Loading...
HomeMy WebLinkAbout27 - Lido Fire Station No. 2 Replacement — Approval of PSA (C-8269-1)TO: CITY OF NEWPORT BEACH City Council Staff Report November 22, 2016 Agenda Item No. 27 HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department David A. Webb, Public Works Director 949-644-3330, dawebb@newportbeachca.gov PREPARED BY: Fong Tse, Assistant City Engineer 949-644-3321, ftse(@_newportbeachca.gov Mark Vukojevic, Deputy Public Works Director/City Engineer 949-644-3319, mvukojevic newportbeachca.gov TITLE: Lido Fire Station No. 2 Replacement — Approval of Professional Services Agreement with WLC Architects (C-8269-1) ABSTRACT: The existing Lido Fire Station No. 2 is scheduled for replacement based on the Facility Maintenance Master Plan and the Facility Financing Master Plan. The Station has exceeded its intended service life and is in need of replacement. Architectural consultant design services are needed to prepare the construction contract documents to replace this Station at its current 32nd Street location. RECOMMENDATION: a) 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, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment; and b) Approve a Professional Services Agreement (PSA) with WLC Architects of Rancho Cucamonga, CA for the Lido Fire Station No. 2 Replacement Project at a not -to -exceed price of $525,800.00, and authorize the Mayor and City Clerk to execute the Agreement. FUNDING REQUIREMENTS: Sufficient funding for this architectural and engineering design work is available in the current Fiscal Year Budget and will be expensed as follows: Vendor Purpose Account Amount WLC Architects Design Services 53201-980000-15F13 $ 525,800.00 Total: $ 525,800.00 27-1 Lido Fire Station No. 2 Replacement — Approval of Professional Services Agreement with WLC Architects (C-8269-1) November 22, 2016November 22, 2016 Page 2 DISCUSSION: The existing Lido Fire Station No. 2 first entered service in 1952. It received a major rehabilitation in 1980 and a restroom remodel in 2000 to meet ADA (Americans with Disabilities Act) requirements at that time. The Station now requires excessive maintenance and repairs, does not comply with the current building codes, and does not meet today's operational needs for staff or equipment. It was inspected during a review of the Facilities Maintenance Master Plan in 2014 and received a low Condition Index (CI) rating. The existing Station is 9,953 square feet in size with two apparatus bays, and outdoor parking for a paramedic/ambulance unit. The FY 16-17 Capital Improvement Program provides funds to proceed with the design of a replacement station. Being that this project requires specialized expertise, an architectural consultant team is needed. In 2014, staff researched similar facilities that were recently constructed in the Southern California region and invited ten (10) architectural design firms to submit their qualifications (SOQ) for consideration. Of the nine SOQ respondents, five were invited to propose on a Request for Proposals (RFP) for Fire Station 2 and 5. The City review team consisted of staff from the Fire, Library Services, and Public Works Departments. Using a qualification -based selection process, each of the five proposals were evaluated and scored based on the consultant team's experience and qualifications, planning and design approach, design ideas, and projected level of effort. Collectively, the two top- ranked firms were selected for interviews to share with staff their past experiences as well as their approaches and vision for the project. After further discussions, WLC Architects (WLC) was unanimously selected as the most qualified and responsive firm for these projects. WLC also has an impressive track record having completed the design of over 100 fire stations for various agencies throughout California. The Corona del Mar Fire Station 5 (and Library) was the first project of the two to begin. City Council awarded a design contract with WLC in March of 2015. The design is complete and the project is currently out to bid with construction expected to begin in January. WLC continues to meet the City's needs and requirements. Over the last several months, staff has been working with WLC and the Fire Department to develop several concept floor and site plans for Fire Station No. 2 under an existing on-call agreement. This minor work was a cost- saving exercise to extract meaningful preliminary designs from WLC to ensure the Fire Department's needs will be met before additional funds are committed on a final design. These concepts evolve around an 11,500 square foot building that has three full length apparatus bays that will accommodate all of the Station's rolling equipment, dormitory, living quarters, training room, and efficient on-site parking for the crews. The attached concept floor/site plan is the result of multiple planning sessions between WLC, the Fire Department, and the Public Works Department to maximize building efficiency and capacity using the least amount of floor space to fit the highly constrained and minimal site. The Fire Department has reviewed the proposed layout and found it acceptable for its operations. It should be noted, as part of the preparation for this site, staff spent a considerable amount of time researching other sites in the area for a replacement Fire 27-2 Lido Fire Station No. 2 Replacement — Approval of Professional Services Agreement with WLC Architects (C-8269-1) November 22, 2016November 22, 2016 Page 3 Station location. Staff also held informal discussions with property owners. However, other site were either unavailable or beyond the available or foreseeable budgets. Staff accordingly negotiated with WLC on its proposal for the final design work consisting of the customary technical studies, reports, drawings, and specifications; community meetings; and the work necessary to apply for and secure a California Coastal Commission Development Permit (CDP). Upon successful scope of work and fee negotiations, staff feels that the not -to -exceed $525,800.00 fee listed in the attached PSA reflects the current market conditions. The Facility Financing Master Plan has budgeted $8,000,000 for the project which includes design, environmental, permitting, relocation, utilities, construction, furniture and equipment, testing and construction management costs. WLC estimates the construction of the replacement Fire Station will cost approximately $6,500,000, excluding FF+E (Furniture, Fixtures, and Equipment) using current construction prices. Construction cost escalation, coupled with unknown Coastal Commission requirements, and a challenging area to relocate a 10 -person Fire Station crew and equipment are expected to require additional project funding. Staff will finalize these costs and present them as part of the upcoming CIP budget process if additional funds are needed. The design, review, plan check, and CDP is expected to take 18 months. Relocation and construction is expected to begin by late summer 2018. Construction is expected to last 12- 14 months and will require close coordination with the adjacent Hotel site. 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, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. The overall project consists of the replacement of an existing fire station on the same site with a combined structure with same purpose and substantially the same capacity as the current facility. The existing structures are not considered historic resources and the fully developed site does not provide any biological habitat. 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 Attachment C — Fire Station Conceptual Layout 27-3 ATTACHMENT A O z -o 0 Z- D r- O p O 0 O LIDO FIRE STATION NO.2 - VIA MALAGA 32ND STREET LEGEND ®PROJECT \ LOCATION N.T.S. LIDO FIRE STATION NO. 2 CITY OF NEWPORT BEACH REPLACEMENT PROJECT PUBLIC WORKS DEPARTMENT LOCATION MAP C-8269-1 11/22/16 27-4 ATTACHMENT B PROFESSIONAL SERVICES AGREEMENT WITH WOLFF/LANG/CHRISTOPHER ARCHITECTS, INC. DBA WLC ARCHITECTS, INC. FOR FIRE STATION NO. 2 ARCHITECTURAL/ENGINEERING SERVICES THIS PROFESSIONAL SERVICES AGREEMENT ("Agreement") is made and entered into as of this 22nd day of November, 2016 ("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. 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 architectural and engineering design services to prepare contract documents for Fire Station No. 2, located at 475 32nd Street ("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 December 31, 2019, 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. 27-5 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 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. Consultant's compensation for all Work performed in accordance with this Agreement, including all reimbursable items and subconsultant fees, shall riot exceed Five Hundred Twenty Five Thousand Eight Hundred Dollars and 00x100 ($525,800.00), 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. Wolff/Lang/Christopher Architects, Inc. DBA WLC Architects, Inc. Page 2 27-6 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. 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 ail reasonable times during the Agreement term. Consultant has designated Kelley Needham 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. C. 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 WolfflLang/Christopher Architects, Inc. DBA WLC Architects, Inc. Page 3 27-7 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 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. �so La aall 9VA0.4khiK*'y 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, casts and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every king 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 thein. 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 Wolff/Lang/Christopher Architects, Inc, DBA WLC Architects, Inc. Page 4 27-8 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 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 Wolff/Lang/Christopher Architects, Inc, DBA WLC Architects, Inc. Page 5 27-9 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 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 Wolff/Lang/Christopher Architects, Inc. DBA WLC Architects, Inc. Page 6 27-10 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 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 cost 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. 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 Wolff/Lang/Christopher Architects, Inc. DBA WLC Architects, Inc. Page 7 27-11 records with respect to the costs incurred under this Agreement and any Services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Consultant under this Agreement. All such records and invoices shall be clearly identifiable. Consultant shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Consultant shall allow inspection of all Work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Consultant under this Agreement. City may withhold payment to Consultant of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue Work as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or 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 emissions 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 197 (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. Wolff/I-ang/Christopher Architects, Inc. DBA WLC Architects, Inc. Page 8 27-12 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 100 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: Kelley Needham Wolff/Lang/Christopher Architects, Inc. DBA WLC Architects, Inc. 8163 Rochester Avenue, Suite 100 Rancho Cucamonga, CA 91730 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 Wolff/Lang/Christopher Architects, Inc. DBA WLC Architects, Inc. Page 9 27-13 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. 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 of 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 Cade (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. STANDARD PROVISIONS 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 ail 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 Wolff/Lang/Christopher Architects, Inc. DBA WLC Architects, Inc. Page 10 27-14 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 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. 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] Wolff/Lang/Christopher Architects, Inc. DBA WLC Architects, Inc. Page 11 27-15 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATT RNEY'S OFFICE Date: B y..(- Aaron C. Harp City Attorney ATTEST: Date: By: Leilani I. Brown City Clerk LAA ut 1,-V IV CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Diane B. Dixon Mayor CONSULTANT: WolfflLang/Christopher Architects, Inc. DBA WLC Architects, Inc., a California corporation Date: By: Kelley Needham Vice President Date: By: George Weins Principal Chief Financial Officer [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements WolfflLang/Christopher Architects, Inc. DBA WLC Architects, Inc, Page 12 27-16 EXHIBIT A SCOPE OF SERVICES Fire Station No. 2 Architectural/Engineering Design Services WLC Architects, Inc. The following is a list of the basic activities and services anticipated for your new project. The scope has been divided into four of the five phases typically associated with architectural services: A. Schematic Design Phase The first and perhaps most important task during the Schematic Design Phase will be to establish and determine the best approach to the design of the primary systems in the project. The architectural program shall be developed. Alternative configurations shall be quickly explored in order to evaluate the best opportunities. A design concept shall be formulated in order to provide a sound basis for subsequent planning and design decisions to occur. The design concept shall be utilized to evaluate advantages and disadvantages of each potential alternative. Site and programmatic factors, aesthetic quality, cost, and other key factors related to the project shall be utilized in order to form the basis of an evaluation. Through a variety of informal meetings with the project committee, a schematic design concept shall be established. During the Schematic Design Phase for your project, the following tasks and deliverables been identified: 1. Master Site Plan A master site plan shall be prepared in order to describe all major site components and to illustrate the overall site planning concept for the project. All structures, parking areas, and circulation components shall be identified. Areas of future expansion and/or future phasing shall also be defined. 2. Preliminary Landscape Plan A preliminary landscape plan shall be prepared in order to illustrate proposed planting, landscaping techniques, and design concepts. Drought resistant, low maintenance and xeriscape techniques shall be defined. A preliminary plant palette, identifying major tree and shrub species, shall be included. 3. Preliminary Floor Plans A preliminary floor plan of each level for every structure proposed shall be prepared. Wolff/Lang/Christopher Architects, Inc. DBA WLC Architects, Inc. Page A-1 27-17 4. Exterior Elevations Exterior elevations shall be prepared to illustrate all major views of the project. Elevations shall be drawn to depict scale, character, architectural vocabulary, and shall be delineated to communicate the aesthetic qualities of the project. 5. Schematic Design Opinion of Cost A preliminary opinion of construction costs shall be prepared and included with the summary report. 6. Hazardous Material Survey A survey of each existing facility will be conducted in order to determine the presence of asbestos, lead, and miscellaneous toxic materials. 7. Topographical Survey A complete Topographical and Boundary Survey shall be furnished by the Design Team. The size, area, and overall configuration of the site area shall be accurately defined noting all existing conditions, improvements, utilities, and adjacent relationships. 8. Geotechnical Investigation A Geotechnical Investigation shall be furnished by the design team. The soils report shall be reviewed in order to determine existing soils conditions, soils characteristics, water table relationship to known seismic faults, and overall soils suitability for the proposed project. Specific recommendations shall be made for soils preparation related to the construction of footings, foundations, slabs, and various pavement sections. 9. Environmental Planning The Design Team will prepare all reports and documents pursuant to the requirements of the California Environmental Quality Act (CEQA) and EMWD's adopted CEQA procedures. 10. Project Schedule A comprehensive project schedule shall be prepared. The project schedule shall include anticipated time frames for each phase of the project as well as any other milestones required by the City. 1. Design Development Phase After completion of the Schematic Design Phase, the design of the project shall be advanced into more detailed refinement by initiating the Design Development Phase. Our Design Team shall prepare design development documents consisting of drawings, Wolff/Lang/Christopher Architects, Inc. DBA WLC Architects, Inc. Page A-2 27-18 outline specifications, design calculations, material/equipment submittals, fixture cuts, and a design development opinion of estimated construction cost. Architectural, structural, electrical, and mechanical systems shall be further detailed and analyzed. Preliminary drawings shall be prepared for each of these systems and options which may exist shall be evaluated. During the Design Development Phase, requirements for cabinets, casework, hardware, and related specialties shall be determined. A preliminary furniture plan shall be prepared indicating usage and furniture layout of every work station, office, and support space. Final selection of materials, textures, and colors shall occur. The Design Development Phase is essentially the time when preliminary design proposals are refined to a level of detail and developed to a state such that final construction documents can be initiated. The Design Development Phase is the time when all final decisions pertaining to the proposed project are evaluated and finalized. During the Design Development Phase, the following tasks and deliverables have been identified: 1. Design Development Plans Design development drawings shall be prepared in order to fix and describe the size and character of the entire project including architectural, structural, mechanical, and electrical design features. 2. Outline Specifications Outline specifications shall be prepared in order to identify and define the materials and system components selected for the project. Outline specifications shall be prepared in summary outline form based on CSI format. 3. Basis of Design A technical manual shall be assembled to organize product literature and data for all materials, equipment, and fixtures selected for the project. 4. Building Code Analysis Drawings, diagrams, and calculations shall be prepared based upon all applicable building codes having jurisdiction over the project. A preliminary occupancy and exiting plan shall be prepared to identify the type of construction, type of occupancy, required fire rating/separation, and location/number of exits required. 5. Design Development Opinion of Cost An opinion of construction cost shall be prepared to reflect the scope and anticipated construction costs as reflected by the design development documents. Wolff/Lang/Christopher Architects, Inc. DBA WLC Architects, Inc. Page A-3 27-19 6. Project Schedule An updated project schedule shall be prepared and submitted. C. Construction Document Phase The final Construction Document Phase of the project generally consists of the preparation of the construction documents to include final drawings, specifications, calculations, and final cost estimates. Our proposal includes complete and comprehensive architectural and engineering services required to execute the entire project. Specifically, we have included the following disciplines: L Architectural ii. Civil Engineering iii. Structural Engineering iv. Mechanical Engineering V. Electrical Engineering Vi. Landscape Architecture During this phase, the Contract Documents are prepared setting forth in detail the requirements for the construction of the project. General conditions, instructions to bidders, and all special requirements are defined, and when combined with the various trade specifications, a complete project manual is produced. During the Construction Document Phase final cost studies shall be prepared. A detailed opinion of construction cost shall be prepared at the point where final plans and specifications are approximately 50% complete. Once construction documents have almost been completed, a revised opinion of cost shall be prepared at the level of approximately 90% completion. Allowable construction costs will be consistently monitored during the entire process in order to minimize the possibility of requiring major refinement or modification due to budgetary limits. The following tasks are specifically proposed for the project: 1. Construction Drawings Final construction drawings shall be prepared in order to describe and identify the spaces, sizes, volume, and location in detail for the construction of the project. 2. Project Manual A project manual shall be prepared to include all instructions to bidders, bidding forms, general conditions, supplementary special conditions, and the construction trade sections for the project. The project manual provides detailed technical information pertaining to the administration of the contract for construction, materials and equipment to be furnished, acceptable manufacturers, and the requirements for executing the work. Wolff/Lang/Christopher Architects, Inc. DBA WLC Architects, Inc. Page A-4 27-20 3. Water Quality Management Plan Prepare Water Quality Management Plan (WQMP) report and plans addressing how to treat the post -construction stormwater runoff per City and County standard requirements. 4. Storm Water Pollution Prevention Plan Prepare a Storm Water Pollution Prevention Plan (SWPPP) and electronically file a Notice of Intent (NOI) with the SWRCB SMARTS website in order to obtain a WDID number. 5. Final Design Calculations Final design calculations shall be prepared and submitted with the final plans and specifications for review and approval by governing agencies having jurisdiction over the project. Structural calculations, hydrology/drainage calculations, and mechanical/electrical (Title 24 Energy Compliance) shall be completed during this phase. 6. Opinion of Cost A detailed opinion of construction costs shall be prepared at the point where plans and specifications are approximately 50% complete. A second cost opinion shall be prepared at the 90% completion point in order to address any refinement or modification occurring during the preparation of the construction documents. The cost opinion shall be prepared utilizing specific area and quantity take -offs applied to labor and material cost, and shall include allowance for general conditions, Contractor's profit and overhead, and contingencies. 7. Final Plan Check All final plans, specifications, and supporting calculations shall be submitted to appropriate agencies having jurisdiction over the project. The final construction documents shall be revised and amended in order to reflect any plan check requirements, and at this time, construction documents will be ready for competitive bidding. 8. Temporary Fire Station We will prepare a site plan and utility coordination drawing for the temporary Fire Station required during construction. D. Bidding Phase During the Bidding Phase, the Architect shall provide administrative support services to assist the City in obtaining competitive bids for the proposed project. Notices Inviting Bids shall be distributed to local construction plan rooms. The Architect shall respond to Wolff/Lang/Christopher Architects, Inc. DBA WLC Architects, Inc. Page A-5 27-21 any questions, clarifications, or conflicts which may arise in the form of written addenda to the contract documents. At this time, requests for substitutions may be considered if allowed by the contract documents. The Architect shall assist the City with an evaluation of the bids received and make a recommendation for award of the contract for construction. The following services for the Bidding Phase of the project are proposed: 1. Bidding Procedures and Administration The Architect shall assist the City with the Bidding Phase of the project. Questions, clarifications, or conflicts arising out of the bidding process will be resolved by addenda prepared by the Architect. Addenda to the contract for construction shall be prepared in writing to document any clarification or modification made to the contract documents. 2. Evaluation of Bid Proposals Upon receipt of all bid proposals, a review and evaluation shall be conducted by the Architect. The completeness of each bid proposal shall be evaluated whenever consideration exists to award to the proposing contracting entity. The completeness of the bid proposal, proposed subcontractors, affidavit of signature and other special bid proposal requirements shall be reviewed by both the City and the Architect. 3. Notice to Award Construction Contract Upon the completed review of appropriate bid proposals, the Architect shall provide a recommendation for consideration regarding the potential award of the contract for construction. Wolff/Lang/Christopher Architects, Inc. DBA WLC Architects, Inc. Page A-6 27-22 EXHIBIT B SCHEDULE OF BILLING RATES Fire Station No. 2 Architectural/Engineering Design Services WLC Architects, Inc. A. Fee Fee will be a fixed lump sum and includes the following disciplines: • Civil Engineering • Architectural Design • Structural Engineering • Mechanical Engineering • Electrical Engineering • Landscape Architecture • Geotechnical Engineering • Environmental Engineering Fee includes all on-site improvements, circulation areas, parking areas, and landscaping. For the purposes of establishing a fee, Consultant has assumed a station of approximately 10,500 square feet with a preliminary on-site construction budget of $6,300,000.00. A breakdown of our proposed fee is as follows: Phase of Service Fee Schematic Design $ 80,325.00 Hazardous Material Assessment 2,250.00 Geotechnical Investigation 13,000.00 Topographical and Boundary Survey 10,000.00 Environmental Services 48,150.00 Design Development 53,550.00 Construction Documents 267,750.00 Water Quality Management Plan 8,000.00 Hydrology Study/Calculations 3,000.00 Storm Water Pollution Prevention Plan 3,000.00 Bidding 26,775.00 SUBTOTAL BASIC ARCHITECTURAL FEE $ 515,800.00 Reimbursable Allowance 10,000.00 TOTAL BASIC ARCHITECTURAL FEE $ 525,800.00 Wolff/Lang/Christopher Architects, Inc. DBA WLC Architects, Inc. Page B-1 27-23 B. Reimbursables Items required or requested by the City, Fire Department, or approving agency will be invoiced as reimbursable without markup on monthly intervals. Reimbursables generally include the following: 1. Bulk paper copy. 2. Photography. 3. Printing/Mylars. 4. Computer plotting. 5. Express or overnight mail/courier service. C. Items Excluded The following is a list of items which are excluded from the scope of services or are not anticipated to be required. However, these services can be included, if requested, or once additional information is known: 1. Archaeology Studies. 2. Traffic Signalization. 3. Noise/Traffic/Acoustical studies. 4. Utility or Street Improvements within the public right-of-way. 5. Construction Surveying/Staking. 6. Plan Check/Permit/Purveyor Fees. 7. Professionally Constructed Building Models or renderings. 8. Title Reports and Reference Deeds. 9. Parcel Map/Lot Line Adjustment/Lot Merger. 10. Record of Survey Map. 11. LEED Certification. 12. Energy Modeling. 13. Conformed Documents. 14. Shoring Design. 15. Arborist/Biologist Reports. 16. Cone Penetration Testing. 17. Commissioning. 18. Hydrology Stud ies/Hyd rology Calculations 19. QSP services during construction. 20. QSD services during construction. 21. Radius maps, mailing lists and public hearing signage. 22. Traffic control plans. 23. Easements/Grants/Quitclaim Deeds. 24. Construction Administration Services. 25. Baseline Environmental Screening. 26. Corrosive Soils Analysis. 27. Private Utility Locator. 28. Foundation System: Our fee assumes typical spread footings in average soils conditions. Any other type of foundation system required as a result of poor soil conditions would not be considered within our scope of work. Wolff/Lang/Christopher Architects, Inc. DBA WLC Architects, Inc. Page B-2 27-24 D. Hourly Raie Schedule For additional services, the following hourly rates are proposed for the basis of negotiating scope modifications which may be r,= : �'-ary for the project. Hourly rates include mark-up that will be applied to all fees. Rein-,-- _ :.'s for reprographic services. computer clotting and printing will be negot' - -r;e additional services are requested. ARCHITECT Princic els of Firm Assoc=ate Principal/Director ASSOC iatLz / C,c-,]rdi nator Senior Projer: ` r.rchitect Senior Projec - l:lanager Project Archi'TE f_t Project Manager Technical Level I Technical Level II Technical Suopr' CIVIL ENGINEER Principal Civil Engin -=r Principal Land Sur\--- , ,ar Project Engineer Project Manager Engineering Design Design Draftsman Draftsman Technical Support STRUCTURAL ENGINEER Principal Eng'neer Project Engineer Chief {Draftsman Draftsman Technical Support ELECTRICAL ENGINEER Principal Project Manager Project Engineer Design Engineer Designer/C.ADD Technician Jr. Designer/CACDD Technician CADD Technical/Drafter Technical Support .2v0.00 $200.00 $180.00 $180.00 $150.00 $150.00 $100.00 $100.00 $ 80.00 $110.00 $ 85.00 $ 85.00 $ 55.00 $ 55.00 $ 50.00 $ 45.00 $ 20.00 $175.00 $150.00 $110.00 $ 90.00 $ 75.00 $175.00 $135.00 $125.00 $ 95.00 $ X0.00 $ 80.00 $ 70.00 $ 50.00 MECHANICAL ENGINEER Principal Associate Principal Senior Project fAanager Project Ivlanager Senior Project Engineer Project Engineer Senior Design Engineer Design Engineer Senior Designer pesigner CAD Designer CAD Technician Administrative - Word Proces_- LANDSCAPE ARCHITECT rincipal Arcr'= .' 4ssociate ArCh:re:t Architect/Project l,lanager Job CoptainJDesigner CARD Technician Draftsperson Ward Processor ENVIRONMENTAL Ser =:r Regulatory Specialist Regulatory Specialist Senior Project Manager Senior Planner Environmental Staff Technical Support $225.00 $205.00 $105-00 $185.00 $170.00 $150.00 $135.00 $125.00 $115.00 $105.00 $100.00 $ 80.00 $ 75.00 $ 65.00 $165.00 $140.00 $125.00 $110.00 $ °5.00 $ 80.00 $ 65.00 $190,00 $150.00 $150.00 $150.00 $120.00 $ 79.00 Wolff/Lang/Christopher Architects, Inc. DBA WLC Architects, Inc. Page B-3 27-25 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. Wolff/Lang/Christopher Architects, Inc. DBA WLC Architects, Inc. Page C-1 27-26 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 Wolff/Lang/Christopher Architects, Inc. DBA WLC Architects, Inc. Page C-2 27-27 Agreement. City reserves the right to require complete, certified copies of all required insurance policies, at any time. 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. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, 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. Wolff/Lang/Christopher Architects, Inc. DBA WLC Architects, Inc. Page C-3 27-28 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. Wolff l-ang/Christopher Architects, Inc. DBA WLC Architects, Inc. Page C-4 27-29 ATTACHMENT C NEWPORT FIRE STATION No. 2 PROPOSED LAYOUT BUILDING: 11,460 S.F. 08/22/2016 8' 16' 32' SCALE: 1/8" = 1'-0" PROPOSED FIRST FLOOR 6,220 S.F. L OPfiION PROPOSED SECOND FLOOR 5,240 S.F. NEWPORT BEACH FIRE STATION No. 2 NEWPORT BEACH, CA NEWPORT BEACH FIRE DEPARTMENT 27-30