Loading...
HomeMy WebLinkAboutC-4431 - PSA for On-Call Diving Services to Inspect, Clean and Repair ReservoirsAMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT WITH LIQUIVISION TECHNOLOGY, INC. FOR ON -CALL DIVING SERVICES TO INSPECT, CLEAN AND REPAIR RESERVOIRS THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, is entered into as of this 3b day of December, 2009, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "CITY "), and LIQUIVISION TECHNOLOGY, INC. an Oregon Corporation whose address is 711 Market Street, Klamath Falls, Oregon, 97601 ( "CONTRACTOR "), and is made with reference to the following: RECITALS: A. On June 30, 2007, CITY and CONTRACTOR entered into a Professional Services Agreement, hereinafter referred to as "AGREEMENT ", for on -call diving services to inspect, clean and repair reservoirs. B. CITY desires to enter into this AMENDMENT NO.1 to extend the term of the AGREEMENT to December 31, 2014. C. CITY and CONTRACTOR mutually desire to amend AGREEMENT, hereinafter referred to as "AMENDMENT NO. 1 ", as provided here below. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of the AGREEMENT shall be extended to December 31, 2014. 2. COMPENSATION City shall pay Contractor for the services on a time and expense not -to- exceed basis in accordance with the provisions of this Section and shall be based on the attached Schedule of Billing Rates (Exhibit A). 3. SERVICES TO BE PERFORMED Contractor shall perform diving services to inspect, clean and repair reservoirs pursuant to this Amendment No. 1 and according to the Request to Extend On- Call Professional Services Agreement dated October 22, 2009, attached hereto as (Exhibit B). 4. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in AGREEMENT shall remain unchanged and shall be in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT NO. 1 on the date first above written. APPROVED AS TO FORM: OFFICE OF THE CITY ATTORNEY By. , Mynett D.eau hamp, Assistant City Attorney ATTEST: By: X' Y Leilani Brown, City Clerk o"fiOR"_� CITY OF NEWPORT BEACH, A Municipal Corporation B. C. e M rdoch, Utilities Director CONTRACTOR: LIQUIVISION TECHNOLOGY, INC. By: (Corporate Officer) Title: CEO '�'iii�i► .Fila■: i3Ta"fii i:31000a'i1 (Financial Officer) Title: Vice President Print Name: William Surber Attachments: Exhibit A — Schedule of Billing Rates Exhibit B — Request to Extend On -Call Services Agreement LiQUiViSiON UCHNOLOGY DIVING G SERVICE Ciffi 'iufailin .Acdr Phone: Faye: (>41)883 -12_51 Western Operations 711 t #a*et Stmt liquivisic ni5�divings ioes.com 835' Mara�t Street Klamath Falls, OR 57601 %wxV_diving5VVicaa_cQr Klamath Falls, OR 97,501 Kent Russell 10/28/2009 Newport Beach, City of Phone: Wk: (949) 718 -3423 3300 Newport Blvd FAX / Email: Fx: (949) 723 -3522 Newport Beach, CA. 92658 -8915 LVT Ref. #: *CA8083709R1 T_ For over 20 years Liquivision Technology has proven itself unsurpassed in the business of cleaning, inspecting and repairing drinking water tanks. State of the art equipment and a staff dedicated to a commitment of excellence assure our place as the leader in the industry. Our patented equipment is the only effective way to remove sediment and biofilm from not only the floors of water reservoirs but the walls as well. We are pleased to provide you the following firm quotation and outline of the conditions of our services. Reservoir Type Dia. Hgt. Maximum Surface Cubic Price for Price for Price for or (Feet) Calculated Area Yards Diver Diver Additional LxW Capacity (S.F.) Sediment Inspection Cleaning & Sediment (Feet) (Gallons) 1" deep Only Inspection Per inch 1. Proposal for commercial diving services consisting of cleaning and inspection of water reservoirs. Mobilization/ demobilization per occurrence. I I I $1,200 Labor rate per hour. This includes standard repair procedures and processes (see #2 below). $450 Minimum charge of 6 hours per day. I I I $2,700 Charges for additional inches of sediment over 1" will be billed hourly @ $450.00. $450 Prices is valid untill December 31, 2018. Subtotal Total *Plus sales tax if a pplicable, 1. Additional sediment charge is a per inch charge (based on cubic yard price to the right) for everything Variable Rates over the number inches specified to the right. Sediment is measured and calculated as an average depth. Avg. Sed. 2 Inches 2. Leak detection /repairs are done on a time and material basis. See hourly rate. Materials vary. Repairs Cubic Yard NA are only done with your authorization. $ Per Hour $450 3. Filtration is charged on a per filter bag basis. Each bag is approximately 3' diameter by 75' long and is Filter Bags $400 designed to capture approximately 9 cubic yards of sediment. Dechlorination of the water is a flat charge per Dechlor. $50 reservoir. Using sprinklers to disperse the water is a flat charge per reservoir. Sprinklers $200 4. If the reservoir is not accessible with our truck and trailer and requires us to use portable equipment an Port. Equip. $450 hourly rate shall apply during setup and teardown. Delays are an hourly charge (see #6 on page 2). Delay Hour $450 Our bids are based on a variety of factors that pertain to the length of time it takes to accomplish our work. The main consideration is the amount of sediment that has to be removed. This of course is mainly influenced by the floor area of the reservoir and the depth of the sediment. The following factors influence the length of time and our ability to accomplish the work. This quote is based and contingent upon the following: (C = Cleaning, Cl = Cleaning and Inspection) 1. That all information provided us is correct, entry hatches are large enough for a diver to enter, and all reservoirs are accessible by four wheel drive pick -up truck pulling a 18' -22' trailer (total OAL 44'). Height and width apprx. 10' x 10'(CI) 2. During cleaning reservoir water levels must be kept at or near full capacity unless instructed prior to proceeding with work. (C) 3. Placement and disposal of effluent removed from the reservoir is done at the direction of the Customer. (C) 4. Quotes for cleaning assume that the sediment is normal material (such as silt, flocculated material, insects, manganese, rust, etc.) found in potable water reservoirs that is easily removed by our vacuum system. If the sediment is difficult to remove such as large amounts of concrete chips, gravel, sand, rocks, detached coating debris, etc., then our hourly rate shall apply for each hour (over the first hour) for removing this material. (C) 5. Unless specified in quote detail we clean all submerged horizontal and angled berm or sloped surfaces. Vertical surfaces such as the walls can be cleaned but must be listed separately in the quote detail or estimated by the divers upon inspection. We do not clean surfaces that are out of the water. (C) 711 Market Street LiQUIViSiON TECHNOLOGY Klamath (5141)883 -1361 6. If any information provided to us is incorrect or if any problems exist that inhibit our ability to complete the job on a timely schedule, then we will notify you of the problem and reserve the right to add on to the quote based on our estimate of the additional time it will take to complete the work. Charges for time delays are listed on page 1. This paragraph only applies to any problems that are your responsibility (i.e. rescheduling with less than 2 business days notice, set up and start of work before cancelation, etc.) (CI) 7. Laboratory analysis of water, coating, or debris samples is your responsibility unless specified earlier. (CI) 8. If filtration or dechlorination of discharged effluent is required there are additional charges for cost of materials. The additional cost is listed in line #3 of your quote. All inspections are done according to ASNT / NACE / AWS / ACI standards. All of our commercial divers and ROV operators are trained in nondestructive testing and inspection procedures. All disinfection, cleaning and training procedures are in accordance with AWWA standards. Inspection reports include a high resolution color DVD /CD with real time imprint and a time log indicating where each feature or problem area may be found. The DVD /CD is narrated live by the divers and your personnel (in the control trailer). One copy of a computer generated, printed report is also provided with still color images of the fixtures and problem areas along with a schematic diagram of each tank. Our inspection procedure includes the following checklist: • Security Exterior Ladder Floor and Wall Seams Scour/ Drain • Man Entry Installed Sensors Interior Floor and Walls Coating Water Taps • Entry Hatch Chlorine Injection Cathodic Protection Exterior Reservoir • Overflow Sediment Depth Fill (inlet) / Discharge (outlet) Manual Level Indicator • Ceiling Interior Ladder Support Columns Exterior Vents & Screens For the total time we are inside the tank, the work can be viewed by your personnel on the video monitor. We record any portions of the job that you request. We also record portions of cleaning and any area of interest or concern. Upon completion of cleaning, a detailed inspection will be performed with particular attention to areas in need of further maintenance. Our cleaning procedure is accomplished utilizing our proprietary vacuum cleaner, the "LiquiVaCTM" (Patented). The LiquiVacT° pumps an average of 200 gallons per minute. It has a rotating soft bristle brush that scrubs the floor clean and removes all sediment without creating turbidity in your reservoir. This is the only way to ensure that all biofilm is removed from the interior surfaces without getting any of it mixed into the water column. This system also enables us to clean walls. For coating repair in steel tanks we use a two part underwater epoxy. Each rust nodule or area of coating defect is wire brushed to bare metal and epoxy is applied over the area. The epoxy chemically bonds to the steel, displaces water, and remains intact with a greater bond than the original coating. All of our repair, sealing and coating materials meet or exceed NSF 60 & 61 standards. We preform repairs in conrete reservoirs. An FDA approved dye is injected around cracks and seams, when leaks are detected they are repaired with the appropriate material. In over 20 years of providing diving services we continue to treat every customer as if they were our only customer. We are dedicated to accomplishing every job with the utmost professionalism, safety and efficiency. Please sign this quote and FAX both pages back to us with an approximate time frame of when you would like the work done. If you have any questions please give us a call. We look forward to working with you. Sincerely, Bill Surber VP Dive Operations I find the above and preceding page of contingencies and procedures acceptable. Accepted by: Date: Signature: Title: r� MS '. 4 Vic' S E R V T C f rt u 22 October 2009 City of Newport Beach Utilities Department Aan: Cindv usher 3300 Newport Beach, CA 92658 -8915 Re: Amendment to Professional Services Agreement Dear ifs. Asher; LiquiVision Technology is requesting to extend the Professional Services Agreement for another nine (9) years, valid until 31 December 2018. New rate sheets are attached. Yours Truty. Brent Budden CEO - William Surber VP PROFESSIONAL SERVICES AGREEMENT WITH LIQUIVISION TECHNOLOGY, INC. FOR ON -CALL DIVING SERVICES TO INSPECT, CLEAN AND REPAIR RESERVOIRS THIS AGREEMENT is made and entered into as of this day of June, 2007, by and between the CITY OF NEWPORT BEACH, a municipal corporation ( "City "), and Liquivision Technology, Inc., an Oregon corporation whose address is 711 Market Street, Klamath Falls, Oregon 97601 ( "Contractor "), and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has a need for on -call Dive Operations in potable water reservoirs for Inspection, Cleaning and Repair of Reservoirs. C. City desires to engage Contractor to perform on -call diving services in reservoirs throughout the City. D. Contractor possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement. E. The principal member of Contractor for purposes of Project, shall be Lisa Betschart. F. City has solicited and received a proposal from Contractor, has reviewed the previous experience and evaluated the expertise of Contractor, and desires to retain Contractor to render professional services under the terms and conditions set forth in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned Parties as follows: The term of this Agreement shall commence on the above written date, and shall terminate on the 31 day of December, 2009, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Contractor shall provide "On -Call" dive operations in potable reservoirs as described in the Statement of Qualifications attached as Exhibit "A." Upon verbal or written request from the Project Administrator, Contractor shall provide a letter proposal for services requested by the City (hereinafter referred to as the "Letter Proposal "). The Letter Proposal shall include the following: (a) A detailed description of the services to be provided; (b) The position of each person to be assigned to perform the services, and the name of the individuals to be assigned, if available; (c) The estimated number of hours and cost to complete the services; (d) The time needed to finish the project. No services shall be provided until the Project Administrator has provided written acceptance of the Letter Proposal. Once authorized to proceed, Contractor shall diligently perform the duties in the approved Letter Proposal. 3. TIME OF PERFORMANCE Time is of the essence in the performance of services under this Agreement and the services shall be performed to completion in a diligent and timely manner. The failure by Contractor to perform the services in a diligent and timely manner may result in termination of this Agreement by City. Notwithstanding the foregoing, Contractor shall not be responsible for delays due to causes beyond Contractor's reasonable control. However, in the case of any such delay in the services to be provided for the Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. 3.1 Contractor shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Contractor's control. 3.2 For all time periods not specifically set forth herein, Contractor shall respond in the most expedient and appropriate manner under the circumstances, by telephone, fax, hand - delivery or mail. 4. COMPENSATION TO CONTRACTOR City shall pay Contractor for the services on a time and expense not -to- exceed basis, in accordance with the provisions of this Section and the Schedule of Billing rates attached hereto as Exhibit "B" and incorporated herein by reference. No rate changes shall be made during the term of this Agreement without the prior written approval of the City. Contractor's compensation for services performed in accordance with this Agreement, including all reimbursable items and subcontractor fees, shall not exceed the fees identified in the Letter Proposal, as approved by the Utilities Department. Any Letter Proposal that sets forth fees in excess of Thirty Thousand Dollars and No Cents ($30,000.00) shall require a separate Professional Service Agreement approved by City Council per Council Policy F -14. 2 4.1 Contractor shall submit monthly invoices to City describing the work performed the preceding month. Contractor's bills shall include the name of the person and /or classification of employee who performed the work, a brief description of the services performed and /or the specific task in the letter proposal to which it relates, the date the services were performed, the number of hours spent on all work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Contractor no later than thirty (30) days after approval of the monthly invoice by City staff. 4.2 City shall reimburse Contractor only for those costs or expenses specifically approved in the Letter Proposal. Unless otherwise approved, such costs shall be limited and include nothing more than the following costs incurred by Contractor: A. The actual costs of subcontractors for performance of any of the services that Contractor agrees to render pursuant to this Agreement and the Letter Proposal, which have been approved in advance by City and awarded in accordance with this Agreement. B. Approved reproduction charges. C. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Contractor in the performance of this Agreement. 4.3 Contractor shall not receive any compensation for Extra Work without the prior written authorization of City. As used herein, "Extra Work" means any work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Letter Proposal and which the parties did not reasonably anticipate would be necessary. Compensation for any authorized Extra Work shall be paid in accordance with the Schedule of Billing Rates set forth in Exhibit B. 5. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Contractor has designated Lisa Betschart to be its Project Manager. Contractor shall not remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. Contractor, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of services upon written request of City. Contractor warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 3 ►,IIkglrlwl 1t1156VI This Agreement will be administered by the Utilities Department. Kent Russell shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES In order to assist Contractor in the execution of its responsibilities under this Agreement, City agrees to, where applicable: A. Provide access to, and upon request of Contractor, one copy of all existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Contractor's work schedule. B. Provide blueprinting and other services through City's reproduction company for bid documents. Contractor will be required to coordinate the required bid documents with City's reproduction company. All other reproduction will be the responsibility of Contractor and as defined above. C. Provide usable life of facilities criteria and information with regards to new facilities or facilities to be rehabilitated. 8. STANDARD OF CARE 8.1 All of the services shall be performed by Contractor or under Contractor's supervision. Contractor represents that it possesses the professional and technical personnel required to perform the services required by this Agreement, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. 8.2 Contractor represents and warrants to City that it has or shall obtain all licenses, permits, qualifications, insurance and approvals of whatsoever nature that are legally required of Contractor to practice its profession. Contractor further represents and warrants to City that Contractor shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any and all licenses, permits, insurance and other approvals that are legally required of Contractor to practice its profession. Contractor shall maintain a City of Newport Beach business license during the term of this Agreement. 8.3 Contractor shall not be responsible for delay, nor shall Contractor be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City C! to furnish timely information or to approve or disapprove Contractor's work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. HOLD HARMLESS To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents and employees (collectively, the "Indemnified Parties ") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to any work performed or services provided under this Agreement (including, without limitation, defects in workmanship or materials and /or design defects [if the design originated with Contractor]) or Contractor's presence or activities conducted on the Project (including the negligent and /or willful acts, errors and /or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, contractors, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Contractor. 10. INDEPENDENT CONTRACTOR It is understood that City retains Contractor on an independent contractor basis and Contractor is not an agent or employee of City. The manner and means of conducting the work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute approval for Contractor or any of Contractor's employees or agents, to be the agents or employees of City. Contractor shall have the responsibility for and control over the means of performing the work, provided that Contractor is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the services. y� 11. COOPERATION Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Contractor on the Project. 12. CITY POLICY Contractor shall discuss and review all matters relating to policy and project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Contractor is responsible for keeping the Project Administrator and /or his /her duly authorized designee informed on a regular basis regarding the status and progress of the work, activities performed and planned, and any meetings that have been scheduled or are desired. 14. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Contractor shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. D. Coverage Requirements. 1. Workers' Compensation Coverage. Contractor shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of 0 the State of California. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by City at least thirty (30) days prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City. 2. General Liability Coverage. Contractor shall maintain commercial general liability insurance in an amount not less than Two Million Dollars ($2,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. 3. Automobile Liability Coverage. Contractor shall maintain automobile insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than One Million Dollars ($1,000,000) combined single limit for each occurrence. 4. Professional Errors and Omissions Insurance. Contractor shall maintain professional errors and omissions insurance, which covers the services to be performed in connection with this Agreement in the minimum amount of One Million Dollars ($1,000,000). D. Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language: The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the Contractor. ii. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Contractor's operations or services provided to City. Any insurance maintained by City, including any self- insured retention City may have, shall be considered excess rA insurance only and not contributory with the insurance provided hereunder. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) days written notice has been received by City. A. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Contractor's performance under this Agreement. B. Additional Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Contractor, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or joint- venture or syndicate or cotenancy, which shall result in changing the control of Contractor. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint- venture. 16. SUBCONTRACTING The parties recognize that a substantial inducement to City for entering into this Agreement is the professional reputation, experience and competence of Contractor. Assignments of any or all rights, duties or obligations of the Contractor under this Agreement will be permitted only with the express written consent of City. Contractor shall not subcontract any portion of the work to be performed under this Agreement without the written authorization of City. 17. OWNERSHIP OF DOCUMENTS Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents "), prepared or caused to be prepared by Contractor, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Contractor or any other party. Contractor shall, at Contractor's expense, provide such Documents to City upon written request. Documents, including drawings and specifications, prepared by Contractor pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed documents for other projects and any use of incomplete documents without specific written authorization from Contractor will be at City's sole risk and without liability to Contractor. Further, any and all liability arising out of changes made to Contractor's deliverables under this Agreement by City or persons other than Contractor is waived against Contractor and City assumes full responsibility for such changes unless City has given Contractor prior notice and has received from Contractor written consent for such changes. 18. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the services in this Agreement, shall be kept confidential unless City authorizes the release of information. 19. OPINION OF COST Any opinion of the construction cost prepared by Contractor represents his judgment as a design professional and is supplied for the general guidance of City. Since Contractor has no control over the cost of labor and material, or over competitive bidding or market conditions, Contractor does not guarantee the accuracy of such opinions as compared to contractor bids or actual cost to City. 20. INTELLECTUAL PROPERTY INDEMNITY The Contractor shall defend and indemnify City, its agents, officers, representatives and employees against liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Contractor's drawings and specifications provided under this Agreement. 21. RECORDS Contractor shall keep records and invoices in connection with the work to be performed under this Agreement. Contractor shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any services, expenditures and disbursements charged to City, for a minimum Q period of three (3) years, or for any longer period required by law, from the date of final payment to Contractor to this Agreement. All such records shall be clearly identifiable. Contractor shall allow a representative of City to examine, audit and make transcripts or copies of such records during regular business hours. Contractor shall allow inspection of all work, data, documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 22. WITHHOLDINGS City may withhold payment of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Contractor shall not discontinue work as a result of such withholding. Contractor shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 23. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Contractor which result in expense to City greater than what would have resulted if there were not errors or omissions in the work accomplished by Contractor, the additional design, construction and /or restoration expense shall be borne by Contractor. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 24. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS City reserves the right to employ other Contractors in connection with the Project. 25. CONFLICTS OF INTEREST The Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 10 26. NOTICES All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: George Murdoch Utilities City of Newport Beach 3300 Newport Boulevard Newport Beach, CA, 92658 -8915 Phone: 949 - 718 -3400 Fax: 949 - 646 -5204 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Lisa Betschart LiquiVision Technology, Inc. 711 Market Street Klamath Falls, OR 97601 Phone: 541 - 883 -6473 Fax: 541 - 883 -1361 27. TERMINATION In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non - defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. Notwithstanding the above provision, City shall have the right, at its sole discretion and without cause, of terminating this Agreement at any time by giving seven (7) calendar days' prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all reports and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 11 28. COMPLIANCE WITH ALL LAWS Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all work prepared by Contractor shall conform to applicable City, county, state and federal laws, regulations and permit requirements and be subject to approval of the Project Administrator and City. 29. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 30. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the Parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 31. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 32. AMENDMENTS This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 33. SEVERABILITY If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 34. CONTROLLING LAW AND VENUE The laws of the State of 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. 12 35. EQUAL OPPORTUNITY EMPLOYMENT Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. 36. INTERPRETATION The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. IN WITNESS WHEREOF, the Parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: B: `mot- `-._ By: c.ti -.mss Aaron C. Harp, Assistant City Attorney for the City of Newport Beach ATTEST: CITY OF NEWPORT BEACH A Municipal Corporation By 46or u och Acting Utilities Director for the City of Newport Beach CONTRACTOR: _ La onne Harkless, By City Clerk (Corporate Officer) Title: V P Print Name: J, 4- By: X:L�x -�,�(Financial Officer) Title: Print Name: -2R EJ-41 F, BL-Ii.-) 97r) Attachments: Exhibit A - Statement of Qualifications Exhibit B - Schedule of Billing Rates 13 Liquivision Technology Page I of 2 Liquivision Technology has a threefold mission of Service, Innovation, and Experience. safety We are continually upgrading our procedures to offer the best solution for the needs of our customers. Whatever the need may be, we either have a solution already, or can invent one for the task at hand. LVT's shop personnel have experience and talent in fabricating new tools or equipment. One example of LVT innovation is a specific tool we invented to address a long neglected element of in-water cleaning: the columns. The column cleaner removes potentially harmful deposits of sediment and biomass with a special vacuum scrubber assembly without creating turbidity. Similarly innovative systems were designed to clean large pipes Clearring hispectiort Repair Why deaii resermrs? (Did aria 1"w-liv Inethods Our frilsslon Bid form Contact http://www.divingservices.com/lvt/mission.htm 05/07/2007 Liquivision Technology .? Page I of 4 The following specifications and purpose for each have been adopted by LVT as standards that are necessary to competently and safely perform dive operations in potable water tanks. Require Divers to use Dedicated Dry-Suits Made of a Material Suitable for Disinfection: ANSI/AVVVVA Standard. Prevents contamination of water. Diver's body does not come in contact with water. The suit must be dedicated to potable water use, because a suit used in contaminated water cannot be adequately disinfected for use in potable water. The only material suitable for disinfection is vulcanized rubber. Neoprene or shell drysuits are too porous for rapid chemical disinfection. Use of Dry Commercial Diving Hard Hat Meets ADC Standard and many state Health Department requirements of using external or surface supplied air. The commercial diving hard hat keeps the Diver's head and neck from having any contact with the water column. It prevents the diver from contaminating the water with saliva or mucous from his sinuses and/or nasal passages. It prevents any contamination of the water from sweat, skin, hair, or associated microorganisms found on the diver's body. Use of surface supplied air without hard hat (helmet) is - unacceptable because saliva and mucous will escape through regulator and mask. Divers using SCUBA generally use a facemask or full-face mask. Changes in pressure and temperature cause excessive production of mucous from sinuses and nasal passages. It flows out of the mask into the water when the air pressure increases inside the mask or the diver exhales through his nose. This occurs with a SCUBA mask, full-face mask, band mask, and EXO or AGA mask. The latter full-face masks are much better clearl;irig Inspection Repair Why, clean reservoirs? Old and rrevt metf-iods Our Mission Bgd forrn, Contact http://www.divingservices.com/lvt/standards.htm 05/07/2007 Liquivision Technology than a SCUBA mask, however, they are still unacceptable. The SCUBA regulator allows direct exhalation of air and saliva into the water. A hard hat prevents these substances from flowing into the water. Beyond contamination issues a hard hat allows the diver to have full-time reliable voice communication. This is possible due to the fact that the diver does not have to hold a regulator mouthpiece between his teeth and his head is in an air pocket. Therefore, the microphone and speakers mounted inside the hard hat are as functional as they would be out of the water. Another advantage of the hard hat is that it allows for mounting of a video camera and lights. This allows the diver to video all work being accomplished. SAM External or Surface Air Supply. ADC and many State Heath Departments Standards. OSHA regulations are specific in requirements for SCUBA that are so limiting that make it impractical to use. SCUBA is unacceptable in potable water dive operations. OSHA requires that surface air supply operations have two back up air sources. One is on site back up and the second is a diver carried reserve. LVT divers have a primary air source and two backup air sources. The primary air source is a gasoline engine driven compressor. If the compressor stops the primary back up automatically transfers air to the diver. Even after the compressor stops the diver has approximately 15 minutes of air left in the system. The first backup air supply is comprised of two high pressure cylinders in the dive support trailer, which hold approximately 8 hours of air. The second emergency air backup is a small cylinder carried on the diver's back called a "bailout bottle". In the unlikely event that the diver finds himself without air he can manually turn on the bail out air supply, which provides enough air to safely exit the reservoir. OSHA regulations require that commercial divers have their air compressor monitored or tested for maximum carbon monoxide levels daily or in the case of air supply cylinders have each batch of cylinders tested when they are filled. LVT exceeds this requirement by constantly monitoring all air supplied to the diver whether by the compressor or the backup high-pressure cylinders. All air passes through the air monitor before reaching the diver and shows carbon monoxide levels as well as oxygen levels. Three Man Dive Team: On October 29, 1996, OSHA issued an interpretation of the rules under which commercial diving Page 2 of 4 http://www.divingservices.com/lvt/standards.htm 05/07/2007 Liquivision Technology operations are required to be conducted. In all instances a minimum three-man dive team is specifically required. If two divers are submerged then a five-man team is required. All dive team members must meet commercial training and experience requirements. Recreational SCUBA certification, alone, is not acceptable. The Association of Diving Contractors offers Commercial Certification that can be obtained by anyone who is qualified. Full-Time Reliable Voice Communication between surface and Diver. This is an OSHA regulation. The system allows for - constant communication between the diver, and all surface personnel. The diver, dive controller in the support vehicle and the dive tender at the reservoir entrance point can communicate with each other at all times. In addition, utility employees can communicate with the diver at any time. It is apparent that full time communication with the diver is an important safety factor. But for purposes of a more efficient inspection, cleaning, and repair program this enables the diver to immediately discuss any observations he makes inside the reservoir. This is important when considering how difficult it is to pinpoint a specific area when inside a large water tank. Because of constant communication with surface personnel and constant video viewing it is easy to locate and identify the observations made by the diver. It also saves a great deal of time and money when the utility staff can tell the diver how to deal with an extraordinary problem while the diver is there and able to perform the task at that moment. Full time voice communication also allows for, and is the only way to have, accurate live voice input on video when recording. Full-Time Live High Resolution Color Video: Allows for constant viewing of diver's work and observations. This has apparent safety considerations, but helps most when evaluating the work accomplished inside the reservoir. It is impossible for the diver to do a haphazard job or cause turbidity in the water column while he is under constant visual scrutiny. If a contractor cleans a reservoir without live video and then goes back and video tapes the interior subsequent to the work, it is impossible to tell whether the entire reservoir is being observed on the tape or how much sediment was stirred up into the water during the cleaning process. Regardless of how good a persons memory is, it is difficult to remember the details of the inside of a reservoir after spending as much as 8 or more hours cleaning it and then returning to video tape the results and later adding voice narration to explain what is on the silent video tape. That is why LVT uses full-time, live video with full-time voice communication that is recorded simultaneously with the visual record. It is also Page 3 of 4 http://www.divingservices.com/lvt/standards.htm 05/07/2007 Liquivision Technology important that the video is high resolution and that it have infinite focus. There have been a number of cases reported whereby unscrupulous diving contractors have not finished a cleaning job and were able to hide the fact with inspection video's that were done with cameras that had a short focal range of 5 feet or less. Standards, Procedures, and Safe Practices Manual: OSHA requirement that this document must be present and available to divers at each dive location. Page 4 of 4 http:// www. divingservices .conl/lvt /standards.htm 05/07/2007 Liquivision Technology - Repair In-water retrofitting and repairs help avoid costly downtime and ensure that the repairs function properly in the environment for which they are designed. LVT dive crews are capable of performing a wide range of underwater repairs. Liquivision uses a two-part underwater epoxy for coating failure. The epoxy chemically bonds to the metal and creates a barrier that is just as strong, or stronger, than the original coating. For leaks or cracks in concrete reservoirs, we utilize an FDA approved dye. Once the leaks are located, they are repaired with the appropriate material for the size of the job. Page I of I Cleaning Inspection Repair Why clean reservoirs? Old and nevi rnethods Our mission M form Contact http://www.divingservices.com/lvt/repair.htm 05/07/2007 Liquivision Technology - Cleaning D I V I N G S E RV I C E S Page I of 2 LVT's divers enter the reservoir while it is in service and fully operational. To prevent contamination, the diver wears a vulcanized rubber dry suit and is decontaminated before entering the reservoir. U33�� underwater In the past, it was virtually impossible to allow a reservoir to remain in-service while the walls were cleaned because of the amount of turbidity created while mn� brushing them. Now, the LiquiVaC'STM hispectiori Repair Why clean reservoirs? oil and aew metheds our, mission Bid form Coritact http://www.divingservices.com/lvt/cleaning.htm 05/07/2007 Liquivision Technology - Cleaning unique design allows it to be used on the walls as well as the floor. With other options, such as column cleaning and pipe cleaning, you can choose to avoid the strain of draining the reservoir and still achieve a thorough cleaning. Page 2 of 2 http: / /www.divingservices .com/lvt /cleaning.htm 05/07/2007 Liquivision Technology and Ranney collectors. With over 20 years of experience, LVT divers have literally inspected thousands of reservoirs. Structures cleaned have ranged in size from 6 thousand gallons to 62 million gallons. Construction types have included steel (welded, riveted, or bolted), concrete, redwood, and earth embankment hypalon lined with floating cover. With this time and experience, Liquivision Technology has developed a system that has no equal. Page 2 of 2 http: / /www.divingservices .com/lvt /mission.htm 05/07/2007 Liquivision Technology - Inspections � I I I I DI V1 NG SERVICES Page 1 of 2 Liquivision Technology utilizes a thorough inspection method that has been developed to detect and document all important issues and problems. Full -time, two -way voice communication with the diver is maintained and is captured on the video record of the inspection. Our specialized equipment enables the customer to monitor and participate in the inspection by giving the diver instructions while he is inside the reservoir. The video monitors are on during the entire cleaning and inspection process. • -• • Remotely Operated Vehicles (ROV) can be an attractive alternative for in- water inspections where there are space or entry restrictions, budget considerations, or limited reservoir access. LVT's ROV was specially designed for tank inspections. ,. I .T �-•. A comprehensive report is prepared with full -color images which describes the conditions of the reservoir components and lists http : / /www.divingservices.com /lvt /inspect.htm 05/07/2007 Liquivision Technology - Inspections .any recommended repairs. r LVT INSPECTION CHECKLIST site Security Reservoir Exterior Exterior Ladder Center Vent Side Vents Telemetry Man. Level Ind. (Ext.) Entry Hatch Overflow (Ext.) ManEntry (Ext.) Interior Ladder Telemetry Sensor Sediment Walls Floor Man Entry (Int.) Support Columns Cathodic Protection Overflow (Int.) Fill (Inlet) Discharge (Outlet) Scour Water Tap Ceiling Man. Level Ind. (Int.) Overall Condition Page 2 of 2 http:// www. divingservices .com /lvt /inspect.htm 05/07/2007 L,iaui iSiOH D I V I N G Office /Mailino Address Western Operations 711 Market Street 835 Market Street Klamath Falls, OR 97601 Klamath Falls, OR 97601 www.divinciservices.com 1 � Kent Russell 06 -14 -07 Newport Beach, City Of Phone: 3300 Newport Blvd FAX / Email: Wk: (949) 718 -3423 Kent P.O. Box 1768 LVT Ref. #: Fx: (949) 723 -3522 George's fax For over 20 years Liquivision Technology has proven itself unsurpassed in the business of cleaning, inspecting and repairing drinking water tanks. State of the art equipment and a staff dedicated to a commitment of excellence assure our place as the leader in the industry. Our patented equipment is the only effective way to remove sediment and biofilm from not only the floors of water reservoirs but the walls as well. We are pleased to provide you the following firm quotation and outline of the conditions of our services. Reservoir Type Dia. Hgt. Maximum Surface Cubic or (Feet) Calculated Area Yards LxW Capacity (S. F.) Sediment (Feet) (Gallons) 1" deep 1. Proposal for commercial diving services consisting of cleaning and inspecting potable water reservoirs. Mobilization / demobilization per occurrence $1,200 Labor rate per hour. This includes standard repair procedures and processes (see #2 below). $450 Minimum charge (6 hours) per day $2,700 Charges for additional inches of sediment over 1 inch will be billed hourly @ $450 $450 Prices guaranteed through 2009 Adjustments, if any. I NA Total Plus sales tax if applicable) 1. Additional sediment charge is a per inch charge (based on cubic yard price to the right) for everything Variable Rates Avg. Sed. 1 Inch over the number inches specified to the right. Sediment is measured and calculated as an average depth. 2. Leak detection /repairs are done on a time and material basis. See hourly rate. Materials vary. Repairs Cubic Yard N are only done with your authorization. $ Per Hour $450 3. Filtration is charged on a per filter bag basis. Each bag is approximately 3' diameter by 75' long and is Filter Bags $400 designed to capture approximately 9 cubic yards of sediment. Dechlorination of the water is a flat charge per Dechlor. $50 reservoir. Using sprinklers to disperse the water is a flat charge per reservoir. Sprinklers $200 4. If the reservoir is not accessible with our truck and trailer and requires us to use portable equipment an Port. Equip. $450 hourly rate shall apply during setup and teardown. Delays are an hourly charge (see #6 on page 2). 1 Delay Hour $450 5. Quotation is valid for 90 days. Upon acceptance work shall be accomplished at mutually acceptable date(s) through 2009 In over 20 years of providing these services we continue to satisfy every customer as if they were our only customer. We are dedicated to accomplishing every job with the utmost professionalism, safety and efficiency. We look forward to working with you. Please sign below and FAX this page back to us with an approximate time frame of when you would like the work done. If you have any questions please give us a call. We look forward to working with you. Sincerely, John Duncan Director of Marketing I find the above and following page of procedures and contingencies acceptable. Accepted by: Date: Signature: Title: 711 Market Street Klamath Falls, OR 97601 one: (541) 883-473 LiQu, IISWN �cMNOLOGY Ph Fax: (541) 883 -1361 Our bids are based on a variety of factors that pertain to the length of time it takes to accomplish our work. The main consideration is the amount of sediment that has to be removed. This of course is mainly influenced by the floor area of the reservoir and the depth of the sediment. The following factors influence the length of time and our ability to accomplish the work. This quote is based and contingent upon the following: (C = Cleaning, Cl = Cleaning and Inspection). 1. That all information provided us is correct, entry hatches are large enough for a diver to enter, and all reservoirs are accessible by four wheel drive pick -up truck pulling a 18' -22' trailer (total CAL 44'). Height and width apprx. 10' x 10'(CI) 2. During cleaning reservoir water levels must be kept at or near full capacity unless instructed prior to proceeding with work. (C) 3. Placement and disposal of effluent removed from the reservoir is done at the direction of the Customer. (C) 4. Quotes for cleaning assume that the sediment is normal material (such as silt, flocculated material, insects, light sand, manganese, rust, etc.) found in potable water reservoirs that is easily removed by our vacuum system. If the sediment is difficult to remove such as large amounts of concrete chips, gravel, rocks, detached coating debris, etc., then our hourly rate shall apply for each hour for removing this material. (C) 5. Unless specified in quote detail we clean all submerged horizontal and angled berm or sloped surfaces. Vertical surfaces such as the walls can be cleaned but must be listed separately in the quote detail or estimated by the divers upon inspection. We do not clean surfaces that are out of the water. (C) 6. If any information provided to us is incorrect or if any problems exist that inhibit our ability to complete the job on a timely schedule, then we will notify you of the problem and reserve the right to add on to the quote based on our estimate of the additional time it will take to complete the work. Charges for time delays are listed on page 1. This paragraph only applies to any problems that are your responsibility. (CI) 7. Laboratory analysis of water, coating, or debris samples is your responsibility unless specified earlier. (CI) 8. If filtration or dechlorination of discharged effluent is required there are additional charges for cost of materials. The additional cost is listed in line #3 of your quote. All inspections are done according to ASNT / NACE / AWS / ACI standards. All of our commercial divers and ROV operators are trained in nondestructive testing and inspection procedures. All disinfection, cleaning and training procedures are in accordance with AW WA standards. Inspection reports include a high resolution color DVD /CD with real time imprint and a time log indicating where each feature or problem area may be found. The DVD /CD is narrated live by the divers and your personnel (in the control trailer). One copy of a computer generated, printed report is also provided with still color images of the fixtures and problem areas along with a schematic diagram of each tank. Our inspection procedure includes the following checklist: • Security Exterior Ladder Floor and Wall Seams Scour/ Drain • Man Entry Installed Sensors Interior Floor and Walls Coating Water Taps • Entry Hatch Chlorine Injection Cathodic Protection Exterior Reservoir • Overflow Sediment Depth Fill (inlet) / Discharge (outlet) Manual Level Indicator • Ceiling Interior Ladder Support Columns Exterior Vents & Screens For the total time we are inside the tank the job is on video and can be viewed by your personnel. We record any portions of the job that you request, or in your absence, we record the areas of interest listed above with particular attention to areas in need of further maintenance. We are prepared to give you an estimate for and accomplish repairs at the time of inspection. Our cleaning procedure is accomplished utilizing our proprietary vacuum cleaner, the "LiquiVacTM" (Patented). The LiquiVacTM pumps an average of 200 gallons per minute. It has a rotating soft bristle brush that scrubs the floor clean and removes all sediment without creating turbidity in your reservoir. This is the only way to ensure that all biofilm is removed from the interior surfaces without getting any of it mixed into the water column. This system also enables us to clean walls. For coating repair in steel tanks we use a two part underwater epoxy. Each rust nodule or area of coating defect is wire brushed to bare metal and epoxy is applied over the area. The epoxy chemically bonds to the steel, displaces water, and remains intact with a greater bond than the original coating. All of our repair, sealing and coating materials meet or exceed NSF 60 & 61 standards. For leaks or cracks in concrete reservoirs we utilize a leak detection and repair procedure. The first stage of repair is to perform a leak detection using a FDA approved dye which is injected around suspected cracks or seams. When the leaks are located they are repaired with the appropriate material. LIQUi iSiON TE- CMNOLOGY Billing /Change Order /Estimate Form Kent Russell Newport Beach, City Of 3300 Newport Blvd P.O. Box 1768 Team Leader: Diver #2: Diver #1: Diver #3: 711 Market Street Klamath Falls, OR 97601 Phone: (541) 883 -6473 Fax: (541) 883 -1361 06 -14 -07 Phone: FAX / Email: Wk: (949) 718 -3423 Kent LVT Ref. #: Fx: (949) 723 -3522 George's fax Reservoir Type Dia. or LxW (Feet) Hgt. (Feet) Maximum Calculated Capacity (Gallons) Cubic Yards Sediment 1" deep Date Work Done 1. Proposal for commercial diving services consisting of cleaning and inspecting potable Mobilization / demobilization per occurrence Labor rate per hour. This includes standard repair procedures and processes (see #2 Minimum charge (6 hours) per day ! Charges for additional inches of sediment over 1 inch will be billed hourly @ $450 Prices guaranteed through 2009 Adjustments, if any. Total *Plus sales tax if applicable' water reservoirs. below). - $1,200 $450 $2,700 $450 - NA - i 1. Additional sediment charge is a per inch charge (based on cubic yard price to the right) for everything over the number inches specified to the right. Sediment is measured and calculated as an average depth. Variable Rates Avg. Sed. 1 Inch 2. Leak detection /repairs are done on a time and material basis. See hourly rate. Materials vary. Repairs are only done with your authorization. Cubic Yard N $ Per Hour $450 3. Filtration is charged on a per filter bag basis. Each bag is approximately 3' diameter by 75' long and is designed to capture approximately 9 cubic yards of sediment. Dechlorination of the water is a flat charge per reservoir. Using sprinklers to disperse the water is a flat charge per reservoir. Filter Bags $400 Dechlor. $50 Sprinklers $200 4. If the reservoir is not accessible with our truck and trailer and requires us to use portable equipment an hourly rate shall apply during setup and teardown. Delays are an hourly charge (see #6 on page 2). Port. Equip. $450 Delay Hour $450 Itemize work: Time or Quantity: Extended: Sales Tax if any: Total Authorization Signature: Estimation of cost for recommendations that LVT can perfor m. Recommendations: Estimated Labor Estimated Material Total Estimate Total