HomeMy WebLinkAboutC-4137 - PSA City Hall and Park Master Plan Project Management ServicesRECEIVED
7011 JUN -9 PM 4: 34
OFFICE OF
THE CITY CLERK
CITY OF r ``RORT BEN, H
Release of Stop Notice
You are hereby h'erebyy- notified that the undersigned claimant releases that certain Stop Notice
dated 2(! in the amount of $ (/ nq OD
against
in connection with the work of improvement known
in the City
State of California.
Date I
1D.
Name of Claimant:
I, the undersigned, state: I am the
as owner or public body and
as prime
County of O�l/11i�
VERIFICATION
the claimant named in the foregoing Release; I have read said Release of Stop Notice and know the contents thereof,
and I certify that the same is true of my own knowledge.
I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true
and correct.
Executed �onCO� �� at
+
State of (�/,T
Z1(51910fure of Claimant or Authorized Agent)
Date L-, L�
Copies Sent To:
City Council
City Manager
City Attomey
" 7' F�(e,
✓ rf Y
PCA FORM 5 5000 (flee 2187)
NOTICE TO
Stop Notice (' -�1137
RNLA CIVIL CODE SECTION 3103
or
(If Private Job — file with responsible officer or person at office or branch of construction lender admk6isf�tffir
the construction funds or with the owner — CIVIL CODE SECTIONS 3156 - 3175)
(If Public Job — file with office of controller, auditor, or other public disbursing officer whose duty it is to make
payments under provision
,; of the contract —CIVIL CODE SECTIONS 3179 - 3214)
Prime
Sub Contractor (If An}
Owner or Public Body:
in the City of./T/ur/�O/TC�GC/G ,
State of California.
(Claimant)
furnished certain labor, service, equipment or materials
The name of the person or company b _w om cla' t
service, equipment, or materials is ,
902�Z�
County of
Claimant,
(CorooralionlParinershiplSole Proprietorship)
used in the above described work of improvement.
yvas employyd pr to whom claimant furnished labor,
The kjnd of labor, service, Sguipment, or materials furnished�or agreed to,be furnished by claimant was
ruescnoe in aemu/ OD
Total value of labor, service, equipment, or materials agreed to be furnished......... $ �229-
Total value of labor, service, equipment, or materials actually furnished is............ $
Credit for materials returned, if any ............................... ............................... $
Amount paid on account, if any .................................... ............................... $
Amount due after deducting all just credits and offsets ...... ............................... $ g�?41;2a• 040
YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project
to satisfy claimant's demand in the amount of $ 1 - 1 00 and in addition thereto sums sufficient
to cover interest, court costs and reasonable costs of litigati n, as provided by law.
A bond (CIVIL CODE SECTION 3083) / 5/l0 attached. (Bond required with Stop
(s /is nor)
Notice served on constructions lender on private jobs — bond not required on public jobs or on Stop Notice
served on owner on private jobs).
Date Name of Claimant /�5/�lGt' /Cr'�✓�'
.. � � ailin ddre D
w C y n Lure/
> U u.I U fo ' l capacity)
W 1w =r � TION
I, toundersig>, state: I am the
('Agent of; sident of; ':4 Partner of; "Owner of; elc.J
the claimant named in the foregoing Stop Notice; I have read said claim of Stop Notice and know the contents
thereof, and I certify that the same is true of my own knowledge.
I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing
is true and correct.
Execute at y�
State of �/I �/ ✓
I'Mirnittlire o Claimant or Authorized Arent)
REQUEST FOR NOTICE OF ELECTION
(Private Works Only)
If an election is made not to withhold funds pursuant to this stop notice by reason of a payment bond
having been recorded in accordance with Sections 3235 or 3162, please send notice of such election and
a copy of the bond within 30 days of such election in the enclosed preaddressed stamped envelope to
the address of the claimant shown above. This information must be provided by you under Civil Code
Sections 3159, 3161 or 3162.
Signed:
(Claimant muss enclose sell addressed stamped envelope)
BICA FORM 4
Stop Notice
CALIFORN CIVIL CODE ECTION 3103
NOTICE TO
/Name o nsn n' n Lentle, u / Bo y or Owner)
(Address) /' q
(If Private Job — file with responsible officer or person at office or branch of construction lender admix(
the construction funds or with the owner — CIVIL CODE SECTIONS 3156 - 3175)
(If Public Job — file with office of controller, auditor, or other public disbursing officer whose duty it is to make
payments under provision oI the con me — CIVIL C DE SECTIONS 3179 - 3214)
Prime Contract
Sub Contractor (if Any
Owner or Public Body:
Improvement known as
v O e o d addr ' It or a k improv e l 9
.Ti6 2/
in the City of Q County of 42- i �'l� �O le�j- jam
,
State of California..
Claimant,
(C/mmaml
(Cox cotton /Porrnerrhlp /Sole Proprietorship/
furnished certain labor, service, equipment or materials used in the above described work of improvement.
The name of the person or compan in C, 1 s con Mr to whom claimant furnished labor,
service, equipment, or is
materials
(Nome of Su ^ onrmctoriCanrmcror /OwnerBurfder)
The nd of labor, service, a uipment, or ma erials furnished or agr ad to be furnished by claimant was
II
(Desnl a in demi9
Tbtal value of labor, service, equipment, or materials agreed to be furnished......... $ a A7
Total value of labor, service, equipment, or materials actually furnished is............
Credit for materials returned, if any ............................... ... — ........................ $
Amount paid on account, if any .................................... ............................... $ `-
Amount due after deducting all just credits and offsets ...... ............................... $ADD OD
YOU ARE HEREBY NOTIFIED to withhold suffi ie ^t monies held by you on the above described project
to satisfy claimant's demand in the amount of $ fN fp in
and addition thereto sums sufficient
to cover interest, court costs and reasonable costs of litigati n, as provided by law.
A bond (CIVIL CODE SECTION 3083) _ /5/!O� attached. (Bond required with Stop
(u /n not)
Notice served on constructions lender on private jobs — bond not required on public jobs or on Stop Notice
served on owner on private jobs). _
Date Name of Claimant
OB�� rF,•r�omel
By ✓
ure
(0 1 capo<,lyl 1
I
VERIFO�tT?I
�O✓N�
I, the undersigned, state: I am the yi �v �7
( AS i rPles d f T A l f n rte 1, e. Q
the claimant named in the foregoing Stop Notice; I have read said claim of Stop Notice and know;4e contents
thereof, and I certify that the same is true of my own knowledge ?5� c_
is I certify (or declare) under penalty of perjury under the laws of the State of California that t he (on.'ning
true
and correct ' 6 n "i
Execute -t9= at N
m
,
State ofnr —,t C
—'
/ igr rre QJ Cfaimonr or A.M.11 e A
y
REQUEST FOR NOTICE OF ELECTION c ^
QO
(Private Works Only) =
N
If an election is made not to withhold funds pursuant to this stop notice by reason of a payment bond
having been recorded in accordance with Sections 3235 or 3162, please send notice of such election and
a copy of the bond within 30 days of such election in the enclosed preaddressed stamped envelope to
the address of the claimant shown above. This information must be provided by you under Civil Code
Sections 3159, 3161 or 3162.
Signed:
/Claimant must enclose se/J address¢ slampetl envelope)
I
I
I
Y
N
CD
MC) cx)N
m G G fn
O
•+ 0) O
_
3550
-
m M n.
K (D
-N
0
rn
Q
0 •
AMENDMENT NO.ONE TO
PROFESSIONAL SERVICES AGREEMENT WITH
C.W. DRIVER FOR
U CITY HALL AND PARK MASTER PLAN PROJECT -
PROGRAM MANAGEMENT SERVICES
THIS AMENDMENT NO. ONE TO PROFESSIONAL SERVICES AGREEMENT,
is entered into as of this 240 day of MAK , 2009, by and between the CITY
OF NEWPORT BEACH, a Municipal Co oration ( "CITY "), and C.W. DRIVER, a
California Corporation whose address is 15615 Alton Parkway, Suite 150, Irvine,
California, 92618 ( "CONSULTANT "), and is made with reference to the following:
RECITALS:
A. On January 13, 2009, CITY and CONSULTANT entered into a Professional
Services Agreement, hereinafter referred to as "AGREEMENT ", to manage
design and construction of the new City Hall and. Park Master Plan Project,
hereinafter referred to as "PROJECT ".
B. CITY desires to enter into this AMENDMENT NO. ONE to reflect additional
services not included in the AGREEMENT and to extend the term of the
AGREEMENT to March 1, 2010.
C. CITY desires to compensate CONSULTANT for additional professional services
needed for PROJECT.
D. CITY and CONSULTANT mutually desire to amend AGREEMENT, hereinafter
referred to as "AMENDMENT NO. ONE" as provided here below.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as
follows:
1. In addition to the services to be provided pursuant to the AGREEMENT,
CONSULTANT shall diligently perform all the services described in
AMENDMENT NO. ONE, including but not limited to, all work set forth in the
Scope of Services attached hereto as Exhibit 1 and incorporated herein by
reference. The City may elect to delete certain tasks of the Scope of Services at
its sole discretion.
2. 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 to the AGREEMENT. Consultant's compensation for all
work performed in accordance with this AMENDMENT NO. ONE, including all
reimbursable items and subconsultant fees, shall not exceed Six Hundred
Forty-Seven Thousand, Eighteen Dollars and no/100 ($647,018.00) without
prior written authorization from City.
0 0
3. The term of the AGREEMENT shall be extended to March 1, 2010.
4. In the event there are any conflicts or inconsistencies between Exhibit 1 attached
to this AMENDMENT NO. ONE and the AGREEMENT entered into on January
13, 2009, the terms of the AGREEMENT shall govern.
5. Except as expressly modified herein, all other provisions, terms, and covenants
set forth in AGREEMENT shall remain unchanged and shall be in full force and
effect.
IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT NO.
ONE on the date first above written.
APPROVED AS TO FORM:
By: lAe
ynet e 0.7136aid6hamp,
Assistant City Attorney
for the City of Newport Beach
ATTEST:
By: & ; r.,--
Leilani Brown,
City Clerk
For the CItV_oL.dlewoort Beach
Attachments: Exhibit 1 — Scope of Services
�i •
"k, ffITTIUMV,
Mayor
for the City of Newport Beach
C.W. DRIVER:
21
Dana Roberts,
President
Bessie Kouvara,
Chief Financial Officer
0 0
C.W. Driver
BUILDERS SINCE 1919
May 4, 2009
Mr. Steve G. Badum
City of Newport Beach
3300 Newport Blvd.
Newport Beach, CA 92658 -8915
Re: City Hall Master Planned Facility
Program Management Services fee Proposal
Schematic Design f Design Development Phases
Dear Steve:
15615 Alton Parkway
Suite 150
Irvine, CA 92618
Fax 949.261.5167
Telephone 949.261.5100
C. W. Driver is please to submit our fee proposal to provide Program Management Services
through the Schematic Design and Design Development Phases of the Newport Beach City Hall
Master Planned Facility project for your consideration. We are excited about this opportunity to
continue to work with the City of Newport Beach and look forward to a very successful project
Our proposed fee of $565,348 is a Not -to- Exceed price for services through the SD and DD
Phases of the Project for the nine month duration of June I, 2009 until February 28, 2010,
based upon the Exhibit B dated April 7, 2009 of Bohlin, Cywinski, Jackson's (BCJ) design proposal
provided to CWD by the City of Newport Beach on 4/13109 as per the following:
SCHEMATIC DESIGN PHA E EXECUTI E SUMMARY LABOR: Jane I, 2009 — Sept. 12, 2009
Project / Program Management Oversight & Support
46%
100,890
Constructability Review
1.5%
2,780
Scheduling
1.5%
3,072
Estimating / Budgeting / Value Engineering
449%
96,436
BIM Manager
4.5%
9,768
Clerical
2.5%
4,860
SUBTOTAL
100%
$217,806
DESIGN d .frLOPMENT-PH' S ECU IVE SUMMARY LABOR: Sept 13, 2009 — Feb 28, 2009
Project / Program Management Oversight & Support
47%
197,230
Constructability Review
2%
3,336
Scheduling
2%
3,072
Estimating / Budgeting / Value Engineering
42%
110,784
BIM Manager
2%
25,344
Clerical
4%
7,776
SUBTOTAL
100%
$347,542
TOTAL FOR BOTH SD & DD PHASES FOR PROJECT
$565,348
�w
Lox Angeiss Irvine Ontario San NW Lkense No. 102
0 0
In addition to C.W. Driver's proposal, we offer two alternates for extended services per
the following:
Proposal Alternate #1
JLEED DOCUMENT COORDINATION SERVICES SID & DD PHASES SUMMARY:
LEER Document Coordination f Assembly
62%
16,830
LEED Checklist Update / Maintenance / Manage Process
3B7.
9,840
(Excludes LEED Credit Calculations / Submittals)
$26,670
Proposal Alternate #2
REIMBURSABLE,,, PEN S SUMMARY,.
SD Phase
Blueprints, Reprographics, Copying — Ind Dist of Docs to Subs
$20,000
Trave Expenses, Mileage — Inc[ (1) trip for two people to SF
$7,500
SD Phase Reimbursable Subtotal
$27,500
DD Phase
Blueprints, Reprographics, Copying — Ind Dist of Docs to Subs
$20,000
Travel Expenses, Mileage — Intl (1) trip for two people to SF
$7,500
DD Phase Reimbursable Subtotal
$27500
REIMBURSABLE EXPENSES TOTAL
$55,000
The above values and cost categories are estimates only. Should additional items and costs
develop, the Program Manager will request approval from Owner.
C. W. Driver proposes to provide full service program management services through both
the Schematic Design and Design Development Phases including:
a. Develop one full project estimate at each separate Design Phase (Total of 2)
b. Provide on -going cost studies during both SD and DD design phases
c. Management and Coordination of City's Project Consultants including the City's
Architect and Subconsultants, Soils Engineer, Environmental Consultant, Site
Engineering and Survey Group, Commissioning Consultant, etc.
d. Review Consultant Cost Estimates, Proposals
e. Coordinate and attend all team related field trips to existing "like" structures.
Includes photo documentation of trip.
L Provide, maintain and distribute milestone preconstruction schedules during both
design phases
g. Constructability Review
h. Identify potential cost increasing elements of the project
i. Provide potential value engineering suggestions to project design
C
LICENSE Nn. 102
r •
j. Use of BIM technology for design analysis
k. Facilitate needs assessment information
I. Schedule, attend and conduct internal team meetings
m. Develop regular reporting methods for Owner
n. Attendance to all required project meetings and project related committee meetings
o. Facilitate information process to designated parties
p. Jobsite photography as required
Project Exclusions to Base Proposal:
a. Program Management and/or Construction Management Services for the
Construction Document (CD) and Construction Phases of the project.
b. Project energy management simulations, calculations,
c. LEED Credit Calculations
d. LEED Construction Submittals
a. LEED Document Coordinator / Management for Project LEED Certification process
b. Update LEED Checklist and assign responsibility to project team members — (See
Alternate #1)
c. Review and verification of required LEED Certification submittals — (See Alternate
#1)
d. Management of Design Phase Credits — (See Alternate #1)
Please know that we are committed to the total success of this project and look forward to
continuing our relationship with the City of Newport Beach and the Design Teams.
Executive
C: John Thornton, Vice President of Operations
Robert Shafer, Chief Estimator
William Hahn, Program Manager
Attachments: Exhibit B — CWD Management Rates and Reimbursables
C" r L
LICENSE No. 102
0 0
M. Driver C. W. DRIVER
BUILDERS SINCE 1919 Exhibit "B"
MANAGEMENT RATES & REIMBURSABLES
EFFECTIVE: January 1, 2009 - B.wm6er.317'p804
ACCOUNTING
84.00
ASSISTANT ESTIMATOR
82.00
ASSISTANT PROJECT MANAGER
139.00
ASSISTANT SUPERINTENDENT
109.00
BIM MANAGER
132.00
CARPENTER
102.00
CARPENTER FOREMAN
107.00
CLERICAL
81.00
CONSTRUCTABILITY REVIEWER
139.00
ESTIMATORICOST ENGINEER
148.00
FIELD SUPERINTENDENT
157.00
GENERAL SUPERINTENDENT
195.00
IT SUPPORT
107.00
LABORER
84.00
LABORER FOREMAN
88.00
PROJECT ENGINEER
83.00
PROJECT EXECUTIVE / CHIEF ESTIMATOR
195.00
PROJECT (PROGRAM) MANAGER
165.00
SAFETY OFFICER
104.00
SCHEDULER
128.00
SENIOR ESTIMATOR
170.00
SENIOR PROJECT ENGINEER
128.00
SENIOR PROJECT MANAGEMENT
171.00
TRUCKING / DELIVERIES
69.00
above rates apply to standard workweel, hours.
Management Rates:
Management Rates Include all wages. workers compensation insurance cons. fringe benefits and payroll taxes, office supplies and expenses.
mobile phone costs, project staff computers and sohvare, main office overhead, and profit
Reirnbumeable Expenses:
Reimiturseable expenses will be reimbursed at rate of cost plus 10% Typical reimbursement costs consist of the followirtg: Travel and
subsistence, mileage, Additional Program Management Services not inclusive of this Agreement, Outside Consultants, printing costs,
postage and mail delivery charges, Permits and Fv= Testing and Inspections. Payment and Performance Bonds
4,37 0 9
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
MAY 9 F 20101y
Agenda Item No. 14
May 26, 2009
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Stephen Badum
sbadumna citv.newt)ort- beach.ca.us
949 - 644 -3311
SUBJECT: CITY HALL AND PARK MASTER PLAN PROJECT - APPROVAL OF
AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT
WITH CW DRIVER FOR PROGRAM MANAGEMENT SERVICES —
SCHEMATIC DESIGN AND DESIGN DEVELOPMENT AND
AMENDMENT NO. 1 AND NO. 2 TO PROFESSIONAL SERVICES
AGREEMENT WITH LEIGHTON CONSULTING, INC FOR
GEOTECHNICAL SERVICES
RECOMMENDATIONS:
1) Approve Amendment No. 1 to the Professional Services Agreement (PSA) with
CW Driver, of Irvine, California, for Schematic Design and Design Development
Phases of City Hall and Park program management services at a not to exceed
price of $647,018 and authorize the Mayor and City Clerk to execute the Amended
Agreement.
2) Approve Amendment No. 1 to the Professional Services Agreement (PSA) with
Leighton Consulting, Inc., of Irvine, California, to provide supplemental
geotechnical exploration and consulting services at a not to exceed price of
$18,555 and authorize the Mayor and City Clerk to execute the agreement.
3) Approve Amendment No. 2 to the Professional Services Agreement (PSA) with
Leighton Consulting, Inc., of Irvine, California, to prepare a design -level
geotechnical report at a not to exceed price of $33,574 and authorize the Mayor
and City Clerk to execute the agreement.
4) Approve a. Blddget Amendment authorizing $954,000 in additional funding..for the
Schematic Design and Design Development Phases of City Hall and Park for
program management, environmental services and geotechnical servides from
unappropriated Major Facilities Master Plan Fund to the City.Hall and Park
Account No. 7410- C1002009.
City Hall and Park Masi€, Plan — Approval of Amendment No.i - Professionaaices Agreement with CW Driver and
Amendments No.1 and No. 2 - Professional Services Agreement with Leighton Consulting, Inc.
May 26, 2009
Page 2
DISCUSSION:
2009, City Council approved a PSA with CW Driver to provide program
management services for the conceptual plan phase of the City Hall & Park project.
That work was successfully concluded on April 14, 2009, with the Council's approval of
the design concept for City Hall and the Park. The next step in the effort to build our
City Hall and Park is to prepare Schematic Design and Design Development.
On April 28, 2009, City Council approved Amendment No. 1 to the PSA with Bohlin
Cywinski Jackson (BCJ) to prepare the Schematic Design and Design Development
phases of the project. The Schematic Design process will further refine the approved
concept and will explore areas such as grading, drainage, floor plan layout, refinement
of space allocations, building systems, landscape palettes, irrigation systems, park
amenities, constructability reviews and alternatives, cost analysis, green (LEED)
building systems, as well as structural, mechanical and electrical systems. The
Schematic Design process will conclude concurrently with the certification of the EIR,
which is tentatively scheduled for November 24, 2009.
The Design Development phase will provide more detailed designs, drawings,
specifications, material selections, continued constructability reviews, and more detailed
cost analysis and estimates based upon the approved Schematic Design plan. A
separate mass grading plan bid package will also be produced to enable the City to
take advantage of potential disposal sites that would reduce our overall grading costs.
The tentative schedule to complete the design development phase and put the mass
grading plans out to bid is March 2010.
Upon the completion of the Design Development Phase, staff will negotiate a second
amendment with BCJ to produce construction documents and bid packages for the
various trades under the Construction Management at Risk alternative delivery method.
Staff will also negotiate with CW Driver to establish a Guaranteed Maximum Price
(GMP) for the project. The completion of the construction documents and bid packages
is tentatively scheduled for November 2010.
City Staff met with CW Driver and negotiated a work scope and fees for the Program
Management of the Schematic Design and Design Development Phases of the project.
As Program Manager, CW Driver will act as an extension of City Staff and actively
manage the project architect and related consultants.
The work scope for the Schematic Design and Development Design phases includes:
• Development of full project estimates at each separate design phase;
• On -going cost studies;
• Management and coordination . of project consultants, Architect and
subconsultants, soils engineer, environmental consultant, site engineering and
survey group, and others;
• Review of consultant cost estimates and proposals;
• Coordination of all team related field trips to existing "like" structures, including
photo documentation;
City Hall and Park a Plan - Approval of Amendment No.1 - Professional Services Agreement vrith CW Driver and
Amendments No.1 and No. 2 - Professional Services Agreement Win Leighton Consulting, Inc.
May 26, 2009
Page 3
• Preparation and maintenance of milestone preconstruction schedules
• Constructability review
• Identification of potential cost increase elements
• Identification of potential value engineering suggestions
• Use of Building Information Modeling (BIM) technology for design analysis
• Facilitation of needs assessment data
• Schedule, attend and conduct internal team meetings
• Develop regular reports
• Attend project meetings, facilitate information and take pictures as required
• LEED Document Coordination Services
The project schedule anticipates weekly coordination meetings with staff and monthly
meetings with the City Hall Design Committee and the City Council Building Committee.
We also anticipate at least one public workshop during the Schematic Design process
and opportunities for public input at the City Council hearings for Schematic Design and
Design Development approvals tentatively scheduled for November 24, 2009 and
March 9, 2010.
The proposed fee for program management services for the Schematic Design and
Design Development phases totals a 'not to exceed' cost of $647,018, which includes
optional LEED Documentation Services and reimbursable expenses for travel and
reproduction. The work scope is itemized and billing will be per the approved billing
rates as shown in Exhibit 1 of the attached PSA, which are the same as the billing rates
in the concept phase.
With this amendment, the total allocated work on this contract is valued at $880,678.
Geotechnical Services:
On February 24, 2009, City Council approved a PSA with Leighton Consulting for the
preparation of a geotechnical study for the City Hall and Park project to assist the design
team during preliminary design process and to support environmental documentation.
Supplemental work was required to be performed by Leighton Consulting including
additional borings, samples for agricultural tests, installation of groundwater monitoring
wells, percolation test data, and collection of groundwater data from wells. Amendment
No. 1 to the PSA with Leighton Consulting incorporates this work into the PSA and is
valued at $18,555.
Amendment No. 2 to the PSA with Leighton Consulting is necessary to prepare a
design -level geotechnical report to provide geotechnical recommendations for the ... -.
proposed City Hall and Park. Specific work tasks are described in Exhibit 1 within the
attached Amendment No. 2 to the Professional Services Agreement (PSA) with
Leighton Consulting. This work is valued at $33,574.
With these amendments, the total allocated work on this contract is valued at $114,803.
City Hall and Park M111Plan -Approval of Amendment No.1 - ProfessionJvlces Agreement with CW Driver and
Amendments No.1 and No. 2 - Notesslonal Services Agreement with Leighton Consulting, Inc.
May 26, 2009
Page 4
Environmental Review:
Architectural and Engineering services and geotechnical investigation and design
services are not projects as defined in the California Environmental Quality Act (CEQA)
Implementing Guidelines. City Council has retained LSA who will prepare
environmental documentation for the project.
Funding Availabi lity:
On April 14, 2009, the City Council approved an amendment to the Professional
Services Agreement with LSA Associates, Inc., in the amount of $250,505, for additional
environmental services for the City Hall and Park project. On April 28, 2009, the City
Council approved an amendment to the Professional Services Agreement with Bohlin
Cywinski Jackson in the amount of $4,689,775. The budget amendment approved on
April 28, 2009 did not take into consideration the amount need for additional
environmental services. Accordingly, a budget amendment is needed to cover the three
amendments proposed in this report as well as the amendment approved on April 14,
2009 with LSA Associates and $4348 for incidental expenses outside the terms of the
various professional agreements.
Upon approval of the attached budget amendment, there are sufficient funds available
in the following account:
Account Descriotion
City Hall and Park Design
Proposed uses are as follows:
Vendor
CW Driver
Leighton Consulting, Inc.
Leighton Consulting, Inc.
LSA Associates
Various
Submitted by:
Director
Account Number Amount
7410- C1002009 $ 954,000
$ 954,000
Purpose Amount
Program Management $ 647,018
Geotechnical Services $ 18,555
Geotechnical Services $ 33,574
Environmental Services $ 250,505
Incidentals 4,348
Total: $ 954,000
Amendment No. 1 to PSA with C.W. Driver
Amendment No. 1 to PSA with Leighton Consulting, Inc.
Amendment No. 2 to PSA with Leighton Consulting, Inc.
3. The term of the AGREEMENT shall be extended to March 1, 2010.
4. In the event there are any conflicts or inconsistencies between Exhibit 1 attached
to this AMENDMENT NO. ONE and the AGREEMENT entered into on January
13, 2009, the terms of the AGREEMENT shall govern.
5. Except as expressly modified herein, all other provisions, terms, and covenants
set forth in AGREEMENT shall remain unchanged and shall be in full force and
effect.
IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT NO.
ONE on the date first above written.
APPROVED AS TO FORM:
By/ynet ham p,
Assistant City Attorney
for the City of Newport Beach
ATTEST:
W
Leilani Brown,
City Clerk
For the City of Newport Beach
Attachments: Exhibit 1 — Scope of Services
CITY OF NEWPORT BEACH,
A Municipal Corporation
Edward D. Selich,
Mayor
for the City of Newport Beach
C.W. DRIVER:
Dana Roberts,
President
Bessie Kouvara,
Chief Financial Officer
0
C.W. Driver
BUILDERS SINCE 1919
May 4, 2009
Mr. Steve G. Badum
City of Newport Beach
3300 Newport Blvd.
Newport Beach, CA 92658 -8915
Re: City Hall Master Planned Facility
Program Management Services Fee Proposal
Schematic Design / Design Development Phases
Dear Steve:
15615 Alton Parkway
Suite 150
Irvine, CA 92618
Fax 949.261.5167
Telephone 949.26 1.5100
C. W. Driver is please to submit our fee proposal to provide Program Management Services
through the Schematic Design and Deslgn Development Phases of the Newport Beach City Hall
Master Planned Facility project for your consideration. We are excited about this opportunity to
continue to work with the City of Newport Beach and look forward to a very successful project.
Our proposed fee of $565,348 is a Not -to- Exceed price for services through the SD and DD
Phases of the Project for the nine month duration of June I, 2009 until February 28, 2010,
based upon the Exhibit B dated April 7, 2009 of Bohlin, Cywinski, Jackson's (Bq) design proposal
provided to CWD by the City of Newport Beach on 4/13109 as per the following:
SCHEMATIC DESIGN PHASE . EXECUTIVE SUMMARY LABOR: Jane I, 2009 — Sept. 12, 2009
Project / Program Management Oversight & Support
46%
100,890
Constructability Review
I.5%
2,780
Scheduling
1.5%
3,072
Estimating / Budgeting / Value Engineering
44%
96,436
BIM Manager
4.5%
9,768
Clerical
15%
4,860
SUBTOTAL
100%
$217,806
DESIGN PEVELOPMENTPHASI$ - E,E'CU VE SUMMA_ RY LABOR: Sept 13, 200 — Feb 28, 2009
Project / Program Management Oversight & Support
477
197,230
Constructability Review
2%
3,336
Scheduling
2%
3,072
Estimating / Budgeting / Value Engineering
4r/
110,784
BIM Manager
2%
25,344
Clerical
4%
7,776
SUBTOTAL
100%
$347,542
TOTAL FOR BOTH SD & DD PHASES FOR PROJECT
$565,348
�1¢
Los Angeles Imine Onario San Diego License No. 102
0 0
In addition to C.W. Driver's proposal, we offer two alternates for extended services per
the following:
Probosal Alternate #1
JL EW-ROCUVTtJTCOORONATION
SERVICES SD & DD PHASES SUMMARY:
LEER Document Coordination f Assembly
62%
16,830
LEED Checklist Update / Maintenance / Manage Process
38%
9,840
(Excludes LEED Credit Calculations / Submittals)
$7,500
$26,670
Pronosal Alternate #2
Es.SI,24 ' A Y:�
Blueprints, Reprographics, Copying — Ind Dist of Dots to Subs
$20,000
Travel Expenses, Mileage — Incl (I) trip for two people to SF
$7,500
SD Phase Reimbursable Subtotal
$27,500
DD Phase
Blueprints, Reprographics, Copying — Incl Dist of Docs to Subs
$20,000
Travel Expenses, Mileage — Incl (I) trip for two people to SF
$7,500
DD Phase Reimbursable Subtotal
$27,500
REIMBURSABLE EXPENSES TOTAL
$55,000
The above values and cost categories are estimates only. Should additional items and costs
develop, the Program Manager will request approval from Owner.
C. W. Driver proposes to provide full service program management services through both
the Schematic Design and Design Development Phases including:
a. Develop one full project estimate at each separate Design Phase (Total of 2)
b. Provide on -going cost studies during both SD and DD design phases
c. Management and Coordination of City's Project Consultants including the City's
Architect and Subconsultants, Soils Engineer, Environmental Consultant, Site
Engineering and Survey Group, Commissioning Consultant, etc.
d. Review Consultant Cost Estimates, Proposals
e. Coordinate and attend all team related field trips to existing "like" structures.
Includes photo documentation of trip.
f. Provide, maintain and distribute milestone preconstruction schedules during both
design phases
g. Constructability Review
h. Identify potential cost increasing elements of the project
I. Provide potential value engineering suggestions to project design
C"
LICENSE No. IU2
0
•
j. Use of BIM technology for design analysis
k. Facilitate needs assessment information
I. Schedule, attend and conduct internal team meetings
m. Develop regular reporting methods for Owner
n. Attendance to all required project meetings and project related committee meetings
o. Facilitate information process to designated parties
p. Jobsite photography as required
Project Exclusions to Base Proposal:
a. Program Management and /or Construction Management Services for the
Construction Document (CD) and Construction Phases of the project.
b. Project energy management simulations, calculations,
c. LEED Credit Calculations
d. LEED Construction Submittals
a. LEED Document Coordinator / Management for Project LEED Certification process
b, Update LEED Checklist and assign responsibility to project team members — (See
Alternate # 1)
c. Review and verification of required LEED Certification submittals — (See Alternate
#1)
d. Management of Design Phase Credits — (See Alternate #1)
Please know that we are committed to the total success of this project and look forward to
continuing our relationship with the City of Newport Beach and the Design Teams.
Executive
C: John Thornton, Vice President of Operations
Robert Shafer, Chief Estimator
William Hahn, Program Manager
Attachments: Exhibit B — CWD Management Rates and Reimbursables
C"
LICENSE No 102
0
C.W. Driver C. W. DRIVER
BUILDERS SINCE 1919 Exhibit "B"
MANAGEMENT RATES & REIMBURSABLES
EFFECTIVE January 1, 2009- 9acam6eP44 -@6V
ACCOUNTING
84.00
ASSISTANT ESTIMATOR
82.00
ASSISTANT PROJECT MANAGER
139.00
ASSISTANT SUPERINTENDENT
109.00
BIM MANAGER -
132400
CARPENTER
102.00
CARPENTER FOREMAN
107.00
CLERICAL
81.00
CONSTRUCTABILITY REVIEWER
139.00
ESTIMATOR/COST ENGINEER
148.00
FIELD SUPERINTENDENT
157-00
GENERAL SUPERINTENDENT
195.00
IT SUPPORT
107.00
LABORER
84.00
LABORER FOREMAN
88.00
PROJECT ENGINEER
83.00
PROJECT EXECUTIVE f CHIEF ESTIMATOR
195.00
PROJECT (PROGRAM) MANAGER
165.00
SAFETY OFFICER
104.00
SCHEDULER
128.00
SENIOR ESTIMATOR
170.00
SENIOR PROJECT ENGINEER
128.00
SENIOR PROJECT MANAGEMENT
171.00
TRUCKING I DELIVERIES
_ 69.00
Above rates apply to standard woMweek hours.
Management Rates Include all wages, workers compensation insurance costs. fringe benefits and payroll canes, office supplies and expenses.
mobile phone costs, project staff computers and sofwere, main office overhead, and profit
Reimbumeable Experrses:
Reimburseable expenses will be reimbursed at rate of cost plus 1 WA. Typical reimbursement costs consist of the following Travel and
subsistence, mileage, Additional Program Management Services not inclusive of this Agreement Outside Consultants, printing costs,
postage and mil delivery charges, Permits and Fees, Testing and Inspections. Payment and Performance Bonds
0 0
AMENDMENT NO. ONE TO
PROFESSIONAL SERVICES AGREEMENT WITH
LEIGHTON CONSULTING, INC.
FOR CITY HALL & PARK MASTER PLAN EIR
GEOTECHNICAL EXPLORATION AND CONSULTATION
THIS AMENDMENT NO. ONE TO PROFESSIONAL SERVICES AGREEMENT,
is entered into as of this day of , 2009, by and between the CITY
OF NEWPORT BEACH, a Municipal Corporation ( "CITY "), and LEIGHTON
CONSULTING, INC., a California Corporation whose address is 17781 Cowan, Irvine,
California, 92614 ( "CONSULTANT "), and is made with reference to the following:
RECITALS:
A. On February 24, 2009, CITY and CONSULTANT entered into a Professional
Services Agreement, hereinafter referred to as "AGREEMENT ", for the
performance of geotechnical exploration and consultation for the design and
preparation of environmental documents for the City Hall and Park, hereinafter
referred to as "PROJECT ".
B. CITY desires to enter into this AMENDMENT NO. ONE to reflect additional
services not included in the AGREEMENT.
C. CITY desires to compensate CONSULTANT for additional professional- services
needed for PROJECT.
D. CITY and CONSULTANT mutually desire to amend AGREEMENT, hereinafter
referred to as "AMENDMENT NO. ONE ", as provided here below.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as
follows:
1. In addition to the services to be provided pursuant to the AGREEMENT,
CONSULTANT shall diligently perform all the services described in
AMENDMENT NO. ONE, including, but not limited to, all work set forth in the
Supplemental Work Authorization attached hereto as Exhibit A and incorporated
herein by reference. The City may elect to delete certain tasks of the Scope of
Services at its sole discretion.
2. 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 to the AGREEMENT. Consultant's compensation for all
work performed in accordance with this AMENDMENT NO. ONE, including all
reimbursable items and subconsultant fees, shall not exceed Eighteen
Thousand, Five Hundred Fifty -Five Dollars and no/100 ($18,555.00) without
prior written authorization from City.
0 0
3. In the event there are any conflicts or inconsistencies between Exhibit A
attached to this AMENDMENT NO. ONE and the AGREEMENT entered into on
February 24, 2009, the terms of the AGREEMENT shall govern.
5. Except as expressly modified herein, all other provisions, terms, and covenants
set forth in the AGREEMENT shall remain unchanged and shall be in full force
and effect.
IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT NO.
ONE on the date first above written.
APPROVED AS TO FORM:
By:
Ay"netilab. Be mp
Assistant City Attorney
for the City of Newport Beach
ATTEST:
M
Leilani Brown,
City Clerk
for the City of Newport Beach
CITY OF NEWPORT BEACH,
A Municipal Corporation
M
Edward D. Selich,
Mayor
for the City of Newport Beach
LEIGHTON CONSULTING, INC.:
By:
Kris Lutton,
Senior Vice President
Terry M. Brennan,
Chie Financial Officer
Attachments: Exhibit A — Supplemental Work Authorization
Leighton Consulting, Inc.
A L£id NTtrn GROUP COMPAtlY
0
SUPPLEMENTAL WORK AUTHORIZATION
Client: City of Newport Beach Date: April 14, 2009
3300 Newport Boulevard Project No.: 602184 -002
Newport Beach, California 92663 Project Name: Civic Center
Attention: Mr. Steve Badum
Per the request of CW Driver, additional work was performed at the future City Hall site. Such work
includes additional borings, additional samples for agricultural test, installation of groundwater
monitoring wells, percolation test data, and collection of groundwater data from wells. A summary of
the additional tasks and fees is presented in the table below.
Tasks
Original Scope
Revised Scope
Additional
Labor-Fee
Additional
Reimbursable
Total
,Qdditionai
Fee
Hand -Auger Borings
8 Borings to 3 feet
4 Borings to 3 feet
-$500
- $ 500
Hollow -Stem Auger
3 Borings up to 80
8 Borings up to 80 feet
$ 2,300
$ 5,900
$ 8,200
Borings
feet
Bucket Auger Borings
I Boring to 80 feet
No Change
Groundwater Monitoring
2 Wells to 60 feet. Data
Wells Installation &
None
collected once a week
$ 1,150
$ 1,120
$ 2,270
Groundwater Monitoring
for 4 weeks.
Agricultural Testing
56 Samples
78 Samples
$ 3,085
$ 3,085
Geotechnical Samples
4 Borings
9 Borings
$ 1,000
$ 1,000
and Testing
up to 80 feet
up to 80 feet
Percolation Test
None
I Percolation test
$ 1,500
$ 1,500
at 38 feet
Geotechnical Boring
4 Borings
9 Borings
$ 3,000
$ 3,000
Logs and Analyses
up to 80 feet
up to 80 feet
Total Additional Fee:
1 $18,555
Should you have any questions regarding this Additional Budget Request, please contact me at 949 - 250 -1421 or
vcheng@ieightoilgroup.com.
17781 Cowan v Irvine, CA 92614-6009
9220-1599 949.253.9636 v Fax 949. 260.1114 v www.LightonronsulUrkg.com
0 0
AMENDMENT NO. TWO TO
PROFESSIONAL SERVICES AGREEMENT WITH
LEIGHTON CONSULTING, INC.
FOR CITY HALL & PARK MASTER PLAN EIR
GEOTECHNICAL EXPLORATION AND CONSULTATION
THIS AMENDMENT NO. TWO TO PROFESSIONAL SERVICES AGREEMENT,
is entered into as of this day of , 2009, by and between the CITY
OF NEWPORT BEACH, a Municipal Corporation ( "CITY "), and LEIGHTON
CONSULTING, INC., a California Corporation whose address is 17781 Cowan, Irvine,
California, 92614 ( "CONSULTANT "), and is made with reference to the following:
RECITALS:
A. On February 24, 2009, CITY and CONSULTANT entered into a Professional
Services Agreement, hereinafter referred to as "AGREEMENT ", for the
performance of geotechnical exploration and consultation for the design and
preparation of environmental documents for the City Hall and Park, hereinafter
referred to.as "PROJECT ".
B. CITY desires to enter into this AMENDMENT NO. TWO to reflect additional
services not included in the AGREEMENT or prior AMENDMENT and to extend
the term of the AGREEMENT to March 1. 2010.
C. CITY desires to compensate CONSULTANT for additional professional services
needed for PROJECT.
D. CITY and CONSULTANT mutually desire to amend AGREEMENT, hereinafter
referred to as "AMENDMENT NO. TWO ", as provided here below.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as
follows:
1. In addition to the services to be provided pursuant to the AGREEMENT,
CONSULTANT shall diligently perform all the services described in
AMENDMENT NO. TWO, including but not limited to, all work set forth in the
Scope of Services attached hereto as Exhibit A and incorporated herein by
reference. The City may elect to delete certain tasks of the Scope of Services at
its sole discretion.
2. 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 to the AGREEMENT. Consultant's compensation for all
work performed in accordance with this AMENDMENT NO. TWO, including all
reimbursable items and subconsultant fees, shall not exceed Thirty -Three
Thousand, Five Hundred Seventy -Four Dollars and no /100 ($33,574.00)
without prior written authorization from City.
9 0
3. The term of the AGREEMENT shall be extended to March 1, 2010.
4. In the event there are any conflicts or inconsistencies between Exhibit A
attached to this AMENDMENT NO. TWO and the AGREEMENT entered into on
February 24, 2009, the terms of the AGREEMENT shall govern.
5. Except as expressly modified herein, all other provisions, terms, and covenants
set forth in AGREEMENT shall remain unchanged and shall be in full force and
effect.
IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT NO.
TWO on the date first above written.
APPROVED AS TO FORM:
By:
yne mp
Assistant Ci ttorney
for the City of Newport Beach
ATTEST:
In
Leilani Brown,
City Clerk
for the City of Newport Beach
Attachments: Exhibit A — Scope of Services
CITY OF NEWPORT BEACH,
A Municipal Corporation
0
Edward D. Selich,
Mayor
for the City of Newport Beach
LEIGHTON CONSULTING, INC.:
Kris Lutton,
Senior Vice President
Terry M. Brennan,
Chie Financial Officer
0 •
Leighton Consulting, Inc.
GEOTECHNICAL I GEOENVIRONMENTAL I MATERIALS TESTING
To: City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
Attention: Steve Badum
From: Vivian Cheng
Date: April 27, 2009
Revised May 4, 2009
Proposal No. P60101199
Subject: Proposal for Geotechnical Report for Final Design of the Proposed Newport
Beach City Hall Master Planned Facility Project, City of Newport Beach,
California
Introduction
In accordance with the request of C.W. Driver, Leighton Consulting, Inc. (Leighton) is pleased to
present this proposal to perform geotechnical exploration and prepare a design -level geotechnical
report for the proposed Newport Beach City Hall Master Planned Facility Project. The scope of
work outlined below is based on our current understanding of the proposed facility, the
preliminary geotechnical findings from our EIR level geotechnical exploration, and our
conversations with Mr. William Hahn from C.W. Driver.
Proiect Description
The proposed Newport Beach City Hall Master Planned Facility will be located on an
approximately 12 -acre vacant property north of the City's Central Library on Avocado Avenue
(southern parcel) and an approximately 3.5 -acre parcel north of San Miguel east of Avocado
Avenue (northern parcel). Light and heavy vegetation and bushes are present within the site. A
ravine is located between the northern and southem areas within the southern parcel. The site is
located on an elevated pad above Avocado Avenue and MacArthur Boulevard with elevations
ranging from 160 to 200 feet above msl. We understand that a two -story city hall building and a
three -story parking structure are planned within the southern parcel immediately north of the
library. Parks are proposed to cover the remaining project area. Based on the current project
plan, the bottom elevation of the proposed city hall will range from 140 to 151 feet msl. A partial
basement is also planned near the southern end of the new city hall building with a bottom
elevation at approximately 130 feet msl. The proposed bottom elevation of the parking structure
ranges from 139 to 157 feet msl from the southern to the northern end. An access road is planned
Page 1of5
17781 Cowan, Irvine, CA 92614
(949) 250 -1421 • FAX (949) 250 -1114
0 0
to connect the existing library to the proposed parking structure. A 20 to 40 foot high retaining
wall will be constructed east of the parking structure adjacent to MacArthur Boulevard. Grading
and structural plans are not available at this time.
Proiect Approach
Based on the current schematic design, significant grading, ranging from 30 to 40 feet of cut, will
be performed within majority of the site during construction. In 2008, Leighton performed a due -
diligence study for the project (Leighton, 2008). Results of the 2008 exploration showed that
shallow bedrock, typically 20 feet or less below current grade, was encountered consistently
throughout the site.
Leighton performed an E1R level exploration in 2009 for the project and the report is currently
underway. Deep hollow -stem auger borings, bucket auger borings, groundwater monitoring and
percolation tests were performed at the site in 2009. This phase of exploration was performed
based on a schematic plan provided to us. Our findings within the bucket auger boring showed
that adverse bedrock structure was present. The adverse bedrock structure may impose additional
geologic surcharge on the proposed retaining wall.
The current phase of exploration will be performed based on the final design of the building,
parking structure, and retaining wall. The final design is not available to us at this time. The
exploration will include two bucket auger borings to approximately 80 feet deep to observe and
measure the bedding within bedrock and obtain samples of the soil and bedrock. Data obtained
will be used to develop design parameters for the proposed retaining wall. Recommendations for
the final design of the proposed city hall and parking structure will also be included.
Scone of Work
Leighton will prepare a design -level geotechnical report to provide geotechnical
recommendations for the proposed facility. The scope below is prepared based on our current
understanding of the project. Leighton should review the final design prior to commencement of
field work and provide a revised scope if the future plan deviates significantly from the current
plan, if necessary. Brief descriptions of our proposed tasks are provided below:
Task 1 — Geotechnical Report
Review geotechnical maps and reports in Leighton's in -house library that are relevant to the
site.
Page 2of5
17781 Cowan, Irvine, CA 92614
(949) 250 -1421 FAX (949) 250 -1114
Premark the bucket auger boring locations at the site. The borings will be marked near the
proposed retaining wall which is adjacent to MacArther Boulevard. The location of the
borings will be submitted to you for your approval prior to the field exploration.
Inform Underground Service Alert (USA) for possible public utilities at the site. We assume
we will be able to access the site during normal business (daylight) hours. We also assume
that site access will be provided by you and no drilling permits will be required.
We will coordinate with LSA to provide an archaeological/paleontological monitor. The
archaeological/paleontological monitor will be on -site full time during all excavation
activities. For the purpose of this proposal, we assume negative findings.
Advance a total of two (2) bucket auger borings near the proposed retaining wall. The bucket
auger borings will be drilled to 80 feet below current grade and will be downhole logged by a
geologist. The bucket auger borings will be advanced to the proposed depth or when
groundwater is encountered, whichever is shallower. All borings will be terminated upon
auger refusal.
Record blowcounts and subsurface conditions encountered by our field personnel. The
bucket auger boring will be downhole logged by a geologist to document bedrock structure.
Upon completion of drilling, the borings will be backfilled with soil cuttings. Excess soil
cuttings will be spread over the site at the landscape areas.
Representative samples obtained from the borings will be tested in our geotechnical
laboratory in general accordance with the applicable ASTM and/or Caltrans Standards and
may include in -place moisture and density, sieve analyses, direct shear, consolidation,
Expansion Index, Atterberg Limits, R -value and corrosivity tests. Portions of samples
remaining after the completion of laboratory testing will be stored in the laboratory for 30
days. After 30 days, samples will be discarded unless we are notified otherwise.
• Prepare a geotechnical report summarizing the results of our data review and site exploration.
The report will include-
- Results of site reconnissance and document review;
— Results of previous studies on the site;
— A description of regional and local geology, earth materials encountered in the current and
previous explorations, and depth to groundwater, if encountered. Description of soils will
include presence of potentially expansive and deleterious soils;
— Log of the borings summarizing subsurface conditions, results of laboratory testing, and a
plan indicating the current and previous boring locations;
Page 3of5
17781 Cowan, Irvine, CA 92614
(949) 250 -1421 • FAX (949) 250.1114
0 9
— A geologic cross - section of the study area showing contacts of artificial fill, native soils,
and bedrock, and location of the proposed facilities with the current and previous
subsurface data;
— Recommendations for design capacities of shallow foundations;
— Information on total and differential settlements to be expected based on the
recommended foundation system;
— Recommendations for design and construction of slabs -on- grade;
— Recommendations for earth retaining structures, including backfill, compaction and sub
drainage requirements, and provide active, at -rest and passive earth pressures.
Recommendations will also include geologic surcharge on the wall from the bedrock, and
seismic lateral pressures;
Recommendations for site grading;
— Discussion of the corrosivity and sulfate and/or chloride attack potential of site soils near
the foundation level of the proposed buildings.
Provide the City a draft copy of the report for review and comment prior to finalization and
update the report based on review comments provided by City and the design team.
Revisions to the Geotechnical Report are assumed to take up to 8 hours. Efforts exceeding 8
hours will need additional budget, to be negotiated prior to the effort being taken.
Task 2 — Team Meetings and Engineering Consultation
It is anticipated that up to two representatives (Geologist and Engineer) from Leighton may be
required to attend up to three project team meetings to provide geotechnical input. Leighton
will also be available to provide consultation and support to the team (including
project architects) during final design of the proposed City Hall. For project seeping
purposes, this task is assumed to include up to 12 hours of professional time (meetings and
design consultation). Attendance at meetings and/or public hearings in addition to those
specified above can be provided at an additional cost negotiated before the additional service
is provided.
Schedule
We are prepared to commence work immediately upon your written authorization to proceed. We
can provide a draft report within four weeks of the completion of our subsurface explorations.
We will issue the final report within two weeks of receiving final comments fi-om you.
Page 4of5
17781 Cowan, Irvine, CA 92614
(949) 250 -1421 • FAX (949) 250 -1114
9
Project Fees
Task f — Geotechnical Exploration for Final Design
Site Reconnissance, Field Planning, Boring Marking, Underground Utility
750.00
(USA) Clearance
$
Field Exploration, Geotechnical and Agricultural Soil Sampling
$ 2,112.00
$2,112.00
— Leighton Field Geologist (2 days of drilling)
$ 2,800.00
— Reimbursable (Bucket Auger Rig, Cultural and Path.
$ 8,900.00
Monitoring)
Geotechnical Laboratory Test
$ 5,300.00
Geotechnical Analyses
$ 4,600.00
Geotechnical Reports
$ 4,000.00
Total (Lump Sum):
$ 26,350.00
Task 2 — Team Meetings & Post - Report Design Consultation
Grading Plan Review
$1,500.00
Structural Plan Review
$1,500.00
Team Meetings & Design Consultation, est. 12 hours on an as- needed
basis
— Senior Project Engineer ($176/hr x 12 hrs)
— Senior Project Geologist ($176/hr x 12 Ins)
$ 2,112.00
$2,112.00
Estimated Total:
$ 7,224.00
Assumptions
• The project will be subjected to the Prevailing Wage Law.
Fee for archaeological/paleontological monitoring assumed negative findings. If findings are
positive for archaeological/paleontological resources, we will inform you immediately and a
budget augment will be submitted to complete a report of positive findings. The monitoring
will be pet-formed by LSA staff.
Attendance at meetings and/or public hearings in addition to those specified above can be
provided at an additional cost before the additional service is provided.
Page 5of5
17781 Cowan, Irvine, CA 92614
(949) 250 -1421 • FAX (949) 250 -1114
0 9
AMENDMENT NO. ONE TO
PROFESSIONAL SERVICES AGREEMENT WITH
C.W. DRIVER FOR
CITY HALL AND PARK MASTER PLAN PROJECT -
PROGRAM MANAGEMENT SERVICES
THIS AMENDMENT NO. ONE TO PROFESSIONAL SERVICES AGREEMENT,
is entered into as of this day of , 2009, by and between the CITY
OF NEWPORT BEACH, a Municipal Corporation ( "CITY"), and C.W. DRIVER, a
California Corporation whose address is 15615 Alton Parkway, Suite 150, Irvine,
California, 92618 ( "CONSULTANT "), and is made with reference to the following:
RECITALS:
A. On January 13, 2009, CITY and CONSULTANT entered into a Professional
Services Agreement, hereinafter referred to as "AGREEMENT ", to manage
design and construction of the new City Hall and. Park Master Plan Project,
hereinafter referred to as "PROJECT ".
B. CITY desires to enter into this AMENDMENT NO. ONE to reflect additional
services not included in the AGREEMENT and to extend the term of the
AGREEMENT to March 1, 2010.
C. CITY desires to compensate CONSULTANT for additional professional services
needed for PROJECT.
D. CITY and CONSULTANT mutually desire to amend AGREEMENT, hereinafter
referred to as "AMENDMENT NO. ONE" as provided here below.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as
follows:
1. In addition to the services to be provided pursuant to the AGREEMENT,
CONSULTANT shall diligently perform all the services described in
AMENDMENT NO. ONE, including but not limited to, all work set forth in the
Scope of Services attached hereto as Exhibit 1 and incorporated herein by
reference. The City may elect to delete certain tasks of the Scope of Services at
its sole discretion.
2. 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 to the AGREEMENT. Consultant's compensation for all
work performed in accordance with this AMENDMENT NO. ONE, including all
reimbursable items and subconsultant fees, shall not exceed Six Hundred
Forty -Seven Thousand, Eighteen Dollars and no /100 ($647,018.00) without
prior written authorization from City.
C# of Newport Beach • NO. BA- 09BA -054
BUDGET AMENDMENT
2008 -09 AMOUNT: 8954,000.00
EFFECT ON BUDGETARY FUND BALANCE:
Increase Revenue Estimates Increase in Budgetary Fund Balance
X Increase Expenditure Appropriations AND �X Decrease in Budgetary Fund Balance
Transfer Budget Appropriations No effect on Budgetary Fund Balance
SOURCE:
from existing budget appropriations
from additional estimated revenues
PX from unappropriated fund balance
EXPLANATION:
This budget amendment is requested to provide for the following:
To increase expenditure appropriations from City Hall & Park Fund unappropriated fund balance for additional funding for
the Schematic Design and Design Development Phases of City Hall and Park for program management environmental services
and geotechnical services.
ACCOUNTING ENTRY:
BUDGETARY FUND BALANCE
Fund Account
410 3605
REVENUE ESTIMATES (3601)
Fund /Division Account
EXPENDITURE APPROPRIATIONS (3603)
Description
City Hall & Park Fund - Fund Balance
Description
Signed:
Signed:
Signed:
Approval:
City Council Approval: City Clerk
Director
Amount
Debit Credit
$954,000.00
Auranaft
$954,000.00
S —fie' l�
Date
5 �
Da
Date
Description
Division
Number
7410 City Hall Construction
Account
Number
C1002009 City Hall: New
Division
Number
Account
Number
Division
Number
Account
Number
Signed:
Signed:
Signed:
Approval:
City Council Approval: City Clerk
Director
Amount
Debit Credit
$954,000.00
Auranaft
$954,000.00
S —fie' l�
Date
5 �
Da
Date
r qJ37
PROFESSIONAL SERVICES AGREEMENT WITH
C.W. DRIVER
FOR CITY HALL AND PARK MASTER PLAN PROJECT -
PROGRAM MANAGEMENT SERVICES
THIS AGREEMENT is made and entered into as of this 13th day of January, 2009, by
and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "City "), and
C.W. DRIVER, a California Corporation, whose address is 15615 Alton Parkway, Suite
150, Irvine CA 92618 ( "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 is planning to design and construct the new City Hall and Park Master Plan
Project.
C. City desires to engage Consultant to manage design and construction of
the new City Hall and Park Master Plan Project ( "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 John
Thornton, Vice President.
F. City has solicited and received a proposal from Consultant, has reviewed
the previous experience and evaluated the expertise of Consultant, and desires
to retain Consultant to render professional services under the terms and
conditions set forth in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as
follows:
1. TERM
The term of this Agreement shall commence on the above written date, and shall
terminate on the 31st day of May, 2009 unless terminated earlier as set forth
herein.
2. SERVICES TO BE PERFORMED
Consultant shall diligently perform all the services described in the Scope of
Services attached hereto as Exhibit A and incorporated herein by reference. The
City may elect to delete certain tasks of the Scope of Services at its sole
discretion.
3. TIME OF PERFORMANCE
Time is of the essence in the performance of services under this Agreement 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 either 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.
Consultant's compensation for all work performed in accordance with this
Agreement, including all reimbursable items (up to $10,000.00) and
subconsultant fees, shall not exceed Two Hundred Thirty -Three Thousand,
Six Hundred and Sixty Dollars and no /100 ($233,660.00) without prior written
authorization from City. No billing rate changes shall be made during the term of
this Agreement without the prior written approval of City.
4.1 Consultant shall submit monthly invoices to City describing the work
performed the preceding month. Consultant's bills shall include the name
of the person who performed the work, a brief description of the services
performed and /or the specific task in the Scope of Services to which it
relates, the date the services were performed, the number of hours spent
on all work billed on an hourly basis, and a description of any
reimbursable expenditures. City shall pay Consultant no later than thirty
(30) days after approval of the monthly invoice by City staff.
4.2 City shall reimburse Consultant only for those costs or expenses
specifically approved in this Agreement, or specifically approved in writing
in advance by City. Unless otherwise approved, such costs shall be
limited and include nothing more than the following costs incurred by
Consultant:
2
A. The actual costs of subconsultants for performance of any of the
services that Consultant agrees to render pursuant to this
Agreement, which have been approved in advance by City and
awarded in accordance with this Agreement.
B. 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 performed
without the prior written authorization of City. As used herein, "Extra
Work" means any work that is determined by City to be necessary for the
proper completion of the Project, but which is not included within the
Scope of Services and which the parties did not reasonably anticipate
would be necessary at the execution of this Agreement. Compensation
for any authorized Extra Work shall be paid in accordance with the
Schedule of Billing Rates as set forth in Exhibit B.
5. PROJECT MANAGER
Consultant shall designate a Project Manager, who shall coordinate all phases of
the Project. This Project Manager shall be available to City at all reasonable
times during the Agreement term. Consultant has designated William Hahn 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.
If Consultant is performing inspection or construction management services for
City, the Project Manager and any other assigned staff shall be equipped with a
cellular phone to communicate with City staff. Consultant's cellular phone
number will be provided to City.
6. ADMINISTRATION
This Agreement will be administered by the Public Works Department.
Stephen G. Badum, Public Works Director, 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.
3
7. CITY'S RESPONSIBILITIES
In order to assist Consultant in the execution of its responsibilities under this
Agreement, City agrees to, where applicable:
A. Provide access to, and upon request of Consultant, one copy of all
existing relevant information on file at City. City will provide all such
materials in a timely manner so as not to cause delays in Consultant's
work schedule.
B. Provide blueprinting and other services through City's reproduction
company for bid documents. Consultant will be required to coordinate the
required bid documents with City's reproduction company. All other
reproduction will be the responsibility of Consultant and as defined above.
C. Provide usable life of facilities criteria and information with regards to new
facilities or facilities to be rehabilitated.
FINNERETMITTIRTIMOT&W-1
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.
8.2 Consultant represents and warrants to City that it has, shall obtain, and
shall keep in full force in effect during the term hereof, at its sole cost and
expense, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature that is legally required of Consultant to practice its
profession. Consultant shall maintain a City of Newport Beach business
license during the term of this Agreement.
8.3 Consultant shall not be responsible for delay, nor shall Consultant be
responsible for damages or be in default or deemed to be in default by
reason of strikes, lockouts, accidents, or acts of God, or the failure of City
to furnish timely information or to approve or disapprove Consultant's work
promptly, or delay or faulty performance by City, contractors, or
governmental agencies.
8.4 The term Construction Management or Construction Manager does not
imply that Consultant is engaged in any aspect of the physical work of
construction contracting. Consultant shall not have control over or be in
charge of and shall not be responsible for the project's design, City's
project contractor ( "Contractor "), construction means, methods,
4
techniques, sequences or procedures, or for any health or safety
precautions and programs in connection with the work. These duties are
and shall remain the sole responsibility of the Contractor. Consultant shall
not be responsible for the Contractors' schedules or failure to carry out the
work in accordance with the contract documents. Consultant shall not
have control over or be responsible for acts or omissions of City, Design
Engineer, Contractor, Subcontractors, or their Agents or employees, or of
any other persons performing portions of the work.
9. HOLD HARMLESS
To the fullest extent permitted by law, Consultant shall indemnify, defend and
hold harmless City, its City Council, boards and commissions, officers, agents,
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 any breach
of the terms and conditions of this Agreement, any work performed or services
provided under this Agreement including, without limitation, defects in
workmanship or materials or Consultant's presence or activities conducted on
the Project (including the negligent and /or willful acts, errors and/or omissions of
Consultant, its principals, officers, agents, employees, vendors, suppliers,
consultants, subcontractors, anyone employed directly or indirectly by any of
them or for whose acts they may be liable or any or all of them).
Notwithstanding the foregoing, nothing herein shall be construed to require
Consultant to indemnify the Indemnified Parties from any Claim arising from the
sole negligence or willful misconduct of the Indemnified Parties. Nothing in this
indemnity shall be construed as authorizing any award of attorney's fees in any
action on or to enforce the terms of this Agreement. This indemnity shall apply to
all claims and liability regardless of whether any insurance policies are
applicable. The policy limits do not act as a limitation upon the amount of
indemnification to be provided by the Consultant.
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
5
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.
I 9111VA2i1IIwo
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 Project, activities performed and planned, and any meetings that
have been scheduled or are desired.
14. INSURANCE
Without limiting Consultant's indemnification of City, and prior to commencement
of work, Consultant shall obtain, provide and maintain at its own expense during
the term of this Agreement, a policy or policies of liability insurance of the type
and amounts described below and in a form satisfactory to City.
A. Certificates of Insurance. Consultant shall provide certificates of
insurance with original endorsements to City as evidence of the insurance
coverage required herein. Insurance certificates must be approved by
City's Risk Manager prior to commencement of performance or issuance
of any permit. Current certification of insurance shall be kept on file with
City at all times during the term of this Agreement.
B. Signature. A person authorized by the insurer to bind coverage on its
behalf shall sign certification of all required policies.
C. Acceptable Insurers. All insurance policies shall be issued by an
insurance company currently authorized by the Insurance Commissioner
to transact business of insurance in the State of California, with an
assigned policyholders' Rating of A (or higher) and Financial Size
Category Class VII (or larger) in accordance with the latest edition of
Best's Key Rating Guide, unless otherwise approved by the City's Risk
Manager.
0
i 0
D. Coverage Requirements.
i. 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.
ii. General Liability Coverage. Consultant shall maintain commercial
general liability insurance in an amount not less than one million
dollars ($1,000,000) per occurrence for bodily injury, personal
injury, and property damage, including without limitation,
contractual liability. If commercial general liability insurance or
other form with a general aggregate limit is used, either the general
aggregate limit shall apply separately to the work to be performed
under this Agreement, or the general aggregate limit shall be at
least twice the required occurrence limit.
iii. Automobile Liability Coverage. Consultant shall maintain
automobile insurance covering bodily injury and property damage
for all activities of 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.
iv. Professional Errors and Omissions Insurance. Consultant shall
maintain professional errors and omissions insurance, which covers
the services to be performed in connection with this Agreement in
the minimum amount of ten million dollars ($10,000,000).
E. Endorsements. Each general liability and automobile liability insurance
policy shall be endorsed with the following specific language:
The City, its elected or appointed officers, officials, employees,
agents and volunteers are to be covered as additional insureds with
respect to liability arising out of work performed by or on behalf of
the Consultant.
ii. This policy shall be considered primary insurance as respects to
City, its elected or appointed officers, officials, employees, agents
7
• !
and volunteers as respects to all claims, losses, or liability arising
directly or indirectly from the Consultant's operations or services
provided to City. Any insurance maintained by City, including any
self- insured retention City may have, shall be considered excess
insurance only and not contributory with the insurance provided
hereunder.
iii. This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with
respect to the limits of liability of the insuring company.
iv. The insurer waives all rights of subrogation against City, its elected
or appointed officers, officials, employees, agents and volunteers.
V. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to City, its elected or appointed
officers, officials, employees, agents or volunteers.
vi. The insurance provided by this policy shall not be suspended,
voided, canceled, or reduced in coverage or in limits, by either party
except after thirty (30) 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
judgment may be necessary for its proper protection and prosecution of
the work.
15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following
shall be construed as an assignment: The sale, assignment, transfer or other
disposition of any of the issued and outstanding capital stock of Consultant, or of
the interest of any general partner or joint venturer or syndicate member or
cotenant if Consultant is a partnership or joint- venture or syndicate or cotenancy,
which shall result in changing the control of Consultant. Control means fifty
percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more
of the assets of the corporation, partnership or joint- venture.
16. SUBCONTRACTING
City and Consultant agree that subconsultants may be used to complete the work
outlined in the Scope of Services. The subconsultants authorized by City to
0
perform work on this Project are identified in Exhibit A. Consultant shall be fully
responsible to City for all acts and omissions of the subcontractor. Nothing in
this Agreement shall create any contractual relationship between City and
subcontractor nor shall it create any obligation on the part of City to pay or to see
to the payment of any monies due to any such subcontractor other than as
otherwise required by law. The City is an intended beneficiary of any work
performed by the subcontractor for purposes of establishing a duty of care
between the subcontractor and the City. Except as specifically authorized
herein, the services to be provided under this Agreement shall not be otherwise
assigned, transferred, contracted or subcontracted out without the prior written
approval of City.
17. OWNERSHIP OF DOCUMENTS
Each and every report, draft, map, record, plan, document and other writing
produced (hereinafter "Documents'), prepared or caused to be prepared by
Consultant, its officers, employees, agents and subcontractors, in the course of
implementing this Agreement, shall become the exclusive property of City, and
City shall have the sole right to use such materials in its discretion without further
compensation to Consultant or any other party. Consultant shall, at Consultant's
expense, provide such Documents to City upon prior written request.
Documents, including drawings and specifications, prepared by Consultant
pursuant to this Agreement are not intended or represented to be suitable for
reuse by City or others on any other project. Any use of completed Documents
for other projects and any use of incomplete Documents without specific written
authorization from Consultant will be at City's sole risk and without liability to
Consultant. Further, any and all liability arising out of changes made to
Consultant's deliverables under this Agreement by City or persons other than
Consultant is waived against Consultant and City assumes full responsibility for
such changes unless City has given Consultant prior notice and has received
from Consultant written consent for such changes.
18. COMPUTER DELIVERABLES
All written documents shall be transmitted to City in the City's latest adopted
version of Microsoft Word, Adobe, and Excel.
19. CONFIDENTIALITY
All Documents, including drafts, preliminary drawings or plans, notes and
communications that result from the services in this Agreement, shall be kept
confidential unless City authorizes in writing the release of information.
20. OPINION OF COST
Any opinion of the construction cost prepared by Consultant represents his /her
judgment as a design professional and is supplied for the general guidance of
City. Since Consultant has no control over the cost of labor and material, or over
9
• •
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. RECORDS
Consultant shall keep records and invoices in connection with the work to be
performed under this Agreement. Consultant shall maintain complete and
accurate records with respect to the costs incurred under this Agreement and
any services, expenditures and disbursements charged to City, for a minimum
period of three (3) years, or for any longer period required by law, from the date
of final payment to Consultant under this Agreement. All such records and
invoices shall be clearly identifiable. Consultant shall allow a representative of
City to examine, audit and make transcripts or copies of such records and
invoices during regular business hours. Consultant shall allow inspection of all
work, data, Documents, proceedings and activities related to the Agreement for a
period of three (3) years from the date of final payment to Consultant under this
Agreement.
City may withhold payment to Consultant of any disputed sums until satisfaction
of the dispute with respect to such payment. Such withholding shall not be
deemed to constitute a failure to pay according to the terms of this Agreement.
Consultant shall not discontinue work as a result of such withholding. Consultant
shall have an immediate right to appeal to the City Manager or his /her 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.
23. 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 the law or any other sections of this
Agreement.
24. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the right to employ other Consultants in connection with the
Project.
25. 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
10
0 •
affected by the work performed under this Agreement, and (2) prohibits such
persons from making, or participating in making, decisions that will foreseeably
financially affect such interest.
If subject to the Act, Consultant shall conform to all requirements of the Act.
Failure to do so constitutes a material breach and is grounds for immediate
termination of this Agreement by City. Consultant shall indemnify and hold
harmless City for any and all claims for damages resulting from Consultant's
violation of this Section.
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:
Attn: Stephen Badum, Public Works Director
Public Works Department
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA, 92663
Phone: 949 - 644 -3311
Fax: 949 - 644 -3318
All notices, demands, requests or approvals from CITY to Consultant shall be
addressed to Consultant at:
Attention: John Thornton, Vice President
C.W. Driver
15615 Alton Parkway, Suite 150
Irvine CA, 92618
Phone: 949 - 261 -5100
Fax: 949 - 261 -5167
27. TERMINATION AND DISPUTE RESOLUTION
27.1 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, and thereafter diligently take steps to cure the default,
11
0 i
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, and thereafter diligently take steps to cure the default,
the non - defaulting party may terminate the Agreement forthwith by giving
to the defaulting party written notice thereof.
Notwithstanding the above provisions, City shall have the right, at its sole
discretion and without cause, of terminating this Agreement at any time by
giving seven (7) calendar days prior written notice to Consultant. In the
event of termination under this Section, City shall pay Consultant for
services satisfactorily performed and costs incurred up to the effective
date of termination for which Consultant has not been previously paid. On
the effective date of termination, Consultant shall deliver to City all reports,
Documents and other information developed or accumulated in the
performance of this Agreement, whether in draft or final form.
27.2 STEPPED DISPUTE RESOLUTION
In the event of a dispute arising out of or relating to this Agreement or the
services to be rendered hereunder, besides a default as set forth in
Section 27.1, the City and the Consultant agree to attempt to resolve such
disputes in the following manner:
First, the parties agree to attempt to resolve such disputes through direct
negotiations between the appropriate representatives of each party within
ten (10) calendar days of being notified of the dispute.
Second, if such negotiations are not fully successful, the parties agree to
attempt to resolve any remaining disputes by formal nonbinding mediation
conducted in accordance with rules and procedures to be agreed upon by
the parties within thirty (30) calendar days after the failure to resolve the
dispute by direct negotiation.
All parties agree that Consultant shall be required to submit a Tort Claim
in conformance with the Tort Claims Act (Government Code Section 900
et seq.) and that this Section does not alter the Tort Claims Act
requirements or toll any time limitations or statute of limitations set forth in
the Tort Claims Act.
28. COMPLIANCE WITH ALL LAWS
Consultant shall at its own cost and expense comply with all statutes,
ordinances, regulations and requirements of all governmental entities, including
federal, state, county or municipal, whether now in force or hereinafter enacted.
In addition, all work prepared by Consultant shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be
subject to approval of the Project Administrator and City.
12
0
of the same or any other term, covenant or condition contained herein, whether
of the same or a different character.
30. INTEGRATED CONTRACT
This Agreement represents the full and complete understanding of every kind or
nature whatsoever between the parties hereto, and all preliminary negotiations
and agreements of whatsoever kind or nature are merged herein. No verbal
agreement or implied covenant shall be held to vary the provisions herein.
31. CONFLICTS OR INCONSISTENCIES
In the event there are any conflicts or inconsistencies between this Agreement
and the Scope of Services or any other attachments attached hereto, the terms
of this Agreement shall govern.
32. INTERPRETATION
The terms of this Agreement shall be construed in accordance with the meaning
of the language used and shall not be construed for or against either party by
reason of the authorship of the Agreement or any other rule of construction which
might otherwise apply.
33. AMENDMENTS
This Agreement may be modified or amended only by a written document
executed by both Consultant and City and approved as to form by the City
Attorney.
34. SEVERABILITY
If any term or portion of this Agreement is held to be invalid, illegal, or otherwise
unenforceable by a court of competent jurisdiction, the remaining provisions of
this Agreement shall continue in full force and effect.
35. CONTROLLING LAW AND VENUE
The laws of the State of California shall govern this Agreement and all matters
relating to it and any action brought relating to this Agreement shall be
adjudicated in a court of competent jurisdiction in the County of Orange.
36. EQUAL OPPORTUNITY EMPLOYMENT
Consultant represents that it is an equal opportunity employer and it shall not
discriminate against any subcontractor, employee or applicant for employment
because of race, religion, color, national origin, handicap, ancestry, sex or age.
13
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on
the day and year first written above.
APPROVED AS TO FORM:
City Attorney
for the City of Newport Beach
ATTEST:
By:
Leilani Brown,
City Clerk
ra Etta
A -a y A .
CITY OF NtWPOF�T BEACH,
A Munichal Corporotio
By: / A G.�/.-N
Mayo
for the City of Newport Beach
CONSULTANT:
_�
0/'W�O/Porate•
Title: President
Print Name: Dana Roberts
B y:
(Financial Officer)
Title: Chief Financial Officer
Print Name. Bessie Kouvara
Attachments: Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
14
0
G.W. Driver
BUILDERS SINCE 1919
January 7, 2009
Mr. Steve G. Badum
City of Newport Beach
3300 Newport Blvd.
Newport Beach, CA 92658 -8915
EXHIBIT A •
Re: City Hall Master Planned Facility
Program Management Services Fee Proposal
Dear Steve:
15615 Alton Parkway
Suite I50
Irvine, CA 92618
Fax 949.261.5167
Telephone 949.261.5 100
C. W. Driver is please to submit our fee proposal to provide Program Management Services
through the Concept Phase of the Newport Beach City Hall Master Planned Facility project
for your consideration. We are excited about this opportunity to work with the City of
Newport Beach and look forward to a very successful project.
Our proposed fee of $223,660 is a Not -to- Exceed price for services through the Concept
Phase of the Project as per the following:
CONCEPT PHASE EXECIJTIVE`SUMMARY:
Project / Program Management Oversight & Support
470%
105,460
Constructability Review
2%
5,560
Scheduling
2%
5,120
Estimating / Budgeting / Value Engineering
42%
93,168
BIM Manager
2%
5,280
Clerical
4%
9,072
TOTAL
1000%
$223,660
C. W. Driver proposes to provide full service program management services through the
Concept Design Phase including:
a. Develop conceptual estimate based upon Architect's concept design
b. Management of City's Architect, Bohlin, Cywinski, Jackson (BCJ)
c. Provide, maintain and distribute milestone preconstruction schedule
d. Constructability Review
e. Identify potential cost increasing elements of the project
f. Provide potential value engineering suggestions
Los Angeles Irvine Ontario San Diego
A
License No. 102
0 0
g. Use of BIM technology for design analysis
h. Facilitate needs assessment information
i. Schedule and conduct internal team meetings
j. Develop regular reporting methods for Owner
k. Attendance to all required project meetings and committee meetings
I. Facilitate information process to designated parties
Please know that we are committed to the total success of this project and look forward to
work with the City of Newport Beach and the Design Teams.
Sincerely,
ruce C y
Project ve
C: John Thornton, Vice President of Operations
Robert Shafer, Chief Estimator
William Hahn, Program Manager
City Attendees at today's meeting
Attachments: Exhibit B — CWD Management Rates & Reimbursables
C" V L
LIC E NS F; Nn. 102
0 0
EXHIBIT B
C.W. Driver C. W. DRIVER
RIALDERS SINCE. 1919
MANAGEMENT RATES & REIMBURSABLES
EFFECTIVE JANUARY • JUNE, 2009
ACCOUNTING
84.00
ASSISTANT ESTIMATOR
82.00
ASSISTANT PROJECT MANAGER
139.00
ASSISTANT SUPERINTENDENT
109.00
BIM MANAGER
132.00
CARPENTER
102.00
CARPENTER FOREMAN
107.00
CLERICAL
81.00
CONSTRUCTABILITY REVIEWER
139.00
ESTIMATOR/COST ENGINEER
148.00
FIELD SUPERINTENDENT
157.00
GENERAL SUPERINTENDENT
195.00
IT SUPPORT
107.00
LABORER
84.00
LABORER FOREMAN
88.00
PROJECT ENGINEER
83.00
PROJECT EXECUTIVE! CHIEF ESTIMATOR
195.00
PROJECT (PROGRAM) MANAGER
165.00
SAFETY OFFICER
104.00
SCHEDULER
128.00
SENIOR ESTIMATOR
170.00
SENIOR PROJECT ENGINEER
128.00
SENIOR PROJECT MANAGEMENT
171.00
TRUCKING 1 DELIVERIES
69.00
Above rates apply to standard workweek hours.
Management Rates,
Management Rates Include all wages, workers compensation insurance costs, fringe benefits and payroll taxes, office supplies and expenses,
mobile phone costs, project staff computers and sofware, main office overhead, and profit
Reimburseable Expenses:
Reimburseable expenses will be reimbursed at rate of cost plus IM Typical reimbursement costs consist of the following: Travel and
subsistence, mileage, Additional Program Management Services not inclusive of this Agreement, Outside Consultants, printing costs,
postage and mail delivery charges. Permits and Fees, Testing and Inspections, Payment and Performance Bonds
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: 2/23/09 Dept. /Contact Received From: Shauna Oyler
Date Completed: 2/23/09 Sent to: Shauna Oyler By: Jessica Scherer
Company /Person required to have certificate: C.W. Driver
1. GENERAL LIABILITY
A.
INSURANCE COMPANY: Arch Insurance Company
A.
B.
AM BEST RATING (A: VII or greater): AXV
B.
C.
ADMITTED Company (Must be California Admitted):
C.
ADMITTED COMPANY (Must be California Admitted):
Is Company admitted in California?
® Yes ❑ No
D.
LIMITS (Must be $1M or greater): What is limit provided?
$1M Each Occ /$2M Aug
E.
PRODUCTS AND COMPLETED OPERATIONS (Must
What is limits provided? $1,000.000
include): Is it included?
® Yes ❑ No
F.
ADDITIONAL INSURED WORDING TO INCLUDE (The
officers, officials, employees and volunteers): Is it included? ❑ Yes
City its officers, officials, employees and volunteers): Is it
F.
PRIMARY & NON - CONTRIBUTORY WORDING (For Waste
included?
® Yes ❑ No
G.
PRIMARY & NON - CONTRIBUTORY WORDING (Must be
Is it included? N/A ❑ Yes
included): Is it included?
® Yes ❑ No
H.
CAUTION! (Confirm that loss or liability of the named
notification of cancellation by certified mail; per Lauren Farley, the City will accept the
insured is not limited solely by their negligence) Does
endeavor wording.
endorsement include "solely by negligence' wording?
❑ Yes ® No
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: Arch Insurance Company
B.
AM BEST RATING (A: VII or greater) AXV
C.
ADMITTED COMPANY (Must be California Admitted):
Is Company admitted in California? ® Yes
❑ No
D.
LIMITS (Must be $1 M min. BI & PD and $500,000 UM):
What is limits provided? $1,000.000
E.
ADDITIONAL INSURED WORDING TO INCLUDE (The City its
officers, officials, employees and volunteers): Is it included? ❑ Yes
❑ No
F.
PRIMARY & NON - CONTRIBUTORY WORDING (For Waste
Haulers only):
Is it included? N/A ❑ Yes
❑ No
G.
NOTIFICATION OF CANCELLATION: Although there is a provision that requires
notification of cancellation by certified mail; per Lauren Farley, the City will accept the
endeavor wording.
111. WORKERS' COMPENSATION
A. INSURANCE COMPANY: Arch Insurance Company
B. AM BEST RATING (A: VII or greater): AXV
C. LIMITS: Statutory
D. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No
HAVE ALL ABOVE REQUIREMENTS BEEN MET? ® Yes ❑ No
IF NO, WHICH ITEMS NEED TO BE COMPLETED?
ragl��mPnr.Tnc1 Inst:l.r: ,P rinc�nnPnis - MFSSac�e jRi: h iPxt; — °'� ��
Message lesen optloas Format Text
I � Anal iJ A
Paste A — — _ 'Address Check Pollm Spelling
. '� J (J :✓ ' _ =.. Yr�: Book (dames !�`" UP. t
amboara Basic (w, !Names'i. .Pjude Optio^h ,'konfing
50JIM. Aq:vpmCnf ana inimantt tlo[umemi
I am still holding the agreement awaiting the insurance documents. I
am unable to have the agreement executed by the City until I receive
approval of the documents, I am also unable to pay any invoices. j
Please let me know when I can expect receipt of these documents. j
Thanks
Shauna Oyler
Public Works Specialist
City of Newport Beach
949- 644 -3311
0 0
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
5 -34
Agenda Item No.
January 13, 2009
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Stephen Badum
sbadum(cDcity.newport- beach.ca.us
949 -644 -3311
SUBJECT: CITY HALL AND PARK MASTER PLAN PROJECT - APPROVAL OF
PROFESSIONAL SERVICES AGREEMENT WITH CW DRIVER FOR
PROGRAM MANAGEMENT SERVICES
RECOMMENDATIONS:
Approve a Professional Services Agreement with CW Driver, of Irvine, California, for Pre -
Design Phase 1 program management services at a contract price of $233,660 and
authorize the Mayor and the City Clerk to execute the Agreement.
DISCUSSION:
Pre- Design Phase 1
The level of complexity and importance of the City Hall and Park Project requires
dedicated program management and specialized expertise. With the current demands
on staff associated with the City's aggressive capital improvement program, it was
determined that hiring contract professional services to provide management of the City
Hall and Park Project would be the most appropriate action. To that end, staff solicited
requests for qualifications (RFQ) from program management firms and received 24
responses. The City staff selection committee reviewed and ranked each RFQ and
established a list of seven finalists as follows:
Barnhart, Inc, (Heery Intl.),
C.W. Driver
Gafcon, Inc.
Griffin Structures, Inc.
Pinnacle One (Arcadis Co.)
Traker Development
Voit Development
The seven finalists were interviewed by the City Building Committee and C.W. Driver
was selected as the best qualified firm to provide program management services.
•city Hall and Park Master Plan — Appnuval of Profetnal services Agreement with C W. 00ver
January 13, 2009
Page 2
In general, the proposed work scope includes managing all aspects of the project
design and construction with special attention to schedule, cost and quality. C.W.
Driver will perform as an extension of staff reporting to the Public Works Director. The
work performed by C.W. Driver will occur in three phases with only Phase I work being
covered by this contract.
Phase I — Pre - Design Management Services
Phase 1 includes pre- design program management and coordination services through
the start of the design phase of the Project. Such services include:
• Provide staff support, as required, to the Citys Building Committee and City Hall
Design Committee, concept development, public outreach, and general
communications.
• Review, update and confirm with City Staff and the City's Building Committee
existing City program information including the most current needs assessment.
• Review and understand the existing City Council adopted design guidelines,
design parameters, codes, and requirements affecting this project.
• Coordinate and manage the activities of the City's design team including
geotechnical, traffic, and EIR, and other related consultants.
• Assist the City in developing a Program Budget including all project cost such as
usual and customary consultanttpermittfees soft cost, building construction,
onsite and offsite mitigation cost, other indirect cost, outfitting with furniture and
equipment, moving cost, financing cost, and any other cost that can be
anticipated to be incurred in a public project of this scope and function.
Phase II - Design Management Services
Phase II involves pre- construction management and administration services, including
design management and coordination services for the project from conceptual design,
schematic design, design development, and the production of construction documents
through the issuance of a building permit. The Program Manager (PM) and its team will
review and coordinate all design work on behalf of the City. Work scope in this phase
includes:
• Coordinate and manage the City's design team in its delivery of Architectural and
Engineering (A&E) services, including all required specialty consultants such as
geotechnical, traffic, noise and civil engineering design with special emphasis
placed on the following activities:
• Addressing functional needs for the City Hall, Park and Parking Facility as
defined in the City's project program.
• Addressing the neighborhood context.
• Coordinate all aspects of on -site improvements, all required off-site
improvements, all on -site and off -site utilities, and any other applicable
improvements.
• Addressing the principles of sustainability during the design process as
may be directed by the City.
• Incorporation of depletable resource conservation, LEED, and operational
Wity Hall and Park Master Plan - Approval of Profeal $ervioes Agreement with C W. Driver
January 13, 2009
Page 3
o Addressing the importance of design, drawing and specification all
complying with applicable local and State codes and design standards.
• Coordinate the City s CEQA compliance and environmental approval process,
and integrate into the project.
• Develop budgets and or cost estimates at each phase of the design process and
recommend design modifications as necessary utilizing Value Engineering
principles to seek to keep at or below the construction budget established for the
Project.
• Provide periodic design and constructability reviews.
• Provide construction logistic studies including evaluating potential locations for
construction trailers, layout area, material storage, construction staff parking and
other required areas to facilitate construction within the Project site and
identification of additional off -site locations if required.
• Develop and maintain overall Project schedules and manage the Project to
ensure that timeframes for deliverables and processes prior to construction are
met.
• Provide a quality check on the final construction document and specifications.
• Manage appropriate furniture, fixture and equipment bidding /procurement and
installation.
• Prepare a Storm Water Pollution Prevention Plan (SWPPP), file a Notice of
Intent (NOI) with the State Water Resources Control Board, and secure a Waste
Discharger Identification (WDID) number.
• Assure incorporation (and respond to) all Building Official and other permitting
agency comments as appropriate, and facilitate the permitting process.
• Secure City issued building permits and all other jurisdictional permits required to
construct the Project.
Phase III — Construction Management Services
Phase III includes comprehensive Construction Management services during
construction and post - construction phases of the project including the installation of
furnishings, fixtures, and equipment (FF &E) and coordination of move -in. Work scope
in this phase includes:
• Managing the public bidding and award process in full compliance with the Calif.
Public Contract Code.
• Providing full and complete construction administration, coordination and
construction observation services during and following construction, including
but not limited to the following:
❖ Onsite administration and management
❖ Coordination of all Project consultants under direct contract to the City
❖ Project and construction cost management
❖ Quality assurance, inspection, and quality control
•S Coordinate with the City's Building Inspectors
❖ Dispute resolution
❖ Submittal coordination
❖ Management of Requests for Information (RFI)
❖ Change order review and negotiations
•City Hall and Park Master Plan — Approval of Profetnal Services Agreement with C W. Driver
January 13, 2009
Page 4
❖ Manage construction materials testing, and specialty inspection services
❖ Provide schedule analysis and continuous updates
❖ Manage project close -out, including assuring the A &E team provides
complete record (As- Built) drawings
4• Construction punch -list management and completion
❖ Manage substantial and final completion processes, and project acceptance.
❖ Compile program warranties
❖ Deliver operations and maintenance manuals
Coordinate the installation of FF &E and move in activities
Manage final payment and project closeout for all consultants and contractors
under direct contract with the City
❖ Coordinate warranty work for a period of up to one year
At this time, Staff recommends the proposed contract include only Pre - Design Phase I.
Upon successful completion of Phase I, staff will negotiate an amendment to this
contract to continue with Phase 11, Design Management Services, of the project. Prior to
the beginning of Phase 111, Construction Management Services, with the goal of
determining the most economically and efficient way to proceed with the construction of
the Project addressing Project budget, schedule and control, the City and the PM will
determine whether the construction of the Project shall be contracted under a
Construction Management at Risk or General Contractor Agreement. The PM
agreement will therefore by augmented or adjusted accordingly to incorporate the
agreed upon method of construction.
The proposed fee for program management services for Phase I, Pre - Design /Concept,
is $223,600 with a $10,000 allowance for reimbursables for a total cost not to exceed
$233,600 on a time and materials basis per the attached proposal and hourly rates.
Environmental Review:
Architectural and Engineering services are not projects as defined in the California
Environmental Quality Act (CEQA) Implementing Guidelines. Staff is currently
conducting a selection process to retain and EIR consultant who will prepare
environmental documentation for the project.
Fundino Availabili
There are sufficient funds available in the following account:
Account Description Account Number Amount
City Hall and Park Design 7410- C1002009 $ 233,660
233,660
Submitted
Badum
s Director
Attachment: PSA with CW Driver
- - - - --
• •
PROFESSIONAL SERVICES AGREEMENT WITH
C.W. DRIVER
FOR CITY HALL AND PARK MASTER PLAN PROJECT -
PROGRAM MANAGEMENT SERVICES
THIS AGREEMENT is made and entered into as of this 13th day of January, 2009, by
and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "City "), and
C.W. DRIVER, a California Corporation, whose address is 15615 Alton Parkway, Suite
150, Irvine CA 92618 ("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 is planning to design and construct the new City Hall and Park Master Plan
Project.
C. City desires to engage Consultant to manage design and construction of
the new City Hall and Park Master Plan Project ( "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 John
Thornton, Vice President.
F. City has solicited and received a proposal from Consultant, has reviewed
the previous experience and evaluated the expertise of Consultant, and desires
to retain Consultant to render professional services under the terms and
conditions set forth in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as
follows:
1. TERM
The term of this Agreement shall commence on the above written date, and shall
terminate on the 31st day of May, 2009 unless terminated earlier as set forth
herein.
2. SERVICES TO BE PERFORMED
Consultant shall diligently perform all the services described in the Scope of
Services attached hereto as Exhibit A and incorporated herein by reference. The
City may elect to delete certain tasks of the Scope of Services at its sole
discretion.
3. TIME OF PERFORMANCE
Time is of the essence in the performance of services under this Agreement 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 either 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.
Consultant's compensation for all work performed in accordance with this
Agreement, including all reimbursable items (up to $10,000.00) and
subconsultant fees, shall not exceed Two Hundred Thirty-Three Thousand,
Six Hundred and Sixty Dollars and no /100 ($233,660.00) without prior written
authorization from City. No billing rate changes shall be made during the term of
this Agreement without the prior written approval of City.
4.1 Consultant shall submit monthly invoices to City describing the work
performed the preceding month. Consultant's bills shall include the name
of the person who performed the work, a brief description of the services
performed and /or the specific task in the Scope of Services to which it
relates, the date the services were performed, the number of hours spent
on all work billed on an hourly basis, and a description of any
reimbursable expenditures. City shall pay Consultant no later than thirty
(30) days after approval of the monthly invoice by City staff.
4.2 City shall reimburse Consultant only for those costs or expenses
specifically approved in this Agreement, or specifically approved in writing
in advance by City. Unless otherwise approved, such costs shall be
limited and include nothing more than the following costs incurred by
Consultant:
n
U
A. The actual costs of subconsultants for performance of any of the
services that Consultant agrees to render pursuant to this
Agreement, which have been approved in .advance by City and
awarded in accordance with this Agreement.
B. 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 performed
without the prior written authorization of City. As used herein, "Extra
-Work" means any work that is determined by City to be necessary for the
proper completion of the Project, but which is not included within the
Scope of Services and which the parties did not reasonably anticipate
would be necessary at the execution of this Agreement. Compensation
for any authorized Extra Work shall be paid in accordance with the
Schedule of Billing Rates as set forth in Exhibit B.
S. PROJECT MANAGER
Consultant shall designate a Project Manager, who shall coordinate all phases of
the Project. This Project Manager shall be available to City at all reasonable
times during the Agreement term. Consultant has designated William Hahn 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.
If Consultant is performing inspection or construction management services for
City, the Project Manager and any other assigned staff shall be equipped with a
cellular phone to communicate with City staff. Consultant's cellular phone
number will be provided to City.
6. ADMINISTRATION
This Agreement will be administered by the Public Works Department.
Stephen G. Badum, Public Works Director, 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.
0 0
7. C17Y'S RESPONSIBILITIES
In order to assist Consultant in the execution of its responsibilities under this
Agreement, City agrees to, where applicable:
A. Provide access to, and upon request of Consultant, one copy of all
existing relevant information on file at City. City will provide all such
materials in a timely manner so as not to cause delays in Consultant's
work schedule_
B. Provide blueprinting and other services through City's reproduction
company for bid documents. Consultant will be required to coordinate the
required bid documents with City's reproduction company. All other
reproduction will be the responsibility of Consultant and as defined above.
C. Provide usable life of facilities criteria and information with regards to new
facilities or facilities to be rehabilitated.
8. STANDARD OF CARE
8.1 All of the services shall be performed by Consultant or under Consultant's
supervision. Consultant represents that it possesses the professional and
technical personnel required to perform the services required by this
Agreement, and that it will perform all services in a manner commensurate
with community professional standards. All services shall be performed
by qualified and experienced personnel who are not employed by City, nor
have any contractual relationship with City. 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.
8.2 Consultant represents and warrants to City that it has, shall obtain, and
shall keep in full force in effect during the term hereof, at its sole cost and
expense, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature that is legally required of Consultant to practice its
profession. Consultant shall maintain a City of Newport Beach business
license during the term of this Agreement.
8.3 Consultant shall not be responsible for delay, nor shall Consultant be
responsible for damages or be in default or deemed to be in default by
reason of strikes, lockouts, accidents, or acts of God, or the failure of City
to furnish timely information or to approve or disapprove Consultant's work
promptly, or delay or faulty performance by City, contractors, or
governmental agencies.
8.4 The term Construction Management or Construction Manager does not
imply that Consultant is engaged in any aspect of the physical work of
construction contracting. Consultant shall not have control over or be in
charge of and shall not be responsible for the project's design, City's
project contractor ( "Contractor "), construction means, methods,
.....................
................
11
9
techniques, sequences or procedures, or for any health or safety
precautions and programs in connection with the work. These duties are
and shall remain the sole responsibility of the Contractor. Consultant shall
not be responsible for the Contractors' schedules or failure to carry out the
work in accordance with the contract documents. Consultant shall not
have control over or be responsible for acts or omissions of City, Design
Engineer, Contractor, Subcontractors, or their Agents or employees, or of
any other persons performing portions of the work.
9. HOLD HARMLESS
To the fullest extent permitted by law, Consultant shall indemnify, defend and
hold harmless City, its City Council, boards and commissions, officers, agents,
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 any breach
of the terms and conditions of this Agreement, any work performed or services
provided under this Agreement including, without limitation, defects in
workmanship or materials or Consultant's presence or activities conducted on
the Project (including the negligent and /or willful acts, errors and /or omissions of
Consultant, its principals, officers, agents, employees, vendors, suppliers,
consultants, subcontractors, anyone employed directly or indirectly by any of
them or for whose acts they may be liable or any or all of them).
Notwithstanding the foregoing, nothing herein shall be construed to require
Consultant to indemnify the Indemnified Parties from any Claim arising from the
sole negligence or willful misconduct of the Indemnified Parties. Nothing in this
indemnity shall be construed as authorizing any award of attorney's fees in any
action on or to enforce the terms of this Agreement. This indemnity shall apply to
all claims and liability regardless of whether any insurance policies are
applicable. The policy limits do not act as a limitation upon the amount of
indemnification to be provided by the Consultant.
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
0 0
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 Project, activities performed and planned, and any meetings that
have been scheduled or are desired.
14. INSURANCE
Without limiting Consultant's indemnification of City, and prior to commencement
of work. Consultant shall obtain, provide and maintain at Its own expense during
the term of this Agreement, a policy or policies of liability insurance of the type
and amounts described below and in a form satisfactory to City.
A. Certificates of Insurance. Consultant shall provide certificates of
insurance with original endorsements to City as evidence of the insurance
coverage required herein. Insurance certificates must be approved by
City's Risk Manager prior to commencement of performance or issuance
of any permit. Current certification of insurance shall be kept on file with
City at all times during the term of this Agreement.
B. Slanature. A person authorized by the insurer to bind overage 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.
r 0
D. Coverage Requirements.
i. 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 perforated
by Consultant for City.
ii. General Liability Coverage. Consultant shall maintain commercial
general liability insurance in an amount not less than one million
dollars ($1,000,000) per occurrence for bodily injury, personal
injury, and property damage, including without limitation.
contractual liability. If commercial general liability insurance or
other form with a general aggregate limit is used, either the general
aggregate limit shall apply separately to the work to be performed
under this Agreement, or the general aggregate limit shall be at
least twice the required occurrence limit.
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.
iv. Professional Errors and Omissions Insurance. Consultant shall
maintain professional errors and omissions insurance, which covers
the services to be performed in connection with this Agreement in
the minimum amount of ten million dollars ($10,000,000).
E. Endorsements. Each general liability and automobile liability insurance
policy shall be endorsed with the following specific language:
i. The City, its elected or appointed officers, officials, employees,
agents and volunteers are to be covered as additional insureds with
respect to liability arising out of work performed by or on behalf of
the Consultant.
ii. This policy shall be considered primary insurance as respects to
City, its elected or appointed officers, officials, employees, agents
and volunteers as respects to all claims, losses, or liability arising
directly or indirectly from the Consultant's operations or services
provided to City. Any insurance maintained by City, including any
self - insured retention City may have, shall be considered excess
insurance only and not contributory with the insurance provided
hereunder.
iii. This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with
respect to the limits of liability of the insuring company.
iv. The insurer waives all rights of subrogation against City, its elected
or appointed officers, officials, employees, agents and volunteers.
V. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to City, its elected or appointed
officers, officials, employees, agents or volunteers.
vi. The insurance provided by this policy shall not be suspended,
voided, canceled, or reduced in coverage or in limits, by either party
except after thirty (30) 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
judgment may be necessary for its proper protection and prosecution of
the work.
15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the services to be
provided under this Agreement shall, not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following
shall be construed as an assignment: The sale, assignment, transfer or other
disposition of any of the issued and outstanding capital stock of Consultant, or of
the interest of any general partner or joint venturer or syndicate member or
cotenant if Consultant is a partnership or joint - venture or syndicate or cotenancy,
which shall result in changing the control of Consultant. Control means fifty
percent (50 %) or more of the voting power, or twenty -five percent (25%) or more
of the assets of the corporation, partnership or joint - venture.
16. SUBCONTRACTING
City and Consultant agree that subconsultants may be used to complete the work
outlined in the Scope of Services. The subconsultants authorized by City to
--------------- - - - - --
perform work on this Project are identified in Exhibit A. Consultant shall be fully
responsible to City for all acts and omissions of the subcontractor. Nothing in
this Agreement shall create any contractual relationship between City and
subcontractor nor shall it create any obligation on the part of City to pay or to see
to the payment of any monies due to any such subcontractor other than as
otherwise required by law. The City is an intended beneficiary of any work
performed by the subcontractor for purposes of establishing a duty of care
between the subcontractor and the City. Except as specifically authorized
herein, the services to be provided under this Agreement shall not be otherwise
assigned, transferred, contracted or subcontracted out without the prior written
approval of City.
17. OWNERSHIP OF DOCUMENTS
Each and every report, draft, map, record, plan, document and other writing
produced (hereinafter "Documents"), prepared or caused to be prepared by
Consultant, its officers, employees, agents and subcontractors, in the course of
implementing this Agreement, shall become the exclusive property of City, and
City shall have the sole right to use such materials in its discretion without further
compensation to Consultant or any other party. Consultant shall, at Consultant's
expense, provide such Documents to City upon prior written request.
Documents, including drawings and specifications, prepared by Consultant
pursuant to this Agreement are not intended or represented to be suitable for
reuse by City or others on any other project. Any use of completed Documents
for other projects and any use of incomplete Documents without specific written
authorization from Consultant will be at City's sole risk and without liability to
Consultant. Further, any and all liability arising out of changes made to
Consultant's deliverables under this Agreement by City or persons other than
Consultant is waived against Consultant and City assumes full responsibility for
such changes unless City has given Consultant prior notice and has received
from Consultant written consent for such changes.
18. COMPUTER DELIVERABLES
All written documents shall be transmitted to City in the City's latest adopted
version of Microsoft Word, Adobe, and Excel.
19. CONFIDENTIALITY
All Documents, including drafts, preliminary drawings or plans, notes and
communications that result from the services in this Agreement, shall be kept
confidential unless City authorizes in writing the release of information.
20. OPINION OF COST
Any opinion of the construction cost prepared by Consultant represents his /her
judgment as a design professional and is supplied for the general guidance of
City. Since Consultant has no control over the cost of tabor 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. RECORDS
Consultant shall keep records and invoices in connection with the work to be
performed under this Agreement. Consultant shall maintain complete and
accurate records with respect to the costs incurred under this Agreement and
any services, expenditures and disbursements charged to City, for a minimum
period of three (3) years, or for any longer period required by law, from the date
of final payment to Consultant under this Agreement. All such records and
invoices shall be clearly identifiable. Consultant shall allow a representative of
City to examine, audit and make transcripts or copies of such records and
invoices during regular business hours. Consultant shall allow inspection of all
work, data, Documents, proceedings and activities related to the Agreement for a
period of three (3) years from the date of final payment to Consultant under this
Agreement.
22. WITHHOLDINGS
City may withhold payment to Consultant of any disputed sums until satisfaction
of the dispute with respect to such payment. Such withholding shall not be
deemed to constitute a failure to pay according to the terms of this Agreement.
Consultant shall not discontinue work as a result of such withholding. Consultant
shall have an immediate right to appeal to the City Manager or his/her 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.
23. ERRORS AND OMISSIONS
In the event of errors or omissions that are due to the negligence or professional
inexperience of Consultant which result in expense to City greater than what
would have resulted if there were not errors or omissions in the work
accomplished by Consultant, the additional design, construction and /or
restoration expense shall be bome by Consultant. Nothing in this paragraph is
intended to limit City's rights under the law or any other sections of this
Agreement.
24. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the right to employ other Consultants in connection with the
Project.
25. 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
0 0
affected by the work performed under this Agreement, and (2) prohibits such
persons from making, or participating in making, decisions that will foreseeably
financially affect such interest.
If subject to the Act, Consultant shall conform to all requirements of the Act.
Failure to do so constitutes a material breach and is grounds for immediate
termination of this Agreement by City. Consultant shall indemnify and hold
harmless City for any and all claims for damages resulting from Consultants
violation of this Section.
26. NOTICES
All notices, demands, requests or approvals to be given under the terns 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:
Attn: Stephen Badum, Public Works Director
Public Works Department
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA, 92663
Phone: 949 - 644 -3311
Fax: 949 -644 -3318
All notices, demands, requests or approvals. from CITY to Consultant shall be
addressed to Consultant at:
Attention: John Thornton, Vice President
C.W. Driver
15615 Alton Parkway, Suite 150
Irvine CA, 92618
Phone: 949- 261 -5100
Fax: 949 - 261 -5167
27. TERMINATION AND DISPUTE RESOLUTION
27.1 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, and thereafter diligently take steps to cure the default,
0 0
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, and thereafter diligently take steps to cure the default,
the non - defaulting party may terminate the Agreement forthwith by giving
to the defaulting party written notice thereof.
Notwithstanding the above provisions, City shall have the right, at its sole
discretion and without cause, of terminating this Agreement at any time by
giving seven (7) calendar days prior written notice to Consultant. In the
event of termination under this Section, City shall pay Consultant for
services satisfactorily performed and costs incurred up to the effective
date of termination for which Consultant has not been previously paid. On
the effective date of termination, Consultant shall deliver to City all reports,
Documents and other information developed or accumulated in the
performance of this Agreement, whether in draft or final form.
27.2 STEPPED DISPUTE RESOLUTION
In the event of a dispute arising out of or relating to this Agreement or the
services to be rendered hereunder, besides a default as set forth in
Section 27.1, the City and the Consultant agree to attempt to resolve such
disputes in the following manner:
First, the parties agree to attempt to resolve such disputes through direct
negotiations between the appropriate representatives of each party within
ten (10) calendar days of being noted of the dispute.
Second, if such negotiations are not fully successful, the parties agree to
attempt to resolve any remaining disputes by formal nonbinding mediation
conducted in accordance with rules and procedures to be agreed upon by
the parties within thirty (30) calendar days after the failure to resolve the
dispute by direct negotiation.
All parties agree that Consultant shall be required to submit a Tort Claim
in conformance with the Tort Claims Act (Government Code Section 900
et seq.) and that this Section does not alter the Tort Claims Act
requirements or toll any time limitations or statute of limitations set forth in
the Tort Claims Act,
28. COMPLIANCE WITH ALL LAWS
Consultant shall at its own cost and expense comply with all statutes,
ordinances, regulations and requirements of all governmental entities, including
federal, state, county or municipal, whether now in force or hereinafter enacted.
In addition, all work prepared by Consultant shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be
subject to approval of the Project Administrator and City.
of the same or any other term, covenant or condition contained herein, whether
of the same or a different character.
30. INTEGRATED CONTRACT
This Agreement represents the full and complete understanding of every kind or
nature whatsoever between the parties hereto, and all preliminary negotiations
and agreements of whatsoever kind or nature are merged herein. No verbal
agreement or implied covenant shall be held to vary the provisions herein.
31. CONFLICTS OR INCONSISTENCIES
In the event there are any conflicts or inconsistencies between this Agreement
and the Scope of Services or any other attachments attached hereto; the terms
of this Agreement shall govern.
32. INTERPRETATION
The terms of this Agreement shall be construed in accordance with the meaning
of the language used and shall not be construed for or against either party by
reason of the authorship of the Agreement or any other rule of construction which
might otherwise apply.
33. AMENDMENTS
This Agreement may be modified or amended only by a written document
executed by both Consultant and City and approved as to form by the City
Attorney.
34. SEVERABILITY
If any term or portion of this Agreement is held to be invalid, illegal, or otherwise
unenforceable by a court of competent jurisdiction, the remaining provisions of
this Agreement shall continue in full force and effect.
35. CONTROLLING LAW AND VENUE
The laws of the State of California shall govern this Agreement and all matters
relating to it and any action brought relating to this Agreement shall be
adjudicated in a court of competent jurisdiction in the County of Orange.
36. EQUAL OPPORTUNITY EMPLOYMENT
Consultant represents that it is an equal opportunity employer and it shall not
discriminate against any subcontractor, employee or applicant for employment
because of race, religion, color, national origin, handicap, ancestry, sex or age.
r
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on
the day and year first written above.
APPR VED AS TO FORM:
C y Attorney
for the City of Newport Beach
ATTEST:
A
Leilani Brown,
City Clerk
CITY OF NEWPORT BEACH,
A Municipal Corporation
Mayor
for the City of Newport Beach
CONSULTANT:
0
(Corporate Officer)
Title:
Print Name:
M
(Financial Officer)
Title:
Print Name:
Attachments: Exhibit A — Scope of Services
Exhibit B -- Schedule of Billing Rates
0
G.W. Driver
BUILDERS SINCE 1919
January 7, 2009
Mr. Steve G. Badum
City of Newport Beach
3300 Newport Blvd.
Newport Beach, CA 92658 -8915
0
EXHIBIT A
Re: City Nall Master Planned Facility
Program Management Services Fee Proposal
Dear Steve:
15615 Alton Parkway
Suite 150
Irvine, CA 926 t 8
Fax 949.261.5167
Telephone 949.261.5100
C. W. Driver is please to submit our fee proposal to provide Program Management Services
through the Concept Phase of the Newport Beach City Hall Master Planned Facility project
for your consideration. We are excited about this opportunity to work with the City of
Newport Beach and look forward to a very successful project.
Our proposed fee of $223,660 is a Not -to -Exceed price for services through the Concept
Phase of the Project as per the following:
CONCEPT Pik
Project / Program Management Oversight & Support
47%
105,460
Constructability Review
2%
5,560
Scheduling
2%
5,120
Estimating / Budgeting / Value Engineering
42%
93,168
BIM Manager
2%
5,280
Clerical
4%
9,072
TOTAL
100% 1
$223,660
C. W. Driver proposes to provide ful l service program management services through the
Concept Design Phase including:
a. Develop conceptual estimate based upon Architect's concept design
b. Management of City's Architect, Boblin, Cywinski, Jackson (BCJ)
c. Provide, maintain and distribute milestone preconstruction schedule
d. Constructability Review
e. Identify potential cost increasing elements of the project
f. Provide potential value engineering suggestions
a_a
Los Angeles Irvine Oniario San Diego License No. 102
0 0
g. Use of BIM technology for design analysis
h. Facilitate needs assessment information
L Schedule and conduct internal team meetings
j. Develop regular reporting methods for Owner
k. Attendance to all required project meetings and committee meetings
1. Facilitate information process to designated parties
Please know that we are committed to the total success of this project and look forward to
work with the City of Newport Beach and the Design Teams.
Project
C: John Thornton, Vice President of Operations
Robert Shafer, Chief Estimator
William Hahn, Program Manager
City Attendees at today's meeting
Attachments: Exhibit B — C WD Management Rates & Reimbursabies
CWD
LICENSE Nn. 102
0
0
EXHIBIT B
C.W. Driver C. W. DRIVER
BUILDERS SINCE 1919
MANAGEMENT RATES-& REIMBURSABLES
EFFEQ1vE JANUARY -JNNE -2989
ACCOUNTING
84.00
ASSISTANT ESTIMATOR
82.00
ASSISTANT PROJECT MANAGER
139.00
ASSISTANT SUPERINTENDENT
109.00
BIM MANAGER
132.00
CARPENTER
102.00
CARPENTER FOR131AN
107.00
CLERICAL
81.00
CONSTRUCTABILITY REVIEWER
139.00
ESTIMATOR/COST ENGINEER
148.00
14ELD SUPERINTENDENT
157.00
GENERAL SUPERINTENDENT
195.00
IT SUPPORT
107.00
LABORER
84.00
LABORER FOREMAN
88.00
PROJECT ENGINEER
83.00
PROJECT EXECUTIVE I CHIEF ESTIMATOR
195.00
PROJECT (PROGRAM) MANAGER
165.00
SAFETY OFFICER
104.00
SCHEDULER
128.00
SENIOR ESTIMATOR
170.00
SENIOR PROJECT ENGINEER
128.00
SENIOR PROJECT MANAGEMENT
171.00.
TRUCKING / DELIVERIES
69.00
Above rates apply to sandard workweek hours.
Management Rates Include all wages, worker compensation insurance costs. fringe benefits and payroll axes, office supplies and expenses,
mobile phone costs, project staff computers and solware, main office overhead, and profit
Resimbursei,bile Pxgmo=
Reimburseable expenses will be reimbursed at race of cost plus 10X Typical reimbursement costs consist of the following: Travel and
subsistence, mileage, Addirknal program Management Services not inclusive of this AgreemorsL Outside Cnnsniams, printing costs.
postage and mall del" Barges, Permits and Fees, Testing and Inspectlom f *yment and Performance Bonds