Loading...
HomeMy WebLinkAbout12 - Corona del Mar Fire Station No. 5 and Library ReplacementTO: FROM: Cy19'L9]1 NEWPORT BEACH City Council Staff Report February 27, 2018 Agenda Item No. 12 HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL David A. Webb, Public Works Director - 949-644-3311, dawebb@newportbeachca.gov PREPARED BY: Mark Vukojevic, Deputy Public Works Director/City Engineer, mvukojevic newportbeachca.gov PHONE: 949-644-3319 TITLE: Corona del Mar Fire Station No. 5 and Library Replacement — Award of Contract No. 8136-2 (17F12) ABSTRACT: Staff has received acceptable bids for the Corona del Mar Fire Station No. 5 and Library Replacement project. City Council approval to award the contract to TELACU Construction Management Inc. of Orange, California and approval of the supporting professional consultant service agreements is requested. RECOMMENDATION: a) Find this project exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302 (Replacement or Reconstruction) of the CEQA Guidelines. This exemption covers the replacement or reconstruction of existing structures and facilities where the new structure will be located on the same site as the structures replaced and will have substantially the same purpose and capacity of the structure replaced; b) Approve the project drawings and specifications; c) Award Contract No. 8136-2 to TELACU Construction Management Inc. (TELACU) for the total bid price of $6,724,186.00 and authorize the Mayor and City Clerk to execute the contract; d) Establish a contingency of $540,814.00 (approximately eight percent) to cover the cost of unforeseen work not included in the original contract; e) Approve a Professional Services Agreement with GKK Works Inc. at a not -to -exceed fee of $256,000.00 for construction management, inspection and construction support services, and authorize the Mayor and City Clerk to execute the Agreement; f) Approve Amendment No. 1 to the current Professional Services Agreement with WLC Architects Inc. for a not -to -exceed fee of $162,000.00 for additional design, bidding and 12-1 Corona del Mar Fire Station No. 5 and Library Replacement — Award of Contract No. 8136-2 (17F12) February 27, 2018 Page 2 construction support services; and authorize the Mayor and City Clerk to execute the Agreement; g) Approve a Professional Services Agreement with GMU Geotechnical Inc., for a not -to - exceed fee of $65,000 for construction related geotechnical, material testing and inspection services, and authorize the City Manager to execute the Agreement; and h) Approve Budget Amendment No. 18BA-027 appropriating $897,000.00 from the Facilities Financial Plan unappropriated fund balance to Account No. 53201-980000-15F12 for the Corona del Mar Fire Station No. 5 and Library Replacement project. FUNDING REQUIREMENTS: Upon approval of the proposed budget amendment, sufficient funding is available for the award of these contracts. Project funding will be expensed from the following accounts: Account Description Account Number Amount Fire Station Fund 53201-980000-15F12 $ 7,436,000.00 Fire Station Fund 53201-980000-15F12 $ 897,000.00 Total: $ 8,333,000.00 Proposed project funding uses are as follows: VAnrinr TELACU Construction Mgmt TELACU Construction Mgmt GKK Works, Inc. WLC Architects GMU Geotechnical Various Various Various Various Various Various Various BACKGROUND: Purpose Amount Construction Contract $ 6,724,186 Construction Contingency $ 540,814 Construction Management $ 256,000 Design & Construction Support $ 162,000 Testing/Inspecting/Geotech $ 65,000 Temporary Fire Station $ 300,000 Fire Communication System $ 135,000 Utilities Connections $ 55,000 Temp. Station Comm. System $ 40,000 Specialty Equipment/Service $ 25,000 Incidentals $ 20,000 Pre -construction Services $ 10,000 Total: $ 8,333,000 The Corona Del Mar Fire Station No. 5 and Branch Library were constructed separately more than sixty years ago. Both have exceeded their service lives, requiring frequent repairs and do not meet operational needs. In the 2014 Facility Maintenance Management Program Report, both buildings received low Condition Index ratings and were identified for replacement. Fire Station No. 5 is the only fire station where the crew operates from a permanent single -wide trailer; this facility does not meet current codes. 12-2 Corona del Mar Fire Station No. 5 and Library Replacement — Award of Contract No. 8136-2 (17F12) February 27, 2018 Page 3 The CdM Fire Station/Library replacement design focused on cost and land efficient layout that would provide the most flexibility to meet programming needs. To achieve these objectives, it was decided by the project team that a mixed-use facility with joined building footprint and MEP (mechanical, electrical, plumbing) infrastructures, which would also provide additional on-site public parking and landscaping, was the most desirable configuration. The project team and Public Works staff prepared multiple conceptual designs for considerations and worked with the affected departments, Library Board and the community, including conducting extensive public outreach, seeking comments and suggestions. The general design and layout was ultimately approved by community consensus and the Library Board of Trustees. On November 24, 2015, City Council reviewed and approved the conceptual design. The final contract documents are for a 10,314 SF combined Fire Station/Library building, with the new Library having essentially the same floor space as the existing. The design of the Library and Fire Station was also approved by the Library the Fire Departments. CONSULTANT SERVICES DURING CONSTRUCTION While the routine inspections and management of the construction work will be handled by the Public Works and Building staff inspectors, the Public Works Department recommends the use of a consultant to handle the formal day-to-day construction management (CM) of the CdM Fire Station/Library work. In 2016, four firms specializing in CM services that have completed previous CM work for the City were invited to propose on the CdM Fire Station/Library CM work during the previous 2016 bid. Staff reviewed the two received proposals and selected GKKworks (GKK) as the top team to meet the City's needs based on their experience with Fire Stations and Community Buildings. During the current 2018 bidding of the project, staff received an updated proposal from GKK confirming their firm and services were still the best fit for the project. GKK's scope of work includes pre and post construction services; project coordination; project reporting; correspondence and document control; schedule management; cost and change order management; construction observation and inspection; material testing and inspection coordination and coordination with Building Inspectors. GKK's $256,000 CM proposal approach, which includes a half-time construction manager and support personnel, is cost effective and is reasonable for this project. In addition to approving the construction contract with TELACU and GKK, a contract amendment with the project's design consultant, WLC Architects is also necessary. Additional scope and services were necessary as the project evolved and required many additional items of work. Originally planned as a 2,500 square foot area, the Library area increased to mirror the existing footprint size and became the community focus of the project. In addition, a parcel map not originally envisioned with the project, is required to consolidate the lots prior to the completion of the project. Also, additional efforts were needed during the repackaging and rebidding of the project. The project Architect also plays a vital role to support the construction team during construction. In addition to site visits and inspections, they will attend construction meetings, and provide construction support services in their review and approval of shop drawings, submittals, requests for information/clarification and 12-3 Corona del Mar Fire Station No. 5 and Library Replacement — Award of Contract No. 8136-2 (17F12) February 27, 2018 Page 4 proposal requests. WLC's $162,000 amendment for these additional services including construction support is cost effective and reasonable for this project. Similarly, in 2016, Public Works invited five companies to propose for the special materials testing and special inspections required for both the Station 6 Apparatus Bay project and the CdM Fire Station/Library Work. Staff received and reviewed four proposals and selected GMU Geotechnical, Inc. (GMU) as the top team to meet the City's needs based on their experience and proposal recommendations. During the current 2018 bidding of the project, staff received an updated proposal from GMU confirming their services for the project. GMU's $65,000 testing and inspection proposal is cost effective and reasonable for this project. The identified temporary fire station, relocation needs, specialty equipment, and specialty communications systems are all being administered through separate small contracts and agreements. DISCUSSION: On February 8, 2018, at 2 p.m the City Clerk opened and read the following electronic bids for this project: 1:319717:7 Low TELACU Construction Management 2 Metro Builders & Engineers Group, Ltd. 3 Saifco Construction Company 4 Act 1 Construction, Inc. 5 California Averland Construction, Inc. 6 Woodcliff Corporation 7 Dalke & Sons Construction, Inc. 8 RAL Investment Corp dba Silverstrand Construction 9 Keystone Builders Inc. 10 USS Cal Builders Inc. 11 R.C. Construction Services Inc. 12 R.I.C. Construction Co., Inc. 13 Monet Construction, Inc. 14 Morillo Construction Inc. 15 Horizons Construction Company Int'I Inc. 16 Tobo Construction Inc. TOTAL BID AMOUNT $ 6,724,186.00 $ 6,794,333.00 $ 6,995,000.00 $ 6,999,200.00 $ 7,000,000.00 $ 7,272,000.00 $ 7,282,230.00 $ 7,316,374.00 $ 7,424,000.00 $ 7,638,000.00 $ 7,649,000.00 $ 7,744,525.00 $ 7,763,000.00 $ 7,953,000.00 $ 8,214,000.00 $ 9,937,500.00 The bid amount submitted by TELACU is six percent below the Engineer's Estimate of $7,350,000 and is less than the low bid from December 2016. TELACU possesses a California State General Building "B" Contractors License, as required by the project specifications, and has satisfactorily completed facility projects for other local agencies. Pursuant to the contract specifications, TELACU is allotted 420 Calendar days to complete the work. Liquidated damages in the amount of $2,500.00 per calendar day will be assessed in case of tardy completion. Relocation of the Fire Station into temporary quarters at the Oasis Auxiliary Parking Lot is currently underway. The Branch Library will temporarily close 12-4 Corona del Mar Fire Station No. 5 and Library Replacement — Award of Contract No. 8136-2 (17F12) February 27, 2018 Page 5 in late March or early April for the duration of the project construction. Construction of the new CdM Fire Station/Library complex is expected to begin in April 2018 and take 14 months to complete. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this project exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302 (Replacement or Reconstruction) of the CEQA Guidelines. This exemption covers the replacement or reconstruction of existing structures and facilities where the new structure will be located on the same site as the structure replaced and will have substantially the same purpose and capacity of the structure replaced; NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the Item). ATTACHMENTS: Attachment A — Location Map Attachment B — Budget Amendment Attachment C — Professional Service Agreement with GKK Attachment D — Professional Service Agreement with WLC Attachment E — Professional Service Agreement with GMU 12-5 FIRE STATION NO.5 / LIBRARY REPLACEMENT LOCATION MAP ATTACHMENT A Not To Scale Project Limits CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-8136-2 1 02/27/18 92-6 ATTACHMENT B City of Newport Beach BUDGET AMENDMENT 2017-18 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates X Increase Expenditure Appropriations AND Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues X from unappropriated fund balance EXPLANATION: NO. BA- 18BA-027 AMOUNT: 1 $897,000.00 This budget amendment is requested to provide for the following: To increase expenditure appropriations from the Facilities Financial Planning Fund for the CdM Fire Station No.5/Library Replacement Project. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Object Increase in Budgetary Fund Balance X REVENUE ESTIMATES Decrease in Budgetary Fund Balance Org Object No effect on Budgetary Fund Balance ONE-TIME? B Yes No This budget amendment is requested to provide for the following: To increase expenditure appropriations from the Facilities Financial Planning Fund for the CdM Fire Station No.5/Library Replacement Project. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Object 513 300000 REVENUE ESTIMATES Org Object 53299 691513 EXPENDITURE APPROPRIATIONS Description Facilities Fin Planning Fund - Fund Balance Description Fire Station Fund - Transfer In from FFP Description Org/Object 51399 991532 Facilities Fin Planning -Transfer Out to Fire Sta Org/Object 53201 980000 Fire Station Fund CIP 15F12 -Construct -532 -Unassigned Org/Object Org/Object Signed: tA Signed Signed Amount Debit Credit $897,000.00 $897,000.00 $897,000.00 $897,000.00 ® `� ' Automatic System Entr Financial Approval: Finance Administr�t Approval: City Ma'14aNr City Council Approval: City Clerk Date Date Date 12-7 ATTACHMENT C PROFESSIONAL SERVICES AGREEMENT WITH GKK WORKS FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE CORONA DEL MAR FIRE STATION NO. 5 AND BRANCH LIBRARY REPLACEMENT PROJECT THIS PROFESSIONAL SERVICES AGREEMENT ("Agreement") is made and entered into as of this 27th day of February, 2018 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and GKK WORKS, a California corporation ("Consultant"), whose address is 2355 Main Street, Suite 220, Irvine, California 92614, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City desires to engage Consultant to provide technical and administrative construction management services for the Corona del Mar Fire Station No. 5 and branch library replacement project ("Project"). C. Consultant possesses the skill, experience, ability, background, certification and knowledge to provide the professional services described in this Agreement. D. 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 Effective Date, and shall terminate on June 30, 2021, 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 ("Services" or "Work"). City may elect to delete certain Services within the Scope of Services at its sole discretion. 3. TIME OF PERFORMANCE 3.1 Time is of the essence in the performance of Services under this Agreement and Consultant shall perform the Services in accordance with the schedule included in 12-8 Exhibit A. In the absence of a specific schedule, the Services shall be performed to completion in a diligent and timely manner. The failure by Consultant to strictly adhere to the schedule set forth in Exhibit A, if any, or perform the Services in a diligent and timely manner may result in termination of this Agreement by City. 3.2 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 within two (2) calendar days of the occurrence causing the delay to the other party so that all delays can be addressed. 3.3 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator as defined herein 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. 3.4 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances, by hand -delivery or mail. 4. COMPENSATION TO CONSULTANT 4.1 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. City shall pay to Contractor and Contractor accepts as full payment the sum of Two Hundred Thirty Three Thousand Two Hundred Forty Four Dollars and 001100 ($233,244.00). Additionally, the City has allocated a contingency amount of Twenty Two Thousand Seven Hundred Fifty Six Dollars and 001100 ($22,756.00) for unexpected costs, for a total not to exceed amount of Two Hundred Fifty Six Thousand Dollars and 001100 ($256,000.00). No portion of the contingency shall be expended without prior written approval of City's Project Administrator. 4.2 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) calendar days after approval of the monthly invoice by City staff. 4.3 City shall reimburse Consultant only for those costs or expenses specifically identified in Exhibit B to this Agreement or specifically approved in writing in advance by City. 4.4 Consultant shall not receive any compensation for Extra Work performed without the prior written authorization of City. As used herein, "Extra Work" means any GKK Works Page 2 12-9 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 5.1 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 J. Brandon Dekker 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. 5.2 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. 5.3 If Consultant is performing inspection services for City, the Project Manager and any other assigned staff shall be equipped with a cellular phone to communicate with City staff. The Project Manager's cellular phone number shall be provided to City. 6. ADMINISTRATION This Agreement will be administered by the Public Works Department. City's Public Works Director or designee shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator shall represent City in all matters pertaining to the Services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES To assist Consultant in the execution of its responsibilities under this Agreement, City agrees to 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. 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 and with the ordinary degree of skill and care that would be used by other reasonably competent practitioners of the same discipline under similar circumstances. All Services shall be performed by qualified and experienced personnel who are not employed by City. GKK Works Page 3 12-10 By delivery of completed Work, Consultant certifies that the Work conforms to the requirements of this Agreement, all applicable federal, state and local laws, and legally recognized professional standards. 8.2 Consultant represents and warrants to City that it has, shall obtain, and shall keep in full force and effect during the term hereof, at its sole cost and expense, all licenses, permits, qualifications, insurance and approvals of whatsoever nature that is legally required of 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, acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's Work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. HOLD HARMLESS 9.1 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, attorneys' 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, reckless, 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). 9.2 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 attorneys' 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 Consultant. 10. INDEPENDENT CONTRACTOR 10.1 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 GKK Works Page 4 12-11 limited by statute, rule or regulation and the expressed terms of this Agreement. No civil service status or other right of employment shall accrue to Consultant or its employees. 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 of the Work or to exercise a measure of control over Consultant shall mean only that Consultant shall follow the desires of City with respect to the results of the Services. 10.2 Consultant agrees and acknowledges that no individual performing Services or Work pursuant to this Agreement shall: work full-time for more than six (6) months; work regular part-time service of at least an average of twenty (20) hours per week for one year or longer; work nine hundred sixty (960) hours in any fiscal year; or already be a CalPERS member. 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. iK�:JZ1*1CJV=M_'t Consultant is responsible for keeping the Project Administrator 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 or for other periods as specified in this Agreement, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 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 GKK Works Page 5 12-12 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 co -tenancy, which shall result in changing the control of Consultant. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 16. SUBCONTRACTING The subcontractors authorized by City, if any, to perform Work on this Project are identified in Exhibit A. Consultant shall be fully responsible to City for all acts and omissions of any subcontractor. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and 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 17.1 Each and every report, draft, map, record, plan, document and other writing produced, including but not limited to, websites, blogs, social media accounts and applications (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. Additionally, all material posted in cyberspace 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, including all logins and password information to City upon prior written request. 17.2 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. 17.3 All written documents shall be transmitted to City in formats compatible with Microsoft Office and/or viewable with Adobe Acrobat. GKK Works Page 6 12-13 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 expressly authorizes in writing the release of information. 19. INTELLECTUAL PROPERTY INDEMNITY Consultant shall defend and indemnify City, its agents, officers, representatives and employees against any and all liability, including costs, for infringement or alleged infringement of any United States' letters patent, trademark, or copyright, including costs, contained in Consultant's Documents provided under this Agreement. 20. RECORDS Consultant shall keep records and invoices in connection with the Services 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. 21. 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 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. 22. 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 Section is intended to limit City's rights under the law or any other sections of this Agreement. GKK Works Page 7 12-14 23. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other Consultants in connection with the Project. 24. CONFLICTS OF INTEREST 24.1 Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 24.2 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. 25. NOTICES 25.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Agreement shall be given in writing, 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. 25.2 All notices, demands, requests or approvals from Consultant to City shall be addressed to City at- Attn: Public Works Director Public Works Department City of Newport Beach 100 Civic Center Drive PO Box 1768 Newport Beach, CA 92658 25.3 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attn: J. Brandon Dekker GKK Works 2355 Main Street, Suite 220 Irvine, CA 92614 26. CLAIMS Unless a shorter time is specified elsewhere in this Agreement, before making its final request for payment under this Agreement, Consultant shall submit to City, in writing, all claims for compensation under or arising out of this Agreement. Consultant's GKK Works Page 8 12-15 acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Agreement except those previously made in writing and identified by Consultant in writing as unsettled at the time of its final request for payment. Consultant and City expressly agree that in addition to any claims filing requirements set forth in the Agreement, Consultant shall be required to file any claim Consultant may have against City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 27. TERMINATION 27.1 In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, 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. 27.2 Notwithstanding the above provisions, City shall have the right, at its sole and absolute discretion and without cause, of terminating this Agreement at any time by giving no less than 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. 28. PREVAILING WAGES If any of the Work contemplated under the Agreement is considered a "public work", pursuant to the applicable provisions of the Labor Code of the State of California, including but not limited to Section 1720 et seq., not less than the general prevailing rate of per diem wages including legal holidays and overtime Work for each craft or type of workman shall be paid to all workmen employed on such. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the Work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the Agreement. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. The Contractor is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any subcontractor under him/her to comply with all State of California labor laws, rules and regulations and the parties agree that the City shall not be liable for any violation thereof. GKK Works Page 9 12-16 29. STANDARD PROVISIONS 29.1 Recitals. City and Consultant acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Agreement. 29.2 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. 29.3 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. 29.4 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. 29.5 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. 29.6 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. 29.7 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. 29.8 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. 29.9 Controlling Law and Venue. The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 29.10 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 race, religious creed, color, national origin, GKK Works Page 10 12-17 ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 29.11 No Attorneys' Fees. In the event of any dispute or legal action arising under this Agreement, the prevailing party shall not be entitled to attorneys' fees. 29.12 Counterparts. This Agreement may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. [SIGNATURES ON NEXT PAGE] GKK Works Page 11 12-18 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: ZJr,rl 16 i r r By: Aaron C. Harp �"`"' ''-. LS City Attorney ATTEST: Date: CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Marshall "Duffy' Duffield Mayor CONSULTANT: GKK Works, a California corporation Date: By: Leilani 1. Brown Mike Helton City Clerk Senior Vice President Date: Bv: Sam Porter Chief Financial Officer [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C -- Insurance Requirements GKK Works Page 12 12-19 EXHIBIT A SCOPE OF SERVICES CONSTRUCTION MANAGEMENT SERVICES - CORONA DEL MAR FIRE STATION NO.5 & BRANCH LIBRARY REPLACEMENT PROJECT Construction Manager: Gary Bolin GENERAL Consultant shall provide comprehensive services to ensure that the City's needs are met in delivering a timely, cost effective, and high quality project. The overall scope of work for the project includes the following general tasks and responsibilities: • Provide onsite administration, observation, and management services to coordinate and oversee all activities related to the construction of the project; • Maintain close communications with the Project Administrator; • Review, monitor, and manage the contractor's schedule, quality of work, and costs; • Observe the work and prepare reports ; • Maintain an awareness of safety requirements and enforce applicable contract provisions for the protection of the public and site personnel; • Maintain job records on site and electronically; and • Evaluate cost reduction incentive proposals and provide recommendations for acceptance or denial. PROJECT KICKOFF The initial scope of services shall start prior to construction and entail the following: • Organize and facilitate the pre -construction kickoff meeting with the contractor, City, Consultant, and other relevant parties; • Organize and facilitate the pre -grading meeting with the contractor, grading subcontractor, City inspector, and geotechnical consultant providing the soil inspections and testing; • Review the contractor's baseline construction schedule for approval. Consultant shall thoroughly review and evaluate the schedule to confirm that it is reliable, realistic, and accurate; fits within the allowable working days for the project and has logical critical path sequencing and tasks; • Develop a submittal procurement log; and • Study and review the contract documents. GKK Works Page A-1 12-20 CONSTRUCTION SERVICES The Services during construction shall include the following areas: Project Coordination, Correspondence, and Project Reporting Consultant shall conduct regular project meetings to ensure the contractor, architect, and Consultant are meeting their commitments. Consultant shall: • Serve as the City's point of contact for all correspondence to and from the contractor, architect, City's consultants, and other agencies, including utility companies; • Copy the Project Administrator on RFIs and engage the Project Administrator when City input is appropriate related to RFIs and submittals; • Prepare daily inspection reports and document the work with progress photos; • Conduct weekly construction meetings; prepare and distribute the meeting minutes to all relevant parties; • Arrange and/or attend any other necessary meetings as required; and • Maintain communication with the Project Administrator, providing daily notification of any significant items of concern, bi-weekly status reports, and monthly progress reports that include a schedule update, budget update, and discussion regarding significant issues and concerns. SCHEDULE MANAGEMENT Consultant shall ensure that the contractor has established a realistic and accurate baseline construction schedule and a thorough submittal procurement log to track the submittals and procurement of materials. Once the schedule and submittal log are developed, the following services will be provided to ensure management of the schedule: Continuously observe the progress of work in place and monitor the schedule, identifying items that may be impacting the critical path schedule. Review three week look ahead schedules on a weekly basis at the construction meetings; and Review master schedule updates on a monthly basis to ensure they stay on track in achieving milestones and maintaining the critical path schedule. Consultant shall coordinate with the contractor to encourage proactive measures to avoid delays before they occur, and Consultant shall tightly manage the submittal process to ensure the contractor orders long lead items for in -time delivery to the site. Should items arise that negatively affect the construction schedule, Consultant shall work closely with the contractor to ensure that any detrimental impacts can be reduced or eliminated. Consultant shall assist the Contractor in anticipating and solving scheduling issues as well effectively disputing potential claims for delay by the contractor. Consultant shall closely monitor contractor's schedule, so issues can be dealt with quickly. GKK Works Page A-2 12-21 MANAGEMENT OF SUBMITTALS AND REQUESTS FOR INFORMATION (RFIS) • Prior to the start of construction, Consultant shall prepare a procurement submittal log based on the requirements in the specifications. Consultant shall ask the contractor to prepare a schedule for submission of the submittals in this log so the design review team can plan accordingly, and shall track progress to verify that all items are being submitted and procured in a timely manner. Proactively tracking the procurement submittal log will minimize delays from occurring. • Consultant shall receive, stamp, log, review, and distribute the submittals to and from the architect, contractor, and other parties as needed. Consultant shall carefully review each submittal for compliance and coordination with the contract documents. For any submittal that may warrant input or confirmation from the City, Consultant shall coordinate the distribution to and from the Project Administrator. • Consultant shall receive, process, and monitor RFIs from the contractor and prepare timely responses. • Consultant shall coordinate design related RFIs with the architect and other consultants and proactively assist in recommending solutions in order to expedite resolution. • Consultant shall coordinate with the Contractor to resolve issues in the field. COST CONTROL AND CHANGE ORDER MANAGEMENT Controlling cost during construction is essential to a successful project. Consultant shall develop tracking logs and reporting forms necessary for this Project. Consultant Shall: • Establish a cost control report for tracking and measuring project costs; • Create a change order requests log and provide weekly updates; • Review and recommend acceptance, denial, or revisions to contract change order requests; • Forecast and track potential changes that impact contingencies whether these are desired owner changes or results of unforeseen conditions; and • Review and approve monthly progress payment requests from the Contractor checking for accuracy and comparing it to the actual work in place and materials stored, negotiate adjustments to payment requests, and coordinate processing of payment requests with the Project Administrator. As part of the monthly review of the payment requests, Consultant shall also review as -built drawing updates with the contractor. DOCUMENT CONTROL • Consultant shall assist the City in establishing project procedures and a document control system to manage and store project related information electronically as well as copies at the job site where necessary and desired. • Consultant shall maintain all necessary documentation, record keeping, and reporting documents. GKK Works Page A-3 12.22 • Web -based tools can be utilized to store and process project information and provide real-time access of information to all parties. Submittals and RFls can be uploaded, reviewed, responded, and downloaded by all relevant parties. • Consultant shall coordinate with the contractor to ensure a complete set of current construction documents is maintained at all times, both in the field and electronically, incorporating changes to drawings and RFI responses. This ensures all contractors are working from the most current, correct information and eliminates mistakes and errors. CONSTRUCTION OBSERVATION/ INSPECTION SERVICES • Provide inspection of the work on an ongoing basis to ensure the work adheres to the contract documents. • Identify any issues in the field; provide notification to the contractor, architect, and Project Administrator; and coordinate with contractor to address the issue. • Consultant shall request that the contractor conduct pre -installation conferences with their subcontractors to ensure compliance with the design intent, as well as complete coordination with the assigned inspector. Thorough review of submittals and materials/ equipment delivered to the site will be performed to ensure the contractor is providing specified material and equipment. MATERIALS TESTING AND INSPECTION COORDINATION Consultant shall coordinate with third party consultants and inspection and testing firms. Consultant's efforts shall include: • Coordinating with the materials testing and special inspection firm as well as the geotechnical firm providing soil inspections and testing, ensuring testing and inspections are being provided when needed and that they are being scheduled in an efficient manner to manage the inspection costs; • Ensuring the rough grade report and pad certification are achieved; • Reviewing testing and inspection reports, • Reviewing and approving invoices, if desired by the City; and • Assisting the City with inspection services, if desired by the City, including, preparing RFPs, reviewing proposals, and making final recommendations. POST -CONSTRUCTION SERVICES Consultant shall coordinate and supervise the contractor's obligation to provide as - built documents. Review of as -built updates will be part of the review process of the Contractor's monthly pay request. As part of the closeout, Consultant shall: • Compile the punch list and coordinate with the contractor for completion of the punch list items. Consultant shall incorporate punch list items from the architect and consultants, along with items from the City, to create one comprehensive list; • Coordinate with the contractor and City to ensure the contractor provides proper training of City staff; GKK Works Page A-4 12-23 • Create a closeout log to identify and track receipt of all closeout requirements including: operation and maintenance manuals, warranties, as -built plans and record drawings, attic stock, certifications, tests, and reports, and financial items; • Coordinate with the contractor to ensure completion and receipt of post - construction surveys and tests and AQMD Operating Permit; • Coordinate with contractor and design consultants to deliver and verify as -built plans and final record drawings; • Manage substantial and final completion processes and final payment; and • Consultant recommends conducting a 300 -day walk after completion of the project that identifies any potential issues prior to the end of the 1 -year warranty period. Consultant shall compile a list of any warranty items and distribute that list to the contractor and track completion of the items. GKK Works Page A-5 12-24 EXHIBIT B SCHEDULE OF BILLING RATES HOURLY RATE SCHEDULE FOR CONSTRUCTION MANAGEMENT SERVICES FOR THE CORONA DEL MAR FIRE STATION NO. 5 AND BRANCH LIBRARY REPLACEMENT PROJECT Project Manager Construction Manager Superintendent $165 Estimator Scheduler Senior Project Engineer $125 Assistant Project Manager $115 Project Engineer $105 Document Control Specialist $95 Administrative Intern $50 CeamylJLIVT Page B-1 12-25 EXHIBIT C INSURANCE REQUIREMENTS — PROFESSIONAL SERVICES 1. Provision of 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, policies of insurance of the type and amounts described below and in a form satisfactory to City. Consultant agrees to provide insurance in accordance with requirements set forth here. If Consultant uses existing coverage to comply and that coverage does not meet these requirements, Consultant agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Consultant shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. Consultant shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its City Council, boards and commissions, officers, agents, volunteers and employees. B. General Liability Insurance. Consultant shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate. The policy shall cover liability arising from premises, operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Consultant shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of 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 each accident. GKK Works Page C-1 12-26 D. Professional Liability (Errors & Omissions) Insurance. Consultant shall maintain professional liability insurance that covers the Services to be performed in connection with this Agreement, in the minimum amount of one million dollars ($1,000,000) per claim and two million dollars ($2,000,000) in the aggregate. Any policy inception date, continuity date, or retroactive date must be before the Effective Date of this Agreement and Consultant agrees to maintain continuous coverage through a period no less than three years after completion of the Services required by this Agreement. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against City, its City Council, boards and commissions, officers, agents, volunteers and employees or shall specifically allow Consultant or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Consultant hereby waives its own right of recovery against City, and shall require similar written express waivers from each of its subconsultants. B. Additional Insured Status. All liability policies including general liability, excess liability, pollution liability, and automobile liability, if required, but not including professional liability, shall provide or be endorsed to provide that City, its City Council, boards and commissions, officers, agents, volunteers and employees shall be included as insureds under such policies. C. Primary and Non Contributory. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self-insurance maintained by City. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation (except for nonpayment for which ten (10) calendar days' notice is required) or nonrenewal of coverage for each required coverage. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Consultant shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. Insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. City reserves the right to require complete, certified copies of all required insurance policies, at any time. GKK Works Page C-2 12-27 B. City's Right to Revise Requirements. City reserves the right at any time during the term of the Agreement to change the amounts and types of insurance required by giving Consultant sixty (60) calendar days' advance written notice of such change. If such change results in substantial additional cost to Consultant, City and Consultant may renegotiate Consultant's compensation. C. Enforcement of Agreement Provisions. Consultant acknowledges and agrees that any actual or alleged failure on the part of City to inform Consultant of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. D. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Consultant maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Consultant. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. E. Self-insured Retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self-insured retentions be eliminated, lowered, or replaced by a deductible. Self- insurance will not be considered to comply with these requirements unless approved by City. F. City Remedies for Non -Compliance. If Consultant or any subconsultant fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Agreement, or to suspend Consultant's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Consultant or reimbursed by Consultant upon demand. G. Timely Notice of Claims. Consultant shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Consultant's performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. H. Consultant's 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. GKK Works Page C-3 12.28 ATTACHMENT D AMENDMENT NO. ONE TO PROFESSIONAL SERVICES AGREEMENT WITH WOLF F/LANG/CHRISTOPHER ARCHITECTS, INC. DBA WLC ARCHITECTS, INC. FOR CORONA DEL MAR FIRE STATION NO. 5/LIBRARY REPLACEMENT DESIGN SERVICES THIS AMENDMENT NO. ONE TO PROFESSIONAL SERVICES AGREEMENT ("Amendment No. One") is made and entered into as of this 27th day of February, 2018 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and WOLFF/LANG/CHRISTOPHER ARCHITECTS, INC. DBA WLC ARCHITECTS, INC., a California corporation ("Consultant"), whose address is 8163 Rochester Avenue, Suite 100, Rancho Cucamonga, California 91730, and is made with reference to the following: RECITALS A. On March 10, 2015, City and Consultant entered into a Professional Services Agreement ("Agreement") wherein Consultant agreed to provide professional design services for the Corona Del Mar Fire Station No. 5/1-ibrary Replacement Project ("Project"). B. The parties desire to enter into this Amendment No. One to reflect additional Services not included in the Agreement, to extend the term of the Agreement to June 30, 2021, and to increase the total compensation. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM Section 1 of the Agreement is amended in its entirety and replaced with the following: "The term of this Agreement shall commence on the Effective Date, and shall terminate on June 30, 2021, unless terminated earlier as set forth herein." 2. SERVICES TO BE PERFORMED Exhibit A to the Agreement shall be supplemented to include the Scope of Services, attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work"). Exhibit A to the Agreement, and Exhibit A to this Amendment No. One shall collectively be known as "Exhibit A." The City may elect to delete certain Services within the Scope of Services at its sole discretion. 3. COMPENSATION TO CONSULTANT Exhibit B to the Agreement shall be supplemented to include the Schedule of Billing Rates/Fees, attached hereto as Exhibit B and incorporated herein by reference 12-29 ("Services" or "Work"). Exhibit B to the Agreement, and Exhibit B to this Amendment No. One shall collectively be known as "Exhibit B." Section 4.1 of the Agreement is amended in its entirety and replaced with the following: "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 and subconsultant fees, shall not exceed Six Hundred Fourteen Thousand Seven Hundred Dollars and 00/100 ($614,700.00), 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." The total amended compensation reflects Consultant's additional compensation for additional Services to be performed in accordance with this Amendment No. One, including all reimbursable items and subconsultant fees, in an amount not to exceed One Hundred Sixty Two Thousand Dollars and 00/100 ($162,000.00). 4. INTEGRATED CONTRACT 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. [SIGNATURES ON NEXT PAGE] Wolff/Lang/Christopher Architects, Inc. DBA WLC Architects, Inc. Page 2 12-30 IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY' OFFICE Date: By: Aaron C. Harp 'h" J.•k6.(f City Attorney ATTEST: Date: Leilani i. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: SO Marshall "Duffy" Duffield Mayor CONSULTANT: Wolff/Lang/Christopher Architects, Inc. DBA WLC Architects, Inc., a California corporation Date: By: Kelley Needham Vice President Date: : George Weins Chief Financial Officer [END OF SIGNATURES] Attachments: Exhibit A - Scope of Services Exhibit B - Schedule of Billing Rates/Fees Wolff/Lang/Christopher Architects, Inc. DBA WLC Architects, Inc. Page 3 12-31 EXHIBIT A SCOPE OF SERVICES Additional Construction Administration Support Consultant shall conduct job site meetings at two-week intervals in order to generally review and evaluate the construction schedule, monitor weekly performance, review quality control standards, and provide assistance for any clarification or revision to the contract for construction. Shop drawings and related submittals shall be reviewed and returned to Consultant for appropriate action. The contractor's requests for information, proposal requests, and related communications shall be attended to on a regular basis. Contractor's pay requests shall be reviewed by the Consultant on a monthly basis in accordance with the amount of work completed and in accordance with the contract documents. At every job site meeting, minutes shall be prepared, published and distributed by Consultant to all parties concerned, specifically noting current action items and related responsibilities. Upon completion of the construction phase, Consultant shall organize and conduct a final walk-through and review, and prepare a final punch list for all required corrections and remaining work. The following services shall be furnished: A. Preconstruction Conference A preconstruction conference shall be organized and conducted by Consultant to brief all parties concerned with general and special requirements of the contract for construction. Procedural matters, routing of information and project representatives shall be defined. B. Job Site Meetings Job site meetings at two-week intervals shall be scheduled and conducted by Consultant for the same day and time through the duration of the project. Scheduling, coordination, requests for information, and changes to the contract for construction are routinely monitored. Consultant shall publish and distribute a field report for each job site meeting documenting the progress of construction and specifically noting current and delinquent action items. The following number of meetings are anticipated to be required for each project: Civil (2); Architectural (24); Structural (3); Mechanical (3); Electrical (3); and Landscaping (3). C. Submittal and Shop Drawing Review Consultant shall review all required shop drawings and related submittals as required by the contract documents. D. Project Closeout At the completion of the construction phase, a final job site meeting and review of the entire facility shall be conducted. Consultant shall publish and distribute a final punch Wolff/Lang/Christopher Architects, Inc. DBA WLC Architects, Inc. Page A-1 12-32 list to all parties concerned, specifically noting required corrections, non -conforming work, and work remaining to be completed. A second walk-through shall be conducted when all punch list items have been corrected, at which time a Final Notice of Completion shall be filed by the City. E. Record Documents A set of final record documents will be created from the contractor's as -built drawings. Additional Design and Support Additional design and support services are required due to an increase in the size and focus of the Project not contemplated at the time of the execution of the Agreement. Repeat Bid Phase (Bidding) Consultant shall perform additional work required to re -bid the Project, including repackaging of bid documents (plans, special provisions, supplemental documents) per scope changes and updates, and providing responses to bidder questions via issuance of addenda during bidding phase Mapping/Lot Merger/Parcel Map Additional mapping/lot merger/parcel map services are necessary to complete the draft of a Parcel Map due to a change in Project requirements not contemplated at the time of execution of the Agreement. Wolff/Lang/Christopher Architects, Inc. DBA WLC Architects, Inc. Page A-2 12-33 EXHIBIT B SCHEUDLE OF BILLING RATES/FEES Construction Administration Support Base Fee Adjustment/additional Design Repeat Bid Phase Mapping/Lot Merger/Parcel Map TOTAL Not -to -Exceed for Amendment No. One (NTE): $85,000.00 $38,000.00 $22,000.00 $16,500.00 $162,000.00 Wolff/Lang/Christopher Architects, Inc. DBA WLC Architects, Inc. Page B-1 12-34 ATTACHMENT E PROFESSIONAL SERVICES AGREEMENT WITH GMU GEOTECHNICAL, INC. FOR CORONA DEL MAR FIRE STATION NO. 5 / LIBRARY REPLACEMENT PROJECT GEOTECHNICAL CONSTRUCTION AND SPECIAL INSPECTION SERVICES THIS PROFESSIONAL SERVICES AGREEMENT ("Agreement") is made and entered into as of this 27th day of February, 2018 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and GMU GEOTECHNICAL, INC., a California corporation ("Consultant"), whose address is 23241 Arroyo Vista, Rancho Santa Margarita, California 92688, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City desires to engage Consultant to provide geotechnical construction and special inspection services for the Corona del Mar Fire Station No. 5 and Branch Library Replacement Project ("Project"). C. Consultant possesses the skill, experience, ability, background, certification and knowledge to provide the professional services described in this Agreement. D. 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 Effective Date, and shall terminate on June 30, 2021, 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 ("Services" or "Work"). City may elect to delete certain Services within the Scope of Services at its sole discretion. 3. TIME OF PERFORMANCE 3.1 Time is of the essence in the performance of Services under this Agreement and Consultant shall perform the Services in accordance with the schedule included in 12-35 Exhibit A. In the absence of a specific schedule, the Services shall be performed to completion in a diligent and timely manner. The failure by Consultant to strictly adhere to the schedule set forth in Exhibit A, if any, or perform the Services in a diligent and timely manner may result in termination of this Agreement by City. 3.2 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 within two (2) calendar days of the occurrence causing the delay to the other party so that all delays can be addressed. 3.3 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator as defined herein 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. 3.4 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances, by hand -delivery or mail. 4. COMPENSATION TO CONSULTANT 4.1 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. City shall pay to Consultant and Consultant accepts as full payment the sum of Fifty Nine Thousand Two Hundred Eighty Dollars and 00/100 ($59,280.00). Additionally, the City has allocated a contingency amount of Five Thousand Seven Hundred Twenty Dollars and 00/100 ($5,720.00) for unexpected costs, for a total not to exceed amount of Sixty Five Thousand Dollars and 00/100 ($65,000.00). No portion of the contingency shall be expended without prior written approval of City's Project Administrator. 4.2 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) calendar days after approval of the monthly invoice by City staff. 4.3 City shall reimburse Consultant only for those costs or expenses specifically identified in Exhibit B to this Agreement or specifically approved in writing in advance by City. 4.4 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, GMU Geotechnical, Inc. Page 2 12-36 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 5.1 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 Greg Silver 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. 5.2 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. 5.3 If Consultant is performing inspection services for City, the Project Manager and any other assigned staff shall be equipped with a cellular phone to communicate with City staff. The Project Manager's cellular phone number shall be provided to City. 6. ADMINISTRATION This Agreement will be administered by the Public Works Department. City's Public Works Director or designee shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator shall represent City in all matters pertaining to the Services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES To assist Consultant in the execution of its responsibilities under this Agreement, City agrees to 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. 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 and with the ordinary degree of skill and care that would be used by other reasonably competent practitioners of the same discipline under similar circumstances. All Services shall be performed by qualified and experienced personnel who are not employed by City. By delivery of completed Work, Consultant certifies that the Work conforms to the GMU Geotechnical, Inc. Page 3 12-37 requirements of this Agreement, all applicable federal, state and local laws, and legally recognized professional standards. 8.2 Consultant represents and warrants to City that it has, shall obtain, and shall keep in full force and effect during the term hereof, at its sole cost and expense, all licenses, permits, qualifications, insurance and approvals of whatsoever nature that is legally required of 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, 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. A�.Is]41l:Y-11N `,MM 9.1 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, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), and which relate (directly or indirectly) to the negligence, recklessness, or willful misconduct of the Consultant or its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable, or any or all of them. 9.2 Notwithstanding the foregoing, nothing herein shall be construed to require Consultant to indemnify the Indemnified Parties from any Claim arising from the sole negligence, active negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' 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. No civil service status or other right of employment shall accrue to Consultant or its employees. 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 GMU Geotechnical, Inc. Page 4 12-38 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 of the Work or to exercise a measure of control over Consultant shall mean only that Consultant shall follow the desires of City with respect to the results of the Services. 11. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Consultant on the Project. 12. CITY POLICY Consultant shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Consultant is responsible for keeping the Project Administrator 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 or for other periods as specified in this Agreement, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 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 co -tenancy, which shall result in changing the control of Consultant. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 16. SUBCONTRACTING The subcontractors authorized by City, if any, to perform Work on this Project are identified in Exhibit A. Consultant shall be fully responsible to City for all acts and GMU Geotechnical, Inc. Page 5 12-39 omissions of any subcontractor. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and 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 17.1 Each and every report, draft, map, record, plan, document and other writing produced, including but not limited to, websites, blogs, social media accounts and applications (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. Additionally, all material posted in cyberspace 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, including all logins and password information to City upon prior written request. 17.2 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. 17.3 CADD data delivered to City shall include the professional stamp of the engineer or architect in charge of or responsible for the Work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other Project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All original drawings shall be submitted to City in the version of AutoCAD used by the City in .dwg file format, on a CD, and should comply with the City's digital submission requirements for improvement plans available from the City's Public Works Department. The City will provide Consultant with City title sheets as AutoCAD file(s) in .dwg file format. All written documents shall GMU Geotechnical, Inc. Page 6 12-40 be transmitted to City in formats compatible with Microsoft Office and/or viewable with Adobe Acrobat. 17.4 All improvement and/or construction plans shall be prepared with indelible waterproof ink or electrostatically plotted on standard twenty-four inch (24") by thirty-six inch (36") Mylar with a minimum thickness of three (3) mils. Consultant shall provide to City `As -Built' drawings and a copy of digital Computer Aided Design and Drafting ("CADD") and Tagged Image File Format (.tiff) files of all final sheets within ninety (90) days after finalization of the Project. For more detailed requirements, a copy of the City of Newport Beach Standard Design Requirements is available from the City's Public Works Department. 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 expressly authorizes in writing the release of information. 19. INTELLECTUAL PROPERTY INDEMNITY Consultant shall defend and indemnify City, its agents, officers, representatives and employees against any and all liability, including costs, for infringement or alleged infringement of any United States' letters patent, trademark, or copyright, including costs, contained in Consultant's Documents provided under this Agreement. 20. RECORDS Consultant shall keep records and invoices in connection with the Services 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. 21. 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 designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of return GMU Geotechnical, Inc. Page 7 12-41 that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 22. 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 Section is intended to limit City's rights under the law or any other sections of this Agreement. 23. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other Consultants in connection with the Project. 24. CONFLICTS OF INTEREST 24.1 Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 24.2 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. 25. NOTICES 25.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Agreement shall be given in writing, 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. 25.2 All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Attn: Public Works Director Public Works Department City of Newport Beach 100 Civic Center Drive PO Box 1768 Newport Beach, CA 92658 25.3 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: GMU Geotechnical, Inc. Page 8 12-42 Attn: Greg Silver GMU Geotechnical, Inc. 23241 Arroyo Vista Rancho Santa Margarita, CA 92688 26. CLAIMS Unless a shorter time is specified elsewhere in this Agreement, before making its final request for payment under this Agreement, Consultant shall submit to City, in writing, all claims for compensation under or arising out of this Agreement. Consultant's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Agreement except those previously made in writing and identified by Consultant in writing as unsettled at the time of its final request for payment. Consultant and City expressly agree that in addition to any claims filing requirements set forth in the Agreement, Consultant shall be required to file any claim Consultant may have against City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 27. TERMINATION 27.1 In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, 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. 27.2 Notwithstanding the above provisions, City shall have the right, at its sole and absolute discretion and without cause, of terminating this Agreement at any time by giving no less than 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. 28. PREVAILING WAGES Pursuant to the applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages including legal holidays and overtime Work for each craft or type of workman needed to execute the Work contemplated under the Agreement shall be paid to all workmen employed on the Work to be done according to the Agreement by the Consultant and any subcontractor. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the GMU Geotechnical, Inc. Page 9 12-43 locality in which the Work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the Agreement. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. The Consultant is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per diem wages. It shall be the obligation of the Consultant or any subcontractor under him/her to comply with all State of California labor laws, rules and regulations and the parties agree that the City shall not be liable for any violation thereof. 29. STANDARD PROVISIONS 29.1 Recitals. City and Consultant acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Agreement. 29.2 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. 29.3 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. 29.4 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. 29.5 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. 29.6 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. 29.7 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. 29.8 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. GMU Geotechnical, Inc. Page 10 12-44 29.9 Controllinq Law and Venue. The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 29.10 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 race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 29.11 No Attorneys' Fees. In the event of any dispute or legal action arising under this Agreement, the prevailing party shall not be entitled to attorneys' fees. 29.12 Counterparts. This Agreement may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. [SIGNATURES ON NEXT PAGE] GMU Geotechnical, Inc. Page 11 12-45 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATT RNE �S OFFICE Date: o �S By: Aaron C. Harp kw' 1 �y•�a City Attorney ATTEST: Date: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Marshall "Duffy" Duffield Mayor CONSULTANT: GMU Geotechnical, Inc., a California corporation Date: By: Gregory P. Silver Chief Executive Officer/President Date: By: Michael B Secretary [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements Moscrop GMU Geotechnical, Inc. Page 12 12-46 EXHIBIT A SCOPE OF SERVICES SCOPE OF WORK - GEOTECHNICAL CONSTRUCTION SERVICES 1. Consultant shall provide the services of a Senior Engineering Technician on a full and part-time basis to perform observation and testing during grading and construction of on-site improvement including the following: • Site grading; • Excavations for foundations and footings, • Subgrade preparation for footings, slabs, pavement, and concrete flatwork; • Fill placement; and • Installation of utilities and drainage improvements. 2. Consultant shall perform geotechnical laboratory testing on an as -needed basis during the Project. Laboratory testing will include compaction, sand equivalent, particle size, and the like. 3. Consultant shall provide the services of a Registered Geologist/Engineer to supervise the project (i.e., support field technician, attend Project meetings, review data, prepare Project correspondence, and the like). 4. Consultant shall prepare one typical summary grading letter at the completion of grading for submittal to the City of Newport Beach to release the building areas for construction. 5. Consultant shall prepare one geotechnical report summarizing the results of observation and testing performed during the project as required by the City of Newport Beach at the end of the Project. SCOPE OF WORK - SPECIAL INSPECTION SERVICES 1. Reinforced Concrete — Consultant shall provide the services of a Registered Special Inspector to observe the following: • Rebar placement in footings and slab -on -grade; • Concrete placement (continuous); �ode); Casting of concrete cylinders (per Chapter 17 of the California Building and • Non -shrink grout sampling under column plates. GMU Geotechnical, Inc. Page A-1 12-47 2. Structural Masonry — Consultant shall provide the services of a Registered Special Inspector to observe the following: • Concrete Masonry Unit block placement (periodic); • Grout placement (continuous); and • Taking grout/mortar samples (per Chapter 17 of the California Building Code). 3. Structural Steel Welding — Consultant shall provide the services of a Registered Special Inspector to observe the welding of the roof to column plates. 4. Consultant shall provide the services of a Registered Geologist/Engineer to supervise the project (i.e., support field technician, attend Project meetings, review data, prepare Project correspondence, and the like). 5. Consultant shall prepare one letter containing the results of materials testing for the Project. GMU Geotechnical, Inc. Page A-2 12-48 EXHIBIT B SCHEDULE OF BILLING RATES/COSTS GEOTECHNICAL CONSTRUCTION ESTIMATED COST PER TASK 1. Grading - Senior Engineering Technician 130 hours $14,950.00 2. Laboratory Testing (30 hours) $3,450.00 3. Field Observations, Supervision, Meetings, Preparation of Correspondences - Registered Engineer/Geologist (30 hours) $5,850.00 4. Grading Release Letter $780.00 5. Geotechnical Report at completion of Project $3,130.00 Estimated Total of Geotechnical Construction Costs $28,160.00 SPECIAL INSPECTION COST ESTIMATED COST PER TASK 1. Reinforced Concrete - Senior Special Inspector (72 hours and 36 concrete cylinders) $9,315.00 2. Structural Masonry -Senior Special Inspector 70 hours and 20 samples $8,625.00 3. Structural Steel Welding - Senior Special Inspector (40 hours) $4,600.00 4. Field Observations, Supervision, Meetings, Preparation of Correspondences - Registered Engineer/Geologist (40 hours) $7,800.00 5. Special Inspection Letter $780.00 Estimated Total of Special Inspection Costs $31,120.00 Total Project Cost ($28,160.00 + $31,120.00) $59,280.00 Total Contingency $5,720.00 Total Not to Exceed Amount $65,000.00 GMU Geotechnical, Inc. Page B-1 12-49 EXHIBIT C INSURANCE REQUIREMENTS — PROFESSIONAL SERVICES 1. Provision of 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, policies of insurance of the type and amounts described below and in a form satisfactory to City. Consultant agrees to provide insurance in accordance with requirements set forth here. If Consultant uses existing coverage to comply and that coverage does not meet these requirements, Consultant agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Consultant shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. Consultant shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its City Council, boards and commissions, officers, agents, volunteers and employees. B. General Liability Insurance. Consultant shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate. The policy shall cover liability arising from premises, operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Consultant shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of 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 each accident. GMU Geotechnical, Inc. Page C-1 12-50 D. Professional Liabilitv (Errors & Omissions) Insurance. Consultant shall maintain professional liability insurance that covers the Services to be performed in connection with this Agreement, in the minimum amount of one million dollars ($1,000,000) per claim and two million dollars ($2,000,000) in the aggregate. Any policy inception date, continuity date, or retroactive date must be before the Effective Date of this Agreement and Consultant agrees to maintain continuous coverage through a period no less than three years after completion of the Services required by this Agreement. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against City, its City Council, boards and commissions, officers, agents, volunteers and employees or shall specifically allow Consultant or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Consultant hereby waives its own right of recovery against City, and shall require similar written express waivers from each of its subconsultants. B. Additional Insured Status. All liability policies including general liability, excess liability, pollution liability, and automobile liability, if required, but not including professional liability, shall provide or be endorsed to provide that City, its City Council, boards and commissions, officers, agents, volunteers and employees shall be included as insureds under such policies. C. Primary and Non Contributory. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self-insurance maintained by City. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation (except for nonpayment for which ten (10) calendar days' notice is required) or nonrenewal of coverage for each required coverage. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Consultant shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. Insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. City reserves the right to require complete, certified copies of all required insurance policies, at any time. GMU Geotechnical, Inc. Page C-2 12-51 B. City's Right to Revise Requirements. City reserves the right at any time during the term of the Agreement to change the amounts and types of insurance required by giving Consultant sixty (60) calendar days' advance written notice of such change. If such change results in substantial additional cost to Consultant, City and Consultant may renegotiate Consultant's compensation. C. Enforcement of Agreement Provisions. Consultant acknowledges and agrees that any actual or alleged failure on the part of City to inform Consultant of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. D. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Consultant maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Consultant. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. E. Self-insured Retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self-insured retentions be eliminated, lowered, or replaced by a deductible. Self- insurance will not be considered to comply with these requirements unless approved by City. F. City Remedies for Non -Compliance. If Consultant or any subconsultant fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Agreement, or to suspend Consultant's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Consultant or reimbursed by Consultant upon demand. G. Timely Notice of Claims. Consultant shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Consultant's performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. H. Consultant's Insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own GMU Geotechnical, Inc. Page C-3 12-52 judgment may be necessary for its proper protection and prosecution of the Work. GMU Geotechnical, Inc. Page C-4 12-53