Loading...
HomeMy WebLinkAbout09 - Ocean Piers — Inspection & Design Services - Approval of PSA (17H03)�EWPR CITY OF T - z NEWPORT BEACH <,FoR�P City Council Staff Report September 13, 2016 Agenda Item No. 9 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: David A. Webb, Public Works Director - 949-644-3311, dawebb@newportbeachca.gov PREPARED BY: Iris Lee, Senior Civil Engineer, ilee newportbeachca.gov PHONE: 949-644-3323 TITLE: Ocean Piers — Inspection & Design Services — Approval of Professional Services Agreement with COWI North America, Inc. (17H03) ABSTRACT: The City desires to conduct a biannual below -deck inspection and maintenance of Newport Pier and Balboa Pier. Professional inspection and engineering services are needed to identify deficiencies and prepare corrective construction bid documents. RECOMMENDATION: a) Determine that the action is exempt from the California Environmental Quality Act (CEQA) pursuant to Sections 15060(c)(2) and 15060(c)(3) of the CEQA Guidelines because it will not result in a physical change to the environment, directly or indirectly; and b) Approve a Professional Services Agreement with COWI North America, Inc. (COWI) of Long Beach, California, for the Ocean Piers — Inspection & Design Services project at a not -to -exceed price of $200,000.00, and authorize the Mayor and City Clerk to execute the Agreement. FUNDING REQUIREMENTS: The current adopted budget includes sufficient funding for this service. It will be expensed to the Tidelands Maintenance account in the Public Works Department, 10001-980000-17H03. DISCUSSION: Both Newport Pier and Balboa Pier were constructed over fifty years ago. In order to keep both piers in a satisfactory operating conditon, a biannual (every two years) assessment has been identified as part of the Fiscal Year 2016-2017 Capital 9-1 Ocean Piers — Inspection & Design Services Approval of Professional Services Agreement with COWI North America, Inc. (171-103) September 13, 2016 Page 2 Improvement Program. The project will generally include pier inspections and non- destructive surface testing. COWI will then design a maintenance project based on the inspection findings, which will ultimately lead to a publicly-bidded construction project under a separate contract. On June 28, 2016, staff solicited proposals from fourteen consultants specializing in marine inspection and design via PlanetBid. The staff -based evaluation panel reviewed the three (3) received proposals based on each team's project understanding, experience, qualifications, inspection and design approach, and projected level of effort. The panel determined COWI as the most qualified and responsive for the project. Furthermore, COWI's references indicate satisfactory completion of similar projects within the Southern California coastal region. A summary of the scope of services is provided below: 1. Conduct below -deck inspection of Balboa Pier's full span; 2. Conduct below -deck inspection of Newport Pier in its entirety, with the exception of bents between No. 49 and 53. This segment was recently inspected under a separate contract and will be upgraded under a separate effort; 3. Prepare a comprehensive inspection report noting the pier condition and prioritized list of maintenance and repair recommendations; 4. Prepare full construction documents, including plans, specifications, and estimates; 5. Provide construction support services. Construction inspection will be performed by City staff; and 6. Prepare record drawings. Staff recommends approving a PSA with COWI North America, Inc. to complete the scope of services listed above, which is further described in the consultant's scope of work. Given that specialized equipment and certified divers must be deployed for this project, staffed found the proposed negotiated not -to -exceed engineering services fee of $200,000.00 was found to be consistent with current market rates. With City Council approval, inspection and design will start Fall 2016, with construction anticipated in Spring 2016. 9-2 Ocean Piers — Inspection & Design Services Approval of Professional Services Agreement with COWI North America, Inc. (171-103) September 13, 2016 Page 3 ENVIRONMENTAL REVIEW: Staff recommends the City Council find this action is not subject to the California Environmental Quality Act (CEQA) pursuant to Sections 15060(c)(2) (the activity will not result in a direct or reasonably foreseeable indirect physical change in the environment) and 15060(c)(3) (the activity is not a project as defined in Section 15378) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential for resulting in physical change to the environment, directly or indirectly. 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 — Professional Services Agreement 9-3 Ilk" NEWPORT PIER OCEAN PIERS - ATTACHMENT A I PENINSULA PARK BALBOA PIER � o PROJECT LOCATION PROJECT LOCATION INSPECTION & DESIGN SERVICES LOCATION MAP CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 17H03 09/13/2016 ATTACHMENT B PROFIESSIONAIJ SERVICES AGREEMENT WITH COWI NORTH AMERICA, INC. FOR OCEAN PIERS MAINTENANCE — INSPECTION AND DESIGN SERVICES THIS PROFESSICNAL SERVICES AGREEMENT ("Agreemenil") is made anc entlered irIt as c 1lhisi 12 It day of September, 2C 16 ("Effective DlaIle °), by and betwleer the CITY OR NEWPORT BEACH, a Calildrnia municipal corporation and chaderi citly ("C itly" ), and COWI NORTH AMERICA, INC., a California cc rpc rallion t" Cc nsiultarf' ), whcsei address is 378C Kilroy Airport Way, Suite 200, Ung Beach, California 90806, and is made wlillh reference to the icilowing: RECITAI IS A. Ciily is a municipal ccrporallion duly) crganizied and vialicly exisiling under the laws of the Silalle of California wiilh the pcweri to carry on its busiriessi as ill is naw being ciorducted undertlhe sitlatlutlesi cf the Silalle ci Caliicrnia and ilhe Chariercf Cilly, B. City desires ilo engage Consultanil It prcviide inspecilicn and design services relatec ilo the Ocean Fiers Maintenance Prcject ("'Prcjecil"). C. Consultant pcsisesisesi the skill, experience, abillitly, background, certificallicn and kncwlecge to prcmide the prcfessiiorzl services described in this Agreement. CI. City has solicited and received a proposall ircm Consultartl, has revdiewec 11he previous expleriiencie and evialuailed ilhe Experlise of Ccnsuilllant, and desires to rellain Ccnsiulllant tic render professiiorial services under the tlerims and ccnc illicns set forth in 11hia Agreeme nt. NOW, THEREFORE, itl is mutualllyl agreed by anc betwleen the undersigned parties as follcwsi: 1. TERN The ilerm of ilhis Agreement shall commence or the EfleclliVe [late, and shall termiratle on December 21, 2018, unlessterimirated earlier asisetlforth herein. 2. SERVIIC ESI TO BE PERFORMED Ccnsulllani shall diligenilly pedcrm all the services described iri the Scope of Services attached herellc asi Exhibiil A and incerperalled herein by reilererice ("Services" c "Work"). Cilly may elec11110 celeile certain SErviciesi within the Scope of Serviices at ills scle discrellien. 3. TIME OF PERFORMANCE 3.1 T!'me is of the essence Agreement and Consulilani shall performs iincluded lin Exhibiil A. In the absence in 11he performance of Serv'ces under llhisi the Services in accordance wilt tlhe schedule eil a specific schedule„ ilhe Se rvicies shall be 9-5 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. Consultant's compensation for all Work performed in accordance with this Agreement, including all reimbursable items and subconsultant fees, shall not exceed Two Hundred Thousand Dollars and 001100 ($200,000.00), without prior written authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. 4.2 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, 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. COWI North America, Inc. Page 2 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 Warren L. Stewart 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 Public Works Director or designee shall be th authority to act for City under this Agreement. City in all matters pertaining to the Services to 7. CITY'S RESPONSIBILITIES by the Public Works Department. City's e Project Administrator and shall have the The Project Administrator shall represent be rendered pursuant to this Agreement. 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 CCW1 North America, Inc. Page 3 9-7 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 farce 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, employees and any person or entity owning or otherwise in legal control of the property upon which Consultant performs the Project and/or Services contemplated by this Agreement (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 under this Agreement or in any manner 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 COWI North America, Inc. Page 4 .; 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. 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 COWI North America, Inc. Page 5 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 CARD 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; COW1 North America, Inc. Page 6 9-10 (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 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. OPINION OF COST Any opinion of the construction cast prepared by Consultant represents the Consultant's judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to Consultant or contractor bids or actual cost to City. 19. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the Services in this Agreement, shall be kept confidential unless City expressly authorizes in writing the release of information. 20. 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. 21. 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, COWI North America, Inc. Page 7 9-11 expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Consultant under this Agreement. All such records and invoices shall be clearly identifiable. Consultant shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Consultant shall allow inspection of all Work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Consultant under this Agreement. 22. WITHHOLDINGS City may withhold payment to Consultant of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue Work as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 23. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than what would have resulted if there were not errors or omissions in the Work accomplished by Consultant, the additional design, construction and/or restoration expense shall be borne by Consultant. Nothing in this Section is intended to limit City's rights under the law or any other sections of this Agreement. 24. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other Consultants in connection with the Project. 25. CONFLICTS OF INTEREST 25.1 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. 25.2 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. COWI North America, Inc. Page 8 9-12 26. NOTICES 26.1 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. 26.2 All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Attn: David A. Webb, Public Works Director Public Works Department City of Newport Beach 160 Civic Center Drive PO Box 1768 Newport Beach, CA 92658 26.3 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attn: Warren L. Stewart COWI North America, Inc. 3780 Kilroy Airport Way, Suite 200 Long Beach, CA 90806 27. 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.). 28. TERMINATION 28.1 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 COWI North America, Inc. Page 9 9-13 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. 28.2 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. 29. 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 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. 30.1 Recitals. City and Consultant acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Agreement. 30.2 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. 30.3 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 CQWI North America, Inc. Page 10 breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 30.4 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. 30.5 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. 30.6 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. 30.7 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. 30.8 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. 30.9 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. 30.10 E ual 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. 30.11 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. 30.12 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] COWI North America, Inc. Page 11 9-15 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: By: Aaron C. Harp L -N^^ Oxf-2.o1Vti City Attorney ATTEST: Date: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Diane B. Dixon Mayor CONSULTANT: COW[ North America, Inc., a California corporation Date: Bv: Warren L. Stewart Managing Director [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements COWI North America, Inc. Page 12 9-16 EXHIBIT A SCORE OF SERVICES OCEAN PIERS MAINTENANCE - INSPECTION & DESIGN SERVICES • Ccnductl underwater and above wailer insplectior cit the Newpori and Balboa Piers. • Inspect all e)�iating piles and suppert members cit the Newport Pier to Bent 49. Structural me m be rs blet%4ee n Bents 49110 521 a re excluded. • Inspectl all exisitling pilesi and sLppert members cf the BeIbca Piertic Bertl471, • Arepare a ccrrprehensive replcri that Includes but is not lirrited to: c Inspectlicn overview and meilhcdolcgyl c Summary cf findings and design recommendations, based cn replair needs. c AsSe ssme nt critle ria, c Condiilicn report cf piles, pile caps pile wraps, bracing, stlringers, atia&ing hardware, and anyl nctled attribr,tle(s). c New improvements and repair needs recomrrendatior. c Library cit all images ilaken during 11he inspecilion process. • Professional design engineering services shall, at a minimum, include: c Prepare full plan, specs, and esilimetles for the identified repairs. c Prcvide bid scup port o Prcoide ccnstlructiori siuppert and adrrinistratlicn services o Prepare reccrd drawirgs o Attend and)criecilitate ccordinatlien and prcgress meetings, as necessary, Based on previous experierce, and it crderilo address the wcrk cutlired above, COWI has developed the follcwirg detained wcrk plar, divided intic the majcr tlasksi described below, A discussicr of the aplprcach, key challences, and strategiesi fcr cverccrring these challenges is provided. All work wili be Xerlormed in ccrrpliance with ASCE MOP 130 - Klaterfrori Facilities inspeclicn ardAssessment sand ASCE Underwater Investigations., Standard Practice Manual Nc. 1G 1. COWI Ncrth America, Inc. Page A-1 9-17 TASK 1 — DATA REVIEW AND PROJECT PLANNING PRE -INSPECTION SITE VISIT The project manager and field engineer will perform a site visit to familiarize themselves with the current conditions and any access constraints for the inspection teams as well as for the future repair contractor. COWI will coordinate with City staff on site access, safety, security requirements, emergency and on-site coordination contacts, and any other concerns that may arise. COWI will examine the site to note any remaining obstacles that would impact our inspection and bring such to the attention of the City. DATA GATHERING AND REVIEW COWI will review the existing drawings, previous inspection reports, and any completed repair drawings/ photographs provided, including the recent repairs completed under City project "Ocean Piers Maintenance, C-5539°. COWI will identify any missing information that could be helpful for surveys and analyses. The drawings and reports will be used to develop an electronic database of members for survey and documentation of findings. During the above and underwater inspection, the note takers will record observations from the divers directly into an inspection database pre -populated with the results of the previous inspection findings and repair information. This will assist the divers with locating existing defects quickly and allow them to rapidly determine if the damage has increased in magnitude or extent. Prior to the field activities, the team will have an internal meeting to review the findings of the previous condition assessment reports- and the typical repair details that may be utilized for the repair. By reviewing these repair details in advance, the field inspection engineers will be able to assign most of the repair types while in the field. ENGINEERING INSPECTION PLANNING - UNDERWATER Engineer -divers from COWI will perform the underwater portion of the inspection under the supervision of a California registered professional engineer -diver. The proposed method for the underwater inspection of piles would then consist of the following: 1. Perform a Level I inspection on 100% of the piles: This level of effort includes a visual and tactile evaluation to detect gross defects or breakage. Observed defects will be noted and assigned an anticipated repair type. 2. Perform a Level 11' 2 inspection on approximately 10% of the piles: This level of effort will include cleaning of marine growth in order to detect surface defects that may otherwise be obscured by the marine growth. The existing protective wraps will not be removed. The cleaning will be performed at three elevations; mudline, mid- level, and top of growth. A visual inspection of the exposed portions of the pile will ' As defined in ASCE Underwater Investigations, Standard Practice Manual No. 101. Levet If is a detailed inspection requiring the removal of marine growth. Level 111 consists of testing using non-destructive or limited destructive measures to quantify damage or deterioration of key structural members. Typical sampling and tests could include taking cores for later lab testing and in-situ ultrasonic testing. COW[ North America, Inc. Page A-2 ME be completed. Observed defects will be recorded and an anticipated repair type will be assigned to the pile. 3. Perform Level III inspections for selected piles: A certain number of piles may also be selected for testing, depending upon results of the Level I and Level II inspections. This is considered optional work, and would be priced and authorized separately at time of need. Typically this may require the removal and replacement of the wraps. In order to identify all underwater defects requiring repair, it would be necessary to remove essentially all of the marine growth to observe splits, erosion, damage to wraps, etc. Since the full cleaning and inspection of all elements would be costly to complete, a sampling is used to estimate the total expected number of defects to be repaired. By performing the proposed inspection on a sample, COWI can reasonably determine final repair quantities in a short inspection time and at significantly reduced costs. Cleaning all the elements will not reduce the future construction cost, as the piles will need to be cleaned again prior to repair. If a significant percentage of piles are found to contain damage requiring action following the level 11 inspection, COWL will meet with the City to determine a course of action. Additional level II inspection may be recommended, or additional repair materials orders may be recommended based on the statistical findings. Locations for their application to be determined when the repair contractor is on site. ENGINEERING INSPECTION PLANNING — ABOVE WATER The above water inspection comprises the under -deck (including utilities) and above - deck portions of the structure. COWI will be using a snooper platform for the under -deck inspection that has been specially modified for working under California's ocean piers. This will allow our engineers to get their hands on structural elements, allowing for a much more thorough inspection, and also allow for up -close photographs. Generally speaking, it is not necessary to access every bay in this manner and this proposal assumes that every other bay will be accessed by the snooper, with intermediate bays visually inspected. In the event that a significant defect is observed in the adjacent bay requiring tactile inspection, the snooper can be so positioned. This is a key component of our inspection, but requires that full access to the deck be available. Generally this means that at least 15 feet of clearance along the rail be provided and tight corners will be avoided. Engineers will note, rate, and record visible defects, and assign a proposed method of repair. SAFETY PLANNING While coordinating our activities with the City, COWI will develop and submit work plans for the City's review and approval prior to the commencement of any field investigations. Steps included in the work plan are typically: • A pre-inspection/pre-dive kickoff meeting to be scheduled with the City and personnel with a discussion of known hazards at the site. • Vessel schedule review (if applicable) and an order of operations will be proposed for review and approval. COWI North America, Inc. Page A-3 9-19 • Notifications to the Coast Guard, life guards, police, and others as necessary that diving operations will be conducted at the facility. • Dive Safety Plans in conformance with the US Navy Diving Manual limits. • Emergency procedures, numbers, and routes to medical facilities. • A review of any unusual marine activity expected in the area. • Additional items as necessary as planning proceeds.. Safety planning is for COWL personnel and the general public during our inspection activities only and does not include any other work performed by others, including any maintenance activities or construction contracts that may arise from this contract. TASK 2 - PERFORM REPAIR DESIGN INSPECTION COWI will perform a Repair Design Inspection 32 of the Pier as described above. This type of inspection collects specific information regarding quantities and types of repairs needed. It is more detailed than a Baseline or Routine Inspection as it anticipates that a repair project is imminent and that the information collected can be effectively incorporated into the repair contract documents. The advantage of this type of inspection is that a cost estimate for the project can be more accurately prepared, which is useful in evaluating options for repair. The team leader for the overall field inspection activities will be Mr. Warren Stewart, PE, SE (CA). The above water inspection will be led by Mr. Jim Kearney, P.E. (CA) and assisted by Mr. Gabriel Verdugo, P.E. (CA). The underwater inspection leader will be engineer -diver, Mr. David Jones, P.E. (CA), who will coordinate daily with Mr. Kearney. The above water and underwater teams will be onsite at the same time. Both teams have performed numerous pile -supported timber waterfront structure inspections, have worked together on previous projects, and are very familiar with the common deterioration mechanisms and repairs for marine timber structures. Our engineers and engineer -divers will record the following information: Type of defect (e.g. crack, erosion, or section loss) • Location of defect (e.g. side of pile & elevation; deck soffit or bent sides, located X&Y) Position of the defect on the structural component (e.g, vertical or horizontal) 2 As defined in ASCE Underwater Investigations, Standard Practice Manua! No. 101. COWI North America, Inc. Page A-4 9-20 • Size of the defect (e.g. length, width, and depth) • Photographs of the defects. Where visibility is limited, COWI will utilize a clearwater box with underwater DSLR camera to record general conditions and typical defects. For the above water inspections, COWI will perform a complete visual inspection with tactile inspection as needed and where possible. Photos will be taken to document findings. Interested City personnel are welcome to join COWI's inspection team as COWI concludes the above water inspection for a tour of the structure above and below the deck to gain personal knowledge of the extent and severity of the typical defects COWI identifies. The City shall be immediately notified of any imminently hazardous conditions observed should such be found. PREPARE A DATA REPORT OF ALL DEFECTS COWI will prepare a written report of findings, which will identify the type, size, location, and position of the defects observed, provide photographs of typical conditions and defects, and summarize the total quantities (data report). If requested, the report will be issued to City as a draft for review, questions, comment, and discussion prior to our completion of the Repair Recommendation Report; otherwise it will be included in the final report with recommendations. As previously noted, all the defect information will be included in an electronic database (such as MS Access). The data can then be sorted and queried according to a number of parameters. For example, detailed repair lists can be prepared depending upon the priority of the defects. Numerous lists can thus be easily generated based upon your requests. TASK 3 - COMPREHENSIVE REPORT Upon completion of the inspection and preparation of the defect database, COW will prepare a comprehensive report of our findings and recommendations according to the following: PRIORITIZE NEEDED REPAIRS AND MAINTENANCE COWI will evaluate and prioritize the repairs needed. During the inspection, each defect will be assigned a repair type and given a priority code. Because all of the defects are included in a modern database, reports can be run to identify and group defects according to their severity code. From this list, a repair project can be created to COW1 North America, Inc. Page A-5 9-21 address those that are most severe and then include lower priority repairs according to City budget. REPAIR QUANTITY DETERMINATION COWI engineers and engineer -divers are skilled at preparing repair design documents for rehabilitation. COWL has experience in specifying economical and durable details for repair of timber decks, beams, piles, wrap repair and connections. In addition to evaluating the defect sizes and locations, COWI will field -estimate the likely repair locations, extents, and quantities. All of the above will be inputted into the database for easy sorting and grouping. PREPARE A REPAIR RECOMMENDATION REPORT Upon completion of Prioritize Needed Repairs and Maintenance, COWI will prepare a Repair Recommendations Report that will incorporate all of the findings in the previous tasks and will identify the defects noted in the inspections, the proposed method, quantity, and estimated cost for the repairs, and priority for repair. Previous experience and ASCE's Waterfront Facilities Inspection & Assessment, Standard Practice Manual will be consulted as a guide for methods of repair. This report will also provide CAD sketches for the proposed repair types. Deliverables A comprehensive report to include: (a) inspection overview and methodology; (b) summary of findings and design recommendations, based on repair needs; (c) assessment criteria; (d) condition report of piles, pile caps, pile wraps, bracing, stringers, attaching hardware, and any noted attributes; (e) new improvements and repair needs recommendation; and _(f) electronic library of all images taken during the inspection process. A draft report will be submitted for review and comment by the City. Upon receipt of written comments, COW] will address and incorporate comments as applicable into the report and submit a final report. COWL has assumed 6 hard copies and an electronic file (PDF) will be provided. TASK 4 — PLANS SPECIFICATIONS, AND COSTS ESTIMATES PS&E Upon acceptance of both the inspection and conceptual structural repair reports described above, COWI will prepare contract documents (PS&E) for the repairs desired by the City. COWI is assuming that both piers will be completed at the same time by the same contractor under one contract. Based upon our extensive experience with similar projects, COWI will use commonly accepted repair and improvement details in order to promote the greatest number of bids. These details have been thoroughly proved in previous projects for both ease of use and service life. COWI will make progress submittals of the PS&E's for review and comment at the 60% and 90% levels. Progress submittals will be made in electronic form only (PDF). COWI will discuss written comments when received by the City and incorporate necessary changes into the next submittal. The final submittal will electronic and be full-size hard COWI North America, Inc. Page A-6 9-22 copy signed and sealed by a California registered civil or structural engineer, ready to advertise. Drawings will be prepared using AutoCAD, formatted for 22 x 34 inch sheets, on the City's title block. Specification will be prepared using, in order of preference: (a) City standard sections; (b) Standard Specifications for Public Works Construction ("Green. Book"); (c) standard marine construction specifications, edited for purpose. COWI shall assist the City in preparing the bid documents by editing their standard documents. COWI estimates of probable cost will be prepared using methods typically used by contractors. Estimates will be prepared in accordance with the American Association of Cost Engineering, AACE International by a certified cost engineer. A contingency equal to the expected accuracy of the estimate will be included. As the design progresses, the accuracy of the estimate is expected to improve such that the final estimate has Tittle or no contingency. The estimate will be for construction only at current dollars; soft costs for final design, construction management, inspection, the City's own internal costs, and escalation to the actual year the contract is let, will not be included. For purposes of this proposal COWI has assumed a bid package of approximately $300,000. However, the actual package could vary in size. COWI will negotiate the level of effort, fee, and schedule accordingly once the report has been accepted. Deliverables: Plans, Specifications, and Cost Estimates at 60%, 90% and Final. TASK 5 — DESIGNER'S SERVICES DURING BIDDING AND CONSTRUCTION The following consist of typical tasks provided by the Engineer of Record during bidding and construction. It is assumed that a competent construction manager will be assigned or hired by the City independently of COWI's services. Construction management activities are not included in this proposal. BID SUPPORT During the bidding period, COWI engineers will be available to answer questions submitted in writing to the City. It is anticipated that these will be merely to clarify the bid process. Any addenda that need to be prepared will be done so at this time. Attendance at job walks and pre-bid meetings is not anticipated. if needed, these can be provided at additionai cost based upon the rate schedule in the separate fee estimate accompanying this proposal. CONSTRUCTION SUPPORT AND ADMINISTRATION SERVICES Designer's construction phase services begin with the award of the construction contract. These are typically done on an as -needed basis. The level of effort is highly variable as the schedule of repairs and the capabilities and expertise of the contractor selected is unknown and beyond our control. The costs included in the price proposal are an estimate only. Actual costs will be billed on a time and material basis per the rate COWI North America, Inc. Page A-7 9-23 schedule, not to exceed the amount indicated for this task. COWI will notify the City when 50% and 90% of the costs have been accrued. Based upon the progress of the contractor at that point, COWI may request additional fees be authorized. COWI will have no obligation to continue the services if, due to no fault of our own, the additional fees are not authorized. Typical construction phase services include, as requested: 1. Attend pre -construction conference; 2. Review and approval of shop drawings and other submittals, as required by the contract; 3. Respond to written Requests for Information; 4. Attend and/or facilitate coordination and progress meetings, as necessary; 5. Periodic site visits for general observations (special inspection is not included); 6. Preparation of change orders, if needed; and 7. Other activities as requested and authorized by the City. PREPARE RECORD DRAWINGS COWI will prepare as -built record drawings assuming that the contractor has kept adequate records on-site and has provide same to the City for our use. Note; this is essentially a CAD operation as COWI assumes no responsibility in the accuracy or completeness of the information provided. As -built record drawings will not be sealed and signed. LIMITATIONS AND ASSUMPTIONS This proposal is based upon the following assumptions and limitations. Additional fees or adjustments to this scope of work may be required. See Section 2 for detail of fees adjustments known at this time. 1. Delays beyond COWI's control during inspection will be charged at the standby rates indicated in Section 2. 2. In order to take advantage of light wind and ocean swells in the morning, COWI will start work as soon as daylight permits. Although COWL plans on an 8 hour work day + lunch, circumstances may require additional hours. There will be no additional charge for over -time. Also, circumstances may require that COWI work on Saturdays. This is presented in light of Items 7 and 8 under General Requirements/Assumptions, page 6, in the RFP. 3. Areas under the foot of each pier are fenced off. COWI will inspect these areas as possible if provided access. Some area may be inaccessible due to unforeseen conditions. COWI will attempt a work -around, but the report and inspection data may not include this area. If authorized and with additional fee, COWI will remove and replace these obstructions to gain access. A proposal for this service will be prepared at the time of need. COWI North America, Inc. Page A-8 9-24 4. In order fora ilhe srccperi to have access along the handrail, CON will need to llempora dly re move and replace va rie us benches alo rig the le ng 11h of both piers. CCWI has incicded the ccsilsi itrilhis in cur proposal. This requires the unbollling and reattachment of ilhe bench legs. CON will use prcperi care in handling, buil CCWI cannon be resipensiible Itrdamage due to eAsiting cioriditions 5. The end oil the Balboa pier is occupied by a restaurant building. This end is also frequented by fishermen. COWII expecilsi ilo be in this perlicn oil the pier a pprcximailely ' to 2 daysi. Any obstacles ilo ilhe tree access eilthe handrails and the tuilding envelope will need Io be remcved by others prion ilc our mobiliaailicn it ilhisi area. This world include ilhe 11atlesi, seating, and umbrellas. E. The sreopen requires a 15 foeil wide x 60 foot long area of exclusive access againsit the handrail 110 prcperiy operate and prctecil ilhe public. CCWI will cordon ilhis area off and provide warning signs. This area is moved mullliple ilimes per day along the lengilh of one side of the pier and in some casae on ilhe ether slice as well. CCWI will require thail the public vacaile the area as CON moves. When remcved, benches may be silorieid on cppesiite side of pier in a manneri tc c iscourage tampering ori theft, 71. The City will provide reserved parking passes all no charge ail the abet oil each pier for 5 veHclesi forilhe durallien of ilhe insipecilicn wank. The sncopenwill Ee left on ilhe pier ovemig ht. 8. CON is aware 11hat a pine has teen brc ken near ilhe end of the Balboa Pier all approximately) Beril 40. If 11his pile is replaced beitre ilhe insipecllien, COWI would preile r 11hat ilhe City slave beth pieces cal the existing pile fon CC W I's inspection, CON Norah Ameriica, Inc. Rage A-9 9-25 ORGANIZATIONAL INFORMATION The following organization chart shows the roles and tight -knit relationships of the team COWI has built for this project. Note that two California registered Structural Engineers (SE) are assigned to this project. The expertise and roles for each individual in the organizational chart is provide in the section on key personnel that follows the chart. The same engineers responsible for the inspections will be involved in the repair design. This continuity helps ensure that the repair needs noted in the field are accurately reflected on the drawings. INSPECTION & REPORTING ABOVEAXATER INSPECTION Jin KQsamcy, PE Gabria Verdugo, PE UNDERWATER INVESTIGATION Daaid Jonas, PE kah Acosta Anth.ny Tadeschi CONTRACT DOCUMENTS REPAIR DESIGN Jim Ksarm^y, PE GabrM )e rdugo, PE David ,Faso, PE COST ESTIMATING Tarn Curtis, PE, CEP CONSTRUCTION PHASE SERVICES Gabriel Vcrdugo, PE COWI North America, Inc. Page A-10 EXHIBIT B SCHEDULE OF BILLING RATES OCEAN PIERS MAINTENANCE INSPECTION & DESIGN SERVICES 1. Data Gathering, -Review, 100 Project Initiation 2. Mobilization and 52 Demobilization 3. Inspection & Data Recording 208 4. Report 254 5. PS&Es for Repairs 170 6. Construction Phase Services 1104 TOTALS 1888 Optional Items 17,250 0 9,220 9,040 36,960 31,680 46,220 1,500 29,990 500 17,140 500 $156,7801 $43,220 17,250 18,260 68,640 47,720 30,490 17,640 $200,000 1. Up to 2 days of delays beyond COWI's control during inspection are included in the budget and will be mitigated by reordering the work, after which the daily standby rate of $5,000 will be charged. In the event that it will be cheaper to demobilize and remobilize at a later date in lieu of continuing standby charges, the City will be so notified and upon City's written instructions, COWL will demobilize and reschedule, and the amount of Task 2 will be charged. Any additional work not included in this proposal will be priced according to the Schedule of Charges for this project indicated on the following page. COWI North America, Inc. Page B-1 9-27 Standard Fee Schedule - COWI North America, Inc. PROFESSIONAL. TECHNICAL, AND SUPPORT SERVICES Project Administrator $90.00/hour CAD Operator $110.00/hour CAD Manager $140.00/hour Tech Diver $120.00/hour Engineer I / Specialist I $140.00/hour Engineer II/ Specialist II $170.00/hour Cost Estimator $195.00/hour Senior Engineer $205.00/hour Project Manager $215.00/hour Sr. Project Manager/Sr. Specialist $225.00/hour Principal / Project Director $240.00/hour EQUIPMENT Field Truck $16.00/hour + Mileage $0.65/mile 13' Aluminum Boat $200/day Other Equipment As quoted OUT-OF-POCKET EXPENSES Outside expenses such as: equipment At Cost rental, outside services, printing, copying, travel, and subsistence Subcontractors (as indicated in Cost + 10% proposal or as authorized) COWI North America, Inc. Page B-2 9-28 EXHIBIT C INSURANCE REQUIREMENTS—PROFESSIONAL SERVICES 1. Provision of Insurance. Wiilhcut lirrilling Consultants indemnification of Giilyl, and pricritc ccrrmericemenil of Wcrk, Consultant shall obtain, provide anc maintain all its own expense during the terrr oil this Agreement), policies cil insurance of llhe type and ameunils descriibec below and in a form satisiilacibry to Citly. Corisultanil agrees to provide insurance in accordance with requiremerils set ford here. If Consultant uses exiisiting coverage llo comply) and Illi coverage does not rreeil these requirements, Cenaulllant agrees to arrend, supplement cr eridorse illi existing coverage. 2. Acceptable Insurers. All insurance policies shall be issuec by air insurance company currently auilherizied by the Insurance Commissioner It ilransact business of insurance in the Slialle of California, with an assigned pelicyllelcers' Rating cil A- (ori higher) and Financial Size Category Class VIII (er larger) in accordance will) the lailest edilliien cil Best's Hey Railing Guide, unless etlherwlise approved qty ilhe Ciilyl's Risk Ma nageri. 3. Coverage Rleauiremerills. A. Wcrtlers' Cerroensiatior Insurance. Consultarill shall maiintairi Workers' Compensation Insurance, statuilory limiils, and Brrpleyers Lliabiliily Insurance wiilh limiilsi oil at leant cne million dollars ($' ,000,OCC) each accideritl fora bodily injury by accidenil and each errployee fcri bocily injury by disease in accordance with the laws of ilhe Silaile of California, Secficri 37100 a it the La blc r Ce de. Consultarill shall submit lb Ciily, along with ilhe certificalle cil insurarce, a Wa'iveri of Subrogation enccrsement iri favor of City, its City) Council, boards and cemmisisicris, officers, ageritls, velunileers, employees and aryl perscri or entlilly owning or otherwise iri legal cionilrcl of the property upon which Consultant) perfcrms the Project and r Services contemplated by this Agreemert. This policy shall alsic include an encereement fori Federal Acts including Lcngshcre and HarberWorkersi' Cempensiailion Actl. E. General Lliabiliily Irisurarce. Consultant shall maintain commercial general liabiliily insurance, and iil necessary) umbrella liabiliily insurance, with coverage all leasit as broad as provided by Insurance Servicies Office form CG 00 0' , in an amount riot less llhan orae million dollars ($1,COC,COC) peri occurrence, two mill'en dollars ($2,000,000) general aggregate. illi policy shall cover liabiliily) arising ihem premises, operatl'icns, personal and acvertisingl injury, and liability assumed under an insured contract (including the flirt liability cf ariether assumed lin a business contract). C. Auilorreblile Lliabiliily Insurance. Consultaritl shall maintain auilomebile insurance all least) as broad as Insurance Services Office forrr CA CO 01 covering bodily injury anc properly carnage for all activities of Ccnsulilanil COWI North Amedcia, Ilnc. Page C-1 9-29 arising cut oil cri in connection Wth World filo be performed underi this Agreement, incluc ing coverage for arty owned, hirec, non -owned or rented vehicles, in an amcurll not less than orae million dollars ($1,COC,000) combined siingle limit each accident. D. Plrofessic nal Uiabil iN (Errors & Omissions) Insurance. Consultanll shall maintain professicnal liability insurance that covers ilhe Services to be performec in connection with *is Agreement, in the minimum amount of cne million dollars ($' ,000,OOC) pen claim and twlc million dcllars ($2,OCO,C00) in the agcrecate. Any policy incepllicn date, continuity) date, or retroactive daile mush be before the Effective [late ct tlhis Agreement) and Ccnsiulllant agrees to maintains ccnilinuous ccverage ilhrcugh a period ric less than three years after completion of the Services required by ilhis Agreement. 4. O&eri Insurance Rleguiremenils. The poliiciiesi are to cicrllain, ori be entcrsied to corllain, llhe icllowing provisions-, A. Waiver c1 Subrogation. All insurance coverage maintained cr procurec pursuant to this Agreement shall be eridorsed tc waive subrcgatlicn againsil City, ills Ciily Council, Hoards and commissions, officers, agents, volunteers, errpleyees ant any person cr entity owning or etherwiise in legal ciorillrcl of the properly upon which Ccnsulilant performs the Plro'ect arias Services contemplated by this Agreement or shall sipec'fically allow Consultant cr oilhers providing insurance eviderice in compliance with these requirements ib waive llheiri right of recoVeryl prior to a Iess. Consultanll hereby waives its own right of recovery against City, and shall require similariwriblen express waivers from each of its subcenUlllants. S. Additional InUret Status. AI liabililly policies including General (liability, excess liability, pellutlien liability, and autlemoblile liabiliily, if required, Hull noll incluting prolessienal liability, shall provide ori He endorsed to provide ilhat City, its City Council, beards and commissions, efficersi, agents, volunteers, employeesi and any person ori entilly awning cr otherwise in legal conilroll cl the property upon which Consultanil perfcrims the Project and)cr Services contemplailed by this Acreerrent shall be incluced as insureds underi such policies. C. Primary anc Non ContlribLllorv. All liability coverage shall apply en a primary basis and shall not require corlVlbulllcn tram any insurance cr self- insurance ma'intairied by City. D. Notice of Canciellatien. All policies shall provide Cilly with *irty (30) calendars days' rietlice of ciarcellation (eyiciepll far nonpayment for which filen (10) calendar days' noilice is required) ori nonrenewal e1 coverage fon each required coverage. 5. Addiilicnall Agreemerlls Between the Parties. The parties hereby agree to llhe following: COW II North America, Inc. Page C-2 E A. Evidence cf Insurance. Consultant shall provide certifcalles of insurance llc City as evidence of the insurance ccVerage required hereliri, along willh a waiveriof subrcgallicn endorsemenll fcrwcrkers' ciompensailicn and cllheri endorsements as specified herein fcr each coverage. 11nsiurrancie certificates and a ndc rseme nt m usll be a pprc vied by Ciily's Risk Ma nag a ri prior tc commencement of performance. Cumeriil certificailicn ct insurancie shall be kepil on file with City at all times during the term of this Agreement. City reserves ilhe right It require ccmplelle, certified copies cil all required insurance policies, at any time. B. Ci11y's Flight to Revise Requirements. City reserves the might at any time during the Herm oll Ite Agreemertl to change the amounts and tlypesi ctl insurance required by giving Consultlant sixty (6C] cialendar days adviancie wrilhlen notice of such change. If such change results in substantial addillicnal cost to Consultant, Ciily and Corsultantl may renecctiate Cc nsulta r 11's ccmpensallion. C. Enforcement of Agreement Provisicns. Consultant acknowledges and agrees thall arty actual ori alleged llailure on the part of City to inlbrm Consiultarll of ncn-compliance with any requirement imposes no additional obligations on City noridoes itwaive ary rights hereunder. a. Requirements noll Urniiling. Requirements of specific coverage feailuresi or limiils contained in this Section are noll intended as a limitation on ciovierage, limits ori ctheri requirements, or a waiv% of any coverage nc rmallly provided by any insurance. Specific reie rerice lb a given coverage lleatum is fcri purpcsesi cf clarification only as it pertains to a give issua and is noil intended by any party on insured to be all inclusive, ori ilo the exclusicn of other ccverrage, or a waiver of any type. If the Consultant maintains Hgreri limitsi ilhan the minimums shown above, the City requires aril shall be entitled to cc vie rage for higher lira tills m a inilained by the Consultant Any available irisurarce proceeds in excess of the specified minimum limits of insurance and coverage shall be amaillable 110 the C ity. E. Self-insured Retentions. Any self-irsured retentions musil be declared ilc and a pprc ved by City. City reserves the nighll It require that se If-insc red retenllions be eliminated, (lowered, ori replaced by a deductible. Self- insurance will ncll be cionsidered to comply) with these requiremertls unless a pprcved by City. F. Ci1N Remedies fora Ncri-Compliar:ce. If Ccnsiulllanll or ary subconsulllar l falls to provide and mairllain insurance as required herein, tther City shall have *e right but noll ilhe obligatior, , 1b purchase such nsura ncie, to llerminalle this Agreement, or to suspend Ccnsulllanll's night ib proceed unllil prcperi evidence of insurance is provided. Any amounts paid by Cilly shall, all Cilly's sole opllicn, be deducted ilrcm amounts payable to Ccnsulllantl or reimbursed by Consultanil upon demand. COVYI North America, Inc. Page C-3 9-31 C. llimely Notice cf Claims. Ccntractcr shall 6vie City prompt anc ilimelly notice ci claims made ori suits instituted tlhail arise cut of cr result from Cc ntractc r s performance a nc e r this Cc ntract, anc thall it vic lve or may involve ccverage under any cil the requirec liability polliciesi. City assumes no cblication on liability Cy such noilice, bull has the righil (buil not the dully) to monillcr the handling of any such claim ori claims iif they are likely it involve City. H. Ccnsultarill's Irsurance. Ccnsiulilant shalll alsc procure and mainlla'in, all ills cwn ccst anc expensie, any additional kinds cf insurance, which in As awn judgment may be necessary far its proper protection and prosecutior ctl the We rk. COW North America, Inc. Page CA 9-32