Loading...
HomeMy WebLinkAboutC-4058 - PSA for On-Call Structural and Architectural Engineering Services�j PROFESSIONAL SERVICES AGREEMENT WITH RMS ENGINEERING & DESIGN, INC., FOR ON -CALL STRUCTURAL AND ARCHITECTURAL ENGINEERING SERVICES THIS AGREEMENT is made and entered into as of this cm day of ci44{— , 2008, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "City "), and RMS ENGINEERING & DESIGN, INC., a California corporation, whose address is 537 Newport Center Drive, #294, Newport Beach, California, 92660 ( "Consultant'), and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has a need for on -call assistance for structural and architectural engineering services. C. City desires to engage Consultant to perform on -call structural and architectural engineering services throughout the City on an as need basis ( "Project'). D. Consultant possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement. E. The principal member of Consultant for purposes of Project shall be Roger M. Sage, P.E., S.E. F. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and desires to retain Consultant to render professional services under the terms and conditions set forth in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned Parties as follows: 1. TERM The term of this Agreement shall commence on the above written date, and shall terminate on the 315' day of December, 2010, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall provide "On -Call' structural and architectural engineering services as described in the Statement of Qualifications attached as Exhibit "A." Upon verbal or written request from the Project Administrator, Consultant shall provide a letter proposal for services requested by the City (hereinafter referred to as the "Letter Proposal "). The Letter Proposal shall include the following: A. A detailed description of the services to be provided; B. The position of each person to be assigned to perform the services, and the name of the individuals to be assigned, if available; C. The estimated number of hours and cost to complete the services; and D. The time needed to finish the specific project. No services shall be provided until the Project Administrator has provided written acceptance of the Letter Proposal. Once authorized to proceed, Consultant shall diligently perform the duties in the approved Letter Proposal. 3. TIME OF PERFORMANCE Time is of the essence in the performance of services under this Agreement and the services shall be performed to completion in a diligent and timely manner. The failure by Consultant to perform the services in a diligent and timely manner may result in termination of this Agreement by City. Notwithstanding the foregoing, Consultant shall not be responsible for delays due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for the Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 3.1 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Consultant's control. 3.2 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances, by telephone, fax, hand - delivery or mail. 4. COMPENSATION TO CONSULTANT City shall pay Consultant for the services on a time and expense not -to- exceed basis, in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit "B" and incorporated herein by reference. 2 No rate changes shall be made during the term of this Agreement without the prior written approval of the City. Consultant's compensation for services performed in accordance with this Agreement, including all reimbursable items and subconsultant fees, shall not exceed the fees identified in the Letter Proposal, as approved by the Project Administrator. Any Letter Proposal that sets forth fees in excess of Fifty Thousand Dollars and No Cents ($50,000.00) shall require a separate Professional Service Agreement approved by per Council Policy F -14. 4.1 Consultant shall submit monthly invoices to City describing the work performed the preceding month. Consultant's bills shall include the name of the person and/or classification of employee who performed the work, a brief description of the services performed and /or the specific task in the letter proposal to which it relates, the date the services, were performed, the number of hours spent on all work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Consultant no later than thirty (30) days after approval of the monthly invoice by City staff. 4.2 City shall reimburse Consultant only for those costs or expenses specifically approved in the Letter Proposal. Unless otherwise approved, such costs shall be limited and include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services that Consultant agrees to render pursuant to this Agreement and the Letter Proposal, which have been approved in advance by City and awarded in accordance with this Agreement. B. Approved reproduction charges. C. Actual costs and /or other costs and/or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 4.3 Consultant shall not receive any compensation for Extra Work without the prior written authorization of City. As used herein, "Extra Work" means any work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Letter Proposal and which the parties did not reasonably anticipate would be necessary. Compensation for any authorized Extra Work shall be paid in accordance with the Schedule of Billing Rates set forth in Exhibit B. 5. PROJECT MANAGER Consultant shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable 3 times during the Agreement term. Consultant has designated Roger M. Sage to be its Project Manager. Consultant shall not remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of services upon written request of City. Consultant warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 6. ADMINISTRATION This Agreement will be administered by the Public Works Department. Robert Stein, P.E. shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of its responsibilities under this Agreement, City agrees to, where applicable: A. Provide access to, and upon request of Consultant, one copy of all existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. Provide usable life of facilities criteria and information with regards to new facilities or facilities to be rehabilitated. 8. STANDARD OF CARE 8.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. By delivery of completed work, Consultant certifies that the work conforms to the requirements of this Agreement and all applicable federal, state and local laws and the professional standard of care; GGI �I 8.2 Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications, insurance and approvals of whatsoever nature that are legally required of Consultant to practice its profession. Consultant further represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any and all licenses, permits, insurance and other approvals that are legally required of Consultant to practice its profession. Consultant shall maintain a City of Newport Beach business license during the term of this Agreement. 8.3 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. HOLD HARMLESS To the fullest extent permitted by law, Consultant shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, 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 (individually, a Claim; collectively, "Claims'), which may arise from or in any manner relate (directly or indirectly) to the negligence, recklessness, or willful misconduct of the Consultant or the acts or omissions of its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them. Notwithstanding the foregoing, nothing herein shall be construed to require Consultant to indemnify the Indemnified Parties from any Claim arising from the sole negligence, active negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Consultant. 10. INDEPENDENT CONTRACTOR It is understood that City retains Consultant on an independent contractor basis and Consultant is not an agent or employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute approval for Consultant or any of Consultant's employees or agents, to be the agents or employees of City. Consultant shall have the responsibility for and control over the means of performing the work, provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Consultant as to the details of the performance or to exercise a measure of control over Consultant shall mean only that Consultant shall follow the desires of City with respect to the results of the services. 11. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Consultant on the Project. 12. CITY POLICY Consultant shall discuss and review all matters relating to policy and project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Consultant is responsible for keeping the Project Administrator and /or his/her duly authorized designee informed on a regular basis regarding the status and progress of the work, activities performed and planned, and any meetings that have been scheduled or are desired. 14. INSURANCE Without limiting Consultant's indemnification of City, and prior to commencement of work. Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Consultant shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with City's at all times during the term of this Agreement. R 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. Consultant shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California. In addition, Consultant shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days (10 calendar days written notice of non- payment of premium) prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Consultant for City. 2. General Liability Coverage. Consultant shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. 3. Automobile Liability Coverage. Consultant shall maintain automobile insurance covering bodily injury and property damage for all activities of the Consultant arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. 7 • • 4. Professional Errors and Omissions Insurance. Consultant shall maintain professional errors and omissions insurance, which covers the services to be performed in connection with this Agreement in the minimum amount of one million dollars ($1,000,000). E. Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language: 1. The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the Consultant. 2. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Consultant's operations or services provided to City. Any insurance maintained by City, including any self- insured retention City may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. 3. 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. 4. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. 5. 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. 6. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) calendar days (10 calendar days written notice of non - payment of premium) written notice has been received by City. F. Timely Notice of Claims. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Consultant's performance under this Agreement. G. Additional Insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own O • W judgment may be necessary for its proper protection and prosecution of the work. 15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint- venture or syndicate or cotenancy, which shall result in changing the control of Consultant. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint- venture. 16. SUBCONTRACTING The parties recognize that a substantial inducement to City for entering into this Agreement is the professional reputation, experience and competence of Consultant. Assignments of any or all rights, duties or obligations of the Consultant under this Agreement will be permitted only with the express written consent of City. Consultant shall not subcontract any portion of the work to be performed under this Agreement without the written authorization of City. 17. OWNERSHIP OF DOCUMENTS Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents "), prepared or caused to be prepared by Consultant, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Consultant or any other party. Consultant shall, at Consultant's expense, provide such Documents to City upon written request. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed documents for other projects and any use of incomplete documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. F • 0, 18. COMPUTER DELIVERABLES CADD data delivered to City shall include the professional stamp of the engineer or architect in charge of or responsible for the work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other Project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All original drawings shall be submitted to City in the version of AutoCAD used by City in ".dwg" file format on a CD, and should comply with the City's digital submission requirements for Improvement Plans. The City will provide AutoCAD file of City Title Sheets. All written documents shall be transmitted to City in the City's latest adopted version of Microsoft Word and Excel. 19. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the services in this Agreement, shall be kept confidential unless City authorizes the release of information. 20. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. 21. INTELLECTUAL PROPERTY INDEMNITY The Consultant shall defend and indemnify City, its agents, officers, representatives and employees against liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. 22. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement and 10 • • any services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Consultant to this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City to examine, audit and make transcripts or copies of such records during regular business hours. Consultant shall allow inspection of all work, data, documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 23. WITHHOLDINGS City may withhold payment of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 24. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than what would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and/or restoration expense shall be borne by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 25. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other Consultants in connection with the Project. 26. CONFLICTS OF INTEREST The Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by City. Consultant shall indemnify and hold harmless City for 11 r i any and all claims for damages resulting from Consultant's violation of this Section. 27. NOTICES All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Robert Stein, P.E. Public Works Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA, 92658 -8915 Phone: 949 - 644 -3322 Fax: 949- 644 -3318 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Roger M. Sage, P.E., S.E. RMS Engineering & Design, Inc. 22� � Newport Center Drive, #294 Newport Beach, CA 92660 Phone: 949 -721 -0470 Fax: 949- 721 -0920 28. TERMINATION In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. Notwithstanding the above provision, City shall have the right, at its sole discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days' prior written notice to Consultant. In the event of termination under this Section, City shall pay Consultant for services satisfactorily performed and costs incurred up to the effective date of termination for which Consultant has not been previously paid. On the effective date of termination, Consultant shall deliver to City all reports and other information 12 •. • developed or accumulated in the performance of this Agreement, whether in draft or final form. 29. COMPLIANCE WITH ALL LAWS Consultant shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all work prepared by Consultant shall conform to applicable City, county, state and federal laws, regulations and permit requirements and be subject to approval of the Project Administrator and City. 30. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 31. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the Parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 32. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 33. AMENDMENTS This Agreement may be modified or amended only by a written document executed by both Consultant and City and approved as to form by the City Attorney. 34. SEVERABILITY If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 35. 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 13 reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 36. 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. 37. EQUAL OPPORTUNITY EMPLOYMENT Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. IN WITNESS WHEREOF, the Parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: By: C_ Aaron C. Harp, Assistant City Attorney for the City of Newport Beach ATTEST: LaVonne Harkless, City Clerk Attachments CITY OF N,EPPORT BEACH A Munic' al Corporati rn ward Seli Mayor for the City of Newport Beach RM n ineering & Des' n Inc.: (Corporate Officer) Title:cle" c� Print Name: ,,°ge r -e- By: (Financial Officer) Tit le: Print Name: ti Exhibit A — Statement of Qualifications Exhibit B — Schedule of Billing Rates f:\users\pbw\shared\agreements\fy 08-09\on-call services\rms-on call-structural-architectural.doc 14 :1 RMS Engineering & Design, Inc. 0 ns� A May 7, 2008 Mr. Bob Stein, PE Assistant City Engineer City of Newport Beach Public Works Department P O Box 1768 Newport Beach, CA 92658 -8915 r OFFICE 537 Newport Center Drive, #294 Newport Beach, CA 92660 MAIL P. O. Box 8501 Newport Beach, CA 92658 Exhibit A PHONE (949) 721-0470 FAX (949) 721-0920 Subject: Proposal to Provide as- needed Professional Consulting and Engineering Services to support the Public Works Department of the City of Newport Beach Dear Mr. Stein, RMS Engineering & Design is pleased to submit this proposal to provide structural and architectural engineering services for City of Newport Beach Public Works Department. Our main expertise is in structural engineering related to water and wastewater projects, building renovation, seismic retrofit, and concrete repair. To complement our work in structural engineering we additionally provide architectural engineering. Currently, our firm is extensively involved in work related to water and wastewater facilities and public works projects. Recently, we designed concrete repairs for Orange County Sanitation District's older digesters and we have been providing structural inspections and assistance during construction. Currently, we are retained by Orange County Sanitation District to design the repair of the deteriorated concrete and replacement of corroded sluice gates of their primary clarifier diversion boxes. We have conducted structural inspections of many reservoirs and water filtration plants (some requiring Confined Space Entry). We have performed seismic evaluation of many buried and above ground water reservoirs and tanks for several municipalities and water districts. City of Newport Beach - Professional Consulting Services Proposal for the Public Works Department Structural & Architectural services Proposal Page 1 C4kRMS Engineering & Design, Inc. Recently, RMS completed inspection of Filter Effluent Channels for Water Facilities Authority at Aqua de Lejos Water Treatment Plant in Upland, CA. Project scope included confined space entry for structural inspections, development of a report describing reasons for the concrete deterioration and preparation of contract documents for the repair of concrete and application of high performance coatings. With vast experience in structural engineering, specifically in earthquake engineering and in projects related to water, wastewater and public works, RMS can offer you with state -of -the -art and cost effective structural engineering services. We welcome the opportunity to discuss this proposal with you and look forward to a successful working relationship with the City of Newport Beach. Please call us to discuss this proposal and answer any questions. Very truly yours, Roger M. Sage, P.E., S.E. Principal RMS file City of Newport Beach - Professional Consulting services Proposal for the Public Works Department structural & Architectural Services Proposal Page 2 'Avga►viIW1K• 011YANIZ[N1\1[• 'I r 7 � k A 11 ei y ��t \ , '�MLI i q• ,l. a .IIIIl�������D • illl�ll�' 0 0 RMS PROJECT EXPERIENCE RMS Engineering & Doslgn. Inc. (949) 721 -0470 Orange County Sanitation District (949) 721 -0920 rex Plant No.1 Tonant Improvements to Building "H ", Design of a Now "IT' Conference Room (2005) Contact: Mr. CT Bien, Orange County Sanitation District, (714) 593 -7841 Consulting Fee: Design, CM Services: 828,000 RMS u -is the consultant for the architectural, swctural, mechanical and electrical design of the project. The project scope included partial renovation of the existing office building to convert an existing storage room to o new confemuceflunch room for OCSD IT group. A new transfomter and a 5 -ton heatpump unit was installed on top the roof of the building. A seismic evaluation of the entire building was performed. Viewof Etotct6 Row= m need of rjro RcWn to Aiddtocrml Rrn orlon and Eiccnsol R I IVAC Stuart+ Vttc of Ow Remratted Rc wn ready to = m a Cdofctorce Roan wtt4n C wm= to tour resod R W pwidc aAtdizaal stdag Confoonx Room fa the IT gamy iael>tdW raw tekylne,e "dm Im. PACE I OF I 0 0 RMS PROJECT EXPERIENCE RMS Englnooring & 0oclgn, Inc. (gag) 721-0470 Orange County sanitation District (949) rz, -ogao rex Plant No. 1 Tenant Improvements to Building "H ", Design of a Now "IT" Conference Room (2005) Wtag I t&V Tw=I o mod to tau porn kno m Ik br ing fro= rwift Pa%w WIdagM E•bteg rooFcp AC=h dxtYtq a rttocad m ked Qe coxptutt nan and • txc $atin Hatpotp wh -w L=1W w tenx the Caiftamte Foam 1. j Seislth F.avllnt7an Fcpon rttoaenerAtd dcmohion ole.IpM.z xmn dock walls to /educe p7setgial dxinge Rom cxttlpoln wM atd tucnl W& fro= the •aIJ to Its buildins PAGE 2 OF 2 0 0 RMS PROJECT EXPERIENCE ra RMS Engineering & 949) 721 0470 Orange County Sanitation District >• ce49> 721-0e20 fox Plant No. 1 Tenant Improvements to Fleet Services (2001) Contact: Mr. Mike Bock, Orange County Sanitation District, (714) 593 -7340 Consulting Fee: Design, CM Services: $41,000 RMS was the consultant for the architectural, structural, mechanical and electrical design of the project. "Ilse project scope included expansion of existing offices within the rain building envelope. Existing sloping concrete floor was leveled. New wall footings were cast and the new drainpipes were installed buried under the existing floor slab. "After the fan" ptmut was obtained for the existing 1972 building, before the addition could be pemtincti. Presence of existing hydraulic lifts created a tight area for the new expansion. lucriar of Aixircntort2retece roa_c A cam�•vaor4fation b intunoi sWblfu btuh arc snibk at b er_^Ir,., Vitia of the espwbo. xm mcc ankx aeear ariir V AslLk ere rho dgM facd si& rx ma wax deslpod Ibr nongt load'ey ittmos'oak guar =10 was LaAlcd at at udoaday tie Sec below. A hud eV rw V was conwu ted so eec4i2r widl Me dty of tb-u=b VVkys repuirmto thu 20% of eenstw1m ear mar W anocaled tot AnA 200M bproseMU- Ranrp eonvue;*n reprint mo6fkation to e%W ka apriAler t)V= arld Nrrice wYQ rxlatfdraWll. r RMS PROJECT EXPERIENCE RMS Englnoorin0 E, �.. ( 94107. Inc. Irvine Ranch Water District (IRWD) y (949) 721 -0820 fox MWRP Aeration Blower & Secondary Sedimentation Basin Improvements. (2003) Contact: Ms. Kelly Lew, Project Manager: 949. 453.5675 Consulting Fee: Evaluation, Report, Design, Chi Services: $54,000 Nmly paurcd salsm imo the horimnW joim in the sttondsry elari feer bafin bonam gab. Newly apokd mtm hw th ,wital and t orlra : 9 rains in 1K socaYary dinficr bu:n wall Irtuttsd new Tueakc bAw'R wim \rdy lest -asaa rcdw=d bank w4s spsnnEr 1 bctrlccn dx tecorduy cWArt waltr. RMS prepared technical specifications for replacement of all expansion and construction joint sealants in the secondary clarifier basins. New baffle walls were designed at installed, spanning between the clarifier walls. without intermediate supports. Walls were design to resist seismic hydrodynamic and sloshing forces. Existing concrete pad in the blown room wu nwdified and analyud for insulting a new blowxt unit. The pad was analyzed for at!Nuacy in resisting scim2ic foray. Existing moral launder troughs were replaced with FRP troughs, and new launders were installed. 0 Page 1 of 1 0 RMS PROJECT EXPERIENCE ,ox RMS Engineering E ry y T Oeslgn. Inc. (949) 721 -0470 City of Oceanside (949) 721 -0920 fox San Luis Rey Water Reclamation Facility Repair of Deteriorated Concrete Walkways at the Aeration and Secondary Clarifier Basins (2002) Contact: Mr. Greg Blakely, City of Oceanside, (760) 435.5812 Mr. Dennis Wood, Principal, Carollo Engineers: (858) 505 -1020 Consulting Foe: Evaluation, Report, Design, CM Services: $87,000 Emwnt channel wills & the eaining grautg rebut unglc were rcmo ed and a new wall with aluminum grating rebut was Inmiled. Wham possible, cxhi s rnnfar6n V=l was Paved to reduce Instalbtum of new adhesive rcbardowcls. Page I of I The newly constructed eflluou ehmuml wills G the grating rebate angles. Plywood wort platform over the cninina eflluent dcanncb was comtmetcd to allow flow ortcated wastewater. 0 Pape 2 012 0 RMS PROJECT EXPERIENCE � RMS Enginooring 6 (949) 721-0470 City of Oceanside (949) 721 -0920 fox San Luis Rey Water Reclamation Facility Repair of Deteriorated Concrete Walkways at the Aeration and Secondary Clarifier Basins wa!lvay Gaye avasscca�sy cluu�an ikttfsroutd eaxsne Ass tx -, ieaosrd w syply 54anrra Rrphca iacr ar ewb a m4 pauu tebrm» tnhm I,nlieg aaf•'s � 4"e W �+) trulma ezntn RMS was retained by the City of Oceanside Water Department to perform a walk thru inspection of the primary and secondary clarifiers, aeration basins and pipe galleries to determine causes of major concrete cracks, spalls, water leaks and corroded rcbar. The project report included classification of action items for repair based on urgency. RMS prepared a report describing each problem with associated preliminary remedy and cost of retrofit. The information was added to the City's CIP summary. RMS prepared contract drawings and specifications for repair of deteriorated concrete in primary clarifiers. aeration basins, secondary clarifiers, and pipe galleries. Extensive specific details were prepared for repair methodologies for concrete general cracks, concrete structural cracks, concrete spalls, leaky cracks and corroded reinforcing steel. Project included replacement of existing pipe support framing system in all existing pipe galleries. Various repair materials from pea gravel small aggregate concrete to Sika 'fop 1 t l were specified based on the depth of repair. Page 2a2 wsn,MJy o w a wanduy dxlam aQa mp*- 0 0 RMS PROJECT EXPERIENCE RMS Cngincering & a 0osign. Inc. ?� (949) 721 -0470. (949) 721 -0920 fox City of Whittier, CA City of Whittier Public Works — Water Department Seismic and Life Safety Evaluation of 9 Existing Reservoirs (2000) Contact: Mr. David Schickling, City of Whittler, 562 -464 -3524 4 Alt) 0=n.trm R=%va, butt in 1933. tcrun.ly buied. 130.edo4anin Rdrnut Rnenvu, doled. Nidl cVack sun u`'r d'1 av".1uji 01910. Past I of 7 RMS inspected and performed seismic structural evaluations for the City's 9 existing aging reservoirs. Some of the reservoirs were about 70 years old. RMS prepared evaluation reports and performed seismic analyses and developed retrofit schemes, including the associated construction cost estimates. Reservoir shapes ranged from circular to rectangular and irregular, with flat or hopper bottoms (trapezoidal cross section). The 6 MG Greenleaf Reservoir had an irregular shape with plan dimensions of opproxinintely 323 -fat by 275 -feet. It had wood roof framing supported on concrete or wood columns. The 300,000 — gallon College Hills Reservoir was circular with a 70 -foot diameter. It was a flat bottom cost- in- plaeeeonerete reservoir. The Oat concrete roof slab of the reservoir wms 4 feet above grade. The 4 -MG partially buried Oceanview Reservoir had a rectangular shape with plan dimensions of 293 -foot by 161 -foot. It was a hopper bottom reservoir, with pre -cast concrete roof. The roof fronting consisted of pre -east concrete panels, 4- foot by 24 -Coot spanning between pre -cost concrete girders supported by pre -cast concrete columns. The 150, 000 - gallon cast -in- place - concrete Rideout Reservoir was circular shape with a diameter of 3S feet. It was an elevated Oat bottom reservoir, with an elevated structural concrete slab supported on concrete girders that were supported by a perimeter circular foundation wall and four interior pedestals. The 500,000 — gallon Murphy Nest Reservoir was circular with plan diameter of 60 -foot. It was a Oat bottom reservoir, with pre-cast concrete roof panels above grade. The roof framing consisted of pie - shaped 10 -inch thick pre-cast concrete panels. 0 0 RMS PROJECT EXPERIENCE RMS EngineoAng 6 ;a Dasign.Inc. A (949) 721 -0470. d (940 ) 721.0920 fax City of Whittier, CA City of Whittier Public Works — Water Department Seismic and Life Safety Evaluation of 9 Existing Reservoirs (2000) Contact: Mr. David Schickling, City of Whittier, 562 -464 -3524 So V44 Rcw%vil, tme.oK vd stow geovd 6 ASO Ccccnk&f Rarno6. bih in 19M& modified b 19U, pvmlry burial. Pagc UQ 0 9 RMS PROJECT EXPERIENCE RMS Engineering & Design, Inc. (849) 721-0470 Tee r " 7t A (949) 721 -0820 PA _A Orange County Sanitation District, Fountain Valley, CA Digesters "F" And "G" Liner Replacement and Concrete Repair at Plant No. 2 (2007) Contact: Mr. Doug Kanis, Orange County Sanitation District (714) 593 -7013 Project Scope: Design and CM Services Pol)uedum eoauts %= aypEcd to nc=vafaca of ft canons do= mid to tamer la fact of me M.Ma contemn walk. WAS MAW wait u ordaaiwued coaactt data Still mat mc&d to be rrtto ed and pr tud with tetatt emu+. The project consisted of rehabilitating the inside of Digesters F and G located at Plant Number 2 including: Removal of the existing PVC liner inside Digesters F and G. including the high density polyethylene (HDPE) pipe that wits used to hang the PVC liner. Surface preparation prior to concrete repair and coating. Expanding polyurethane grout injection fm cracks requiring scaling. Epoxy injection for cracks requiring stntctuml repair. Water leak testing of each digester after concrete and truck repairs. Application of polyurethanceoating to the ceiling of the digesters, the upper ten feet of the digester walls, entry manways, exterior surfaces of three mixing nozzles, exterior surfaces of the draft downcomcr tube, and other metal surfaces inside The digesters as specified in the plans. Replacement of the digester inspection manhole lids located on top the digester domes. RMS was retained by Orange county Sanitation district for the design of the repair methodologies and preparation of contnnet drawings and specifications for the project. RMS provided structural engineering services during construction. Wakes an aeked =a.%cimrio uct! mtw wan apxotl to aae irit was carded. Corto&d rebm were rrawred aced nvbccd with new reinfbning ban. hPlarl 0 0 RMS PROJECT EXPERIENCE RMS Englnooring & Ousl(^ Inc. (949) 721 -0470 TEL Orange County Sanitation District, Fountain Valley, CA e -14 (949) 721 -0920 FAX Digesters "F" And "G" Liner Replacement and Concrete Repair at Plant No. 2 (2007) Powdaad avnpka of the [N -Free ot'n}cetcd M Mira h-d�ll kt. Pans}nCD ee-.ectc ,agple reC tripped w a tabwasmy on is IIay area Ew' %1 talery f Switcdw mtr at top of just bctr Ox InaIIesaed taxrett dots rah. Sdmi* hams tat .is P,(omsd w &rsvidrx dw coapressi s c=Vb ofCarsr u MtS Lq M-ts tk ttrcd rcyair =W, F,cutiac Wzat rall}art before rcya`Cs ifs Como;a M alkA inyatlou of b)*00 bk. cNOTmhm• liytdd Qxmical Ow, L'd�✓ r y�. A f 1fw covi" I= aft" (CF-.0 sl of cu chac_iat V*" ready to recciw jp1=} waltut r p}e #I 0 0 RMS PROJECT EXPERIENCE "tx RMS Engineering & !'�Y, Design, Inc. All (949) 721 -0470 Tel City of Orange Water Department, Orange County, CA (949) 721 -0920 FAx Well No. 26, Orange, CA (2006) Contact: Mr. Bob Baehner, City of Orange, (714) 288 -2486 The project scope consisted of civil engineering for site grading and landscape design. The pump Station architecture was designed to blend in with the The Block at Orange, an open-air shopping null. Four alternate architectural renderings were developed and submitted to the Planning Department. RMS Was the prime consultant for civil, landscape, architectural, structural and electrical design. Consulting Fee: Design, CM Services: $98,000 C Fa Witty biaapdar caner ta. �irstl PrrO R Ct1�Y � tom• TypiW baildiep artu=dag eM writ We. RMS preparcd,\bn•priority Water Quality Mmugentent Plan (WQMP) for the well Site. The bock well building had metal standing scam roof and colored plastered walls. A sound enclosure was design to house the pump motor. The fence location and the square footage of the impervious areas of the site were desigmcd to keep the site below 3.000 square feet. Metal picket fence and gate was designed to be S feet tall and the plans were submitted to City Crime Prevention Dcpartnmit for review and modifications to locks and door handwarc. ereartScsxh= ml iada °r..saprepaedbyRMSIbrthewell26. Dace a enta'a muw= aaae arc wcli factlitim 4 RMS Engineering & Design, Inc. ev 25 years experience in design of repairs for concrete water /wastewater structures RMS examines the new poymer{rtodiried concrete repai patch in Digester •G at Orange County Sanitation District. RMS prepared drawings and specifications for the repair of secondary darifcer wa9cways with deteriorated concrete and corroded reinforcing steel San Luis Rey VdWP. Oceanside. CA. Inspection of newly lnjeded hydmphobz, pofywothone sealant into Digester -G "(olni. between the dome and the wa0. Ora nge County Sanitation District. er'e• �` 7 °t RMS prepared drawings and spedf:cafions for the repair of the effluent launders for circular primary clarifiers "E' and 'O' for Orange County Sanitation District. y &"IN] Repair of dow doraled concrete at San Luis Rey VYWTP. City of Oceanside. CA. Primary and secondary darifem effluent. Confined Space Entry into DAFT 'C to examine degree of common in the sk'am or & beach at Orange County Saniatton District. Office: 437 Noviport Cantor Orlve. Suite 294. Noveport Beach, CA 92660 — Mail: PO Box 8401, Newport Bonch, CA 92838 - Tol (949) 721-0470 email: rmaenalclenrthpiok. not 0 • CA 4 RMS Engineering & Design, Inc. 25 years experience in design of repairs for concrete water /wastewater structures Cored eomete samples ore taken from a sew all at 100 Coast Drive in W Jots. CA. for comprossion tosEng and chemical analysis. RMS prepared contract documents for the repairs and structural strengthening of the tall, Confined Spam Entry for evaluation of detadora:ed concrete. pint walants and gate valve corroslan at Riker Effluent Channels to WFA — Aqua do Leos Water Trawmem Ialant. Upland. CA. RMS prepared contract documents for concrete repairs and ligh performance Coatings. S, f $s lel :_.A RMS prepared an evaluation technical memo for causes of occurrences of many leaky holes near the column feelings in Chino 1 Oesal:er Clearwell Chamber. Repair recammendatbns and associated cost estimates were included In the report. RMS performs on -site Condition Evaluation Surveys: The on-site amdirran evaluation survey includes a dctuited investigation of al I areas of the rcinforccd amerce suueeu t. and may require sevml hours to.evcral days. depending upon the site orthc structure. several analysis techniques arc implemented during this onaitc c aluation survey. including, but not limited to. the (ollnving. triwal eymnination - td identify- ennarte surface defects > Confined Space Entry > Petrography - Peuounvhie examination of hardened concrete for diagrxdEq reasons for lack of concrete durability. Ilarmadchain. to daect (sound out) detaminatiorns — to red unsound concrete. > Schmidt itannma test . for indirect meats of obtaining relative value forcompmaivc sm-vh orfinislxd eonerete. Pheeaiptuhalete taring — to sce phrnalphthakin reaction on carbonated concrete - to drtennine carbonation depth. > Chloride eontcn tcsu - to Identtfj• chloride corrosion - to anal) re total ehlonde Content in eoncretc i. 1lairccu potential mapping - to determine corrosion risk (map corrosion ha ores) - w r = ax centln= wW fvsraal comment of rct= ard.sl.,i uml unx^.nrs r,thn co m Lincar pol aril anion - to determine corrosion rate - Poluiaation Reshunee (PO Teving. Continuity - to determine contimrityloo mectedness of rebar. Stray current idwirmation - to determine stray anent carto$ion rig. > Resistivity - The electrical resistance of the concrete measures the ease with which ions migrate through concrete, an importam 6cot for the Corrosion process. RMS %+cites with muid -disciplinary laboratnrics the specialize in petrographic examinations and chemical analysis of concrete. stucco. brick and auvrar. concrete aggre8raxs. tarmac. and taasaary units. Otflco: 537 Newport center Drtvo. Suite 294, Newport Beach, CA 92660 — Mail: PO Sox 8501. Newport Beach. CA 92658 — Tol (949) 721 -0470 omail: rmacno'dcarihlln"M r 1 0 0 6- RMS Engineering & Design Tel: (949) 721 -0470 Fax: (949) 721 -0920 Roger M. Sage, P.E., S.E. Experience Mr. Sage is a Civil /Structural Engineer with more than 30 years of Summary: professional experience. He specializes in structural studies and design, computer analysis and design, dynamic analysis, and seismic retrofit for water and wastewater facilities and treatment plants. He managed the structural department of a prominent Sanitary Engineering Firm in Southern California for six years. He also has extensive experience in design of above ground and buried reservoirs. Education: B.S. Civil Engineering, University of Kansas, Lawrence, Kansas, 1973 M.S. Civil Engineering, University of Kansas, Lawrence, Kansas, 1978 Registration: Civil Engineer, California, Certificate Number C 33881 Structural Engineer, California, Certificate Number S 3598 Professional Engineer, Kansas Civil Engineer, Nevada Structural Engineer, Nevada Professional Affiliations. Structural Engineers Association of Southern California American Society of Civil Engineers SARBS of CWEA Orange County Water Association Southern California Water Utilities Association Project Experience: ■ Santa Margareta Water District /Daniel Boyle Engineering, Talega Zone B Recycled Water Pump Station . Project manager for structural and architectural design of the pump station. The building was constructed of reinforced concrete block walls with colored stucco finish and a mansard roof with clay tiles. The building included pump room with 2 -100 HP pumps, an electrical room, PRV room and a metering enclosure. Other site structures included foundations for discharge tank, suction tank and a transformer. A metering vault with double door aluminum hatch was constructed adjacent to the building. ■ City of Orange Water Department, Orange, CA, Seismic Strengthening of the Water Department Pump House, 2001. Sage 1 DWI WMLWA6SIIMERWERSAG!3211 Wib.MMW .LisnX3 Ll F 1 ftMS Engineering & Design, Inc. Tel: (949) 721 -0470 Fax: (949) 721 -0920 Project manager for Seismic Strengthening of the Water Department Pump House for the City of Orange. He prepared four alternate strengthening methods and the City selected one that would preserve the architectural features of this 1940s vintage building. His design was based on preserving the aesthetics, most economical use of materials, and it was a design with minimum disruption to the water department's service and personnel. Micro piles were used to minimize excavation. Scope of work included architectural, structural, and electrical engineering services. The pump house had several annexes added during the past 40 years. Contract documents provided the contractor with information about adjacent buildings that would be partially affected by the pump house strengthening. Roger worked with FEMA on the project for getting a grant for 75% of construction cost. ■ City of Whittier, CA, Water Department, Seismic Structural Evaluation of nine Reservoirs, 2000. Structural engineer for the City of Whittier, California, Seismic and Life Safety Evaluation of Nine Existing Reservoirs. Inspected and evaluated the City's existing older reservoirs. Some of the reservoirs were about 70 years old. Prepared evaluation reports and performed seismic analysis and developed retrofit schemes including the associated construction cost estimates. Reservoir shapes ranged from circular to rectangular and irregular with flat or hopper bottoms (trapezoidal cross section). The 6 MG Greenleaf Reservoir was an irregular shape with plan dimensions of approximately 323 feet by 275 feet. It had wood roof framing supported on concrete or wood columns. The 300,000 gallon College Hills Reservoir was circular shape with plan diameter of 70 feet. It was a flat bottom, cast -in- place- concrete reservoir. The flat concrete slab roof of the reservoir was 4 feet above grade. The 4 -MG Oceanview Reservoir had a rectangular shape with plan dimensions of 293 feet by 161 feet. It was a hopper bottom reservoir, with precast concrete roof above grade. The roof framing consisted of precast concrete panels, 4 -foot by 24 -foot, spanning between precast concrete girders supported by precast concrete columns. The 150,000 - gallon cast -in- place- concrete Rideout Reservoir was circular shape with plan diameter of 38 feet. It was an elevated flat bottom reservoir, with an elevated structural concrete slab supported on concrete girders that are supported by a perimeter circular foundation and four interior pedestals. The 500,000 gallon Murphy West Reservoir was circular shape with plan diameter of 60 feet. It was a flat bottom reservoir, with precast concrete roof panels above grade. The roof framing consisted of pie shaped, 10 -inch thick precast concrete panels. (2000) Sage 2 ON 102-0'146W6UFff R ER SA 6419 Jwft 2M .L,SM 0 CAi* RMS Engineering &Design, Inc. Tac (saa) Uzi -oa7o Fax: (saa) Uzi -oazo ■ South Coast Water District, Reservoir Structural Inspection, 2002. Structural engineer for South Coast Water District, California, Inspection of Zone V -B Reservoir. Performed walk - through inspection of the 7.8 MG potable water cast -in -place hopper bottom reservoir, with two cells, and prepared a report describing the physical condition of the reservoir structural and non - structural components. The top slab of the reservoir was covered with soil. Pavement on top of the soil was used for tennis courts. Safety issues pertain to access hatches, ladders, guard rails, and rungs were evaluated based on ANSUAWWA D100 -96 and CFR29, Labor, Parts 1900 to 1910.999. RMS evaluated the operability of the inlet/outlet and drain valves and the condition of the coatings on these items. The report offered recommendations for structural repairs of the spalled concrete, sandblasting and coating of corroded steel, replacement of delaminated joint sealants, replacement of non - compliant ladders, hatches, stairs, and other access equipment. (2002) ■ County Sanitation Districts of Orange County, Rehabilitation of 15 Outlying Pump Stations, 1998. Preparation of preliminary seismic and Cal- OSHA/CFR evaluation report for the Orange County Sanitation Districts' sewer collection system pump stations. Project included assessment of liquefaction potential for each station. He developed retrofit and rehabilitation alternate schemes, including connected costs for each alternative. Project non - seismic structural work included replacement of ladders with stair access to motor decks, repair of concrete and other deteriorated structural components and Cal-OSHA compliant alterations. Based on the OCSD Seismic Design Criteria and Guidelines, he developed a separate Seismic Design Criteria for the outlying pump stations to be used as a guideline for future designs ■ South East Regional Reclamation Authority, San Juan Capistrano, CA Project: Seismic Evaluation and Strengthening of the Energy Building at the Regional WRP Project, 1996. Project manager for seismic evaluation of the Energy Building at the Joint Regional Plant for South East Regional Reclamation Authority, San Juan Capistrano, CA. The roof diaphragm of the building, consisting of concrete filled metal deck, had major discontinuities and large openings for roof sound louvers. The ledger angle connections to the shear walls did not have adequate capacity to transfer seismic lateral loads from the roof diaphragm to the shear walls. Some of the continuous foundations were found to be undersized creating a potential for soil over - stress during an Sage 3 OW 10l-0]MRESUFff ROGER SA Ed M" MW .Y15R 3 • • RM6 Engineering & Design, Inc. Tel: (949) 729 -0470 Fe : (949) 729-0920 earthquake event. He developed strengthening techniques and determined engineer's opinion of retrofit construction cost. He was involved in services during construction and he provided alternate designs to facilitate construction. ■ County Sanitation Districts of Orange County, Fountain Valley, CA, Project Numbers P1 -43, and P2 -50, 1994. Project manger for seismic retrofit and rehabilitation of all non - building structures for Orange County Sanitation Districts, Plant Numbers I and 2. The project encompassed addition of seismic restraints and braces to existing pipelines, mechanical equipment, generators, electrical equipment, ducts, cable trays, and all liquid storage tanks. ■ 1990 Tertiary Expansion, Water Quality Control Plant, City of Riverside Public Works, Riverside, CA. Mr. Sage managed structural design for the tertiary treatment facilities at the City of Riverside's Water Quality Control Plant. This project included complex concrete structures for flocculation and filtration basins, control structure, and a pump station. The addition was adjacent to the existing filtration structure that demanded special attention to the design of the interface. ■ Water Reclamation Plant Expansion Contract C -2, City of San Clemente, CA, 1993. Mr. Sage provided structural engineering support during construction phase for the City of San Clemente Water Reclamation Plant Expansion and Modification Project. This expansion included construction of Type V buildings with great emphasis on architectural features. Various construction materials were used to design an aesthetically pleasing plant with a Mediterranean architecture to create an environment compatible with surrounding residential neighborhoods. The project included design of new headworks and expansion of primary, secondary clarifiers, chlorine contact basin, and aeration basins. Project also included design of pump stations, power and control buildings, scrubber facilities, a vehicle maintenance building, and operations center. ■ City of Santa Barbara, CA, Public Works Department, 2003. Structural engineer providing preliminary inspection and evaluation of the 10 -MG Vic Trace Reservoir for City of Santa Barbara, California. The reservoir was a hopper bottom, concrete lined reservoir with a metal roof system consisting of aluminum decking and steel roof framing. Prepared preliminary report Sage 4 DA 02V) W aS RMG fq Ea"..IOOb .LIS= RMS Engineering & Design, Inc. • Tel: (949) 721 -0470 Fax: (949) 721 -0920 Cristian Marinescu, P.E. ExperienCe Mr. Marinescu is a Structural Engineer with more than 30 years of Summary: professional experience. He is versed with FEMA publications regarding criteria and requirements for seismic investigation of existing buildings and structures (including FEMA 310, FEMA 273, and FEMA 350). He specializes in Probable Maximum Loss (PML) evaluation of buildings and structures during a seismic event. He has been project manager on many seismic retrofit projects of reinforced concrete, masonry, steel and wood framed structures. He has been lead structural engineer for design and strengthening of many complex structures. Education: M.S. Civil/Structural Engineering, Polytechnic Institute of Bucharest, Romania, 1957 M.S. Economics Engineering, Polytechnic Institute of Bucharest, Romania, 1965 Registration: Civil Engineer /California Project Experience: ■ City of Oceanside, San Luis Rey Wastewater Treatment Plant, Interim Expansion 2000. He was the lead structural engineer for the design of the 22,000 square feet Administration Building and the 6,500 square feet Operations Building. The Administration Building had high arch entries and a high- ceiling lobby. The facility included laboratories and chemical and process control rooms. The Courtyard encompassed an infinity pool. The Operations Building was a prefabricated metal building with a 6- ton monorail crane. The building housed offices, a locker room, a kitchen and restrooms. Mr. Marinescu designed the foundation system and interior walls for the Operations Building. ■ City of Orange Water Department, Orange, CA, Seismic Strengthening of the Water Department Pump House, 2001. He was lead structural engineer for Seismic Strengthening of the Water Department Pump House for the City of Orange. He prepared four alternate strengthening methods and the City selected one that would preserve the architectural features of this 1940s vintage building. His design was based on preserving the aesthetics, most economical use of materials, and it was a design with minimum disruption to the water department's service and Marinescu I DWI W3 7dWAESI CfWs MPRM U2"1d .YI5/ 3 0 RMS Engineering & Design, Inc. Tai: (949) 721 -0470 Fax: (949) 721 -0920 personnel. Micro piles were used to minimize excavation. Scope of work included architectural, structural, and electrical engineering services. The pump house had several annexes added during the past 40 years. Contract documents provided the contractor with information about adjacent buildings that would be partially affected by the pump house strengthening. Roger worked with FEMA on the project for getting a grant for 75% of construction cost. ■ Main Pump Station, City of San Clemente, CA, 1998. Mr. Marinescu was the structural engineer for the design of the concrete stairwell and aluminum staircase access improvements to the motor deck and the pump deck for the project. He designed the strengthening of the motor deck where large opening was cut for stair access. ■ Buena Vista Creek Pump Station, City of Oceanside, CA. Mr. Marinescu was the structural engineer for design of structural modifications to the existing pump station. A 5 -ft by 5 -ft removable hatch was added for access to the wet well. Top slab of the wet well was 13 feet below grade. ■ Structural Strengthening and Modification of an Existing Chlorine Tank to Convert to UV Disinfection System at RP -1, Inland Utilities Agency, Fontana, CA, 1997. He was the structural engineer for strengthening the center dividing -wall in the 360 -ft long Chlorine Contact Basin. Operations staff had reported that the when one side of the tank is emptied, the center wall develops excessive deflection bulging towards the empty side. The existing wall height was thickened by 10 inches. The two walls were joined together by lap splicing and epoxy doweling roughly 5,200 L- shaped reinforcing steel anchors. Vertical and horizontal reinforcing steel in the new wall and its anchorage to the existing created a composite stiff wall. The existing wall was tied back to the opposite side, using aircraft high - strength cables. Horizontal double channels were used to spread the anchorage point loads uniformly to the wall. The project included evaluation of necessary modifications to the tank to install UV system and cranes for lifting the UV light tube packages. ■ Robert A. Weese Water Treatment Plant, City of Oceanside, Monorail Beam Extension at the Chlorine Storage Facility, 1997. Mr. Marinescu prepared calculations for the retrofit design. The new extension was a built up beam to match the existing monorail beam dimensions. Vertical braces were added which connected to the end of the cantilever beams and the masonry Marinescu 2 O W 01 N-06 W E411A4 CI W 3 MRgME3C1130'J618a, C�um1 m N2 W 6 B ES DJ MI 0 (4kMS Engineering & Design, Inc. Tel: (949) 721-0470 Fax: (949) 721 -0920 parapet. Vertical Braces were also added in the back of the parapet wall to transfer the loads back to the roof beams. A king -post type support was designed for the cantilever extension of the beams. ■ Lake Casitas Water Treatment/Power Recovery Plant, Casitas Municipal Water District Oak View, CA, 1995. Mr. Marinescu was the structural engineer for the project. This project included design of foundations for support of 8 Serck Baker horizontal vessel filter tanks that had 12 -11 diameters and were 43 feet long. Other supports were design for process components such as horizontal dual media filters, dual media filters for reclaimed water, backwash surge tank, and Lamella clarifiers (10 feet high steel tanks.) Pre - engineered building specifications were prepared for a pipe gallery pre- fabricated steel building, 181 -ft long and 27 -11 wide, plus control and storage rooms. Foundations were designed for the pipe gallery building. Special loading requirements to enable the building walls to support process piping was prepared and included in the specifications. Project included design of sludge drying beds and design of foundations for Lamella clarifiers that had 10 -ft diameter and were l0 -ft high ■ Lake Casistas Municipal Water District, 1996. He was the structural for reinforcing an existing large valve box walls that had developed cracks due to surcharge from the newly constructed Serck Baker Pressure filter tank foundations adjacent to the box. ■ Design of seismic retrofit of shopping center in Mountain View, California, 2002. He was the lead structural engineer for seismic strengthening of four buildings with panelized wood frame roof system and concrete block walls. ■ 12 -story Building Evaluation, Downtown Los Angeles, California, 2002. Mr. Marinescu performed feasibility study for the seismic retrofit of a 1927 - built, 12 -story steel frame building located in downtown Los Angeles. Composite steel plate shear wall technology was analyzed for application in the possible retrofitting of this building ■ Seismic Upgrade of an Un- reinforced Masonry Building, San Francisco, Ca, 2001. Mr. Marinescu coordinated design and construction of seismic upgrade of an un- reinforced masonry building located at 109 Stevenson, San Francisco, CA. He represented owner in all phases of project execution. Project was completed in January 2002 Marinescu 3 "I worms UKQ CMS ivaw u root, ac. cx uaen,nnro sc 3 u RMS Engineering & Design 0 Tel: (949) 721 -0470 Fax: (949) 721 -0920 William Lee, AIA Experience Mr. Lee offers over 29 years of construction design experience as an Summary: Architect on a wide range of project types and project sizes. In addition to building design, his other expertise includes site planning, facilities layout design, ADA compliance, and the development of specifications and design standards. He is experienced in the use of AutoCAD 2002. Education: Bachelor of Architecture, Cum Laude, University of Southern California, 1972 Post Graduate Education: Introduction to Facilities Management, UCI Overview of Facilities Management, UCI Commercial Management, Marketing, Leasing, and Tenant Improvements Registration: The American Institute of Architects (AIA) Professional Affiliations: The American Institute of Architects Project Experience: International Conference of Building Officials Inspection Certification, Office of Emergency Services, State of California ■ Municipal Agencies: Water Facilities Authority (WFA), Agua de Lejos Treatment Plant, Upland, CA City of Orange Water Department Orange County Sanitation District Casitas Municipal Water District Chino Basin Municipal Water District Federal Housing Authority Los Angeles Metropolitan Water District NAPA Municipal Water District County Sanitation Districts of Orange County L�l Ii Cl1ENM E!�PFAIFNCE,_PESUMEYAFSI➢NE wIW��.f LEE MOGtlot YIYMD) 0 rji� RMS Engineering & Design, Inc. Tel: (949) 721 -0470 Fax: (949) 721 -0920 City of Portland Riverside Transit Agency ■ Manufacturing and Processing Facilities: Thacker Container Company Miller Meat Company, Monterey Park Monterey Meat Company, Monterey Park Michell Rubber Company, El Monte Zenith Specialty Bag Company, City of Industry ■ Plant Renovations: Baxter Healthcare, Glendale Douglas Aircraft Company McGaw Laboratories, Irvine McDonnell Douglas Aerospace Nultrilite Products, Buena Park Standard Oil, El Segundo Willamette Industries, Rancho Dominguez ■ Shopping Centers And Commercial Facilities Sunset Plaza, Los Angeles Lorena Plaza, Boyle Heights Del Taco Fresh Choice Restaurants Kmart Super Stores, Anaheim Hills, Corona, Emeryville, Sanger, CA Ralphs Airport Center Market ■ Public Schools Colton Unified School District Corona Norco Unified School District Lynwood Unified School District Norwalk Unified School District ■ Commercial Offices Buena Park Commerce Plaza, Buena Park Almond Instruments, Covina Lee 2 C.� I:L0�111 CIJGlM FIYEWENCfl_RESLP.IBSRERIME N'IWMIIEEiNSJOCMb]U4 i RMS Engineering • Design, � 41 peoe e.:. 537 Newport Crn[a Drive, #294 Newpon Bach, CA 92660 Fee Schedule --Effective 1/1/08 Professional Services Principal Engineer Principal Engineer - Confined Space Entry Senior Engineer Staff Engineer Estimator Technical Services Litigation Support Exhibit B PHONE (949) 721-0470 FAX (949) 721 -0920 $195.00/hour $225.00/hour $145.00/hour $120.00/hour $145.00/hour Senior Designer/Drafter $90.00/hour Drafter /CAD Operator $80.001hour Technical word Processor $60.00/hour Clerical $60.00/hour HOURLY RATES NO. Description Hourly Rate 1 Support Staff $95 2 Project Engineer $170 3 Project Manager $210 4 Mediation & Conferences $200 5 Deposition & Court Appearances $375 Sub - consultant Cost+ 10% Other Direct Costs Cost +00% Plotting on Mylar D & E sizes $60 /sheet Travel Time Travel time will be charged at regular hourly rates, for actual time involved, plus $52/mile for mileage. Terms B' are past ue ys om amount allowed b Me LighL IV LUViSC- r • CERTIFICATE OF EXEMPTION FROM WORKERS' COMPENSATION INSURANCE I hereby certify that in the performance of the work for which this Agreement is entered into, I shall not employ any person in any manner so as to become subject to the Workers' Compensation Laws of the State of California. Executed on this 17th day of MY —,20 08 at Newport Beach California. Roger M. Sage, P.E., S.E. President Glusemkpbw 'shared \agmementskmaster temptates\waiver -wc exemptdoc Fax #: 0 0 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. Date Received: 7/16/08 Dept. /Contact Received From: Shauna Oyler Date Completed: 7/16/08 Sent to: Shauna Oyler By: Jessica Scherer Company /Person required to have certificate: RMS Engineering & Design Inc. GENERAL LIABILITY A. INSURANCE COMPANY: Travelers Indemnity Company of Connecticut B. AM BEST RATING (A: VII or greater): A +XV C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1 M or greater): What is limit provided? $1 M Each Occ/$2M An E. PRODUCTS AND COMPLETED OPERATIONS (Must (23 Yes ❑ No include): Is it included? F. ADDITIONAL INSURED WORDING TO INCLUDE (The ® Yes ❑ No City its officers, officials, employees and volunteers): Is it included? G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be ® Yes ❑ No included): Is it included? H. CAUTION! (Confirm that loss or liability of the named ❑ Yes ® No insured is not limited solely by their negligence) Does endorsement include "solely by negligence° wording? I. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. 11. AUTOMOBILE LIABILITY A. INSURANCE COMPANY: Travelers Property Casualty Company of America B. AM BEST RATING (A: VII or greater) A +XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1M min. BI & PD and $500,000 UM): $1,000,000 What is limits provided? E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only): Is it included? NIA /1 ■ ❑ Yes ❑ No G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. 0 III. WORKERS' COMPENSATION A. INSURANCE COMPANY: Not Given B. AM BEST RATING (A: VII or greater): C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it included? ❑ Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? WC: No coverage given ® Yes ❑ No 0 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No.6 9 June 24, 2008 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Robert Stein, P.E. 949 - 644 -3322 or rstein @city.newport- beach.ca.us SUBJECT: Approval of an On -Call Professional Services Agreement with RMS Engineering & Design, Inc., for Structural Engineering Services Recommendation: Approve an On -Call Professional Services Agreement with RMS Engineering & Design, Inc., (RMS) for structural engineering services and authorize the Mayor and City Clerk to execute the Agreement. Discussion: Occasionally, the City is confronted with problems that require the immediate services of a structural engineer. Examples include redesigning a column foundation when excavation reveals an unsupported footing, calculating the effects on a streetlight pole foundation based on the wind loading from a proposed banner, proposing a structural repair for cracks discovered in a bulkhead, and analyzing the safety factor for a retaining wall foundation that was not constructed exactly per plan. There also may be occasions when the design for a small structural project is required. On -Call Professional Services Agreements (PSA's) were developed to avoid a large volume of small but time - consuming agreements between the City and consultants to accomplish on -going project tasks for implementation of the Capital Improvement Program (CIP). The proposed Fiscal Year 2008109 CIP budget is estimated at about $68 million and includes over 92 projects. Several of the projects are building or remodeling City owned facilities. The need for structural engineering services will be required for the success of the projects. RMS has successfully responded to several urgent problems posed by the City including providing consulting services for the Balboa Village Project Flight Monument, Wayfinder's Signage Program light pole foundation analysis, Lifeguard Headquarters seismic evaluation, China Cove sheet pile analysis, and Newport Theatre Arts Center beam analysis. Staff recommends approval of this on -call agreement. Approval of an On -Call Approval &essional Services Agreements with RMS Engineering & Design, Inc. for Structural Engineering Services June 24, 2008 Page 2 Environmental Review: Environmental clearances will be completed for each Capital Improvement Project. Funding Availability: Funds for these services are available in each of the specific project accounts within the City Council approved Capital Improvement Programs. Prepared by: Robert Ste n, .E. Assistant City Engineer Submitted by: Attachment: Professional Services Agreement with RMS Engineering & Design, Inc. 10 `. PROFESSIONAL SERVICES AGREEMENT WITH RMS ENGINEERING & DESIGN, INC., FOR ON -CALL STRUCTURAL AND ARCHITECTURAL ENGINEERING SERVICES THIS AGREEMENT is made and entered into as of this day of 2008, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "City "), and RMS ENGINEERING & DESIGN, INC., a California corporation, whose address is 537 Newport Center Drive, #294, Newport Beach, California, 92660 ( "Consultant'), and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has a need for on -call assistance for structural and architectural engineering services. C. City desires to engage Consultant to perform on -call structural and architectural engineering services throughout the City on an as need basis ( "Project'). D. Consultant possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement. E. The principal member of Consultant for purposes of Project shall be Roger M. Sage, P.E., S.E. F. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and desires to retain Consultant to render professional services under the terms and conditions set forth in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned Parties as follows: 1. TERM The term of this Agreement shall commence on the above written date, and shall terminate on the 31" day of December, 2010, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall provide "On -Call' structural and architectural engineering services as described in the Statement of Qualifications attached as Exhibit "A." • Upon verbal or written request from the Project Administrator, Consultant shall provide a letter proposal for services requested by the City (hereinafter referred to as the "Letter Proposal "). The Letter Proposal shall include the following: A. A detailed description of the services to be provided; B. The position of each person to be assigned to perform the services, and the name of the individuals to be assigned, if available; C. The estimated number of hours and cost to complete the services; and D. The time needed to finish the specific project. No services shall be provided until the Project Administrator has provided written acceptance of the Letter Proposal. Once authorized to piloceed, Consultant shall diligently perform the duties in the approved Letter Proposal. 3. TIME OF PERFORMANCE Time is of the essence in the performance of services under this Agreement and the services shall be performed to completion in a diligent and timely manner. The failure by Consultant to perform the services in a diligent and timely manner may result in termination of this Agreement by City. Notwithstanding the foregoing, Consultant shall not be responsible for delays due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for the Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 3.1 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Consultant's control. 3.2 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances, by telephone, fax, hand - delivery or mail. 4. COMPENSATION TO CONSULTANT City shall pay Consultant for the services on a time and expense not -to- exceed basis, in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit "B" and incorporated herein by reference. 2 E • No rate changes shall be made during the term of this Agreement without the prior written approval of the City. Consultant's compensation for services performed in accordance with this Agreement, including all reimbursable items and subconsultant fees, shall not exceed the fees identified in the Letter Proposal, as approved by the Project Administrator. Any Letter Proposal that sets forth fees in excess of Fifty Thousand Dollars and No Cents ($50,000.00) shall require a separate Professional Service Agreement approved by per Council Policy F -14. 4.1 Consultant shall submit monthly invoices to City describing the work performed the preceding month. Consultant's bills shall include the name of the person and/or classification of employee who performed the work, a brief description of the services performed and /or the specific task in the letter proposal to which it relates, the date the services were performed, the number of hours spent on all work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Consultant no later than thirty (30) days after approval of the monthly invoice by City staff. 4.2 City shall reimburse Consultant only for those costs or expenses specifically approved in the Letter Proposal. Unless otherwise approved, such costs shall be limited and include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsuitants for performance of any of the services that Consultant agrees to render pursuant to this Agreement and the Letter Proposal, which have been approved in advance by City and awarded in accordance with this Agreement. B. Approved reproduction charges. C. Actual costs and/or other costs and/or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 4.3 Consultant shall not receive any compensation for Extra Work without the prior written authorization of City. As used herein, "Extra Work" means any work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Letter Proposal and which the parties did not reasonably anticipate would be necessary. Compensation for any authorized Extra Work shall be paid in accordance with the Schedule of Billing Rates set forth in Exhibit B. 5. PROJECT MANAGER Consultant shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable 3 0 0 times during the Agreement term. Consultant has designated Roger M. Sage to be its Project Manager. Consultant shall not remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of services upon written request of City. Consultant warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 6. ADMINISTRATION This Agreement will be administered by the Public Works Department. Robert Stein, P.E. shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of its responsibilities under this Agreement, City agrees to, where applicable: A. Provide access to, and upon request of Consultant, one copy of all existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. Provide usable life of facilities criteria and information with regards to new facilities or facilities to be rehabilitated. 8. STANDARD OF CARE 8.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. By delivery of completed work, Consultant certifies that the work conforms to the requirements of this Agreement and all applicable federal, state and local laws and the professional standard of care; 4 8.2 Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications, insurance and approvals of whatsoever nature that are legally required of Consultant to practice its profession. Consultant further represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any and all licenses, permits, insurance and other approvals that are legally required of Consultant to practice its profession. Consultant shall maintain a City of Newport Beach business license during the term of this Agreement. 8.3 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. HOLD HARMLESS To the fullest extent permitted by law, Consultant shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, 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 (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to the negligence, recklessness, or willful misconduct of the Consultant or the acts or omissions of its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them. Notwithstanding the foregoing, nothing herein shall be construed to require Consultant to indemnify the Indemnified Parties from any Claim arising from the sole negligence, active negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Consultant. 10. INDEPENDENT CONTRACTOR It is understood that City retains Consultant on an independent contractor basis and Consultant is not an agent or employee of City. The manner and means of 5 0 • conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute approval for Consultant or any of Consultant's employees or agents, to be the agents or employees of City. Consultant shall have the responsibility for and control over the means of performing the work, provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Consultant as to the details of the performance or to exercise a measure of control over Consultant shall mean only that Consultant shall follow the desires of City with respect to the results of the services. 11. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies;;that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Consultant on the Project. 12. CITY POLICY Consultant shall discuss and review all matters relating to policy and project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Consultant is responsible for keeping the Project Administrator and/or his/her duly authorized designee informed on a regular basis regarding the status and progress of the work, activities performed and planned, and any meetings that have been scheduled or are desired. 14. INSURANCE Without limiting Consultant's indemnification of City, and prior to commencement of work. Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Consultant shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with City's at all times during the term of this Agreement. Q O • 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. Consultant shall maintain Workers' Compensation' Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California. In addition, Consultant shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days (10 calendar days written notice of non- payment of premium) prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Consultant for City. 2. General Liability Coverage. Consultant shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. 3. Automobile Liability Coverage. Consultant shall maintain automobile insurance covering bodily injury and property damage• for all activities of the Consultant arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. 7 4. Professional Errors and Omissions Insurance. Consultant shall maintain professional errors and omissions insurance, which covers the services to be performed in connection with this Agreement in the minimum amount of one million dollars ($1,000,000). E. Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language: 1. The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the Consultant. 2. This policy shall be considered primary insurancd'6s respects to City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Consultant's operations or services provided to City. Any insurance maintained by City, including any self - insured retention City may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. 3. 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. 4. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. 5. 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. 6. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) calendar days (10 calendar days written notice of non - payment of premium) written notice has been received by City. F. Timely Notice of Claims. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Consultant's performance under this Agreement. G. Additional Insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own I i 1 judgment may be necessary for its proper protection and prosecution of the work. 15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint- venture or syndicate or cotenancy, Which shall result in changing the control of Consultant. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint- venture. 16. SUBCONTRACTING The parties recognize that a substantial inducement to City for entering into this Agreement is the professional reputation, experience and competence of Consultant. Assignments of any or all rights, duties or obligations of the Consultant under this Agreement will be permitted only with the express written consent of City. Consultant shall not subcontract any portion of the work to be performed under this Agreement without the written authorization of City. 17. OWNERSHIP OF DOCUMENTS Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents'), prepared or caused to be prepared by Consultant, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Consultant or any other party. Consultant shall, at Consultant's expense, provide such Documents to City upon written request. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed documents for other projects and any use of incomplete documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. 9 • i 18. COMPUTER DELIVERABLES CADD data delivered to City shall include the professional stamp of the engineer or architect in charge of or responsible for the work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other Project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All original drawings shall be submitted to City in the version of AutoCAD used by City in ".dwg" file format on a CD, and should comply with the City's digital. submission requirements for Improvement Plans. The City will provide AutoCAD file of City Title Sheets. All written documents shall be transmitted to City in the City's latest adopted version of Microsoft Word and Excel. 19. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the services in this Agreement, shall be kept confidential unless City authorizes the release of information. 20. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. 21. INTELLECTUAL PROPERTY INDEMNITY The Consultant shall defend and indemnify City, its agents, officers, representatives and employees against liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. 22. RECORDS Consultant shall keep records and invoices in connection with the work to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement and 10 any services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Consultant to this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City to examine, audit and make transcripts or copies of such records during regular business hours. Consultant shall allow inspection of all work, data, documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 23. WITHHOLDINGS City may withhold payment of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 24. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than what would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or restoration expense shall be borne by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 25. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other Consultants in connection with the Project. 26. CONFLICTS OF INTEREST The Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by City. Consultant shall indemnify and hold harmless City for 11 • i any and all claims for damages resulting from Consultant's violation of this Section. 27. NOTICES All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Robert Stein, P.E. Public Works Department City of Newport Beach 3300 Newport Boulevard ? Newport Beach, CA, 92658 -8915 Phone: 949 -644 -3322 Fax: 949 - 644 -3318 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Roger M. Sage, P.E., S.E. RMS Engineering & Design, Inc. 537 Newport Center Drive, #294 Newport Beach, CA 92660 Phone: 949 - 721 -0470 Fax: 949 - 721 -0920 28. TERMINATION In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. Notwithstanding the above provision, City shall have the right, at its sole discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days' prior written notice to Consultant. In the event of termination under this Section, City shall pay Consultant for services satisfactorily performed and costs incurred up to the effective date of termination for which Consultant has not been previously paid. On the effective date of termination, Consultant shall deliver to City all reports and other information ILI developed or accumulated in the performance of this Agreement, whether in draft or final form. 29. COMPLIANCE WITH ALL LAWS Consultant shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all work prepared by Consultant shall conform to applicable City, county, state and federal laws, regulations and permit requirements and be subject to approval of the Project Administrator and City. 30. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shralt not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 31. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the Parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 32. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 33. AMENDMENTS This Agreement may be modified or amended only by a written document executed by both Consultant and City and approved as to form by the City Attorney. 34. SEVERABILITY If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 35. 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 13 • 0 reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 36. 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. 37. EQUAL OPPORTUNITY EMPLOYMENT Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. IN WITNESS WHEREOF, the Parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: By. — ( . ---- Aaron C. Harp, Assistant City Attorney for the City of Newport Beach ATTEST: M LaVonne Harkless, City Clerk CITY OF NEWPORT BEACH A Municipal Corporation Edward Selich Mayor for the City of Newport Beach RMS Engineering & Design, Inc.: M (Corporate Officer) Print M (Financial Officer) Title: Print Name: Attachments: Exhibit A — Statement of Qualifications Exhibit B — Schedule of Billing Rates f : \users\pbMshared \agreementslfy 08- 095oncall services\ rms -on call- structural-archilectural.doc 14 RMS Engineering & Design, Inc. n .w■ A w•iii Y �- May 7, 2008 Mr. Bob Stein, PE Assistant City Engineer City of Newport Beach Public Works Department P 0 Box 1768 Newport Beach, CA 92658 -8915 0 OFFICE 537 Newport Center Drive, #294 Newport Beach, CA 92660 MAIL P. O. Box 8501 Newport Beach, CA 92658 Exhibit A PHONE (949)721 -0470 FAX (949) 721-0920 Subject: Proposal to Provide as- needed Professional Consulting and Engineering Services to support the Public Works Department of the City of Newport Beach Dear Mr. Stein, RMS Engineering & Design is pleased to submit this proposal to provide structural and architectural engineering services for City of Newport Beach Public Works Department. Our main expertise is in structural engineering related to water and wastewater projects, building renovation, seismic retrofit, and concrete repair. To complement our work in structural engineering we additionally provide architectural engineering. Currently, our firm is extensively involved in work related to water and wastewater facilities and public works projects. Recently, we designed concrete repairs for Orange County Sanitation District's older digesters and we have been providing structural inspections and assistance during construction. Currently, we are retained by Orange County Sanitation District to design the repair of the deteriorated concrete and replacement of corroded sluice gates of their primary clarifier diversion boxes. We have conducted structural inspections of many reservoirs and water filtration plants (some requiring Confined Space Entry). We have performed seismic evaluation of many buried and above ground water reservoirs and tanks for several municipalities and water districts. Ciy of Newport Beach - Professional Consulting Services Proposal for the Public Worl s Doparboent structural & Architectural Services Proposal Page 1 a:-. 4XIRMS Recently, RMS completed inspection of Filter Effluent Channels for Water Facilities Authority at Aqua de Lejos Water Treatment Plant in Upland, CA. Project scope included confined space entry for structural inspections, development of a report describing reasons for the concrete deterioration and preparation of contract documents for the repair of concrete and application of high performance coatings. With vast experience in structural engineering, specifically in earthquake engineering and in projects related to water, wastewater and public works, RM S can offer you with state -of- the -art and cost effective structural engineering services. We welcome the opportunity to discuss this proposal with you and look forward to a successful working relationship with the City of Newport Beach. Please call us to discuss this proposal and answer any questions. Very truly yours, 4 6"ttOL Roger M. Sage, P.E., S.E. Principal RMS File City of Newport Beach - Professional Consulterg Services Proposal for the Public Woft OeparbMft Structural & Ardrkectural Services Proposal Page 2 0 0 City of Newport Beach t �6a ItiQr J 4 May 8, 2008 STATEMENT OF QUALIFICATIONS Professional Structural and Architectural Engineering Consulting Services Seismic Retrofit Proiects CiN W Newport Bead! - Sft* EVAMd l Of Uteguard Meadpuartert: Water Fcickk3 AuModty ") - Agw do LoJw TreaUnert PbM Metal Root redosign 8 total ropta A=ftt City or OrorW Water We* 28 — AreNi0OxUL SUudurol. WAC WW Ekdr OasW of dw WaWload FodlC, RMS Engineering div Design, Inc. 0 RMS PROJECT EXPERIENCE RMS Enginooring & Dosslgn. Inc. ' (949) 721 -0470 Orange County Sanitation District '� (949) 721 -0920 fox Plant No. 1 Tonant Improvements to Building "H ", Design of a Now "IT" Conference Room (2005) Contact: Mr. CT Blen, Orange County Sanitation District, (714) 593 -7841 Consulting Foe: Design, Cht Services: $28,000 RMS was the consultant for the architectural, structural, mechanical and electrical design of the project. The project scope included partial renovation of the existing office building to convert an existing storage room to a new eonferenceflunch room for OCSD ff group. A new transfomler and a 5-ton heatputup unit was installed on top the roof of the building. A seismic evaluation of the entire building was performed. View of EdWrtg Roam to nood of may Rejoin m ArehkMzMI Rater gim ud Ek"kal @ II VAC Syu= Buis -E Credew to ea a txd lc to provide adddionat oct2ge View of de Itcwtwed Room rody to `ae m a CoaRacnco Room Confereme Room fm the R pagr Imkood otm telephone and dals lira. PACE OF RMS PROJECT EXPERIENCE RMS Engineering & Design. n. Inc. Ina (pap) Orange County spas) Sanitation District 72ti -oa2o 7z1-op2o fox Plant No. 1 Tonant improvements to Building "H ", Dosign of a Now "ir' Conforenco Room (2005) Erklr� Ui10y T5sac1 sru aacd m route t »%w lino W tha bubdirr2 emn nabf Po-w Wklina )A FaWIq Mollop AC wk d ctIn %w taouted to food CM congw.n rams and • r 5-ton I latp=p mk %m baaAd to serrc the Coakrcncc Room a -%cbn c F,nhraCM Repon cocomune dcd aa= block %alb to fodcc pmcnul damage Rom ardQUix- gcncrpcd t=nl loads rrom the rata to the ta:ildirr PAGE 2 OF 2 0 01 RMS PROJECT EXPERIENCE Orange County Sanitation District Plant No. 1 ��j RMS Engineering & 7, Design, Inc. _L Ain (9a9) 721_0970 (949) 721 -0820 fox Tenant Improvements to Fleet Services (2001) Contact: Mr. Mike Sock, Orange County Sanitation District, (714) 593 -7340 Consulting Fee: Oesign, CM Services: $41,000 RMS was the consultant for the architectural, structural, nxchanical and electrical design of the project. The project scope included expansion or existing effect within the main building envelope. Existing sloping concrete floor was leveled. New wall footings were cast and the new drainpipes were installed, buried under the existing floor stab. "After the face' pertnit was obtained for the existing 1972 building, befae the addition could be pcmritted. Presence of existing hydraulic lifts created a tight area for the new expansion. Interior of kkehaVoonRrenot morn A eaapacr %WUUtion u ernallcd. Sprtakirs hods ore v6H& at em telling. VI%U of the exp» ttlott. Nm tntaaeim rasa Asir is visible on the right IoW sfdr. The roof a= dctivcd(or awW Io� RenwvaLle'.%*tdmil wv fr ualtod ai the untastfng w Sco Eetow. A huWkV ram. p wan consvou d to comply eLh the Cay of Fou=on Wacj s req*cmca Our 2M of wawuction coo mat te albmced ror MA aacas inptormwitt. Wrap tOmnuction tagwu modirwalon m alums tpnmUcr system and sm/Yc water rtrnftMta;e. RMS PROJECT EXPERIENCE RMS Englnooring @. 44- Doclgn, Inc. Irvine Ranch Water District IRWD (949) 721 -0470 ( ) (948) 721 -0920 fox MWRP Aeration Blower & Secondary Sedimentation Basin Improvements. (2003) Contact: Ms. Kelly Lew, Project Manager: 949. 453.5675 Consulting Few Evaluation, Report, Dosign, Chi Servicos: $54,000 Newly poured sealant into the hoaiaomal Joint in the secordary clad Fitt basin bottom slab. Ncr1y ryplicd rca:aaf nee des: rcrtial card hortaontal (pinta lathe wc*r dart' cbAfkr bas'n wall. tea.')' Inuallol n: faood bailie walls tpanniny bctnem the atzerdaryClarilkr wall& RMS prepared technical specifications for replacement of all expansion and constntction joint sealants in the secondary clarifier basins. New bailie walls were designed at installed, spanning bemvecn the clarifier walls, without intermediate supports. Walls were design to resist seismic hydrodynamic and sloshing forcm editing concrete pad in the blower roan was modified and analyzed for installing anew blower unit.'nte pad was analyzed for adequacy in resisting seismic forcea. Existing metal launder troughs were replaced with FRP troughs, and new launders were installed. • • Page 1 of t RMS PROJECT EXPERIENCE RMS Engineering & #T Design. 1 0 City of Oceanside (s aj 72; -0920 fits[ San Luis Rey Water Reclamation Facility Repair of Deteriorated Concrete Walkways at the Aeration and Secondary Clarifier Basins (2002) Contact: Mr. Greg Blakely, City of Oceanside, (760) 435 -5812 Mr. Dennis Wood, Principal, Carollo Engineers: (858) 505 -1020 Consulting Fee: Evaluation, Report. Design, CM Services: $87,000 Effluent channel walls ttr the "Wino gating rebate Where possible, existing reinforcing stcd was avod angle were removed and a new wall with atutninum to reduce installation of new adhesive mbar dowels. gating rebate was installed. Pope t or t The newly constn ctcd effluent elumxl µ9112 & the grating rebate angim Plywood wort platform oter the a isting effluent channels was constructed to allow now ortreited wasttwatcr. l J Pago 2 or 2 RMS PROJECT EXPERIENCE RMS Englnacring & Dasign. Inc. City of Oceanside (9agj iii 0920 rox San Luis Rey Water Reclamation Facility Repair of Deteriorated Concrete Walkways at the Aerntion and Secondary Clarifier Bnslas waMoy bridge ow a wcaiduy etutller. MMIamed eoacrae nu br tcmvd to ardy dudc aeytKemect afmo em anb a¢d Vziy mb= u enrol meson: aaAx a dr w nuiy ctuifia uN:f Pogo 2 or 2 RMS was retained by the City of Oceanside Water Department to perform a walk thru inspection of the primary and secondary clarifiers, aeration basins and pipe galleries to determine causes of major concrete cracks, spalls, wnter leaks and corroded rebar. The project report included classification or action items for repair based on urgency. RMS prepared a report describing each problem with associated preliminary remedy and cost of retrofit. The information was added to the City's CTP summary. RMS prepared contract drawings and specifications for repair of deteriorated concrete in primary clarifiers, aeration basins, -secondary clarifiers, and pipe gpllerirs. Extensive specific details were prepared for repair methodologies for concrete general cracks, concrete structural cracks, concrete spans, leaky cracks and corroded reinforcing steel. Project included replacement of existing pipe support framing system in all existing pipe galleries. Various repair materials from pea gravel small aggregate concrete to Sika Top I I I were specified based on the depth of repair. Wark.Ayo a uwnduy daririer. oft& rtoolr. 0 0 RMS PROJECT EXPERIENCE RMS Engineering & Design. Inc. ' (949) 721 -0470. City of Whittier, CA (949) 721 -0920 fax City of Whittier Public Works — Water Department Seismic and Life Safety Evaluation of 9 Existing Reservoirs (2000) Contact: Mr. David Schickling, City of Whittier, 562464 -3524 4.%100= kw It s oa. bu11 m 1931, 1 Sapa4pl lan Rid= Ramer, e=a rd, wim OW&M &kin win all a =rA b , b 1930, Page 1 of RMS inspected and performed seismic structural evaluations for the City's 9 existing aging reservoirs. Some of the reservoirs were about 70 years old. RMS prepared evaluation mpons and performed seismic analyses and developed retrofit schemes, including the associated construction cost estimates. Reservoir shapes ranged from circular to rectangular and irregular, with Oat or hopper bottoms (trapezoidal cross section). The 6 MG Greenleaf Reservoir had an irregular shape with plan dimensions of approximately 323 -feet by 275 -feet. It had wood roof Imming supported on concrete or wood columns. The 300,000 - gallon College Hills Reservoir was circular with n 70 -Coot diameter. It was a flat bottom cast- in- place-concrete reservoir. The flat concrete roof slab of the reservoir was 4 feet above grade. The 4 -MG partially buried Gecanview Reservoir had a rectangular shape with plan dimensions of 293 -foot by 161 -foot. It was a hopper bottom reservoir, with pro -cast concrete roof. The roof framing consisted of pre-cut concrete panels, 4- foot by 24 -foot spanning between pro-cast concrete girders supported by precast concrete columns. The 150, 000 - gallon cast-in-place-concrete Rldeout Reservoir was circular shape with a diameter of 38 fat. It was an elevated not bottom reservoir, with an elevated structural concrete slab supported on concrete girders that were supported by n perimeter circular foundation wall and four interior pedestals. The 500,000 - gallon Murphy West Reservoir was circular with plan diameter of 60 -foot. It was a Oat bottom reservoir, with precast concrete roof panels above grade. The roof framing consisted of pie - shaped to -inch thick pro -cast concrete panels. 0 0 RMS PROJECT EXPERIENCE RMS Inc- oring & OoaipM. Ina n, (949) 721-0470, City of Whittler, CA (949) 721 -0920 tax City of Whittier Public Works — Water Department Seismic and Life Safety Evaluation of 9 Existing Reservoirs (2000) Contact: Mr. David Schickling, City of Whittier, 562 -464 -3524 SIX14 1 ReavoB,=4*Vt=■d.bwe Vw-"d- 6 blo Gradot Rcmek. Will In 19VI G ffWif d in 19n. wnun7 bwW. Page 2 of 2 0 RMS PROJECT EXPERIENCE RMS Engineering 6 Doalgn, Inc. (949) 721 -0470 TEIL (848) 721-0820 nntr Orange County Sanitation District, Fountain Valley, CA Digesters "F" And "G" Liner Replacement and Concrete Repair at Plant No. 2 (2007) Contact: Mr. Doug Kanis, Orange County Sanitation District (714) 593 -7013 Project Scope: Design and CM Services Pulitoe huc C"ema um applied to iaoict swum of die cone donor and to upper to fm ortr< oiyc:a m octe •2us. RMS msrbod soffit altar orddaim rcd cencroc dome shb mat atesded to be «rnoscd and prdwd wA repast ewrue. The project consisted of rehabilitating the inside of Digesters P and G located at Plant Number 2 including: Rcrtimi orthe existing PVC liner inside Digesters F and G, including the high density polyethylene (HOPE) pipe that was used to hang the PVC liner. Surface preparation prior to concrete repair and coating, Expanding polyurethane grout injection forcracks requiring =ling. Epoxy injection for cracks requiring structural repair. Water leak testing of each digester after concrete and crack repairs. Application of polyurethane coating to the ailing of the digesters, the upper ten feet of the digester walls, entry manways, exterior surfaces of three mixing nestles, exterior surfaces of the draft downcomer tube, and other metal surfaces inside the digesters as specified in the plats. Replaccment of the digester inspection manhole lids located on top the digester domes. RMS was retained by Orange county Sanitation district for the design of the repair methodologies and preparation of contract drawings and specifications for the project. RMS provided structural engineering services during construction. Within die nm4ed ascots. dctvioramf rdm con uyoud w = if R uv canodod. Conodcd mbms %wc rn ,ed and replaced stun new rtfnradr4 ban. Past 1 of I • RMS PROJECT EXPERIENCE RMS Engineering & 4 Design. Inc. r (949) 721 -0820 FAX (949)721- 04707EL Orange County Sanitation District, Fountain Valley, CAt ` Digesters "F" And "G" Liner Replacement and Concrete Repair at Plant No. 2 (2007) vowdwW =opks of the (tip vs -G- wcn mmvtcd by Mlq W Nils VL Powdcrcd CotOMW uoght wcrc L'Ww to 0 4bx=ry In 6c Bay a (w %1 twat& x.° {!Y Spoiled oono=a top of Diynw'G- watl p42 below the p vwcsud co=tw dome riq. Sc�,id :lwmrr iw.v pafCr.neo a daa��t xix me cmmpeuhe u cogth of Co=tm HMS eopcm Ct cured repsir moms. Fiterior DF.a c wall jA4 before a Wim The awrkr joint slkr kioM oo of hyd000dm pot)wc%-Co lipoid dMial ooUL YV- cuerior joLs tf a rme al of e.om ebmi" vool Cady to (euire jointt> Ivj. PRS 2of 2 0 LJ RMS PROJECT EXPERIENCE RMS Enginooring & f Doolon.Inc. City of Orange Water Department, Orange County, CA A <94 (99) TEL. s12z, -oszo 721 -0920 T PAx Well No. 26, Orange, CA (2006) Contact: Mr. Bob Baehner, City of Orange, (714) 288 -2486 Fee: Design, CM Services: $98,000 &intact gins" conm IM ofwcu pmnp Q ptpieg in tLIM Typical luildias; wrmWrg the utll Litz. The project scope consisted of civil engineering for site grading and landscape design.'lhe pump Station architecture was designed to blend in with the The Block at Orange, an open - air dropping mall. Four nitemwc architectural renderings were developed and submitted to the Planning Department. RMS was the prime consultant for civil, landscape, architecture], structural and electrical design. RMS prepared Non-priority Water Quality Management Plan (WQMP) for the well Site. The block wall building had metal standing scam roof and colored p]astacd walls. A sound enclosure was design to house the pump motor. The fence location and the square footage of the impervious areas of the site were designed to keep the site below 5,000 square feel. Maal picket fence and gate was designed to be 8 feet tall and the plans were submitted to City Crime Prevention Department for review and modifications to locks and door hardware. eaafthemh4caual rendan,g pmVsmd by RMS far dm wee 26. Daw A Makes tesummn wross data "fitim „ t Design, J 25 years experience in design of repairs for concrete water /wastewater structures RMS examines the new polymer-modified concrete repair patch in Digester 'G- at Orange County Sanitation District. inspection of newly iryeded hydrophobic, poyurothano sealant into Digestv'G' Joint. between the dome and the was. Orange County Sanitation District. swrdt Repair of deteriorated concrete at San Luis Rey %WVTP. City of Oceanside. CA Primary and secondary dwillers. effluent, RMS prepared drawings and specifications far the repair of secondary clarifier wa0my3 with deteriorated corracte and corroded reinforcing steeL San Luis Rey WWP. Oceanside. CA RMS prepared drawings and specifecal3ons for the repair of the efauent founders for circular primary darifiers'E' and 'G' for Orange County Sanitation District. Confined Space Entry into DAFT 'C' to examine degree of corrosion In the skimmer 8 beady at Orange County Sanitation Mulct. OHico: 937 Nowport Center Orfvo, Suite 294, Newport Beach, CA 92660 - Mail: PO Box 8501. Newport Beach, CA 92658 - Tel (949) 721 -0470 orhalC tm3nnQQoar1hltnk.not 0 • RMS Engineering & Design, Inc. 25 years experience in design of repairs for concrete water /wastewater structures stnidr E-1 r, .i: p 7 ti Cared concrete samples are taken from a seawall at Confined Space Entry for evaluation of RMS prepared an evatun6an tachnical memo for causes of 100 Coast Drive in Lo Job, CA. for compression deteriorated Concrete. JOW sealants and gate occurrences of many leaky holes near the columns footings In testing and chemical analysis. RMS prepared valve corrosion at Met EHtuent Channels for Chino 1 Desafter Ctearwoa Chamber. Rep* contract dowments for the repairs and structural WfA - Aqua des Leos Water Treatment Plant recommendations and associated cost estimates waro strengthening of the wail. Upland, CA. RMS prepared contract documents included In the report. for concrete repairs and high performance coatings. RMS performs on -site Condition Evaluation Surveys: The oasite condition evaluation sur%vy inclucla s detalkif investigation of all as of she reinforced concrctc structure, and may require se%vtal hours w.weral days, depending upon the size Of the structure. Several analysis «ehniflstes ere implemented during this on-site evaluation surrey, inctudirg, but not limited to, the following. > Visual ctamination - to Watify concrete surface defects. > Confined Space Entry > Petrography - Peuogrophk arunination of hardaned concrete for diagnosing reasons for lade of concrete durability.. > Hamrncr /chain. to defect (tound out) delaminationa - to find uAsoued concrete. > Schmidt Hammer test -for indirect means ofobta(ains relesive Value for compressive secogth of ftnlshed concrete. > Phcnolphthaleln testing -to see phenotphdwlein reaction an carbonated concrete -to determine carbonation depth. > ChtOK& content tests - to idnttify chloride corrosion - to analyze uW ehlo)dc content in concrete. > Half all potemial mapping - to determine corrosion risk (may corrosion hot areas) • to m re the cmnaitian and poa muf corrosion of re w ad Mkr 11x1 rtntewres wianLl come e. > Linear polarization - to dctcnnlnc corrosion two - Polarisation Resistance (Pr) Toting. > Continuity - to determine continuityfcoArtmedacasormism. > Say current identification - to determine stray current corrosion risk. > Resistivity -The ckefrieal resistance of the concrete measures the ease with which ions migmte through concrete, an impormm facto for the vor,sion process RMS amly %Ab multidisciplinary laboratories thu specialize in petrographic examination and ehemice analysis ofeonerete. stucco. brick and nhimv, eoncrctc ouregates, terrazzo, and masomy units. Oflico: 537 Newport Center Orivo, Suite 294, Newport Beach, CA 92660 - Mall: PO Box 8501, Newport Beach, CA 92648 - Tel (949) 721 -0470 omall: Banc aifoonhnnknot U • ( RMS Engineering & Design Tocto.o>s21- 04700�to•ot721AW20 Roger M. Sage, P.P., S.E. Experience Mr. Sage is a Civil/Strcturni Engineer with more than 30 years of Summary. professional experience. He specializes in structural studies and design, computer analysis and design, dynamic analysis, and seismic retrofit for water and wastewater facilities and treatment plants. He managed the Structural department of a prominent Sanitary Engineering Firm in Southern California for six years. He also has extensive experience in design of above ground and buried reservoirs. Education: B.S. Civil Engineering, University of Kansas, Lawrence, Kansas, 1973 M.S. Civil Engineering, University of Kansas, Lawrence, Kansas, 1978 RegiStration: Civil Engineer, California, Certificate Number C 33881 Structural Engineer, California, Certificate Number S 3598 Professional Engineer, Kansas Civil Engineer, Nevada Structural Engineer, Nevada Professional Afftliatiolts: Structural Engineers Association of southem California American Society ofcivil Engineers SARBSofCWEA Orange County Water Association Souther California Water Utilities Association Project Experience: ■ Santa Margaretn Water District /Dnniel Boyle Euginecring, Talegn "Lone B Recycled Water Pump Station. Project manager for structural and architectural design of the pump station.'rhe building was constructed of reinforced concrete block walls with colored stucco finish and a mansard roof with clay tiles. The building included pump room with 2 -100 HP pumps, an electrical room, PRV room and a metering enclosure. Other site structures included foundations for discharge tank, suction tank and a transformer. A teetering vault with double door aluminum hatch was constructed adjacent to the building. ■ City of Orange Water Department, Orange, CA, Seismic Strengthening of the Water Department Pump House, 2001. Sage I E 0 I� RIVIS Englnoortng & Ooatgn. Inc. Tot(D40)721-0470 Fax: r04a> v2r.002o Project manager for Seismic Strengthening of the Water Department Pump House for the City of Orange. Fie prepared four alternate strengthening methods and the City selected one that would preserve the architectural features of this 1940s vintage building. His design was based on preserving the aesthetics, most economical use of materials, and it was a design with minimum disruption to the water department's service and personnel. Micro piles were used to minimize excavation. Scope of work included architectural, structural, and electrical engineering services. The pump house had several annexes added during the past 40 years. Contract documents provided the contractor with information about adjacent buildings that would be partially affected by the pump house strengthening. Roger worked with FEMA on the project for getting a grant for 75% of construction cost. ■ City of Whittier, CA, Water Department, Seismic Structural Evaluation of nine Reservoirs, 2000. Structural engineer for the City of Whittier, California, Seismic and Life Safety Evaluation of Nine Existing Reservoirs. Inspected and evaluated the City's existing older reservoirs. Some of the reservoirs were about 70 years old. Prepared evaluation reports and performed seismic analysis and developed retrofit schemes including the associated construction cost estimates. Reservoir shapes ranged from circular to rectangular and irregular with flat or hopper bottoms (trapezoidal cross scetion). The 6 MG Greenleaf Reservoir was an irregular shape with plan dimensions of approximately 323 feet by 275 feu. It had wood roof framing supported on concrete or wood columns.'fhe 300,000 gallon College Hills Reservoir was circular shape with plan diameter of 70 feet. It was a flat bottom, cast-in- place-concrete reservoir. The flat concrete slab roof of the reservoir was 4 feet above grade. The 4 -MG Oceanview Reservoir had a rectangular shape with plan dimensions of 293 feet by 161 feet. It was a hopper bottom reservoir, with precast concrete roof above gmdc. The roof framing consisted of precast concrete panels, 4 -foot by 24 -foot, spanning between precast concrete girders supported by precast concrete columns. The 150,000 - gallon cast-in- place - concrete Rideout Reservoir was circular shape with plan diameter of 38 feet. it was an elevated flat bottom reservoir, with an elevated structural concrete slab supported on concrete girders that are supported by n perimeter circular foundation and four interior pedestals. The 500,000 gallon Murphy West Reservoir was circular shape with plan diameter of 60 feet. It was a flat bottom reservoir, with precast concrete roof panels above gmdc. The roof framing consisted of pie shaped, 10 -inch thick precast concrete panels. (2000) Sage 2 b�19�16.`A9J►TrU llytA Yvs� Yi�hil VXM (424 RMS EnpinppAnp & OoElgn, Inc. Tn+: (9ao) 7a.+ -oavo wcx: (vao) M+.0020 ■ South Coast Water District, Reservoir Structural inspection, 2002. Structural engineer for South Coast Water District, California, Inspection of Unc V -B Reservoir. Performed walk - through inspection of the 7.8 MG potable water cast -in -place hopper bottom reservoir, with two cells, and prepared a report describing the physical condition of the reservoir structural and non - structural components. The top slab of the reservoir was covered with soil. Pavement on lop of the soil was used for tennis courts. Safety issues pertain to access hatches, ladders, guard rails, and rungs were evaluated based on Ai\SVAWWA DIOO -96 and CFR29, Labor, Parts 1900 to 1910.999. RMS evaluated the operability of the inlet/outlet and drain valves and the condition of the coatings on these items. Tlic report offered recommendations for structural repairs of the spatted concrete, sandblasting and coating of corroded steel, replacement of dclaninated joint sealants, rcplamnent of non - compliant ladders, hatches, stairs, and other access equipment. (2002) ■ County Sanitation Districts of Orange County, Rehabilitation of 15 Outlying Pump Stations, 1998. Preparation of preliminary seismic and Cal- OSHA/CFR evaluation report for the Orange County Sanitation Districts' sewer collection system pump stations. Project included assessment of liquefaction potential for each station. He developed retrofit and rehabilitation alternate schemes, including connected costs for each alternative. Project non - seismic structural work included replacement of ladders with stair access to motor decks, repair of concrete and other deteriorated structural components and Cal -OSHA compliant alterations. Based on the OCSD Seismic Design Criteria and Guidelines, he developed a separate Seismic Design Criteria for the outlying pump stations to be used as a guideline for future designs ■ South Gast Regional Reclamation Authority, San Juan Capistrano, CA Project: Seismic Evaluation and Strengthening of the Energy Building at the Regional Witt' Project, 1996. Project manager for seismic evaluation of the Energy Building at the Joint Regional Plant for South East Regional Reclamation Authority, San Juan Capistrano, CA. The roof diaphragm of the building, consisting of concrete filled metal deck, had major discontinuities and large openings for roof sound louvers. The ledger angle connections to the shear walls did not have adequate capacity to transfer seismic lateral loads from the roof diaphragm to the shear walls. Sonic of the continuous foundations were found to be undersized creating a potential for soil over- stress during an Sage 3 O +�a�axlaW r1•Xt MfA'a Vym wwK wqv, r RMS Englncoring & DODIgn. Inc. TM: (040) 721.0470 FAr (040) 7210020 earthquake event. He developed strengthening techniques and determined engineer's opinion of retrofit construction cost. He was involved in services during construction and he provided alternate designs to facilitate construction. ■ County Sanitation Districts of Orange County, Fountain Valley, CA, Project Numbers P143, and P2 -50, 1994. Project manger for seismic retrofit and rchnbilitation of all non- building structures for Orange County Sanitation Districts, Plant Numbers I and 2. The project encompassed addition of seismic restraints and braces to existing pipelines, mechanical equipment, generators, electrical equipment, ducts, cable trays, and all liquid storage tanks. _ ■ 1990 Tertiary Expansion, Water Quality Control Plant, City of Riverside Public Works, Riverside, CA. Mr. Sage managed structural design for the tertiary treatment facilities at the City of Riverside's Water Quality Control Plant. This project included complex concrete structures for flocculation and filtration basins, control structure, and a pump station. The addition was adjacent to the existing filtration structure that demanded special attention to the design of the interface. ■ Water Reclamation Plant 14'xpansion Contract C -2, City of San Clemente, CA, 1993. Mr. Sage provided structural engineering support during construction phase for the City of San Clemente Water Reclamation Plant Expansion and Modification Project. This expansion included construction of Type V buildings with great emphasis on architectural features. Various construction materials were used to design an aesthetically pleasing plant with a (Mediterranean architecture to create an environment compatible with surrounding residential neighborhoods. The project included design of new headworks and expansion of primary, secondary clarifiers, chlorine contact basin, and aeration basins. Project also included design of pump stations, power and control buildings, scrubber facilities, a vehicle maintenance building, and operations center. ■ City of Santa Barbaro, CA, Public Works Department, 2003. Structural engineer providing preliminary inspection and evaluation of the 10 -MG Vic Trace Reservoir for City of Santa Barbara, California. The reservoir was a hopper bottom, concrete lined reservoir with a metal roof system consisting of aluminum decking and steel roof framing. Prepared preliminary report Sage 4 o•., 4 m eruwai viia vm. u �q... w.., ,i.xn CORMS RMS Englnooring a Doolgn. Inc. Tn4 (040) 721470 Fnl: (040) 7214020 Cristian Marinescu, P.E. Experience Mr. Marinescu is a Structural Engineer with more than 30 years of S(►►nniary: professional experience. lie is versed with FEMA publications regarding criteria and requirements for seismic investigation of existing buildings and structures (including FEMA 310, FEMA 273, and FEMA 350). lie specializes in Probable Maximum toss (PML) evaluation of buildings and structures during a seismic event. He has been project manager on many seismic retrofit projects of reinforced concrete, masonry, steel and wood fmmcd structures. He has been lead structural engineer for design and strengthening of many complex structures. Cd((CU&11: M.S. Civil/Structuml Engineering, Polytechnic Institute of Bucharest, Romania, 1957 M.S. Economics Engineering, Polytechnic Institute of Bucharest, Romania, 1965 Registraflow Civil Engineer /California 17roject Experience: ■ City of Oceanside, Sari Luis Rey Wastewater Treatment Plant, Interior Expansion 2000. lie was the had structural engineer for the design of the 22,000 square feet Administration Building and the 6,500 square feet Operations Building. 'Me Administration Building had high arch entries and a high-ceiling lobby. The facility included laboratories and chemical and process control rooms. The Courtyard encompassed an infinity pool. The Operations Building was a prefabricated metal building with a 6- ton monorail cranc.'lhe building housed offices, a locker room, a kitchen and restrooms. Mr. Marinescu designed the foundation system and interior walls for the Operations Building. ■ City of Orange Water Department, Orange, CA, Seismic Strengthenlag of the Water Department Pump House, 2001. He «ms lead structural engineer for Seismic Strengthening of the Water Department Pump House for the City of Orange. lie prepared four alternate strengthening methods and the City selected one that would preserve the architectural features of this 1940s vintage building. His design was based on preserving the aesthetics, most economical use of materials, and it was a design with minimum disruption to the water department's service and Marinescu I o +i oawaal4iou11anrrlsivzms.xvs�rl E 0 COXRMS Englnoering a Ooalgn. Inc. Tw:(040) s2r.oso Pnx (04o) 72,-0920 personnel. Micro piles were used to minimize; excavation. Scope of work included architectural, structural, and electrical engineering services. The pump house had several annexes added during the past 40 years. Contract documents provided the contractor with information about adjacent buildings that would be partially affected by the pump house strengthening. Roger worked with FEMA on the project for getting a grant for 75% of construction cost. ■ vinln point) Station, Cily of San Clemente, CA, 1995. Mr. Morineseu was the structural engineer for the design of the concrete stairwell and aluminum Vnimase access improvements to the motor deck and the pump deck for the project. He designed the strengthening of the motor deck where large opening was cut for stair access. ■ Buena Vista Creek pump Station, City of Oceanside, CA. Mr. Marinescu was the structural engineer for design of structural modifications to the existing pump station. A 541 by 5 -11 removable hatch was added for access to the wet well. Top slab of the wet well was 13 feet below grade. • Structural Strengthening and Modification of an Existing Chlorine Tank to Convert to UV Disinfection Systcm at RP-1, Inland Utilities Agency, Fontana, CA, 1997. He was the structural engineer for strengthening the center dividing -wall in the 36041 long Chlorine Contact Basin. Operations staff had reported that the when one side of the tank is emptied, the center wall develops excessive deflection bulging towards the empty side. The existing wall height was thickened by 10 inches. The two walls were joined together by lap splicing and epoxy doweling roughly 5.200 L- shaped reinforcing steel anchors. Vertical and horizontal reinforcing steel in the new wall and its anchorage to the existing created a composite stiff wall. The existing wall was tied back to the opposite side, using aircraft high-strength cables. Horizontal double channels were used to spread the anchorage point loads uniformly to the wall. The project included evaluation of necessary modifications to the tank to install UV system and cranes for lining the UV light tube packages. • Robert A. Weese Water Treatment plant, City of Oceanside, I�Ionornil Beam Extension at the Chlorine Storage Facility, 1997. Mr. IMarinescu prepared calculations for the retrofit design. The new extension was a built up beam to match the existing monorail beam dimensions. Vertical braces were added which connected to the end of the cantilever beams and the masonry Marina= 2 w�aaePJ®aaCai w,RWyy uu...ar� uerui. um,r 0 0 , RMS Engineering & Doaign. Inc. Tot: (040) 721.0470 F' x(949)721-0020 parapet. Vertical Braces were also added in the back of the parapet wall to transfer the loads back to the roof beams. A king -post type support was designed for the cantilever extension of the beams. ■ Lake Casitas Water Treatment /Power Recovery Plant, Casitas M[unicipal Water District Oak View, CA, 1995. Mr. Marinescu was the structural engineer for the project. This project included design of foundations for support of 8 Serck Baker horizontal vessel filter tanks that had 12 -ft diameters and were 43 feet long. Other supports were design for process components such as horizontal dual media filters, dual media filters for reclaimed water, backwash surge tank, and Lamella clarifiers (10 feet high steel tanks.) Pre- engineered building specifications were prepared for a pipe gallery pre - fabricated steel building, 181 -R long and 2741 wide, plus control and storage rooms. Foundations were designed for the pipe gallery building. Special loading requirements to enable the building walls to support process piping was prepared and included in the specifications. Project included design of sludge drying beds and design of foundations for Lamella clarifiers that had 10-ft diameter and were 1041 high ■ Lake Casistas Municipal Water District, 1996. He was the structural for reinforcing an existing large valve box walls that had developed cracks due to surcharge from the newly constructed Scrck Baker Pressure filter tank foundations adjacent to the box. ■ Design of seistnic retrofit of shopping center in Ntountnin View, California, 2002. He was the lead structural engineer for seismic strengthening of four buildings with panelized wood frame roof system and concrete block walls. ■ 12 -story Building Evaluation, Downtown Los Angeles, California, 2002. Mr. 1Marinescu performed feasibility study for the seismic retrofit of a 1927- built, 12 -story steel frame building located in downtown Los Angeles. Composite steel plate shear wall technology was analyzed for application in the possible retrofitting of this building ■ Seismic Upgrade of an Un- reinforced Masonry Building, San Francisco, Ca, 2001. Mr. Marinescu coordinated design and construction of seismic upgrade of an un- rcinforced masonry building located at 109 Stevenson, San Francisco, CA. Ile represented owner in all phases of project execution. Project was completed in January 2002 6larinc= 3 0v iC00:llGN 061 KKPI rlMhO.wOn rum.+,"MW 11 141 RMS Enginooring 8 Donign • Tor: (049) 721.6470 Fu (040) 7214020 William Lee, AIA £_xperietlCe Mr. L.ec offers over 29 years of construction design experience as an Sttmntary: Architect on a wide range of project types and project sizes. In addition to building design, his other expertise includes site planning, facilities layout design, ADA compliance, and the development of specifications and design standards. He is experienced in the use of AutoCAD 2002. Edttcation: Bachelor of Architecture, Cum Laude, University of Southern California, 1972 Post Graduate Education: Introduction to Facilities Management, UCI Overview ofpacilidw Management, UCI Commercial Management, Marketing, Leasing, and Tenant Improvements Registration: The American Institute of Architects (AIA) Professional Affiliations: TTte American Institute of Architects Project Experience: International Conference of Building Officials Inspection Certification, Office of Emergency Services, Stone of California ■ Municipal Agencies: Water Facilities Authority (WFA). Agues de Lejos °treatment Plant, Upland. CA City of Orange Water Department Orange County Sanitation District Casitas Municipal Water District Chino Basin Municipal Water District Federal Housing Authority Los Angeles Metropolitan Water District NAPA Municipal Water District County Sanitation Districts of Orange County �t c• �,<�m,ii0mm. w6,H:0�•••. w*+vw.•auwui "--". n,>T, to-RMS Engineering & Design, Inc. Tot,(040)7]+Ae70 Fox. (049)721.09W City of Portland Riverside Transit Agency ■ Manufacturing and Processing Facilities: Thacker Container Company Miller Meat Company, ,Monterey Park Monterey Meat Company, Monterey Park Michell Rubber Company, El Monte Zenith Specialty Bog Company, City of Industry • Plant Renovations: Baxter Healthcare, Glendale Douglas Aircraft Company McCaw laboratories, Irvine McDonnell Douglas Aerospace Nultrilite Products, Buena Park Standard Oil, El Segundo Willamette Industries, Rancho Dominguez. ■ Shopping Centers And Commercial Facilities Sunset Plaza, Los Angeles Lonna Plaza, Boyle Heights Del Taco Fresh Choice Restaurants hmart Super Storrs, Anaheim Hills, Corona, Emeryville, Sanger, CA Ralphs Airport Center Market ■ Public Schools Colton Unified School District Corona Norco Unified School District Lynwood Unified School District Norwalk Unified School District ■ Commercial Offices Buena Park Commerce Plaza, Buena Park Almond Instruments, Covina tec 2 e. _�v..no,nNO¢, aoucaa�� ,sacaoen.w,wurR,.....>s. C� RMS Engineering & Design, Inc. CQ ))777r PWcCWOlive.*291 tk-"n GIUL CA 92660 Fee Schedule -- Elkctivc 1 /1108 Proressioaal Servicea Principal Engineer Principal Engineer - Confined Space Entry Senior Engineer Starr Engineer Estimator Technical Services Uti ption Support E Exhibit B W ONE (41.1721-0170 PAX (919)7214220 $195.00/hour 5225.00/hour 5145.00/hour S120.00 hour 5145.00ft mlr Senior DesignerfDrnRer $90.00/hmrr Dmlkr /CAD Opcmtor S80.001hour Technical word Processor $60.00)hour Clerical S60.00Ihour HOURLY RATF_S NO. Description Hourly Rate I Support Staff S95 2 Pro-cet En ' cer 5170 3 Project Manager 5210 4 Mediation R Conferences 5200 5 Deposition R Court Appearanctnt 5375 Sub- consultant Other Direct Costs Plotting on Mylar D R E sixes Cost+ I01'9 Cost +00.S Msheet Travel Time Travel time will be charged at regular hourly rates, for actual time involved, plus 5.52/mIle for mileage. Tema 8" ' to arc past uc ys tram 1 C Ins allowed b it xehe,h.t...r'l.'_e .:,7...7...,8es!" rnaeti^e