • AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT WITH LACY OIL TOOL COMPANY FOR ON -CALL REPAIR AND MAINTENANCE OF OIL WELL PUMPING UNITS THIS AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT, is entered into as of this 26"' day of January, 2010, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "CITY "), and LACY OIL TOOL COMPANY, a California Corporation, whose address is 340 East "D" Street, Wilmington, California, 90744 ( "CONTRACTOR "), and is made with reference to the following: RECITALS: A. On September 25, 2007, CITY and CONTRACTOR entered into a Professional Services Agreement, hereinafter referred to as "AGREEMENT', for on -call repair and maintenance of oil well pumping units. B. CITY and CONTRACTOR have entered into one separate AMENDMENT of the AGREEMENT, the latest dated February 24, 2009. C. CITY desires to enter into this AMENDMENT NO. 2 to extend the term of the AGREEMENT to January 31, 2011. D. CITY and CONTRACTOR mutually desire to amend AGREEMENT, hereinafter referred to as "AMENDMENT NO. 2 ", as provided here below. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of the AGREEMENT shall be extended to January 31, 2011. 2. COMPENSATION City shall pay Contractor for the services on a time and expense not -to- exceed basis in accordance with the provisions of this Section and shall be based on the attached Schedule of Billing Rates (Exhibit A). 3. SERVICES TO BE PERFORMED Contractor shall perform repair and maintenance services for oil well pumping units pursuant to this Amendment No. 2 and according to the Request to Extend On -Call Professional Services Agreement dated December 29, 2009, attached hereto as (Exhibit B). 0 • 4. INTEGRATED CONTRACT 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. 2 on the date first above written. APPROVED AS TO FORM: OFFICE OF HE CITY ATTORNEY: y: eo a ulvihill, Assistant City Attorney ATTEST: M Leilani Brown, City Clerk CITY OF NEWPORT BEACH, A Municipal Corporation M Keith D. Curry, Mayor CONTRACTOR: LACY OIL TOOL CO. : (Corporate Officer) Title: President Print Name: Mike Quisenberry By: (Financial Officer) Title: CFO! Office Manager Print Name: Dorothy V. Lacy Attachments. Exhibit A — Schedule of Billing Rates Exhibit B — Request to Extend On -Call Services Agreement 4, .;jj rAA 31V 0w3178 LAUY OIL "01, Co 10001 EXHIBIT "A" Lacv Oil Tool Co. rlU.-AMr- t!-417 NPL4nAttc-16 SE Lacy OU Tool Company offers both FIELD SERVICE and SHOP SERVICE to assist you in both Repair and Maintenance. Our experienced technicians and service trucks are available at any hour. Ed—OWILO-AVIA LIULLOW SENIOR FIELD MECHANIC (2 HR. minimum) ................................................................ ................... $38.001HR, JUNIOR FIELD MECHANIC (2 HR. MINIMUM) ........ ............................... .......... ...................... $36.001HR. PLANT REPAIR AND SERVICE ......................................................................................................... $90.00/HR. MACHINIST-SHOP OR FIELD (VffH TOOLS)... ....................... ........................................................ $60.00/W EQUIPMENT FULLY EQUIPPED FIELD SERVICE TRUCK WITH PNEUMATIC TOOLS AND H.D. HYDRAULIC LIFT (2 HR. MINIMUM) .. ........................................................................................... $75.00/HR. AIR COMPRESSOR WITH RELATED TOOLS (2 HR- MINIMUM) ................................................... ..... $90.00/HR. WD-TON HYDRAULIC PRESS (2 HR. MINIMUM) ......... ............. I .................................................. * .... $80.00/HR. PUMPING UNIT LUBRICATION AND INSPECTION REPORT... .......................................................... $75.00/UNIT PICK-UP TRUCK WITHOUT DRIVER .......................... ............................................................... *** .... $45,001HR. Overtime Labor Additional hours regular work days ............................................................................................ Tom and One Hag Saturdays .................................................... ....................................... .................................... Time <W One Hag After four hours of time and one half ..................................... . ............................. ............................... Double Time Sundaysand Holidays ................................................. ................................ ..................................... Double Time O_ tOlde Purchases: Outside Purchases of labor and materials ...... ............ ............................................................ ........ Cost Plus 25% Rush Orders Orders Phoned in by 2:00 PM wN be shipped the same day by 0onvnon carrier, for delivery the rKud day. Problems: N you have any problems with your pumpkV wits, please cap us. Our SW has many years of e)q3erierro and know the answers to most problems. 0 I a it RafaKPffanfivat:AhNM ek-,l 834 U359 IACY 011. TOOL CU Lacy Oil Tool Co. PUMPING UNIT SPECIALISTS EXHIBIT IF l 0 12 -29 -09 ? ) LY City of Newport Beach Utilities Department Attn: Cindy Asher 330 Newport Blvd. Newport Beach, Ca 92658 -8915 Re: Amendment to Professional Services Agreement Dear Ms. Asher Lacy Oil Tool Co. is requesting to extend the Professional Services Agreement for another year to commence on 2 -1 -2010. Rate sheet is attached. I fake Qut uberry, President Lacy Oil Tool Co. 310 - 505 -2611 C 310 -549 -3240 W F -mail: Gull ig( /laol.cum 336 Fast D Strad / Mail: P.O. Box 695, Wilmington, Califomia 90748 1 (310) 549 -3240 • • "?N AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT WITH LACY OIL TOOL COMPANY FOR ON -CALL REPAIR AND MAINTENANCE OF OIL WELL PUMPING UNITS THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, entered into this 24th day of February, 2009, by and between the CITY OF NEWPORT BEACH, a municipal corporation, (hereinafter referred to as "City') and LACY OIL TOOL COMPANY, a California Corporation whose address is 340 East "D" Street, Wilmington, CA 90744 ( "Contractor"), and is made with reference to the following: RECITALS A. On September 25'", 2007, CITY and CONTRACTOR entered into an On- Call Professional Services Agreement, hereinafter referred to as "Agreement ", for Repair and Maintenance Services of oil well pumping units. This Agreement is scheduled to expire on January 3151, 2009. B. City desires to enter into this Amendment No. 1 to extend the term of the Agreement to January 31, 2010. C. City and Contractor 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. Contractor shall perform various repair and maintenance services of oil well pumping units pursuant to this Amendment No. 1 and according to the Request to Extend On -Call Services Agreement dated January 12, 2009, attached hereto as Exhibit A. 2. Compensation to the Contractor for services performed pursuant to this Amendment No. 1 for all work performed from February 1, 2009, to January 31, 2010, shall be based on the attached Schedule of Billing Rates (Exhibit B). 3. The term of the Agreement shall be extended to January 31, 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: By: Aaron C. Harp, Assistant City Attorney for the City of Newport Beach CITY OF jNgWPORTj BEACH A Municiba Corpora}}ion, Edward Selich, Mayor for the City of Newport Beach ATTEST: LACY OIL TOOL COMPANY B r / / r Y: By: %CCC Leilani Brown, City Clerk Title: President Print Name: 14'1(Kcf 6014S6h,'Acf,(ZILY By: CAI (Fin"a ialOffic ----' Title: Print Name: Attachment: Exhibit A — Request to Extend On -Call Services Agreement Exhibit B — Schedule of Billing Rates 01/27/2009 18:23 FAX 310 834 0359 LACY 011, TOOL CO 01/27/2009 TUC 17:20 FAX 949 6465204 City of NB utilitiee • EXHIBR Lacy Oil Tool Co. January 12, 2009 Ms. Cindy Asher Administrative Manager City of Newport Beach 3300 Newport Blvd. P.O. Box 1788 Newport Beach, CA 92858 Re: On -Call Professional Services Agreement for Oil Wall Repairs Dear Ms. Asher; Lary Oil Tool Company Is requesting to extend the On-Call Professional Services Agreement for another year to commence on February 1, 2009 through January 31, 2010. New rate sheet(s) are attached. Yours truly, jQuisent sure.. ce Rete Schedule 336 Hass D ShvM / NWL• P.O. Box 695, Wilmington, CaffbmU 90748 1 (310) 549 -3210 I I VAf1U VUV in.ua VAn olv OJ4 000a L.A�r uu. uxn. IiAl 4� .. • La N- E.til lbal Co. im _ S,-«,:,::;1 • EXHIBIT "B" SERVICE Lacy Oil Tool Company offers both FIELD SERVICE and SHOP SERVICE to assist you in both Repair and Maintenance. Our experienced technicians and service trucks are available at any hour. SERVICE RATE SCHEDULE LABOR SENIOR FIELD MECHANIC (2 HR. minimum) ............................................. ....... ..................... .... ........... $38.00 /HR. JUNIOR FIELD MECHANIC (2 HR. minimum) ....... .............................. ... ......... ............................ ........ .... $36.00 /HR. PLANT REPAIR AND SERVICE .............................................................................. ............................... $90.00 /HR. MACHINIST-SHOP OR FIELD (With Tools) ............................................................. ............................... $90.00 /HR. EQUIPMENT FULLY EQUIPPED FIELD SERVICE TRUCK WITH PNEUMATIC TOOLS AND H.D. HYDRAULIC LIFT (2 HR. minimum) .. ............. ......... ........................................... ................................ $75.00 /HR. AIR COMPRESSOR WITH RELATED TOOLS (2 HR. minimum) ............................. ............................... $90.00 /HR. 500 -TON HYDRAULIC PRESS (2 HR. minimum) ......................... ............ ........................ --- ............... $80.00 /HR. PUMPING UNIT LUBRICATION AND INSPECTION REPORT ................................ ............................... $75.00/UNIT PICK -UP TRUCK WITHOUT DRIVER... .................................................................................................. $45.00 /HR. Overtime Labor: Additional hours regular work days ....................... ...........................Time and One Half Saturdays............................................................................. ............................... ........................... Time and One Half After four hours of time and one half ...... ............................... . ....... ............................... ......................... Double Time Sundaysand Holidays .............................................................................................. ............................... Double Time Outside Purchases: Outside purchases of labor and materials ............................................................. ............................... Cost Plus 25% Rush Orders: Orders phoned in by 2:00 PM will be shipped the same day by common carrier, for delivery the next day. Problems: If you have any problems with your pumping units, please call us. Our staff has many years of experience and know the answers to most problems. All rates are effective until Jan. 31, 2010 ServiceRate sEffecttve0ct2008.doc 0 0 City ct Newport Ue, LiltiLiti¢S D¢padmiamt °• u�,. 949 West 16`h Street Newport Beach, CA 92663 Fax: (949) 646-5204 Date: 1/28/09 To: Mike Quisenberry, President Company Sent Via: From: Lacy Oil Tool Co. i i I "i r riri f'I '� FEB 0 j 2009 ® USPS ❑ Fed Ex ❑ Hand Delivery ❑ Fax Cindv Asher. Admin. Manager /ika Phone Number: 949 -644 -3010 Attachments: Professional Services Agreement with Lacy Oil Tool Company ❑ urgent ❑ For Review ® Please Reply ❑ Please Recycle Comments: Please sign and return both copies to my attention by February 12, 2009. Thank you. 0 0 FF)' 9 2'irq CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 9 February 24, 2009 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Utilities Department George Murdoch, Utilities Director 718 -3401 or gmurdoch (a) city. newaort- beach. ca. us SUBJECT: OIL WELL PUMPING UNITS REPAIRS - APPROVAL OF AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT WITH LACY OIL TOOL COMPANY RECOMMENDATION: Approve Amendment No. 1 with Lacy Oil Tool Company, for on -call repair and maintenance services for oil well pumping units and authorize the Mayor and City Clerk to execute the Agreement. DISCUSSION: Background: On September 25, 2007, the City Council approved a Professional Services Agreement (PSA) with Lacy Oil Tool Company to provide as needed on -call repair and maintenance of the oil well pumping units. Amendment No. 1 incorporates a revised rate schedule sheet and extends the term of the PSA until January 31, 2010. Lacy Oil Tool Company is only one of a few companies in Southern California that provide repair and maintenance of oil well pumping units. In the past six months Lacy Oil Tool Company has made repairs to oil well numbers 6, 13, 15, and 16 at the City's Oil Fields. Environmental Review: This action requires no environmental review, as it is not a project pursuant to CECtA. Funding Availability: Funding is available in Maintenance and Repair 5400 -8160. • Repair and Maintenance of Oil Well Pumping Units - Approval Amendment No. 1 to On -Call PSA With Lacy Oil Tool Co. February 24, 2009 Page 2 Expenditures more than $30,000 for an individual repair project will require a separate City Council action in accordance with Policy F -14. Prepared by: qww�:�Y82 Cindy As dministrative Manager Submitted by: G&rurdo`il ch. Utilities Director Attachments: Amendment No. 1 With Lacy Oil Tool Company 0 0 AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT WITH LACY OIL TOOL COMPANY FOR ON -CALL REPAIR AND MAINTENANCE OF OIL WELL PUMPING UNITS THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, entered into this 24th day of February, 2009, by and between the CITY OF NEWPORT BEACH, a municipal corporation, (hereinafter referred to as "City ") and LACY OIL TOOL COMPANY, a California Corporation whose address is 340 East "D" Street, Wilmington, CA 90744 ( "Contractor"), and is made with reference to the following: RECITALS A. On September 25`", 2007, CITY and CONTRACTOR entered into an On- Call Professional Services Agreement, hereinafter referred to as "Agreement ", for Repair and Maintenance Services of oil well pumping units. This Agreement is scheduled to expire on January 313', 2009. B. City desires to enter into this Amendment No. 1 to extend the term of the Agreement to January 31, 2010. C. City and Contractor 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. Contractor shall perform various repair and maintenance services of oil well pumping units pursuant to this Amendment No. 1 and according to the Request to Extend On -Call Services Agreement dated January 12, 2009, attached hereto as Exhibit A. 2. Compensation to the Contractor for services performed pursuant to this Amendment No. 1 for all work performed from February 1, 2009, to January 31, 2010, shall be based on the attached Schedule of Billing Rates (Exhibit B). 3. The term of the Agreement shall be extended to January 31, 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: By: Aaron C. Harp, Assistant City Attorney for the City of Newport Beach ATTEST: 0 Leilani Brown, City Clerk 40 CITY OF NEWPORT BEACH A Municipal Corporation By: Edward Selich, Mayor for the City of Newport Beach LACY OIL TOOL COMPANY M Title: President Print Name: By: (Financial Officer) Title: Print Name: Attachment: Exhibit A — Request to Extend On -Call Services Agreement Exhibit B — Schedule of Billing Rates 01/27/2009 TUB 17:20 PAE 94965204 City of N8 Utilities • i EXHIBIT "Ap Lacy Oil Tool Co. January 12, 2009 Ms. Cindy Asher Administrative Manager City of Newport Beach 3300 Newport Blvd. P.O. Box 1768 Newport Beach, CA 92658 Re: On -Call Professional Services Agreement for Oil Well Repairs Dear k4s. Asher. Lacy Oil Tool Company is requesting to extend the OA� Call Professional Services Agreement for another year to commence on February 1, 2009 through January 31, 2010. New rate sheet(s) are attached. Yours truly, Mik Quisen fry P M En os re. Service Rate Schedule 336 Had D Speer / MdL' P.O. BOX 695, WUmkBj. Coff=ja 9074g / (310) 549 -3240 EXHIBIT "B" Vs% :!Z Lacy Oil tool co. aFMV Lacy Oil Tool Company offers both FIELD SERVICE and SHOP SERVICE to assist you in both Repair and Maintenance. Our experienced technicians and service trucks are available at any hour. SERVICE RATE SCHEDULE LABOR SENIOR FIELD MECHANIC (2 HR. minimum) ........ ............ .................................................................. $38.001HR. JUNIOR FIELD MECHANIC (2 HR. minimum) ....................... — ............................................................... $36.00/HR. PLANT REPAIR AND SERVICE.. ..................... ..................................................................................... $90.001HR. MACHINIST-SHOP OR FIELD (With Tools) ............. -- ....................................................... ............ ..... $90.001HR. EQUIPMENT FULLY EQUIPPED FIELD SERVICE TRUCK WITH PNEUMATIC TOOLS AND H.D. HYDRAULIC LIFT (2 HR. minimum) .. ....... ....... ...... ........... -- ................... ...................................... $75.00/HR. AIR COMPRESSOR WITH RELATED TOOLS (2 HR. minimum) .................................... ...... ........... .... $90.001HR. 500-TON HYDRAULIC PRESS (2 HR. minimum).... ........................... ........... ........................................ $80.00/HR. PUMPING UNIT LUBRICATION AND INSPECTION REPORT ............................................................... $75.00 /UNIT PICK-UP TRUCK WITHOUT DRIVER ................ ...... ............. ............................................................... $45.001HR. Overtime Labor. Additional hours regular work days ............................................................................................ .... Time and One Half Saturdays......... ................................................................................. ........................................... Time and One Hall After four hours of time and one half ...................................... . .................................................... ........... Double Time Sundays and Holidays ................... .............. _ ................................ ........................................................ Double Time Outside Purchases: Outside purchases of labor and materials ..... ...................................................................................... Cost Phis 25% Rush Orders: Orders phoned in by 2:00 PM will be shipped the same day by common carrier, for delivery the next day. Problems: It you have anY problems With yow pumptng units, please caii us. Our staff has many years of experience and know the answers to most problems. All rates are effective until Jan. 31, 20I0 ServIoeRatesEffecdveOct2008.doc 0 0 c -Nk PROFESSIONAL SERVICES AGREEMENT WITH LACY OIL TOOL COMPANY FOR ON -CALL REPAIR AND MAINTENANCE OF OIL WELL PUMPING UNITS THIS AGREEMENT is made and entered into as of this 25th day of September, 2007, by and between the CITY OF NEWPORT BEACH, a municipal corporation ( "City"), and LACY OIL TOOL COMPANY, a California Corporation whose address is 340 East "D" Street, Wilmington, California, 90744 ( "Contractor "), 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 services for repair and maintenance of oil well pumping units at City's Oil Fields. C. City desires to engage Contractor to perform on -call repair and maintenance services for the City's 16 Oil Wells. D. Contractor possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement. E. The principal member of Contractor for purposes of Project shall be Mike Quisenberry. F. City has solicited and received a proposal from Contractor, has reviewed the previous experience and evaluated the expertise of Contractor, and desires to retain Contractor 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 31 st day of January, 2009, unless terminated earlier as set forth herein. • 0 2. SERVICES TO BE PERFORMED Contractor shall provide "On -Call' emergency underground utilities services as described in the Statement of Qualifications attached as Exhibit "A." Upon verbal or written request from the Project Administrator, Contractor 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, Contractor 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 Contractor to perform the services in a diligent and timely manner may result in termination of this Agreement by City. Notwithstanding the foregoing, Contractor shall not be responsible for delays due to causes beyond Contractor'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 Contractor 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 Contractor's control. 3.2 For all time periods not specifically set forth herein, Contractor shall respond in the most expedient and appropriate manner under the circumstances, by telephone, fax, hand - delivery or mail. 4. COMPENSATION TO CONTRACTOR City shall pay Contractor 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. 2 0 E No rate changes shall be made during the term of this Agreement without the prior written approval of the City. Contractor's compensation for services performed in accordance with this Agreement, including all reimbursable items and subcontractor fees, shall not exceed the fees identified in the Letter Proposal, as approved by the Utilities Department. Any Letter Proposal that sets forth fees in excess of Thirty Thousand Dollars and No Cents ($30,000.00) shall require a separate Professional Service Agreement approved by City Council per Council Policy F -14. 4.1 Contractor shall submit monthly invoices to City describing the work performed the preceding month. Contractor'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 Contractor no later than thirty (30) days after approval of the monthly invoice by City staff. 4.2 City shall reimburse Contractor 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 Contractor: A. The actual costs of subcontractors for performance of any of the services that Contractor 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 Contractor in the performance of this Agreement. 4.3 Contractor 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 5. 14 7 [Q 0 0 PROJECT MANAGER Contractor 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. Contractor has designated Mike Quisenberry to be its Project Manager. Contractor 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. Contractor, 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. Contractor warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. ADMINISTRATION This Agreement will be administered by shall be the Project Administrator and under this Agreement. The Projec t representative shall represent City in all rendered pursuant to this Agreement. CITY'S RESPONSIBILITIES the Utilities Department. Steve Myrter shall have the authority to act for City Administrator or his/her authorized matters pertaining to the services to be In order to assist Contractor in the execution of its responsibilities under this Agreement, City agrees to, where applicable: A. Provide access to, and upon request of Contractor, 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 Contractor's work schedule. B. Provide blueprinting and other services through City's reproduction company for bid documents. Contractor will be required to coordinate the required bid documents with City's reproduction company. All other reproduction will be the responsibility of Contractor and as defined above. C. Provide usable life of facilities criteria and information with regards to new facilities or facilities to be rehabilitated. STANDARD OF CARE 8.1 All of the services shall be performed by Contractor or under Contractor's supervision. Contractor represents that it possesses the professional and lH 9. • • 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 Contractor 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 Contractor to practice its profession. Contractor further represents and warrants to City that Contractor 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 Contractor to practice its profession. Contractor shall maintain a City of Newport Beach business license during the term of this Agreement. 8.3 Contractor shall not be responsible for delay, nor shall Contractor 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 Contractor's work promptly, or delay or faulty performance by City, contractors, or governmental agencies. HOLD HARMLESS To the fullest extent permitted by law, Contractor 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 Contractor]) or Contractor's presence or activities conducted on the Project (including the negligent and /or willful acts, errors and /or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, contractors, 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 Contractor to indemnify the Indemnified sole negligence or willful misconduct of indemnity shall be construed as authoria herein shall be construed to require Parties from any Claim arising from the the Indemnified Parties. Nothing in this Jng any award of attorney's fees in any 5 M r 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 Contractor. 10. INDEPENDENT CONTRACTOR It is understood that City retains Contractor on an independent contractor basis and Contractor is not an agent or employee of City. The manner and means of conducting the work are under the control of Contractor, 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 Contractor or any of Contractor's employees or agents, to be the agents or employees of City. Contractor shall have the responsibility for and control over the means of performing the work, provided that Contractor is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the services. 11. COOPERATION Contractor 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 Contractor on the Project. 12. CITY POLICY Contractor 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 Contractor 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 Contractor's indemnification of City, and prior to commencement of work. Contractor shall obtain, provide and maintain at its own expense during 0 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. Contractor 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 Requirements. 1. Workers' Compensation Coverage. Contractor 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, Contractor 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 Contractor for City. 2. General Liability Coverage. Contractor 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. 7 • • 3. Automobile Liability Coverage. Contractor shall maintain automobile insurance covering bodily injury and property damage for all activities of the Contractor 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. Contractor 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 Contractor. 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 Contractor'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 D • • party except after thirty (30) days written notice has been received by City. A. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Contractor's performance under this Agreement. B. Additional Insurance. Contractor 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 Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint- venture or syndicate or cotenancy, which shall result in changing the control of Contractor. 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 Contractor. Assignments of any or all rights, duties or obligations of the Contractor under this Agreement will be permitted only with the express written consent of City. Contractor 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 Contractor, 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 Contractor or any other party. Contractor shall, at Contractor's expense, provide such Documents to City upon written request. Documents, including drawings and specifications, prepared by Contractor pursuant to this Agreement are not intended or represented to be suitable for EJ 18. 19 20. 21 • • 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 Contractor will be at City's sole risk and without liability to Contractor. Further, any and all liability arising out of changes made to Contractor's deliverables under this Agreement by City or persons other than Contractor is waived against Contractor and City assumes full responsibility for such changes unless City has given Contractor prior notice and has received from Contractor 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 Contractor 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 Contractor. By acceptance of CADD data, City agrees to indemnify Contractor 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. INTELLECTUAL PROPERTY INDEMNITY The Contractor 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 Contractor's drawings and specifications provided under this Agreement. RECORDS Contractor shall keep records and invoices in connection with the work to be performed under this Agreement. Contractor 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 Contractor to this Agreement. All such records shall be clearly identifiable. Contractor shall allow a representative of City to examine, audit and make transcripts or copies of such records during regular business hours. Contractor 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. 22. 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. Contractor shall not discontinue work as a result of such withholding. Contractor shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 23. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Contractor which result in expense to City greater than what would have resulted if there were not errors or omissions in the work accomplished by Contractor, the additional design, construction and /or restoration expense shall be borne by Contractor. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 24. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other Contractors in connection with the Project. 25. CONFLICTS OF INTEREST The Contractor 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, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of 11 0 0 this Agreement by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 26. 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 Contractor to City shall be addressed to City at: Steve Myrter Utilities Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA, 92658 -8915 Phone: 949- 644 -3011 Fax: 949 - 646 -5404 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Mike Quisenberry Lacy Oil Tool Company 340 East "D" Street P.O. Box 695 Wilmington, CA, 90744 Phone: 310 - 549 -3240 Fax: 310- 834 -0359 27. 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 parry 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 12 9 0 seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all reports and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 28. COMPLIANCE WITH ALL LAWS Contractor 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 Contractor 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. 29. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 30. 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. 31. 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. 32. AMENDMENTS This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 13 • • 33. 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. 34. 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. 35. EQUAL OPPORTUNITY EMPLOYMENT Contractor 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. 36. INTERPRETATION The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. M, IN WITNESS WHEREOF, the Parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: By: c'_"' Aaron C. Harp, Assistant City Attorney for the City of Newport Beach ATTEST: BY' N414- < &01—� LaVonne Harkless, City Clerk k CITY OF NEWPORT BEACH A Municipal Corporation 7 ') - — --v—, ) By: Steven Rosa sky, Mayor 6 for the City of Newport Beach CONTRACTOR: By: �,�/ kI (Corporate Officer) Title: �u3 f b 6?u'-r Print Name: 11A (Ke- 00 056 -?J 66;'..�� Y By: (FinacidFOf1'is4-r Title: Vice President & CFO Print Name: Dorothv V. La Attachments: Exhibit A — Statement of Qualifications Exhibit B — Schedule of Billing Rates 15 • icy Oil Tool Company Lao Oil Tool Co. is California s largest and best equipped group of pumping unit repair specialists. It was originally a division of Lacy Manufacturing Company, which pioneered the Air Balanced Pumping Unit. Lacy's background includes 80 years experience in steel fabrication, 44 years in ON field production equipment and 34 years in the building of Lacy Air Balanced Pumping Units. This experience guarantees you superior products and quality service by skilled 0 EXHIBIT 'IN pumping unit service companies combined. With the addition of a new 15 -con crane for the largest jobs. Lacy's Wilmington, California, facility has over 12,000 square feet under twin overhead traveling bridge cranes. Our custom - built, 500 -ton hydraulic press is capable of any press work that may be required. With over 10,000 machined parts constantly stocked in our warehouses, there is no waiting for most parts. However, our fully equipped machine shop assures prompt production Professionals at the lowest possible prices. Lacy Oil Tool Co. offers 24 -hour field and shop service to assist you In repair and maintenance of your pumping units. Our modern field service trucks are fully equipped with air compressors and air - driven tools, heavy duty hydraulic Ofts and complete oil field tooling. The need for an extra lifting crane in the field is eliminated in many cases because our heavy duty hydraulic lifts can handle most lifting jobs. This saves both the time and money generally associated with oil field cranes. With the aid of our mobile radio system, each field crew Is In constant contact with technical personnel In the event of any unexpected problems. A full -time, in -house v hicle ainte nane P, Ogram aswres mlrrimum lost time for field service. An expertly trained field crew will arrive at your pumping unit within eight working hours after receiving your call. This level of service assures you of minimum down -time and lost production. As a result of our constant effort to provide the most experienced and qualified technicians available, Lacy's personnel boast more Years of experience than all other California .. re■r of any obsolete or hard -to -find parts that may not be readily available. We also stock complete bearing, saddle and wrist pin assemblies for most Lacy, Lufkin, Jensen. Cabot, National, Oilwell, American, Emsco, Parkersburg and Pacific pumping units. Additionally, we stock complete air compressor assemblies. We specialize in air balanced pumping unit repair and have complete air cylinder exchanges for most Lacy units. This means • no waiting for your air cylinder to be rebuilt In addition to pumping unit repair. lacy Oil Tool Co. also provides expert repair of heavy duty industrial hydraulic systems. We are also manufacturers of hydraulic components for the metal recycling industry. To assist us in providing complete and accurate repair on your pumping units, we have on file the original manufacturer's data and service reports for all Lacy Air Balanced Pumping Units. With the serial Equipment, Parkersburg, and Waldrip pumping unit engineering blueprints. As a Parkersburg distributor, we can provide parts for your Parkersburg unit in a minimum amount of time and at a reasonable cost. Lacy Oil Tool Co. can quickly and efficiently put any pumping unit back on production. We would welcome the opportunity to inspect your pumping unit and discuss its repair needs at no charge. Upon request, we will furnish a written number of your Lacy unit, we can determine the exact parts necessary and review your unit's history. With over 5,000 of these units manufactured, this information saves valuable time and eliminates guesswork. To assure proper fitting parts, we have on rile original engineering blueprints for all Lacy Air Balanced Pumping Units. In addition, we purchased from Western Gear Corp. their original Pacific, Petroleum report and cost estimate for any needed repairs. Lacy Oil Tool Co. Service and Products Warranty Lacy Oil Tool Co. has always stood behind all work performed, including parts and service. It is our constant goat to provide superior products and quality service to our customers at the lowest possible price. 0 With this goal In mind, we offer the following: Statement of Warranty "All Lacy Oil Tool Co. products and services are guaranteed .against defect in material and workmanship for a period of oneyear from the date of purchase. Any such defect will be replaced or repaired, at Lacy 00 Tool Co.'s option, within that period " We know o f no other pumps ng unit repair comparty willing to offer a warranty of this kind. Pumping Unit Sales As an American Petroleum Institute (A.P.I.) certified pumping tacit manufacturer, we manufacture Lacy Air Balanced Pumping Units. All units are fully guaranteed and reasonably priced. Upon request, we will send you a complete list of our pumping unit inventory. In addition to newly manufactured units, we regularly acquire used pumping units In good condition. These units are inspected and thoroughly refwbished prior to sale, and carry full guarantees. Preventive Maintenance Our preventive maintenance service Includes gearbox filtering to Increase the life of the gears and pumping unit inspection reports. This service helps prevent a major breakdown and provides a complete written report detailing the condition of your pumping unit. Upon request, we will provide a more detailed description of this service. Lacy Oil Tool Co. • LACY OIL TOOL COMPANY ._ F- -I L J EXHIBIT "B" F I SERVIC Lacy 01 Tool Company offers both FIELD SERVICE and SHOP SERVICE to assist you in both Repair and Maintenance. Our experienced technicians and service trucks are available at any hour. - Jzlei l SENIOR FIELD MECHANIC (2 HR. minimum) ............................... ............................... .........................$38.00 /H R. JUNIOR FIELD MECHANIC (2 HR. MINIMUM) ................................................... :................................. $36.00 /HIZ. PLANT REPAIR AND SERVICE ............................................................................ ............................... $80.00 /HR, MACHINIST -SHOP OR FIELD (WITH TOOLS) ...................................................... ............................... $80.00 /HR. EQUIPMENT FULLY EQUIPPED FIELD SERVICE TRUCK WITH PNEUMATIC TOOLS AND H.D. HYDRAULIC LIFT (2 HR. MINIMUM) ... : ............. .......... .......... AIR COMPRESSOR WITH RELATED TOOLS (2 HR. MINIMUM) FLATBED TRUCK WITH DRIVER (2 HR. MINIMUM) .................. 500 -TON HYDRAULIC PRESS (2 HR. MINIMUM) ....................... PUMPING UNIT LUBRICATION AND INSPECTION REPORT..... PICK -UP TRUCK WITHOUT DRIVER ................ ............................... Overtime Labor: Additional hours regular work days..... Saturdays After four hours of time and one half Sundays and Holidays .......................... ............................... Outside Purchases: Outside purchases of labor and materials ............................. ......... ............................... $80.00 /HR. ........ . .............. ......... I ... .... $80.00 /HR. .... .... . ...... .... I ... I ... ............. $40.00 /HR. ......... ..I ............................ $80.00 /HR. .... ............................... $60. 00 /UNIT ............................... $45.00 /HR. ................ Time and One Half ........... Time and One Half . .........................Double Time Double Time ....... ...........................Cost Plus 25°% Rush Orders: Orders phoned In by 2:00 PM will be shipped the same day by common carder, for delivery the next day. Problems: If you have any problems with your pumping units, please call us. Our staff has many years of experience and know the answers to most problems. All rates are effective until Feb. 1, 2009 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT -3410D - ,20V -7 Agenda Item No. 13 September 25, 2007 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Utilities Department Steve Myrter, Utilities Director 718 -3411 or smvrterAcity.newport- beach.ca.us SUBJECT: REPAIR AND MAINTENANCE OF OIL WELL PUMPING UNITS — APPROVAL OF PROFESSIONAL SERVICES AGREEMENTS RECOMMENDATION: Approve Professional Services Agreements with Lacy Oil Tool Company and AC Pumping Unit Repair, Inc. for on -call repair and maintenance services for oil well pumping units, and authorize the Mayor and City Clerk to execute the Agreements. DISCUSSION: These on-call agreements allow staff to retain highly specialized services needed to perform unforeseen but required maintenance and emergency repairs to our above- ground oil extraction equipment and pumps in a timely manner. Staff recommends executing on-call professional service agreements with the following above -ground oil production equipment maintenance and repair companies which will work closely with the City's oil operations management firm: 1) Lacy Oil Tool Company is a recognized and welkestablished oil extraction equipment company that has provided maintenance and repair service for the City's oil fields for the last 20 years. Staff recommends continuing to retain Lacy Oil Tool Company for these specialized on -call services. 2) AC Pumping Unit Repair, Inc. was newly established in July 2006 when it acquired an existing repair company with over 100 years experience and formed AC Pumping Unit Repair Inc. Staff recommends retaining this company to perform these specialized on -call services • Repair and Maintfince of Oct Well Pumping Units — Approval Professional Services Agreements September 25, 2007 Page 2 Environmental Review: This action requires no environmental review, as it is not a project pursuant to CEQA. Funding Availability: Funding is available in Maintenance and Repair 5400 -8160. Expenditures of more than $30,000 for an individual repair project will require a separate City Council action in accordance with Policy F -14. Prepared by: t J'w ` Cindy Asher, A4rjiinistrative Manager Submitted by: ✓wmw f, «. Attachments: Agreement with Lacy Oil Tool Company Agreement with AC Pumping Unit Repair, Inc. 0 0 PROFESSIONAL SERVICES AGREEMENT WITH LACY OIL TOOL COMPANY FOR ON -CALL REPAIR AND MAINTENANCE OF OIL WELL PUMPING UNITS THIS AGREEMENT is made and entered into as of this 25th day of September, 2007, by and between the CITY OF NEWPORT BEACH, a municipal corporation ( "City"), and LACY OIL TOOL COMPANY, a California Corporation whose address is 710 East "D" Street, Wilmington, California, 90744 ( "Contractor"), 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 services for repair and maintenance of oil well pumping units at City's Oil Fields. C. City desires to engage Contractor to perform on -call repair and maintenance services for the City's 16 Oil Wells. D. Contractor possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement. E. The principal member of Contractor for purposes of Project shall be Mike Quisenberry. F. City has solicited and received a proposal from Contractor, has reviewed the previous experience and evaluated the expertise of Contractor, and desires to retain Contractor 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 31 st day of January, 2009, unless terminated earlier as set forth herein. 0 0 2. SERVICES TO BE PERFORMED Contractor shall provide "On -Call" emergency underground utilities services as described in the Statement of Qualifications attached as Exhibit "A." Upon verbal or written request from the Project Administrator, Contractor 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, Contractor 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 Contractor to perform the services in a diligent and timely manner may result in termination of this Agreement by City. Notwithstanding the foregoing, Contractor shall not be responsible for delays due to causes beyond Contractor'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 Contractor 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 Contractor's control. 3.2 For all time periods not specifically set forth herein, Contractor shall respond in the most expedient and appropriate manner under the circumstances, by telephone, fax, hand - delivery or mail. 4. COMPENSATION TO CONTRACTOR City shall pay Contractor 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. 0 0 No rate changes shall be made during the term of this Agreement without the prior written approval of the City. Contractor's compensation for services performed in accordance with this Agreement, including all reimbursable items and subcontractor fees, shall not exceed the fees identified in the Letter Proposal, as approved by the Utilities Department. Any Letter Proposal that sets forth fees in excess of Thirty Thousand Dollars and No Cents ($30,000.00) shall require a separate Professional Service Agreement approved by City Council per Council Policy F -14. 4.1 Contractor shall submit monthly invoices to City describing the work performed the preceding month. Contractor'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 Contractor no later than thirty (30) days after approval of the monthly invoice by City staff. 4.2 City shall reimburse Contractor 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 Contractor. A. The actual costs of subcontractors for performance of any of the services that Contractor 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 Contractor in the performance of this Agreement. 4.3 Contractor 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 Contractor 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. Contractor has designated Mike Quisenberry to be its Project Manager. Contractor 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. Contractor, 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. Contractor warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 6. ADMINISTRATION This Agreement will be administered by the Utilities Department. Steve Myrter 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 Contractor in the execution of its responsibilities under this Agreement, City agrees to, where applicable: A. Provide access to, and upon request of Contractor, 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 Contractor's work schedule. B. Provide blueprinting and other services through City's reproduction company for bid documents. Contractor will be required to coordinate the required bid documents with City's reproduction company. All other reproduction will be the responsibility of Contractor 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 Contractor or under Contractor's supervision. Contractor represents that it possesses the professional and e 0 0 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 Contractor 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 Contractor to practice its profession. Contractor further represents and warrants to City that Contractor 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 Contractor to practice its profession. Contractor shall maintain a City of Newport Beach business license during the term of this Agreement. 8.3 Contractor shall not be responsible for delay, nor shall Contractor 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 Contractor's work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. HOLD HARMLESS To the fullest extent permitted by law, Contractor 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 Contractor]) or Contractor's presence or activities conducted on the Project (including the negligent and /or willful acts, errors and /or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, contractors, 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 Contractor 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 0 0 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 Contractor. 10. INDEPENDENT CONTRACTOR It is understood that City retains Contractor on an independent contractor basis and Contractor is not an agent or employee of City. The manner and means of conducting the work are under the control of Contractor, 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 Contractor or any of Contractor's employees or agents, to be the agents or employees of City. Contractor shall have the responsibility for and control over the means of performing the work, provided that Contractor is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the services. 11. COOPERATION Contractor 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 Contractor on the Project. 12. CITY POLICY Contractor 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 Contractor 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 Contractor's indemnification of City, and prior to commencement of work. Contractor shall obtain, provide and maintain at its own expense during a 0 0 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. Contractor 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 Requirements. Workers' Compensation Coveraae. Contractor 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, Contractor 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 Contractor for City. 2. General Liability Coverage. Contractor 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. 0 0 3. Automobile Liability Coverage. Contractor shall maintain automobile insurance covering bodily injury and property damage for all activities of the Contractor 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. Contractor 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 speck language: 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 Contractor. 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 Contractors 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 III E 0 party except after thirty (30) days written notice has been received by City. A. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Contractor's performance under this Agreement. B. Additional Insurance. Contractor 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 Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint - venture or syndicate or cotenancy, which shall result in changing the control of Contractor. 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 Contractor. Assignments of any or all rights, duties or obligations of the Contractor under this Agreement will be permitted only with the express written consent of City. Contractor 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 Contractor, 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 Contractor or any other party. Contractor shall, at Contractor's expense, provide such Documents to City upon written request. Documents, including drawings and specifications, prepared by Contractor pursuant to this Agreement are not intended or represented to be suitable for 18. 19. 20. 21 • 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 Contractor will be at City's sole risk and without liability to Contractor. Further, any and all liability arising out of changes made to Contractor's deliverables under this Agreement by City or persons other than Contractor is waived against Contractor and City assumes full responsibility for such changes unless City has given Contractor prior notice and has received from Contractor 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 Contractor 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 Contractor. By acceptance of CADD data, City agrees to indemnify Contractor 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 AiAoCAD 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. INTELLECTUAL PROPERTY INDEMNITY The Contractor 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 Contractor's drawings and specifications provided under this Agreement. RECORDS Contractor shall keep records and invoices in connection with the work to be performed under this Agreement. Contractor shall maintain complete and 4n 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 Contractor to this Agreement. All such records shall be clearly identifiable. Contractor shall allow a representative of City to examine, audit and make transcripts or copies of such records during regular business hours. Contractor 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. 22. 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. Contractor shall not discontinue work as a result of such withholding. Contractor shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Contractor shall be entitled to receive interest on any Withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 23. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Contractor which result in expense to City greater than what would have resulted if there were not errors or omissions in the work accomplished by Contractor, the additional design, construction and/or restoration expense shall be bome by Contractor. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 24. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other Contractors in connection with the Project. 25. CONFLICTS OF INTEREST The Contractor 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, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of 26. 27 • s this Agreement by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. NOTICES All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, 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 Contractor to City shall be addressed to City at: Steve Myrter Utilities Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA, 92658 -8915 Phone: 949 - 644 -3011 Fax: 949 -646 -5402 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Mike Quisenberry Lacy Oil Tool Company 710 East "D" Street P.O. Box 695 Wilmington, CA, 90744 Phone: 310 - 549 -3240 Fax: 310- 834 -0359 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 parry 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 parry 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 � 0 0 seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all reports and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 28. COMPLIANCE WITH ALL LAWS Contractor 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 Contractor 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. 29. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 30. 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. 31. 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. 32. AMENDMENTS This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 33. 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. 34. CONTROLLING LAW AND VENUE The laws of the State of Califomia 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. 35. EQUAL OPPORTUNITY EMPLOYMENT Contractor 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. 36. INTERPRETATION The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 4 A 0 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: By._ 1491� C 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: Steven Rosansky, Mayor for the City of Newport Beach CONTRACTOR: By: (Corporate Officer) Title: Print Name: By: (Financial Officer) Title: Print Name: Attachments: Exhibit A — Statement of Qualifications Exhibit B — Schedule of Billing Rates • � J o1*l Tool Company Lacy Oil Toot Co. is California s largest and best equipped group of pumping unit repair specialists. It was originally a division of Lacy Manufacturing Company, which pioneered the Air Balanced Pumping Unit. Lacy's background includes 80 years experience in steel fabrication, 44 years In oil field production equipment and 34 years in the building of lacy Air Balanced Pumping Units. This experience guarantees you superior products and quality service by skilled • EXHIBIT "A" pumping unit service companies combined. With the addition of a new 15 -ton crane for the largest jobs. Lacy s Wilmington, California. facility has over 12.000 square feet under twin overhead traveling bridge cranes. Our custom - built. 500 -ton hydraulic press is capable of any press work that may be required. With over 10,000 machined parts constantly stocked in our warehouses, there is no waiting for most parts. However. our fully equipped machine shop assures prompt production professionals at the lowest possible prices, Lacy Oil Tod Co. offers 24 -hour field and shop service to assist you in repair and maintenance of your pumping units. Our modern field service trucks are fully equipped with air compressors and air - driven tools, heavy duty hydraulic lifts and complete oil field tooling. The need for an extra lifting crane in the field is eliminated In many cases because our heavy duty hydraulic lifts can handle most lifting jobs. This saves both the time and money generally associated with oil field cranes. With the aid of our mobile radio system, each field crew is in constant contact with technical personnel in the event of any unexpected problems. A full -time, in -house vehicle maintenance program assures minimum lost time for field service. An expertly trained field crew will arrive at your pumping unit within eight working hours after receiving your call. This level of service assures you of minimum down -time and lost production. As a result of our constant effort to provide the most experienced and qualified technicians available, Lacy's personnel boast more years of experience than all other California :..:. .. :... .i �•!; a IY(:: of any obsolete or hard -to -find parts that may not be readily available. We also stock complete bearing, saddle and wrist pin assemblies for most Lacy. Lufkin, Jensen. Cabot, National, Oilwell. American, Emsco, Parkersburg and Pacific pumping units. Additionally, we stock complete air compressor assemblies. We specialize in air balanced pumping unit repair and have complete air cylinder exchanges for most Lacy units. This means 0 no waiting for your air cyllnder to be rebuilt. In addition to pumping unit repair, Lacy Oil Tool Co. also provides expert repair of heavy duty industrial hydraulic systems- We are also manufacturers of hydraulic components for the metal recycling industry, To assist us in providing complete and accurate repair on your pumping units, we have on file the original manufacturer's data and service reports for all Lacy Air Balanced Pumping Units. With the serial Equipment, Parkersburg, and Waldrip pumping unit engineering blueprints. As a Parkersburg distributor, we can provide parts for your Parkersburg unit in a minimum amount of time and at a reasonable cost. Lacy Oil Tool Co. can quickly and efficiently put any pumping unit back on production. We would welcome the opportunity to inspect your pumping unit and discuss its repair needs at no charge. Upon request. we will furnish a written number of your Lacy unit we can determine the exact parts necessary and review your units history. With over 5.000 of these units manufactured, this information saves valuable time and eliminates guesswork To assure proper fitting parts, we have on file original engineering blueprints for all Lacy Air Balanced Pumping Units. In additlon,we purchased from W estern Gear Corp. their original Pacific. Petroleum report and cost estimate for any needed repairs. Lacy Oil Tool Co. Service and Products Warranty Lacy Oil Tool Co. has always stood behind all work performed. including parts and service. it is our constant goal to provide superior products and quality service to our customers at the lowest possible price. • With this goal in mind, we offer the follawing: Statement of Warranty "All Lacy Oil Tool Co. products and services are guaranteed against defect In material and workmanship for a period of one year From the date of purchase. Any such defect will be replaced or repaired, at Lacy Oil Tool Co.'s option, within that period." W e know of no other pumping unit repair company willing to offer a warranty of this kind. Pumping Unit Sales As an American Petroleum Institute (A.P.I.) certified pumping unit manufacturer, we manufacture Lacy Air Balanced Pumping Units. All units are fully guaranteed and reasonably priced. Upon request we will send you a complete list of our pumping unit inventory. In addition to newly manufactured units. we regularly acquire used pumping units In good condition. These units are Inspected and thoroughly refurbished prior to sale, and carry full guarantees. Preventive Maintenance Our preventive maintenance service includes gearbox filtering to Increase the life of the gears and pumping unit Inspection reports. This service helps prevent a major breakdown and provides a complete written report detailing the condition of your pumping unit Upon request we will provide a more detailed description of this service Lacy Oil Tool Co. • LACY OIL TOOL COMPANY E EXHIBIT "B" r 011 �fk )13� SERVICE Lacy 00 Tool Company offers both FIELD SERVICE and SHOP SERVICE to assist you in both Repair and Maintenance. Our experienced technicians and service trucks are available at any hour. LABOR SENIOR FIELD MECHANIC (2 HR. minimum) .............................................. ............................... JUNIOR FIELD MECHANIC (2 HR. MINIMUM) ............................................. ......:........................ PLANT REPAIR AND SERVICE ................................................................... ............................... MACHINIST -SHOP OR FIELD (WITH TOOLS) EQUIPMENT FULLY EQUIPPED FIELD SERVICE TRUCK WITH PNEUMATIC TOOLS AND H.D. ..........$38.00 /HR. ......... $36.00 /HR. $80.00 /HR. $80.00 /HR. HYDRAULIC LIFT (2 HR. MINIMUM) ... : ..... ............................... ....................................................... $80.00 /HR. AIR COMPRESSOR WITH RELATED TOOLS (2 HR. MINIMUM) .......................... ............................... $80.00 /H R. FLATBED TRUCK WITH DRIVER (2 HR. MINIMUM) ............................................. ............................... $40.00 /HR. 500 -TON HYDRAULIC PRESS (2 HR. MINIMUM) .................................................. ............................... $80.00 /HR. PUMPING UNIT LUBRICATION AND INSPECTION REPORT ............................... ............................... $60. 00/UNIT PICK -UP TRUCK WITHOUT DRIVER .................................................................... ............................... $45.00 /HR. Overtime Labor: Additional hours regular workdays ........ ............................... ...................... Time and One Half Saturdays..................................................................................................... ............................... Time and One Half After four hours of time and one half .............................................. ............................... .........................Double Time Sundaysand Holidays ........................................................................................... ............................... Double Time Outside Purchases: Outside purchases of labor and materials ................................. ............................... ...........................Cost Plus 25% Rush Orders: Orders phoned in by 2:00 PM will be shipped the same day by common carrier, for delivery the next day. Problems: If you have any problems with your pumping units, please call us. Our staff has many years of experience and know the answers to most problems. All rates are effective until Feb. 1. 2009 0 0 PROFESSIONAL SERVICES AGREEMENT WITH AC PUMPING UNIT REPAIR, INC. FOR ON -CALL REPAIR AND MAINTENANCE OF OIL WELL PUMPING UNITS THIS AGREEMENT is made and entered into as of this 25th day of September, 2007, by and between the CITY OF NEWPORT BEACH, a municipal corporation ( "City "), and AC PUMPING UNIT REPAIR, INC., a California Corporation whose address is 10733 Painter Ave., Santa Fe Springs, California, 90670 ( "Contractor"), and is made with reference to the following: RECITALS A. City is a municipal corporation duty organized and validly existing under the laws of the State of Califomia 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 services for repair and maintenance of oil well pumping units at City's Oil Fields. C. City desires to engage Contractor to perform on -call repair and maintenance services for the City's 16 Oil Wells. D. Contractor possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement. E. The principal member of Contractor for purposes of Project shall be Alfonso Campas. F. City has solicited and received a proposal from Contractor, has reviewed the previous experience and evaluated the expertise of Contractor, and desires to retain Contractor to render professional services under the terms and conditions set forth in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned Parties as follows: 1. TERM The term of this Agreement shall commence on the above written date, and shall terminate on the 31st day of July, 2009, unless terminated earlier as set forth herein. 0 0 2. SERVICES TO BE PERFORMED Contractor shall provide "On -Call" emergency underground utilities services as described in the Statement of Qualifications attached as Exhibit "A." Upon verbal or written request from the Project Administrator, Contractor 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, Contractor 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 Contractor to perform the services in a diligent and timely manner may result in termination of this Agreement by City. Notwithstanding the foregoing, Contractor shall not be responsible for delays due to causes beyond Contractor'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 Contractor 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 Contractor's control. 3.2 For all time periods not specifically set forth herein, Contractor shall respond in the most expedient and appropriate manner under the circumstances, by telephone, fax, hand - delivery or mail. 4. COMPENSATION TO CONTRACTOR City shall pay Contractor 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. 0 0 No rate changes shall be made during the term of this Agreement without the prior written approval of the City. Contractor's compensation for services performed in accordance with this Agreement, including all reimbursable items and subcontractor fees, shall not exceed the fees identified in the Letter Proposal, as approved by the Utilities Department. Any Letter Proposal that sets forth fees in excess of Thirty Thousand Dollars and No Cents ($30,000.00) shall require a separate Professional Service Agreement approved by City Council per Council Policy F -14. 4.1 Contractor shall submit monthly invoices to City describing the work performed the preceding month. Contractor'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 Contractor no later than thirty (30) days after approval of the monthly invoice by City staff. 4.2 City shall reimburse Contractor 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 Contractor. A. The actual costs of subcontractors for performance of any of the services that Contractor 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 Contractor in the performance of this Agreement. 4.3 Contractor 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. 0 • 5. PROJECT MANAGER Contractor 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. Contractor has designated Alfonso Campas to be its Project Manager. Contractor 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. Contractor, 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. Contractor warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 6. ADMINISTRATION This Agreement will be administered by the Utilities Department. Steve Myrter 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 Contractor in the execution of its responsibilities under this Agreement, City agrees to, where applicable: A. Provide access to, and upon request of Contractor, 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 Contractors work schedule. B. Provide blueprinting and other services through City's reproduction company for bid documents. Contractor will be required to coordinate the required bid documents with City s reproduction company. All other reproduction will be the responsibility of Contractor 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 Contractor or under Contractors supervision. Contractor represents that it possesses the professional and 0 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 Contractor 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 Contractor to practice its profession. Contractor further represents and warrants to City that Contractor 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 Contractor to practice its profession. Contractor shall maintain a City of Newport Beach business license during the term of this Agreement. 8.3 Contractor shall not be responsible for delay, nor shall Contractor 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 Contractor's work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. HOLD HARMLESS To the fullest extent permitted by law, Contractor 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 Contractor]) or Contractors presence or activities conducted on the Project (including the negligent and /or willful acts, errors and /or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, contractors, 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 Contractor 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 0 • 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 Contractor. 10. INDEPENDENT CONTRACTOR It is understood that City retains Contractor on an independent contractor basis and Contractor is not an agent or employee of City. The manner and means of conducting the work are under the control of Contractor, 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 Contractor or any of Contractor's employees or agents, to be the agents or employees of City. Contractor shall have the responsibility for and control over the means of performing the work, provided that Contractor is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the services. 11. COOPERATION Contractor 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 Contractor on the Project. 12. CITY POLICY Contractor 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 Contractor 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 Contractors indemnification of City, and prior to commencement of work. Contractor shall obtain, provide and maintain at its own expense during 0 0 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. Contractor 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 Requirements. 1. Workers' Compensation Coverage. Contractor 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, Contractor 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 Contractor for City. 2, General Liability Coverage. Contractor 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. Contractor shall maintain automobile insurance covering bodily injury and property damage for all activities of the Contractor 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. Contractor 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: L 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 Contractor. 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 Contractor'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 W 0 0 party except after thirty (30) days written notice has been received by City. A. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Contractor's performance under this Agreement. B. Additional Insurance. Contractor 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 Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint - venture or syndicate or cotenancy, which shall result in changing the control of Contractor. 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 Contractor. Assignments of any or all rights, duties or obligations of the Contractor under this Agreement will be permitted only with the express written consent of City. Contractor 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 Contractor, 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 Contractor or any other party. Contractor shall, at Contractor's expense, provide such Documents to City upon written request. Documents, including drawings and specifications, prepared by Contractor pursuant to this Agreement are not intended or represented to be suitable for 0 0 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 Contractor will be at City's sole risk and without liability to Contractor. Further, any and all liability arising out of changes made to Contractor's deliverables under this Agreement by City or persons other than Contractor is waived against Contractor and City assumes full responsibility for such changes unless City has given Contractor prior notice and has received from Contractor 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 Contractor 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 Contractor. By acceptance of CADD data, City agrees to indemnify Contractor 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. INTELLECTUAL PROPERTY INDEMNITY The Contractor 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 Contractor's drawings and specifications provided under this Agreement. 21. RECORDS Contractor shall keep records and invoices in connection with the work to be performed under this Agreement. Contractor 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 Contractor to this Agreement. All such records shall be clearly identifiable. Contractor shall allow a representative of City to examine, audit and make transcripts or copies of such records during regular business hours. Contractor 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. 22. 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. Contractor shall not discontinue work as a result of such withholding. Contractor shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Contractor shall 'be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 23. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Contractor which result in expense to City greater than what would have resulted if there were not errors or omissions in the work accomplished by Contractor, the additional design, construction and/or restoration expense shall be bome by Contractor. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 24. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other Contractors in connection with the Project. 25. CONFLICTS OF INTEREST The Contractor 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, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of 26. 27 0 0 this Agreement by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. NOTICES All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, 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 Contractor to City shall be addressed to City at: Steve Myrter Utilities Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA, 92658 -8915 Phone: 949- 6443011 Fax: 949 - 646 -5402 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Alfonso Campas AC Pumping Unit Repair, Inc. 10733 Painter Ave. Santa Fe Springs, CA, 90670 Phone: 562- 946 -1600 Fax: 562 - 903 -5500 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 Contractor. In the event of r • termination under this Section, City shall pay Contractor for services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all reports and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 28. COMPLIANCE WITH ALL LAWS Contractor 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 Contractor 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. 29. WAIVER A waiver by either parry of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 30. 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. 31. 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 govem. 32. AMENDMENTS This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 33. 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. • • 34. 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. 35. EQUAL OPPORTUNITY EMPLOYMENT Contractor 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. 36. INTERPRETATION The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 1A • • IN WITNESS WHEREOF, the Parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: By: —, c 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 am Steven Rosansky, Mayor for the City of Newport Beach CONTRACTOR: By: (Corporate Officer) Title: Print Name: By: (Financial Officer) Title: Print Name: Attachments: Exhibit A — Statement of Qualifications Exhibit B — Schedule of Billing Rates From: Sins Lu m To: Cindy Asher Date: 8/30/2007 Time: 3:23:38 PM Page 2 of 3 it ri;j 11 Pumping Unit Repai-F e . • .. . A �I Statement of Qualification AC Pumping•Unit Repalrwas established in July 2006 when it acquired an exlstfng repair company and formed AC Pumping under the new ownership, since July 2006 AC Pumping has tripled in size with 30 emphMes and has invested in a considerable amount of new equipment to accommodate the growth. Some of our Qualifications Include. 114 years combined Pumping Unit Repair Experience. On site compressor Repair Alignment of unit. Cornplete Breakdown and assembly of units : Relocate Unit to different site : Install new bearings and seals : Regular Luba service available : Computer Analysfs to determine Pump Efficiency and Motor Efficiency We mark up materials cost plus 20% : AC Pumping will hold these prices till July 2009 :3 Certified Crane Operators (Nmm) Valid through 2011 Yours Sincerely, Micheal Quirke 10733 Painter Avenue - Santa Fe SprkKM Gelifomta 90670 (W4 946 -1600 • Fax (-KM 943 -5500 From: Sim L c o To: Cindy Asher Date: MOWN Time: 3:23:38 AC Pumping Unit Repair Spedaffring to All Types & +4WMI of Pumping Unit Rates Effective July 15, 2007 RQU MRNT- UM Fuel Surckarge Apply) 15 Too FTydrauiic Crane Wltb Too15 $60.00 Per Hour I4 Ton Hydraulic Crane With Tools $60.00 per Hour 8 Ton Knuckle Boom Crane With Tools $45.00 Per Hour Knuckle Boorn- Weekly Standby Flat hate Rental $509.00 Per Week Fully Hipped Service Truck W/Compressor $30.00 Per Hour Boring Bar $40.00 Per Hour Fuel Charge: I7% To All Equipment 17% LABOR: Crane Operator $45.00 Per Hour Pumping Unit Mechanic $3750 Per Hour Roustabout $37.50 Per Hour Fuel Charge: Daily Flat Roustabout Charge $20.00 Daily Field Operator $45.00 Per Flour Field Superintendent $78.00 per Flour Welder. Welder With Welding Truck & Tools $75.00 Per Hour Fuel Charge: Daily Flat Welding Thick Charge $25.00 Daily Welder Helper 545.00 Per Hour Welder Fire Watch / Helper $30.00 Per Hour Shop RepahiService $55.00 Per Hour Crew Supervisor $60:00 Per Hour Field Pumper $60.00 Pcr Hour Luke Mechanic $37.50 Per Hour PREIYIIUM TIME: Daily Rate Over S Hours Tune and One Halt' Daily Rate Over 12 Hours Double Time Saturday Time and One Half Sunday & Holidays Double Time AR Equipment & Tabor is Charged From Portal To Portal 10735 Painter Avenue • Santa Fe firings, C.alltomia 90670 (564 946 -166 • Fax (582) 9034500 Page 3 of 3