Loading...
HomeMy WebLinkAboutC-4015 - On-Call RSA for As-Needed Asphalt Repair ServicesON -CALL REPAIR SERVICES AGREEMENT WITH HARDY & HARPER, INC. FOR AS- NEEDED ASPHALT REPAIR SERVICES �{I THIS ON -CALL REPAIR SERVI. AGREEMENT ( "Agreement ") is made and entered into as of this [ day of F�kj, 2013 ( "Effective Date ") by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ( "City "), and HARDY & HARPER, INC., a California corporation ("Contractor "), whose principal place of business is 1312 East Warner Ave, Santa Ana, CA 92705 and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City desires to engage Contractor to perform on -call repair services for as- needed asphalt repair services ("Project'). C. Pursuant to the authority conferred to City as a charter city under California Constitution, Article XI, Section 5, the City hereby exempts this Project from the payment of prevailing wages because the funds used to finance this Project are local funds and this Project is a matter of local concern. D. Contractor has examined the location of all proposed work, carefully reviewed and evaluated the specifications set forth by the City for the Project, and is familiar with all conditions relevant to the performance of services and has committed to perform all work required for the price specified in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: I . TERM The term of this Agreement shall commence on the Effective Date, and shall terminate on January 31, 2015, unless terminated earlier as set forth herein. 2. SCOPE OF WORK 2.1 City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference. Contractor shall provide "On -Call" services as described in the Scope of Work attached hereto as Exhibit A and incorporated herein by reference ( "Services" or "Work "), Upon written request from the Project Administrator (as defined below in Section 6), 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: 2.1.1 A detailed description of the Services to be provided; 2.1.2 The position of each person to be assigned to perform the Services, and the name of the individuals to be assigned, if available; 2,11 .3 The estimated number of hours and cost to complete the Services; and 2.1.4 The time needed to finish the specific project. 2.2 No Services shall be provided until the Project Administrator has provided written acceptance of the Letter Proposal. Once authorized to proceed, Contractor shall diligently perform the duties in the approved Letter Proposal and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services necessary for the Project. 3. TIME OF PERFORMANCE 3.1 Time is of the essence in the performance of Services under this Agreement and Contractor shall perform the Services in accordance with the schedule included in Exhibit A. The failure by Contractor to strictly adhere to the schedule may result in termination of this Agreement by City. 3.1.1 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 within two (2) calendar days of the occurrence of the delay so that all delays can be addressed. 3.2 Contractor shall submit all requests for extensions of time for performance in writing to the Project Administrator (as defined in Section 6 below) not later than two (2) 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. 3.3 For all time periods not specifically set forth herein, Contractor shall respond in the most expedient and appropriate manner under the circumstances, by fax, hand - delivery or mail. 4. COMPENSATION 4.1 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 Rates attached hereto as Exhibit B and incorporated herein by reference. No rate changes shall be made during the term of this Agreement without the prior written approval of the City. Contractor's total compensation for Services performed in accordance with this Agreement, including all reimbursable items, shall not exceed Sixty Thousand Dollars and 00 /100 ($60,000.00) without written amendment to the Agreement. Hardy & Harper, Inc. Page 2 4.2 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 from the Scope of Work attached hereto 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. 4.3 City shall reimburse Contractor only for those costs or expenses specifically approved in the Scope of Work and Schedule of Rates attached hereto. Unless otherwise approved, such costs shall be limited and include nothing more than the 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. 4.4 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 the Project Administrator to be necessary for the proper completion of the Project, but which is not included within the Scope of Work and which the City and Contractor did not reasonably anticipate would be necessary. Compensation for any authorized Extra Work shall be paid in accordance with the Schedule of Rates set forth in Exhibit B. 5. PROJECT MANAGER 5.1 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 Steve Kirschner, Vice President to be its Project Manager. Contractor shall not remove or reassign the Project Manager or any key 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 6hall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. 5.2 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 this 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 Municipal Operations Department, Field Maintenance Superintendent, or their designee shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or their designee shall represent City in all matters pertaining to the Services to be rendered pursuant to this Agreement. Hardy & Harper, Inc. Page 3 7. TYPE AND INSTALLATION OF MATERIALS/STANDARD OF CARE 7.1 Contractor shall use only the standard materials described in Exhibit A in performing Services under this Agreement. Any deviation from the materials described in Exhibit A shall not be installed or utilized unless approved in advance and in writing by the Project Administrator. 7.2 All of the Services shall be performed by Contractor or under Contractor's supervision. Contractor represents that it possesses the personnel required to perform the Services required by this Agreement, and that it will perform all Services in a manner commensurate with highest industry standards. All Services shall be performed by qualified and experienced personnel who are not employed by City. By delivery of completed Work, Contractor certifies that the Work conforms to the requirements of this Agreement and all applicable federal, state and local laws and the industry standard. 7.3 Contractor represents and warrants to City that it has, shall obtain and shall keep in full force and effect during the term hereof, at its sole cost and expense, all licenses, permits, qualifications, insurance and approvals of whatsoever nature that is legally required of Contractor to practice its profession. Contractor shall maintain a City of Newport Beach business license during the term of this Agreement. 7.4 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. 8. RESPONSIBILITY FOR DAMAGES OR INJURY 8.1 City and all officers, employees and representatives thereof shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Services required hereunder; or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 8.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by the Contractor. 8.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers, 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 Hardy & Harper, Inc. Page 4 (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Agreement, any Work performed or Services provided under this Agreement including, without limitation, defects in workmanship or materials 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, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). 8.4 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 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 a's a limitation upon the amount of indemnification to be provided by the Contractor. 8.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Work by Contractor or its agents. 8.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Agreement as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 8.7 The rights and obligations set forth in this Section shall survive the termination of this Agreement. It is understood that City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees or agents of the 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 express terms of this Agreement. No civil service status or other right of employment shall accrue to Contractor or its employees. 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 the 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 of the Work 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. Hardy & Harper, Inc. Page 5 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. 11. CITY POLICY Contractor shall discuss and review all matters relating to policy and Project direction with the 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. 12. 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 Project, activities performed and planned, and any meetings that have been scheduled or are desired. �i�(��1li7:IiI3 Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement or for other periods as specified in this Agreement, policies of insurance of the type, amounts, terms and conditions described in the insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 14. 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. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform Work on this Project are identified in Exhibit A. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. The City is an intended Hardy & Harper, Inc. Page 6 beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and the City. Except as specifically authorized herein, the Services to be provided under this Agreement shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 16. OWNERSHIP OF DOCUMENTS Each and every report, draft, 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 Contraotor's expense, provide such Documents to City upon prior written request. 17. CONFIDENTIALITY All Documents, including drafts, notes and communications that result from the Services in this Agreement, shall be kept confidential unless City expressly authorizes in writing the release of information. 18. RECORDS Contractor shall keep records and invoices in connection with the Services 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 under this Agreement. All such records and invoices shall be clearly identifiable. Contractor shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices 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 to Contractor under this Agreement. 19. WITHHOLDINGS City may withhold payment to Contractor 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/her 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. Hardy & Harper, Inc. Page 7 20. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other Contractors in connection with the Project. 21. CONFLICTS OF INTEREST 21.1 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. 21.2 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 immediate termination of 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. 22. NOTICES 22.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Agreement shall be given in writing, to City by Contractor 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: Attn: Field Maintenance Superintendent Municipal Operations Department City of Newport Beach 3300 Newport Blvd. PO Box 1768 Newport Beach, CA 92658 Phone: (949) 644 -3460 22.2 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attn: Steve Kirschner, Vice President Hardy & Harper, Inc. 1312 East Warner Ave. Santa Ana, CA 92705 Phone: (714) 444 -1851 23. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Agreement, before making its final request for payment under the Agreement, Contractor shall submit to City, in Hardy & Harper, Inc. Page 8 writing, all claims for compensation under or arising out of this Agreement. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Agreement except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and the City expressly agree that in addition to all claims filing requirements set forth in the Agreement, the Contractor shall be required to file any claim the Contractor may have against the City in strict conformance with the Tort Claims Act (Govt. Code §§ 900 et seq.). 24. TERMINATION 24.1 In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured 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. 24.2 Notwithstanding the above provisions, City shall have the right, at its sole and absolute discretion and without cause, of terminating this Agreement at any time by giving no less than thirty (30) 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 materials purchased and Documents created in performance of this Agreement. 25. LABOR 25.1 Contractor shall conform with all applicable provisions of State and Federal law including, but not limited to, applicable provisions of the Federal Fair Labor Standards Act ( °FLSA ") (29 USCA § 201, et seq.). 25.2 Whenever Contractor has knowledge that any actual or potential labor dispute is delaying or threatens to delay the timely performance of this Agreement, Contractor shall immediately give written notice to City, and provide all relevant information. 25.3 Contractor represents that all persons working under this Agreement are verified to be U.S. citizens or persons legally authorized to work in the United States. 25.4 To the fullest extent permitted by law, the Contractor shall indemnify, defend, and hold harmless the City, its City Council, boards and commissions, officers, agents, volunteers, and employees from loss or damage, including but not limited to attorney's fees, and other costs of defense by reason of actual or alleged violations of Hardy & Harper, Inc. _ Page 9 any applicable Federal, State and local labor laws or law, rules, and /or regulations. This obligation shall survive the expiration and/or termination of the Agreement. 26.1 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. 26.2 Waiver. A waiver by City of any term, covenant, or condition in the Agreement shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition, 26.3 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 Contract or implied covenant shall be held to vary the provisions herein. 26.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Agreement and the Exhibits attached hereto, the terms of this Agreement shall govern. 26.5 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, 26.6 Effect of Contractor's Execution. Execution of this Agreement by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the Work is to be performed, and has taken into consideration these factors in submitting its Project proposal and Scope of Work. 26.7 Controlling Law and Venue. The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 26.8 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, age or any other impermissible basis under law. 26.9 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. Hardy & Harper, Inc. Page 10 26.10 5everability. 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. 26.11 No Attorney's Fees. In the event of any dispute or legal action arising under this Agreement, the prevailing party shall not be entitled to attorney's fees. 26.12 Counterparts. This Agreement may be executed in two or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. [SIGNATURES ON NEXT PAGE] Hardy & Harper, Inc. Page 11 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: B Y Aar 2. Harp L City Attorney ATTEST: b-lj-j3 Date: c By: �l(�, Nm��— Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, A California ?}nuTrF .ipal corporation Date: 4' / _ . / CONTRACTOR: Hardy & Harper, Inc., a Californiaco oration Date: ,O'i By: ! Ste irschner Vice President Date: BWein'�'S. aulino Vice-PFestder-4 �firy [END OF SIGNATURES] Attachments: Exhibit A — Scope of Work Exhibit B — Schedule of Rates Exhibit C — Insurance Requirements Hardy & Harper, Inc. Page 12 i The following is a list of the Services that may be requested by the City during a typical engagement for as- needed asphalt repair services. Contractor shall provide asphalt repair Services on an as- needed basis. Repairs shall vary from small patch repairs to major construction. • Contractor shall follow all standard procedures in the performance of all duties, which include, but shall not be limited to, proper techniques and procedures, traffic control, any related permits, etc. All Work shall conform to City standards and specifications. • Final Work shall be approved by the City's Public Works Department as to the City design specifications and plans on file for the specific location where the Work is performed. • Bituminous material shall conform to Section 203 of the Standard Specifications for Public Works Construction (2009 Edition). • Asphalt concrete mix for the base course shall be Class B (3/4 ") PG 64 -10. • Asphalt concrete mix for the finish course shall be Class C2 ( Y2 ") PG 64 -10. • Repair /replacement of asphalt section shall be minimum V thicker than existing. • Asphalt base material — % PG 6410 • Asphalt cap material —'h PG 6410 Hardy & Harper, Inc. Page A -1 EXHIBIT B SCHEDULE OF BILLING RATES Hardy & Harper, Inc. Page B -1 ATTACHMENT PROPOSAL OFFER FORM Instru'ons: Proposers may submit pricing information on their own forms but this PrpposalOffer Form must also be completed, Complete this form, sign, and remit as part of your Proposal as Attachment p, Individual Labor Rates: Normal Hours (7am- Weekend Hours (lam- Overtime (outside 5pm Man -Fri): 4pm Sat -Sun) regular work hours /after -hours emergency) Minimum Call Out Time? 4 Hr(s) - Laborer (scoicaes equipment) $ jpHr $__L25 __0 0 IHr $ 135.00 /Hr - Operator, (IaCludes quip... $_-1; - OO Hr - Foreman /supervisor (rncludes eTAFmeot) $ 116. 00 Hr $ 145.00 /Hr $ 145.00 /Hr $ 146.00 IHr $ 146.00 /Hr Minimum lob Cost? Ye 1j, Yes: _ Per Ton Rate: $ 75.00 ITon Upto 15 tons $ 70.00 /Tan up to 100 tans Agave $ 68.00 ITan ft to( 100 tons Minimum Per Ton Rate? YAN i if Yes: 1 *✓Miscellaneous cost + 15t mark up 141 Page e EXHIBIT C 1.1 Provision of 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 the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 1.2 Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 1.3 Coverage Requirements. 1.3.1 Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. 1.3.1.1 Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its officers, officials, employees and agents. 1.3.2 General LiabilityInsurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products - completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract) with no endorsement or modification limiting the scope of coverage for liability assumed under a contract. 1.3.3 Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of 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 accident. 1.4 Other insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: Hardy & Harper, Inc. Page C -1 1.4.1 Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers from each of its subcontractors. 1.4.2 Additional Insured Status. All liability policies including general liability, excess liability, pollution liability, and automobile liability, but not including professional liability (if required), shall provide or be endorsed to provide that City and its officers, officials, employees, and agents shall be included as insureds under such policies. 1.43 Primary and Non Contributory. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self- insurance maintained by City. 1.4.4 Notice of Cancellation. All policies shall provide City with thirty (30) days notice of cancellation (except for nonpayment for which ten (10) days notice is required) or nonrenewal of coverage for each required coverage. 1.5 Additional Agreements Between the Parties. The parties hereby agree to the following: 1.5.1 Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. Insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. 1.5.2 City's Right to Revise Requirements. The City reserves the right at any time during the term of this Agreement to change the amounts and types of insurance required by giving the Contractor ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City and Contractor may renegotiate Contractor's compensation. 1.5.3 Right to Review Subcontracts. Contractor agrees that upon request, all contracts with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such contracts will not impose any liability on City, or its employees. 1.5.4 Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Contractor of non - compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. 1.5.5 Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, Hardy & Harper, Inc. Page C -2 limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. 1.5.6 Self- insured Retentions. Any self - insured retentions must be declared to and approved by City. City reserves the right to require that self- insured retentions be eliminated, lowered, or replaced by a deductible. Self- insurance will not be considered to comply with these requirements unless approved by City_ 1.5.7 City Remedies for Non Compliance If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this agreement, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. 1.5.8 Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. 1.5.9 Contractor's 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. Hardy & Harper, Inc. Page C -3 C-goi AMENDMENT NO.2 TO PROFESSIONAL SERVICES AGREEMENT WITH HARDY & HARPER, INC. FOR ON -CALL ASPHALT PAVING REPAIRS THIS AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT, entered into this 14th day of July, 2009, by and between the CITY OF NEWPORT BEACH, a municipal corporation, (hereinafter referred to as "City ") and HARDY & HARPER, INC., a California corporation whose address is 1312 East Warner Avenue., Santa Ana, CA 92705 ( "Contractor "), and is made with reference to the following: RECITALS A. On January 22, 2006, CITY and CONTRACTOR entered into an On -Call Professional Services Agreement, hereinafter referred to as "Agreement," for Asphalt Paving Repair Services. This Agreement is scheduled to expire on July 31, 2006. B. On July 6, 2006, City and Contractor entered into Amendment No. 1 to extend the term of the Agreement to June 30, 2009. C. City desires to enter into this Amendment No. 2 to extend the term of the Agreement to June 30, 2010. D. City and Contractor mutually desire to amend Agreement, hereinafter referred to as "Amendment No. 2," as provided here below. NOW, THEREFORE, the parties hereto agree as follows: The term of the Agreement shall be extended to June 30, 2010. 2. COMPENSATION Compensation to the Contractor for services performed pursuant to this Amendment No. 2 for all work performed from July 1, 2009, to June 30, 2010, shall be based on the attached Schedule of Billing Rates (Exhibit B). Pursuant to the applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages including legal holidays and overtime work for each craft or type of workman needed to execute the work contemplated under the Agreement shall be paid to all workmen employed on the work to be done according to the Agreement by the Contractor and any subcontractor. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the Agreement. A copy of said determination is available by calling the prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. The Contractor is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any subcontractor under him /her to comply with all State of California labor laws, rules and regulations and the parties agree that the City shall not be liable for any violation thereof. 3. SERVICES TO BE PERFORMED Contractor shall perform on -call asphalt repairs in various locations throughout the City pursuant to this Amendment No. 2 and according to the Request to Extend On -Call Services Agreement dated May 13, 2009, attached hereto as Exhibit A. ! >�lahI*C3 _vra z01a arid" 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 CITY ATTORNEY By: My tte D. ea p Assistant City Attorn ATTEST: 0 Leilani Brown, City Clerk O� NEWp®� u � � �j�pRNtP CITY OF NEWPORT( BEACH A Municial Corporation By: Edward Selich, Mayor CONTRACTO HARDY & PER, INC. Title: President Print Name:_ Fred T. Maas, Jr. (Financial Oificerj Title: Treasurer Print Name: Fred T. Maas, Jr. Attachment: Exhibit A — Request to Extend On -Call Services Agreement Exhibit B — Schedule of Billing Rates 1 STATE UC. Number 215952 7312 EAST WARNER AVENUE SANTA ANA, CA 92705 (714) 444 -7851, FAX (714) 444 -2801 May 13, 2009 City of Newport Beach Utilities Department Attn: Cindy Asher 3300 Newport Blvd. Newport Beach, Ca 92658 -8915 Re: Amendment to Professional, Services Agreement Dear Ms, ,Asher: Hardy & Harper,lne. is requesting to extend the Professional Services Agreement for another year. Our new rate sheet's are attached with effective dates 7/l/09 through 6/30/10 for your approval. The line items we changed are due to the anticipated increases of prevailing wages for Construction Laborers, Operating P,ngineers and Concrete Masons which would go into effect July 1, 2009. truly, ( Steve Kiirs er Viee President Cc: Mike Morgan File r lraa 4tr? ea,ttzaetaz STATE 0C. vumber 21595; 1312 EAST WARNER AVENUE SANTA ANA, CA 92705 (714) 444-1851 • TAX /714/444-2801 Hardy & Harper, Inc. Labor and Equipment Rental Rates EFFECTIVE 7/1109 THROUGH 6/30110 City of Newport Beach Utilities Department Foreman Including Pickup $88.00 $126.00 $164.00 Operator / Screedman $80.00 $115.00 $150.00 Laborer/ Raker $70.00 $ 98.00 $127-00 OPERATED EQUIPMENT RATE Skip loader $120.00 per hour 3 -5 Roller $100.00 per hour 8 Ton Roller $125.00 per hour Dump Truck $100.00 per hour Water Truck $95.00 per hour Saw Truck $110.00 per hour Bobcat (w/ Skidsteer) $125.00 per hour Bobcat (wl Grinder) $185.00 per hour Bobcat (w/ Breaker) $145.00 per hour Backhoe $130.00 per hour 950 Loader $175.00 per hour Sweeper $160.00 per hour ' - 1.1W4 Paving Machine $165.00 per hour Pick -Up $140.00 daily Crew Truck w/ Tack @ $5.00 per gal. $300.00 daily Arrow Board $100.00 daily Compressor w/ Jackhammer $160.00 daily Berm Machine $200.00 daily Concrete Grinders $160.00 daily Vib Plate $100.00 daily Low Boy Move -Ins $95,00 per hour Rental Equipment Cost + 15% mark -up Material Cost + 15% mark -up Subcontractor Cost + 15% mark -up Misc. Supplies Cost + 15% mark -up I• A4a4rV &oae uc STATC LIC Numbci 215952 1312 EAST WARNER AVENUE SANTA AN -A, CA 92705 (714) 444 -1851 a M (714) 449»2802 REGULAR HOURS OT HOURS $185.00 $276.00 $276.00 $414.00 $368.00 $552.00 $460.00 $690.00 $552.00 $878.00 $644.00 $966.00 $736.00 $1,104.00 $828.00 $1,242.00 $920.00 $1,380.00 *Add $25.00 per hour for use of Grinder Misc. Supplies..... . ... Cost +15% Subcontractors ......... Cost + 15% Material Cost ....... - -Cost + 15% Rentals Cost. .._....... Cost + 15% Machine... . ... ... $165.00 per hour Move In .................$600.00 AC, . .... .......... ..... $85.00 per ton (FOB) AB------ ........ . . $25.00 per ton (FOB) Concrete... ............. $120.00 per C.Y. CONTINUED - PAGE 2 (2) man crew wt Equip„ (3) man Crew wl Equip. (4) man Crew wl Equip. (5) man Crew w/ Equip. (6) man Crew w/ Equip. (7) man Crew wi Equip. (8) man Crew wl Equip. (9) man Crew wt Equip. (10) man Crew w/ Equip. CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 11 July 14, 2009 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Utilities Department Cindy Asher, Administrative Manager 949 - 644 -3010 or casher (ccity.newport- beach.ca,us SUBJECT: ASPHALT REPAIRS — APPROVAL OF AMENDMENT TO PROFESSIONAL SERVICES AGREEMENT WITH HARDY & HARPER, INC. I�7Xdsl�rrltitil�i Is7�� fLiIi Fl Approve Amendment No. 2 to Professional Services Agreement with Hardy & Harper, Inc. for on -call asphalt repair services and authorize the Mayor and City Clerk to execute Amendment No. 2. DISCUSSION: On January 22, 2008, the City Council approved a Professional Services Agreement with Hardy & Harper, Inc. to provide as needed on -call asphalt repair services. On July 8, 2008, the City Council approved Amendment No. 1 to the Professional Services Agreement with Hardy & Harper, Inc. and the term was extended to June 30, 2009. On -call agreements allow staff to retain and quickly access specialized services that are required for asphalt repairs due to water service leaks, water main breaks, and sewer lateral and main breaks, at fees that are set for a one year period of time. Staff recommends extending the term by one year to June 30, 2010. Hardy & Harper, Inc. has provided a high quality of asphalt paving repair service for the City on numerous projects over the past seven years. The firm has specialized crews of "patch dumps." These Crews were developed to act as "total quality," "quick response," self- contained vehicles used to service their contracts throughout Southern California. This service enables staff to get small time sensitive jobs completed on short notice to keep right -of -ways open. This past year Hardy & Harper, Inc. completed an emergency asphalt roadway repair at 15th Street and Riverside due to a water main break. Asphalt Repair On -Call Services — Approval of Amendment to Professional Services Agreement July 14, 2009 . Page 2 °V } The new fees for labor and equipment are either unchanged, or are approximately 3-4% higher than 2008. Please refer to the attached tables for rate comparison. Environmental Review: This action requires no environmental review, as it is not a project pursuant to CEQA. Funding Availability: Funding is available in the Maintenance and Repair line item 8160 for Water and Wastewater Divisions. Prepared by: Cindy Asher ministrative Manager Submitted by: 66o;e_rdoch, tilities Director Attachments: Amendment No. 2 to Agreement with Hardy & Harper, Inc. Rate Comparison Tables AMENDMENT NO.2 TO PROFESSIONAL SERVICES AGREEMENT WITH HARDY & HARPER, INC. FOR ON -CALL ASPHALT PAVING REPAIRS THIS AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT, entered into this 14th day of July, 2009, by and between the CITY OF NEWPORT BEACH, a municipal corporation, (hereinafter referred to as "City ") and HARDY & HARPER, INC., a California corporation whose address is 1312 East Warner Avenue., Santa Ana, CA 92705 ( "Contractor "), and is made with reference to the following: RECITALS A. On January 22, 2008, CITY and CONTRACTOR entered into an On -Cali Professional Services Agreement, hereinafter referred to as "Agreement," for Asphalt Paving Repair Services. This Agreement is scheduled to expire on July 31, 2008. B. On July 8, 2008, City and Contractor entered into Amendment No. 1 to extend the term of the Agreement to June 30, 2009. C. City desires to enter into this Amendment No. 2 to extend the term of the Agreement to June 30, 2010. D. City and Contractor mutually desire to amend Agreement, hereinafter referred to as "Amendment No. 2," as provided here below. NOW, THEREFORE, the parties hereto agree as follows: The term of the Agreement shall be extended to June 30, 2010. 2. COMPENSATION Compensation to the Contractor for services performed pursuant to this Amendment No. 2 for all work performed from July 1, 2009, to June 30, 2010, shall be based on the attached Schedule of Billing Rates (Exhibit B). Pursuant to the applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages including legal holidays and overtime work for each craft or type of workman needed to execute the work contemplated under the Agreement shall be 3. paid to all workmen employed on the work to be done according to the Agreement by the Contractor and any subcontractor. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the Agreement. A copy of said determination is available by calling the prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. The Contractor is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per them wages. It shall be the obligation of the Contractor or any subcontractor under him/her to comply with all State of California labor laws, rules and regulations and the parties agree that the City shall not be liable for any violation thereof. SERVICES TO BE PERFORMED Contractor shall perform on -call asphalt repairs in various locations throughout the City pursuant to this Amendment No. 2 and according to the Request to Extend On -Call Services Agreement dated May 13, 2009, attached hereto as Exhibit A. 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. APPROVER AS TO FORM: OFFICE OF CITY ATTORNEY By: z6n My tte . eauch mp Assistant City Attorney ATTEST: Leilani Brown, City Clerk CITY OF NEWPORT BEACH A Municipal Corporation By: Edward Selich, Mayor CONTRACTOR: HARDY & HARPER, INC. M Title: President Print Name: Fred T. Maas Jr. By: (Financial Officer) Title: Treasurer Print Name: Fred T Maas Jr. Attachment: Exhibit A — Request to Extend On -Call Services Agreement Exhibit B — Schedule of Billing Rates HARDY & HARPER, INC. Position 2008 Hourly Rates 2009 Hourly Rates Hourly Rate Increase Foreman Including Pickup $85 $88 $3 Operator /Screedman $80 $77 $3 Laborer /Raker $67 $70 $3 Equipment 2008 Hourly Rates 2009 Hourly Rates Hourly Rate Increase Skip Loader $120 $120 $0 3 -5 Roller $95 $100 $5 8 Ton Roller $125 $125 $0 Dump Truck $100 $100 $0 Water Truck $92 $95 $3 Saw Truck $110 $110 $0 Bobcat (w /Skidsteer) $125 $125 $0 Bobcat(w /Grinder) $185 $185 $0 Bobcat(w /Beaker) $145 $145 $0 Backhoe $130 $130 $0 950 Loader $175 $175 $0 Sweeper $160 $160 $0 Equipment 2008 Hourly Rates 2009 Hourly Rates Hourly Rate Increase Paving Machine $165 $165 $0 Pick -Up $140 $140 $0 Crew Truck w /Tack @ $6 per gallon $300 $300 (Tack $S per gal) $0 Arrow Board $100 $100 $0 Compressorw /Jackhammer $160 $160 $0 Berm Machine $200 $200 $0 Concrete Grinders $160 $160 $0 low Boy Move -Ins $100 $95 -$5 Rental Equipment Cost +15%mark -up Cost +15 %mark -up $0 Material Cost +15 %mark -up Cost +15 %mark -up $0 Subcontractor Cost +15% mark -up Cost +15% mark -up $0 Miscellaneous Supplies Cast +15% mark -up Cost +15%mark -up $0 Crew w /Equipment 2008 Hourly Rates 2009 Hourly Rates Hourly Rate Increase (2) Man Crew w /Equipment $185 $185 $0 (3) Man Crew w /Equipment $276 $276 $0 (4) Man Crew w /Equipment $368 $368 $0 (5) Man Crew w /Equipment $460 $460 $0 (6) Man Crew w /Equipment $552 $552 $0 (7) Man Crew w /Equipment $644 $644 $0 (8) Man Crew w /Equipment $736 $736 $0 (9) Man Crew w /Equipment $828 $828 $0 (10) Man Crew w /Equipment $920 1 $920 $0 Amount Expended 7/2008- 6/2009 908 Celtis Place Rue Chamonix & Rue Fontaine Bleu 15th & Riverside Total $ 2,300.00 $ 4,850.00 $ 3,600.00 $ 10,750.00 • • AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT WITH HARDY & HARPER, INC. FOR ON -CALL ASPHALT PAVING REPAIRS THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, entered into this 8th day of July, 2008, by and between the CITY OF NEWPORT BEACH, a municipal corporation, (hereinafter referred to as "City ") and HARDY & HARPER, INC., a California corporation whose address is 13112 East Warner Avenue, Santa Ana, California 90205 ( "Contractor"), and is made with reference to the following: RECITALS A. On January 22nd, 2008, CITY and CONTRACTOR entered into an On -Call Professional Services Agreement, hereinafter referred to as "Agreement", for Emergency Underground Utility Repairs. This Agreement is scheduled to expire on July 3161, 2008. B. City desires to enter into this Amendment No. 1 to extend the term of the Agreement to June 30th, 2009. 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 on -call asphalt repairs in various locations throughout the City pursuant to this Amendment No. 1 and according to the Request to Extend On -Call Services Agreement dated May 29, 2008, attached hereto as Exhibit A. 2. Compensation to the Contractor for services performed pursuant to this Amendment No. 1 for all work performed from July 1, 2008, to June 30, 2009, shall be based on the attached Schedule of Billing Rates (Exhibit By 3. The tern of the Agreement shall be extended to June 30, 2009. 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: By: & � L_�_ _10, Z�_ �_ LaVonne Harkless, City Clerk y CITY OF NEWPORT BEACH A Municipal Corporat'(o By: Qj I � k - Edward Selich, Mayor for the City of Newport Beach Title: President Print Name: Fred T. Maas, Jr. By: (Financial icerjr Title: Treasurer Print Name: Fred T. Maas, Jr. Attachment: Exhibit A - Request to Extend On -Call Services Agreement Exhibit B - Schedule of Billing Rates RIMY. Ly, iuvo it :35rm 114-444-idul L & Haug, Inc. � STAR UG rvum 1372 EAST WARNER AVENUE SAWA ANA, CA 92705 1714) 444 -1851 • FAX (714) 4442801 May 29, 2008 Steve 1alyrter Utilities Diroctair City of Newport Beach 3300 Newport Blvd. Newport Beach, Ca. 92658 Re: Professional Service Agreement — Utility Repair Services Dear Mr. Myrter: NU. 4111 r. 1 E%VII81T Hardy & Harptr lnc, is requesting to extend the Professional Service Agreement for another year to commence on July 1, 2008. New raft sheet(s) are attached. Est Stew Kirschner Vice President MAY. 1Y. 1HO I is i7YM 114- 444 -1801 N0, 4111 P. 3 Hardy & Harper, Inc. EXHIBIT "B" Labor and Equipment Rental Rates City of Newport Beach OPERATED EQUIPMENT REGULAR OVERTIME $120.00 LABOR HOURLY RATE HOURLY RATE DOUBLETIME Foreman including Pickup $85.00 $123.00 $161-00 Operator /Screedman $77.00 $112.00 $147.00 Laborer / Raker $67.00 $95.00 $124.00 OPERATED EQUIPMENT RATE Skip Loader $120.00 perhour 3 -5 Roller $9500 per hour 8 Ton Roller $125.00 per hour Dump Truck $100.00 per hour Water Truck $92.00 per hour Saw Truck $110.00 perhour Bobcat (w /Skidsteer) $125.00 perhour Bobcat (w /Grinder) $185.00 per hour Bobcat (wBeaker) $145.00 perhour Backhoe $130.00 perhour 950 Loader Sweeper $160.00 perhour SUPPORT EQUIPMENT (BARE) RATE Paving Machine $165.00 per hour Pick -Up $140.00 daily Crew Truck w/ Tack @ $6.00 per gallon $300.00 . daily Arrow Board $100.00 daily Compressor w /Jackhan mer $160.00 daily Berm Machine $200.00 daily Concrete Grinders $160.00 daily Low Boy Move -Ins $100.00 per hour Rental Equipment Material Cost + 15% mark-up Subcontractor Cost 4- 15% mark -up Miscellaneous Supplies Cost + 15% mark -up Cost + 15% mark -up 1 o£3 Revised 05/15/08 mni. v. tvvo i[:)7rm /14'444'TtlUI NU. 4111 Y. 4 *a Add $25.00 Per Hour For Use of Grinder** Miscellaneous Supplies .............. Cost + 15% Subcontractors........ _ ................_. Cost + 15% Material Cost ... ............................ Cost + 15% Rentals Cost . ............. ...._.......... Cost + 15% Machine ... ................... _..... _.... ............. $165.00 per hour Move 1n ..._......_......._. .......... $600.00 AC.--.- .... .... .................._....._._.... $85.00 AB........... .......... ....... ..._..................... $25.00 ......................... $120.00 per C.Y. 2 of 3 Revised U5 /15/08 REGULAR .O'V'EPTBAE HOURI Y RATE HOURLY RATE (2) Man Crew w/Equipment $185.00 $276.00 (3) Man Crew w/Equipment $276.00 $414.00 (4) Man Crew w/Equipment $368.00 $552.00 (5) Man Crew w/Equipment $460.00 $690.00 (6) Man Crew w/Equipment $552.00 $878.00 (7) Man Chew w/Equipment $644.00 $966.00 (8) Man Crew w/Equipment $736.00 $1,104.00 (9) Man Crew w/Equipment $828.00 $1,242.00 (10) Man Crew w/Equipment $920.00 $1,380.00 *a Add $25.00 Per Hour For Use of Grinder** Miscellaneous Supplies .............. Cost + 15% Subcontractors........ _ ................_. Cost + 15% Material Cost ... ............................ Cost + 15% Rentals Cost . ............. ...._.......... Cost + 15% Machine ... ................... _..... _.... ............. $165.00 per hour Move 1n ..._......_......._. .......... $600.00 AC.--.- .... .... .................._....._._.... $85.00 AB........... .......... ....... ..._..................... $25.00 ......................... $120.00 per C.Y. 2 of 3 Revised U5 /15/08 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 5 July 8, 2008 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Utilities Department Steve Myrter, Utilities Director 949 - 718 -3400 or smvrter (Dcitv.newt)ort- beach.ca.us SUBJECT: ASPHALT REPAIRS — APPROVAL OF AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT WITH HARDY & HARPER, INC. RECOMMENDATION: Approve Amendment No. 1 to Professional Services Agreement with Hardy & Harper, Inc. for on -call asphalt repair services and authorize the Mayor and City Clerk to execute the Amendments. DISCUSSION: On January 22, 2008, the City Council approved a Professional Services with Hardy & Harper, Inc. to provide as needed on -call asphalt repair services. This amendment will lock in prices on a time and materials basis based on the rate sheet shown in Exhibit B through June 30, 2009. The scope of work for the on -call professional agreement being amended would include asphalt repairs and depending on the location may include concrete repairs. The firm is supported by specialized crews of "patch dumps ". These crews were developed to act as "total quality', "quick response ", self- contained vehicles used to service their maintenance contracts throughout Southern California. This service enables staff to get time sensitive jobs completed on short notice. Environmental Review: This action requires no environmental review, as it is not a project pursuant to CEQA. Asphalt Repair Services - Approval of Amendment No. 1 to Professional On -Call Service Agreement July 8, 2008 Page 2 Funding Availability: Funding is available in various Maintenance and Operations Water and Wastewater accounts. Periodically, a Capital Improvement Account will be utilized, as necessary, to facilitate project expediency. 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: L aka Cindy Asher AdministratiVd Manager Submitted by: -4= Steve Myrter Utilities Director Attachments: Amendment No. 1 with Hardy & Harper, Inc. AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT WITH HARDY & HARPER, INC. FOR ON -CALL ASPHALT PAVING REPAIRS THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, entered into this 8th day of July, 2008, by and between the CITY OF NEWPORT BEACH, a municipal corporation, (hereinafter referred to as "City") and HARDY & HARPER, INC., a California corporation whose address is 13112 East Warner Avenue, Santa Ana, California 90205 ( "Contractor "), and is made with reference to the following: RECITALS A. On January 22nd, 2008, CITY and CONTRACTOR entered into an On -Call Professional Services Agreement, hereinafter referred to as "Agreement', for Emergency Underground Utility Repairs. This Agreement is scheduled to expire on July 31st, 2008, B. City desires to enter into this Amendment No. 1 to extend the term of the Agreement to June 30th, 2009. 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 on -call asphalt repairs in various locations throughout the City pursuant to this Amendment No. 1 and according to the Request to Extend On -Call Services Agreement dated May 29, 2008, attached hereto as Exhibit A. 2. Compensation to the Contractor for services performed pursuant to this Amendment No. 1 for all work performed from July 1, 2008, to June 30, 2009, shall be based on the attached Schedule of Billing Rates (Exhibit B). 3. .. The term of the Agreement shall be extended to June 30, 2009. 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: A °'w" C°'�� Aaron C. Harp, Assistant City Attorney for the City of Newport Beach ATTEST: LaVonne Harkless, City Clerk CITY OF NEWPORT BEACH A Municipal Corporation By: Edward Selich, Mayor for the City of Newport Beach HARDY & H RPER, INC. By. Title: President Print Name: Fred T. Maas, Jr. E�. *09K (Financial Officer) Title: Treasurer Print Name: Fred T. Maas, Jr. Attachment: Exhibit A — Request to Extend On -Call Services Agreement Exhibit B — Schedule of Billing Rates MAY. LY. ZVVd 11:JhFM I14- 444-2801 & Harper, Inc. 1312 EAST WARNER AVENUE SANTA ANA, CA 92705 (714) 444 -1851 • FAX (714) 444.2801 May 29, 2008 Steve Myrter Utilities Director City of Newport Beach 3300 Newport Blvd. Newport Beach, Ca. 92658 Re: Professional Service Agreement — Utility Repair Services Dear Mr. Myrter: N0, 4111 P. 2 EXHIBIT "A' Hardy & Harper hw, is requesting to extend the Professional Service Agreement for another year to commence on July 1, 2008. New rltte sheets) are attached. 1!4 j 14d ANA , mHr. Z1. tuU6 1 j : j 7 r M 114- 444 -Hol N0. 4111 P. 3 Hardy & Harper, Inc. EXHIBIT "B" Labor and Eauiument Rental. Rates City of Newport Beach REGULAR OVERTIME LABOR HOURLY RATE HOURLY RATE DOUBLETIME Foreman Including Pickup $85.00 $123.00 $161-00 Operator / Screedman $77.00 $112.00 $147.00 Laborer / Raker $67.00 $95.00 $124.00 OPERATED EQUIPMENT RATE Skip Loader $120.00 per hour 3 -5 Roller $95.00 per hour 8 Ton Roller $125.00 per hour Dump Truck $100.00 per hour Water Truck $92.00 per hour Saw Truck $110.00 perhour Bobcat (w /Skidsteer) $125.00 per hour Bobcat (w /Grinder) $185.00 per hour Bobcat (w/Beaker) $145.00 per hour Backhoe $130.00 per hour 950 Loader $175.00 per hour Sweeper $160.00 per hour SUPPORT EQUIPMENT (BARE) RATE Paving Machine - Pick -Up Crew Truck w/ Tack @ $6.00 per gallon Arrow Board Compressor w/f ackhammer Berm Machine Concrete Grinders Low Boy Move -Ins Rental Equipment Material Subcontractor Miscellaneous Supplies $165.00 per hour $140.00 daily $300.00 .daily $100.00 daily $160.00 daily $200.00 daily $160.00 daily $100.00 per hour Cost + 15% mark-up Cost + 15% mark -up Cost + 15% mark -up Cost + 15% mark -up i of 3 Revised 05/15/08 mni. [7. [VVO IG37rni 114- 444 -zW NU, 4111 V. 4 REGULAR .O'VERTWE HOURLY RATE HOURLY RATE (2) Man Crew w/Equipment $185.00 $276.00 (3) Man. Crew w/Equipment $276.00 $414.00 (4) Man. Crew w/Equipment $368.00 $552.00 (5) Man Crew w/Equipment $460.00 $690.00 (6) Man Crew w/Equipment $552.00 $878.00 (7) Man Crew w/Equipment $644.00 $966.00 (8) Man. Crew w/Equipment $736.00 $1,104.00 (9) Man Crew w/Equipment $828.00 $1,242.00 (10) Man Crew w/Equipment $920.00 $1,380.00 ** Add $?S 00 Per Hour For Use of Grinder" Miscellaneous Supplies .............. Cost + 15% Subcontractors ......... � . ............. ..._. Cost + 15% Material Cost .... .......................... Cost + 15% Rentals Cost .... ............................... Cost + 15% Machine.. .................... ... ... ..._ ...... .. ... . ............. $165.00 per hour Move 1nn. . $600.00 AC........ . ......... .. ......................... ........ $85.00 AB... .. .................... _ ....... _..................... $25.00 Concrete ............. ............................... $120.00 per C.Y. 2 of 3 Revised 05/15/08 0 • 0-Z/a/5— PROFESSIONAL SERVICES AGREEMENT WITH HARDY & HARPER, INC. FOR ON -CALL ASPHALT PAVING REPAIRS THIS AGREEMENT is made and entered into as of this 22nd day of January, 2008, by and between the CITY OF NEWPORT BEACH, a municipal corporation ( "City "), and HARDY & HARPER, INC., a California corporation whose address is 13112 East Warner Avenue, Santa Ana, California, 92705 ( "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 assistance for asphalt paving services in regards to City infrastructure. C. City desires to engage Contractor to perform on -call asphalt paving services in various locations throughout the City. 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 Steve Kirschner. 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, 2008, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Contractor shall provide "On -Call" asphalt paving 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 9 0 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. 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. K • • 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 Steve Kirschner 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. 5'3 6. T 8. 0 0 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 Project 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 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. Il 9 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, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require 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 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. BONDING Contractor shall obtain, provide and maintain at its own expense during the term of this Contract: a Labor and Materials Payment Bond in a form acceptable to the City Attorney. The Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Kev Ratino Guide: Property - Casualty. Contractor shall deliver, concurrently with execution of this Agreement, the Labor and Materials Payment Bond, a certified copy of the "Certificate of Authority" of 5 • i the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 11. 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. 12. 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. 13. 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. 14. 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. 15. 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 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 0 r • 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. 7 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 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 Contractors 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. El 0 9 16. 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 Consultant. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint-venture. 17. 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. 18. 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 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. 19. 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 N 0 0 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 for City Title Sheets. All written documents shall be transmitted to City in the City's latest adopted version of Microsoft Word and Excel. 20. 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. 21. 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. 22. 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. 23. WITHHOLDINGS City may withhold payment of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Contractor shall not discontinue work as a result of such withholding. Contractor shall have 10 0 0 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. 24. 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. 25. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other Contractors in connection with the Project. 26. 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 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. 27. NOTICES All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Steve Myrter City of Newport Beach 3300 Newport Boulevard Newport Beach, CA, 92658 -8915 Phone: 949 - 644 -3011 Fax: 949- 646 -5204 11 • 0 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Steve Kirschner Hardy & Harper, Inc. 1312 East Warner Avenue Santa Ana, CA 92705 Phone: 714 -444 -1851 Fax: 714 -444 -2801 28. TERMINATION In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. Notwithstanding the above provision, City shall have the right, at its sole discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days' prior written notice to 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. 29. 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. 30. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 12 0 0 31. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the Parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 32. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 33. AMENDMENTS This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 34. SEVERABILITY If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 35. CONTROLLING LAW AND VENUE The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 36. 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. 37. 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 parry by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 13 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: o" C . --- Aaron C. Harp, Assistant City Attorney for the City of Newport Beach ATTEST: By: LaVonne Harkless, City Clerk CITY OF NEWPORT PEACH A Muni�al Corporati n :WA1wA(%rA0VW% Edward -CT. Selicli Mayor for the City of Newport Beach HAV & HARPER, INC.: -r By. (C rpor to Officer) Title: Vice President Print Name: Steve Kirschner By: L S - U__' (Financial fficer) Title: Corp. Secretary Print Name: Kristen S Paulino Attachments: On -Call Professional Services Agreement Exhibit A — Statement of Qualifications Exhibit B — Schedule of Billing Rates 14 C DIC.19.2007 3:24PM 114- 444 -280.1 & Harper, inc. SWE nC Nuabu 216952 1312 FAST WARNE8 AVENUE SAIWTA ANA, CA 92705 (714) 444 -1957 • FAX (714) 444 -2801 December 7, 2007 To Whom It May Concern: N0. 1546 P. 3 EXHIBIT "A" Hardy &Harper, Inc., Engineering &Paving Contractor is proud to acknowledgethat theyear2007 is our 61" year of service to the counties and municipalities, as well as various public entities iesiding in the greater SOUth%n California area The film maintains a contractor's license in classes A, C,8, and C -12. Our Contractors license number is 215952. The oompally is located at 1312 E. Warier Avenue, Santa Ana, California 92705. For 61 years Hardy & Harper has maintained to"f- the-fine equipment to support the scope of work that is Performed. Our mechanics maintain all of our own equipment including tricking in which to transport material. The firm is also supported byspeciatized crews of "patch dumps" These crews were developed to act as "total quality", "quick respond', self - contained vehicles used to service our maintenance contracts throughout Southem California. We have been where the steel meets the sod as far as developing and implementing tools to address performance and production with an emphasis on quality. Hardy & Hmper, ine., currently owns several maintenance contracts with response time as a key issue to the contract. We take great pride in servicing our customers as promisedperthe time frames and dollar amounts quoted. We have been servicing maWenanm contracts with various municipalities for several years and have had no complaints. Plesse find attached a list of various maintenance contracts Mnvutly held by Hardy & Harper Inc. Through abargaining agreement with the AGC ofSouthern Californiawe have signed Master labor Agreements with Construction Laborers, Operating Engineers, and Cement Masons. There are currently Seventy (70} full time field employees at Hardy & Harper, Inc., with an on call list in communication with our dispatcher. All employees attend an ongoing, state certified, weeklysafety training program and industry awareness program meeting. Y DEC. 14. 2007 3:25PM • -• 714 - 444 -2801 -NO. 1546 - P. 4 — The followiw is a brief description of our key representatives. Fred T. Maas Jr. (President, Treasurer) h';28 years exPerience as General Manager and Fiancial Scmvtary of Hardy & Harper and is the sole owner ofthe rum. Fred has served as President of the AGC Orange and is currently a member of the board. Steven M. Kirsohner County Chapter (Vice PresidentlChiefEstimator)�h+as 28 years with the firm as a senior officer, chief estimator, and coordinator. Daniel T. Maas (CL'O, Operations Manager, Safety Coordinator)has 11 years a tperience in the industry and is cur=tlythe administrator of our Safety and Industry Awareness Programs. Kristen Paulino (Office Manager, SerxObxh has been with the firm for 17 years and oversees all accounting deparhnents- Mike Morgan (feral Superintendent) has 6 years experience in the industryand is ctareutinvolved in all maintenance contracts, meet all of n team and production crew that Hardy & Harper maintains, we can easily Yo I ns 2 JAN. 2.2008 3:14PM Eli ]444 -2801 ver. [nc, seta is camber ai 1312 EAST WARNER AVENUE SAWA ANA, CA 92705 (714) 444 -1851 • FAX (714) 444 -2801 January 2, 2008 Mr. Ed &nV Ms. Cindy Asher City of Newport Beach Re: Performance of Work Dear Mr. Burt, • N0.1942 P. 2/2 EXHIBIT "All In reference to the Statement of Qualifications for Maintenance Services Hardy & Harper submitted, here is a complete scope of work that we provide for The City of Newport Beach regarding our annual maintenance contract. Prices are good thru 07131108. Cur scope of work includes. - .Asphalt repairs - Concrete repairs - Installation of street signs - Paint curbs - Installation of fence posts - Clean catch basins - Clean & repair drain lines & ditches - W standby for emergency storm repairs and clean up. - Maintenance underground drainage pipes through out the city - Clean & repair bus shelters - Clean* maintain Tight of way Aerelyj ld have y tr tions please contact Steve Kirschner @ (714)444 -1851. Stev e Kirschner Vice President DEC. 19.2007 3:25PM 114- 444 -1881 • N0. 1546 -'f • 5'" Hard &t er, Tnc. EXHIBIT T Y Labor and E uipment Rental Rates OPERATED EQUIPMENT REGULAR OVERTIME $115.00 TABOR HOURLY RATE HOURLY RATE DOUBLETIME Foreman including Pickup $82.00 $120.00 $158.00 Operator /Screedmau $74.00 $109.00 $144.00 Laborer / Raker $64.00 $92.00 $121.00 OPERATED EQUIPMENT RATE _ Skip Loader $115.00 per hour 3-5 Roller $90.00 per hour 8 Ton Roller $120.00 per hour Dump Truck $95.00 perhour Water Truck $87.00 per hour SawTruck $105.00 per hour Bobcat(w /Skidsteee) $120.00 per hour Bobcat (w /Grinder) $180.00 per hour Bobcat (w/Beaker) $140.00 per hour Backhoe $125.00 per hour 950 Loader $170.00 per ham Sweeper $145.00 per hour SUPPORT EQUIPMENT RATE Paving Machine $165.00 perhour Pick-Up $130.00 daily Crew Truck w/ Tack @ $5.00 pergallon $300.00 daily Arrow$oard $100.00 daily Compressor w/jackhamrner $160.00 daily Berm Machine $200.00 daily Concrete Grinders $160.00 daily Low BoyMove•Lus $100.00 daily Ren quipment Cost + 15% mark-ul Material Cost + 15% mark -ul Subcontractor Cost + 15% mark -ul Miscellaneous Supplies Cost + 15% mark-ul I of 2 Revised U7/01/07 DEC.19.2007 3:25PM 714-444-2801 N0. 1546 —P. 6 *K A X25.00 Per Haar For Use ofGrinder" Miscellaneous Supplies ............ Cost + 15% Subcontractors ___..._....W_...._._.. Cost+ 15% Material Costt ..... ..................... .._. Cost + 15% Rentals Cost ..._.._....._...._.._... Cost + 15% Machine_.._ ...... ..................... ........ $165.00 per hour Move In __.._....:._......_..._ .._. $600.00 AC ...... ..... ._... ........................... ... .... $75.00 per ton (FOB) .............. $20.00 per ton (FOB) Concrete .............. .. ..._ .._ $115.00 per C.Y. 2 of 2 Revised 07/01/07 REGULAR OVERTIME HOURLY RATE HOURLY RATE (2) Man Crew w/Eq dpment $180.00 $269.00 (3) Man Crew w/Equipment $270.00 $403.00 (4) Man Crew w/Equipment $360.00 $538.00 (5) Maa Crew w/Equipment $450.00 $672.00 (6) Man Crew w/Equipment $540.00 $806.00 (7) Man Creww/Equipment $630.00 $940.00 (8) Man Crew w/Equipment $720.00 $1,07100 (9) Man Crew w/Equipment $810.00 $1,210.00 (10) ManCreww/Equipmmt $900.00 $1,344.00 *K A X25.00 Per Haar For Use ofGrinder" Miscellaneous Supplies ............ Cost + 15% Subcontractors ___..._....W_...._._.. Cost+ 15% Material Costt ..... ..................... .._. Cost + 15% Rentals Cost ..._.._....._...._.._... Cost + 15% Machine_.._ ...... ..................... ........ $165.00 per hour Move In __.._....:._......_..._ .._. $600.00 AC ...... ..... ._... ........................... ... .... $75.00 per ton (FOB) .............. $20.00 per ton (FOB) Concrete .............. .. ..._ .._ $115.00 per C.Y. 2 of 2 Revised 07/01/07 0 0 F. _ _ * COMMUNICATION RESULT REPORT ( JAN. 9.2008 10:11AM) M FAX HEADER 1: 714- 444 -2801 FAX HEADER 2: 714- 444 -2801 TRANSMITTED /STORED JAN. 9.2008 10:06AM FILE MODE OPTION ADDRESS RESULT PAGE ---------------------------------------------------------------------------------------------------- 2431 MEMORY TX 19099819385 OK 20/20 ---------------------------------------------------------------------------------------------------- REASON FOR ERROR E -1) FANG UP OR LINE FAIL C 2) 811sV C 9) NO A RSWCR E -4) NO FACSIMILE CONNCCTION COMPANY NAME: REQUES'T'ED BY: DATE OF .REQUEST: AGENCY NAME: & Harper,, Inc. e Aa4t6,pp FINAL BOND REQUEST Hardy & Harper Inc. Melissa Tem_piin 1 08/0 City of Newport Beach PROJECT DESCRIPTION.Qp call ag er ement CATEGORY #: Contract amount: $ to be determined COMPLETION TIME: 0 WORDING DAYS WARRANTY: 1 year after completion LIQUIDATED DAMAGES: $ 250.00 PER DAY FORMS: _ ATTACKED MUSE SURETY'S FORM Additional hiifo Scope of Work: Asphalt Paving Contractor Work on hand: Percent Subcontracted: SEND TO: CROSBY INSURANCE, INC., BOND DEPARTMENT FAX: 909 - 981 -9385 ATTN: ALLISON 0 E 0-405- • CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 12 January 22, 2008 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Utilities Department Steve Myrter, Utilities Director 644 -3411 or smyrter city.newport- beach.ca.us SUBJECT: APPROVAL OF PROFESSIONAL SERVICES AGREEMENTS WITH HARDY & HARPER, INC. AND OLIVER MAHON ASPHALT, INC. FOR ON -CALL ASPHALT UTILITY REPAIRS RECOMMENDATION: Approve Professional Services Agreements with Hardy & Harper, Inc. and Oliver Mahon • Asphalt, Inc. for on -call asphalt utility repairs, and authorize the Mayor and City Clerk to execute the Agreements. DISCUSSION: On -call agreements allow staff to retain specialized services that may be required on an emergency basis for asphalt concrete street repairs needed after repair of water and sewer pipeline breaks, as well as after major maintenance is performed. Staff is recommending approval of an on -call agreement with Hardy & Harper, Inc. and Oliver Mahon Asphalt, Inc. to provide "as needed" street repair services. Services will be performed and billed on a time and material basis, based on the rate sheet shown in Exhibit B. These Agreements will formalize on -call emergency services with both companies and lock prices through July 31, 2008 and December 31, 2008 respectively. 1) Hardy & Harper, Inc. asphalt concrete paving contractor has provided street construction and street repair service to the City for over 10 years. Hardy & Harper's background includes 61 years of service to counties and municipalities, as well as various public entities. Staff recommends retaining this company to perform these on -call services. 2) Oliver Mahon Asphalt, Inc. is also a recognized and well - established asphalt concrete paving contractor. Oliver Mahon Asphalt has over 30 years experience • street repair and construction throughout Southern California. Staff recommends retaining this company to perform these on -call services. • Asphalt Concrete Street Repairs Approval Professional Services Agreements January 22, 2008 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 various Maintenance and Operations Water, Wastewater and General Funds (General Services) accounts. Periodically, a Capital Improvement Account will be utilized, as necessary, to facilitate project expediency. 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: Cindy Asher, toinistrative Manager Submitted by: Stev yrter, Utilitie ector Attachments: Agreement with Hardy & Harper, Inc. Agreement with Oliver Mahon Asphalt, Inc. 0 PROFESSIONAL SERVICES AGREEMENT WITH • HARDY & HARPER, INC. FOR ON -CALL ASPHALT PAVING REPAIRS THIS AGREEMENT is made and entered into as of this 22nd day of January, 2008, by and between the CITY OF NEWPORT BEACH, a municipal corporation ( "City "), and HARDY & HARPER, INC., a California corporation whose address is 13112 East Warner Avenue, Santa Ana, California, 92705 ( "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 assistance for asphalt paving services in regards to City infrastructure. C. City desires to engage Contractor to perform on -call asphalt paving services in various locations throughout the City. • 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 Steve Kirschner. 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 3151 day of July, 2008, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED • Contractor shall provide "On -Calf' asphalt paving 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 0 0 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. 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. 2 • 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 Steve Kirschner 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. 3 u 0 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 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, pen-nits, 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. U 11 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, consultants, • subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require 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 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. BONDING Contractor shall obtain, provide and maintain at its own expense during the term of this Contract: a Labor and Materials Payment Bond in a form acceptable to the City Attorney. The Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key . Rating Guide: Property - Casualty. Contractor shall deliver, concun-ently with execution of this Agreement, the Labor and Materials Payment Bond, a certified copy of the "Certificate of Authority" of 5 the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. • 11. 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. 12. 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. • 13. 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. 14. 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. 15. 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 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 h 0 City's Risk Manager prior to commencement of performance or issuance is 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 Employee'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: 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 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. ■ • 16. 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 Consultant. Control means fifty percent (50 %) or more of the voting power, or twenty-five percent (25 %) or more of the assets of the corporation, partnership or joint- venture. 17. 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. • 18. 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 reuse by City or others on any other project. Any use of completed documents for other projects .and any use of incomplete documents without speck 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. • 19. 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 O 0 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 for City Title Sheets. All written documents shall be transmitted to City in the City's latest adopted version of Microsoft Word and Excel. 20. 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. 21. 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. 22. 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. 23. WITHHOLDINGS City may withhold payment of any disputed sums until satisfaction of the dispute • with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Contractor shall not discontinue work as a result of such withholding. Contractor shall have 10 0 s 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. 24. 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. 25. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other Contractors in connection with the Project. 26. 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 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. 27. NOTICES All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Steve Myrter City of Newport Beach • 3300 Newport Boulevard Newport Beach, CA, 92658 -8915 Phone: 949 -644 -3011 Fax: 949 - 646 -5204 11 29. 30. • All notices, demands, requests or approvals from City to Contractor shall be • addressed to Contractor at: Steve Kirschner Hardy & Harper, Inc. 13112 East Warner Avenue Santa Ana, CA 92705 Phone: 714 -444 -1851 Fax: 714 - 444 -2801 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 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. 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. 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. 12 • • • 31. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the Parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 32. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 33. AMENDMENTS This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 34. SEVERABILITY • If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. • 35. CONTROLLING LAW AND VENUE The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 36. 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. 37. 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. 13 u F- l 6_J 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 . y, 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 Edward D. Selich Mayor for the City of Newport Beach HARDY & HARPER, INC.: By: (Corporate Officer) Title: Print Name: 0 (Financial Officer) Print Name: Attachments: On -Call Professional Services Agreement Exhibit A — Statement of Qualifications Exhibit B — Schedule of Billing Rates 14 • 0 • DIC.19.2007 3:20M 714- 444 -2801 i ardy & Harper, InC. SWE uC Minter 215952 1312 FAST WARNER AVENUE SANrAANA, 0192705 WI-7141444-1851 - FAX (714) 444 -2801 December 7, 2007 To Whom It May Concern: N0. 1546 P. 3 EXHIBIT W Hardy &Harper, Inc., Engineering &Paving Contractor is proud to ackaowledgethat the year 2007 is our 61" year of service to the counties and municipalities, as well as various public entities iesiding in the greater Southern California area.. The firm maintains a contractor's license in classes A, G8, and C -12. Our Contractors License number is 215952. The company is located at 1312 E. Wager Avenue, Santa Ana, California 92705. For 61 years Hardy & Harper has maintained top -of- the -fine equipment to support the scope of work that is performed. Our mechanics maintain A of our own equipment including trucking in which to transport material. The fine is also supported byspedalized crews of "patch dumps ". These crews were developedto act as "total quality", "goicktesponse", self- cootainedvehictes used to service our mamtenance contracts throughout Southern California. We have been where thestesl meets the sod as far as developing and implementing tools W address performance and production with an emphasis on quality. Hardy & Harper, Inc., currently owns several maintenance contrwts with response time as a key issue to the contract. We take greatpride in servicing our customers as promisedperthe time frames and dollar amounts quoted. We have been servicing maintenance contracts with various municipalities for several years and have had no complaints, Please find attached a list of various maintenance contracts currently held by Hardy & Harper Inc. Through abargaming agreement with theAGC ofSouthern Califonniawehave signed Master Ubor Agreements with Construction Labours, Operating Engineers, and Cement Masons. There are currently Seventy (70) full time field employees at Hardy & Harper, Inc., with an on call list in communication with our dispatcher. All employees attend an ongoing, state certified, weeklysafety oaring program and industry awareness program meeting. • W. 19.20t1 3:25PM 714- 444 -2E01 NC. 1546 — P. 4 —`— The fallowing is a brief description of our key representatives. Freed T. Maas Jr. (President, Treasurer) has 28 years experience as General Manager and Financial Secretary of11a & Harper and is the sole owner ofthe firm. Fred has served as President of the AGC Orange County Chapter and is currently a member of the board. Steven M. Kirschner (Vice President/Chief Estimator) has 28 years with the fine as a senior officer, chief estunator, and coordinator. Daniel T. Maas (CEO, Operations Manager, Safety Coordinator) has 11 years experience m the industry and iscurrentlythe administrator of our Safety and hrdustry Awareness Programs. Kristen Paulin (Office Manager, Secretary) has been with the firm for 17 years and oversees all accounting departments. Milne Morgan (General Supermtendent) has 6 years experience m the indusfryand is current involved in all maintenance contracts. With the management team and production crew that Hardy & harper maintains, we can easily meet all of your needs. • 2 0 • U JAN. 2.2002 3:14FM #444 -2801 • N0.1942 F. 2/2 a& Harpe r, Inc. � M4 EXHIBIT "A" SAV E LIC NUMbef 215952 1312 EAST WARNER AVENUE SANTA ANA, CA 92705 444 -1881 • FAX (714) 444 -2801 January 2, 2008 Mr. Ed Burt/ Ms. Cindy Asher City of Newport Beach Re: Performance of Work Dear Mr. Burt, In reference to the Statement of Qualifications for Maintenance Services Hardy & HaTer submitted, here is a complete scope of work that we provide for The City of Newport Beach regarding our annual maintenance contract. Prices ate good thru 07/31(08. Cur scope of work includes: - Aspbalt repairs - Concrete repairs - Installation of street signs - Paint curbs - Installation of fewc, posts - Clem catch basins - Clean & repair dram lines & ditches - On standby for emergency storm repairs and clean up. - Maintenance underground drainage pipes tbrougb out the city - Clean & repair bus shelters - Clean & maintain right of way if ould have y eons please contact Steve Kirschner Q (714)444 -1851. xncerely, Stave Kirschner Vice President • �NO. 1546�P. 5 DEC. 19. 2(10 3:25PM 114-444 -2801 TO Lardy &r Harper, Inc. EXHIBIT Labor and Equipment Rental. Rates OPERATED EQUIPMENT RFGIJLAR OVERTIME $115.00 TABOR. HOURLY RATE HOURLY RATE DOUBLEnMF Foreman Including Pickup $82.00 $120.00 $158.40 Operator /Screedman $74.00 $109.00 $144.00 Laborer / Raker $64.00 $92.00 $121.00 OPERATED EQUIPMENT RATE i Skip Loader $115.00 perhour 3 -5 Roller $90.00 per hour 8 Ton Roller $120.00 per hour Dump Track $95.00 perhour Water Truck $87.00 per hour SawTruck $105.D0 perhour Bobcat (w /Sladsteer) $120.00 perhour Bobcat (w /G6xler) $180.00 per hour Bobcat (w/Beaker), $140.00 per hour Backhoe $M.00 perhour 950 Loader $170.00 per hour Sweeper $145.00 per lour SUPPORT EQUIPMENT MARE) F) RATE. Paving Machine $165.00 perhour Pick-Up $130.00 daily Crew Truck w/ Tack @ $5.00 pergallon $300.00 daily Arrow Board $100.00 daily Compressorw/Jackhammer $160.00 daily Berm Machine $200.00 daily Concrete Grinders $160.00 daily Low Boy Move -Ins $100.00 daily a �pment Cost * 15%mark -ul te Subcontractor Cost * 15% mark -u Miscellaneous Supplies Cost + 15% mark -ui . 1 of 2 Revised 07 /OV07 0 • • DEC. 0. 2007 3:25PM 10 714-444-2801 0 NO. 1546—P. 6------- ** Add 525-00 Per Hour For Use of'G Miscellaneous isceumeous Cost + 15% Cost - 15% Material CGS[.._._........_......_._. cost + 15% Rentals Cost__..._.._......__...... C Machine_.._......._. ...... ��r , l5cya Move In..._.. ............_....._...__....._. $165.00 M hour AC......._..._....... $600,0() ............... ............. $7500p-fx ton (FOB) AB._... ..._........._ ................ . $20.00 per ton (FOB) Concrete . ............ 2 of 2 Revised 07/ol/07 REGULAR HOURLY RATE OVERTIME (2) Man crew w/Eqidpramt HOURLY RATE (3) Man Crew w/Equipnent $180.00 $270.00 $269.00 (4) Man Crew vv!EqWpramt (5) Man crew W/Equipineur $360.00 $403.00 $538.00 (6) �Al Crew W/EqWpment $450.00 $672.00 (7) Man crew W , Egni pment $540.00 $806.00 (8) Man Crew WMquipmear $630.00 $720.00 $940.00 (9) Man "Ir Cre w/FqWpment (10) Man Crew w/Equipni., $810,00 $1,075.00 $1,210.00 $900.00 $1,344,00 ** Add 525-00 Per Hour For Use of'G Miscellaneous isceumeous Cost + 15% Cost - 15% Material CGS[.._._........_......_._. cost + 15% Rentals Cost__..._.._......__...... C Machine_.._......._. ...... ��r , l5cya Move In..._.. ............_....._...__....._. $165.00 M hour AC......._..._....... $600,0() ............... ............. $7500p-fx ton (FOB) AB._... ..._........._ ................ . $20.00 per ton (FOB) Concrete . ............ 2 of 2 Revised 07/ol/07 0 0 PROFESSIONAL SERVICES AGREEMENT WITH OLIVER MAHON ASPHALT, INC. FOR ON -CALL • ASPHALT PAVING REPAIRS THIS AGREEMENT is made and entered into as of this 22nd day of January, 2008, by and between the CITY OF NEWPORT BEACH, a municipal corporation ( "City"), and OLIVER MAHON, INC., a California corporation whose address is 182 Wells Place, Costa Mesa, California, 92627 ( "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 cant' on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has a need for on -call assistance for asphalt paving services in regards to City infrastructure. C. City desires to engage Contractor to perform on -call asphalt paving services in various locations throughout the City. 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 Bino McMann. 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 315t day of December, 2008, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Contractor shall provide "On -Call' asphalt paving 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 • i 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 "A" and incorporated herein by reference. No rate changes shall be made during the term of this Agreement without the prior written approval of the City. 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. 2 • • 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 casts 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 Bino McMann 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. 1] L 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 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. m 0 0 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, consultants, subcontractors, anyone employed directly or indirectly by any of them or for • whose acts they may be liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require 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 action on or to enforce the terms of this Agreement. This indemnity shall apply to ail 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. BONDING Contractor shall obtain, provide and maintain at its own expense during the term of this Contract: a Labor and Materials Payment Bond in a form acceptable to the City Attorney. The Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Contractor shall deliver, concurrently with execution of this Agreement, the Labor and Materials Payment Bond, a certified copy of the "Certificate of Authority" of G • • the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 11. 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. 12. 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. 13. 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. 14. 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. 15. 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 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 Employers Liability Insurance in accordance with the laws of the State of California for all of the subcontractors • employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by City at least thirty (30) 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. I'7 0 0 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 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. 16. 17 18. 19. 11 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 Consultant. Control means fifty percent (50 %) or more of the voting power, or twenty-five percent (25 %) or more of the assets of the corporation, partnership or joint- venture. 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. 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 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 O 0 0 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 for City Title Sheets. All written documents shall be transmitted to City in the City's latest adopted version of Microsoft Word and Excel. 20. 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. 21. 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. 22. 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. 23. WITHHOLDINGS . City may withhold payment of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Contractor shall not discontinue work as a result of such withholding. Contractor shall have 10 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. 24. 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. 25. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other Contractors in connection with the Project. 26. 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 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. 27. NOTICES All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. Ali notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Utilities Department City of Newport Beach 3300 Newport Boulevard • Newport Beach, CA, 92658 -8915 Phone: 949 -644 -3011 Fax: 949 - 646 -5204 11 9 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Bino McMann Oliver Mahon Asphalt, Inc. 182 Wells Place Costa Mesa, CA 92627 Phone: 949- 548 -6398 28. TERMINATION In the event that either parry 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 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. 29. 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. 30. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether • of the same or a different character. 12 0 31. INTEGRATED CONTRACT • This Agreement represents the full and complete understanding of every kind or nature whatsoever between the Parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 32. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 33. AMENDMENTS This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 34. SEVERABILITY If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of • this Agreement shall continue in full force and effect. 35. CONTROLLING LAW AND VENUE The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange. 36. 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. 37. 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. • 13 • I' 1 LJ • • • 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: Aaron C. Harp, Assistant City Attorney for the City of Newport Beach ATTEST: LaVonne Harkless, City Clerk CITY OF NEWPORT BEACH A Municipal Corporation Edward D. Selich Mayor for the City of Newport Beach OLIVER MAHON ASPHALT, INC.: 92 (Corporate Officer) Title: Print Name: 0 (Financial Officer) Print Name: Attachments: On -Call Professional Services Agreement Exhibit A — Statement of Qualifications Exhibit B — Schedule of Billing Rates 14 .. Mahon. "Superior quality at competitive prices since 1962!" December 19, 2007 Attn: Ed Burt, Operations Mgr. Utility Department City of Newport Beach 3300 Newport Blvd. P.O. Box 1768 Newport Beach, CA 92658 -8915 Oliver Mahon Asphalt, (State License #524528), has been paving in and around Southern California since 1978. It was then when we first occupied our current location, 182 Wells Place, Costa Mesa, CA. • Running (3) crews of 6 to 7 men, Oliver Mahon takes projects from small asphalt patches to major construction. Our minimum cost for a 3 to 4 ton patch job is $900.00; but we are usually running at least one major project (South Coast Plaza, Linda Isle, Emerald Bay, Big Canyon) throughout the year. The jobs occasionally will run into the millions. We are small enough to tackle smaller jobs on very short notice and big enough to be competitive on larger projects and maintain quality to ensure repeat business. A. 80% of our business is in Orange County. Most of which is in Newport Beach, Huntington Beach, Costa Mesa and Irvine. B. Our minimum show and pave is $900.00 (includes weekends). This includes 3 tons of asphalt that will cover approximately a 10 x 10 at 5 inches. C. Jobs up to 10 tons at $350 per ton Jobs up to 20 tons at $210 per ton Jobs up to 30 tons at $170 per ton Jobs up to 50 tons at $150 per ton • 182 WELLS PLACE, COSTA MESA, CA 92627 • PHONE: (949) 548 -6398 • CONTRACTORS LIC. #524528 • • • "Superior quality at competitive prices since 1962!" (All prices include supervision, equipment and labor) Note: This does not include traffic control or permits. These prices are guaranteed until December 2008 Contact for work is Bino McMann, who can be reached at (714) 920 -3736. Thank you and we look forward to working with you in the future. Sincerely, Oliver Mahon Asphalt, Inc. Bino Mc /M�a�nn Project Estimator 182 WELLS PLACE, COSTA MESA, CA 92627 • PHONE: (949) 548 -6398 • CONTRACTORS LIC. #524528