Loading...
HomeMy WebLinkAboutC-8521-1 - Service Agreement for Crossing Guard ServicesN AMENDMENT NO. FOUR TO SERVICE AGREEMENT WITH ALL -CITY MANAGEMENT SERVICES, INC. FOR V CROSSING GUARD SERVICES THIS AMENDMENT NO. FOUR TO SERVICE AGREEMENT ("Amendment No. Four") is made and entered into as of this 28th day of September, 2021 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and ALL -CITY MANAGEMENT SERVICES, INC., a California corporation ("Contractor"), whose address is 10440 Pioneer Boulevard, Suite 5, Santa Fe Springs, California 90670, and is made with reference to the following: RECITALS A. On September 12, 2017, City and Contractor entered into a Service Agreement ("Agreement") to engage Contractor to provide crossing guard services ("Project"). B. On August 14, 2018, the City Council directed City staff to implement and install certain recommended improvements outlined in the Newport Heights Neighborhood School Traffic Study, dated May 2018. C. On August 31, 2018, City and Contractor entered into Amendment No. One to the Agreement ("Amendment No. One") to reflect additional Services not included in the Agreement and to increase the total compensation to implement the direction given by City Council. D. On September 25, 2018, City and Contractor entered into Amendment No. Two to the Agreement ("Amendment No. Two") to reflect additional Services not included in the Agreement, as amended, and to increase the total compensation. E. On August 13, 2021, City and Contractor entered into Amendment No. Three to the Agreement ("Amendment No. Three") to reflect additional Services not included in the Agreement, as amended, to increase the total compensation, and to update insurance requirements. F. The parties desire to enter into this Amendment No. Four to increase the total compensation. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: COMPENSATION TO CONTRACTOR Exhibit B to the Agreement shall be supplemented to include the Schedule of Billing Rates, attached hereto as Exhibit B and incorporated herein by reference ("Services" or "Work"). Exhibit B to the Agreement, Exhibit B to Amendment No. One, Exhibit B to Amendment No. Two, Exhibit B to Amendment No. Three, and Exhibit B to this Amendment No. Four shall collectively be known as "Exhibit B." Section 4.1 of the Agreement is amended in its entirety and replaced with the following: "City shall pay Contractor for the Services on a time and expense not -to -exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Contractor's compensation for all Work performed in accordance with this Agreement, including all reimbursable items and subcontractor fees, shall not exceed Five Hundred Seventy Thousand Fifty Six Dollars and 40/100 ($570,056.40) for the initial three (3) year term, without prior written authorization from City. For year one (1), the annual amount shall not exceed One Hundred Fifty Four Thousand Forty Dollars and 40/100 ($154,040.40). For year two (2), the annual amount shall not exceed Two Hundred Thousand Three Hundred Forty Dollars and 00/100 ($200,340.00). For year three (3), the annual amount shall not exceed Two Hundred Fifteen Thousand Six Hundred Seventy Six Dollars and 00/100 ($215,676.00). No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. At the City's discretion and in accordance with Section 1 of this Agreement, after the first three (3) years, this Agreement may be extended for the fourth (4th) year, and at the end of the fourth (4th) year may be extended for the fifth (5th) year. For year four (4), the annual amount shall not exceed Two Hundred Thirty Four Thousand One Hundred Forty Four Dollars and 00/100 ($234,144.00). For year five (5), the annual amount shall not exceed Two Hundred Seventy Nine Thousand One Hundred Eighty Dollars and 00/100 ($279,180.00). Contractor's compensation for all Work performed in accordance with this Agreement, including all reimbursable items and subcontractor fees, shall not exceed One Million Eighty Three Thousand Three Hundred Eighty Dollars and 40/100 ($1,083,380.40) if this Agreement is extended for years four (4) and five (5)." The total amended compensation reflects Contractor's additional compensation for additional Services to be performed in accordance with this Amendment No. Four, including all reimbursable items and subcontractor fees, in an amount not to exceed Twenty One Thousand One Hundred Fifty Dollars and 00/100 ($21,150.00). 2. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES ON NEXT PAGE] All -City Management Services, Inc. Page 2 IN WITNESS WHEREOF, the parties have caused this Amendment No. Four to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 819 ) 21-D2-1 By: Aaron C. Harp rkM oawetzl City Attorney ATTEST: Date: q,.Zq. gal By: Leilani I. Brown City Clerk Attachments CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Brad Ave Mayor CONTRACTOR: ALL -CITY MANAGEMENT SERVICES, INC., a California rpo tion Date: 4ro6fa1rwWlI Chief Pecutive Officer Date: Demetrcl.Farwell Secretary [END OF SIGNATURES] Exhibit B — Schedule of Billing Rates All -City Management Services, Inc. Page 3 EXHIBIT B SCHEDULE OF BILLING RATES All -City Management Services, Inc. Page B-1 All City Management Services Inc. Client Worksheet 2021-2022 Department: 5701 Billing Rate for 2021-2022 : $23.50 City of Newport Beach 870 Santa Barbara Drive Newport Beach, CA 92660 KEY: Traditional Calendar: For sites with no regularly scheduled early release days, use 180 regular days For sites with one regularly scheduled early release day/week, use 144 regular days and 36 minimum days 2 Additional sites at Irvine/Cliff Sites with traditional calendar: 6 1 1 150 1 1 $23.50 11 $21,150.00 2 Sites at 3.0 hrs per day Total Hrs/day X days X Hourly Billing Rate TOTAL PROJECTED HOURS 900 TOTAL PROJECTED COST $21,150.00 i N 0 C0 AMENDMENT NO. THREE TO SERVICE AGREEMENT U WITH ALL -CITY MANAGEMENT SERVICES, INC. FOR CROSSING GUARD SERVICES THIS AMENDMENT NO. THREE TO SERVICE AGREEMENT ("Amendment No. Two") is made and entered into as of this 13th day of August, 2021 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and ALL -CITY MANAGEMENT SERVICES, INC., a California corporation ("Contractor"), whose address is 10440 Pioneer Boulevard, Suite 5, Santa Fe Springs, California 90670, and is made with reference to the following: RECITALS A. On September 12, 2017, City and Contractor entered into a Service Agreement ("Agreement") to engage Contractor to provide crossing guard services ("Project"). B. On August 14, 2018, the City Council directed City staff to implement and install certain recommended improvements outlined in the Newport Heights Neighborhood School Traffic Study, dated May 2018. C. On August 31, 2018, City and Contractor entered into Amendment No. One to the Agreement ("Amendment No. One") to reflect additional Services not included in the Agreement and to increase the total compensation to implement the direction given by City Council. D. On September 25, 2018, City and Contractor entered into Amendment No. Two to the Agreement ("Amendment No. Two") to reflect additional Services not included in the Agreement, as amended, and to increase the total compensation. E. The parties desire to enter into this Amendment No. Three to reflect additional Services not included in the Agreement, as amended, to increase the total compensation, and to update insurance requirements. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: SERVICES TO BE PERFORMED Exhibit A to the Agreement shall be supplemented to include the Scope of Services, attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work"). Exhibit A to the Agreement, Exhibit A to Amendment No. One, Exhibit A to Amendment No. Two, and Exhibit A to this Amendment No. Three shall collectively be known as "Exhibit A." The City may elect to delete certain Services within the Scope of Services at its sole discretion. 2. COMPENSATION TO CONTRACTOR Exhibit B to the Agreement shall be supplemented to include the Schedule of Billing Rates, attached hereto as Exhibit B and incorporated herein by reference ("Services" or "Work"). Exhibit B to the Agreement, Exhibit B to Amendment No. One, Exhibit B to Amendment No. Two, and Exhibit B to this Amendment No. Three shall collectively be known as "Exhibit B." Section 4.1 of the Agreement is amended in its entirety and replaced with the following: "City shall pay Contractor for the Services on a time and expense not -to -exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Contractor's compensation for all Work performed in accordance with this Agreement, including all reimbursable items and subcontractor fees, shall not exceed Five Hundred Seventy Thousand Fifty Six Dollars and 401100 ($570,056.40) for the initial three (3) year term, without prior written authorization from City. For year one (1), the annual amount shall not exceed One Hundred Fifty Four Thousand Forty Dollars and 401100 ($154,040.40). For year two (2), the annual amount shall not exceed Two Hundred Thousand Three Hundred Forty Dollars and 001100 ($200,340.00). For year three (3), the annual amount shall not exceed Two Hundred Fifteen Thousand Six Hundred Seventy Six Dollars and 001100 ($215,676.00). No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. At the City's discretion and in accordance with Section 1 of this Agreement, after the first three (3) years, this Agreement may be extended for the fourth (4th) year, and at the end of the fourth (4th) year may be extended for the fifth (5th) year. For year four (4), the annual amount shall not exceed Two Hundred Thirty Four Thousand One Hundred Forty Four Dollars and 001100 ($234,144.00). For year five (5), the annual amount shall not exceed Two Hundred Fifty Eight Thousand Thirty Dollars and 001100 ($258,030.00). Contractor's compensation for all Work performed in accordance with this Agreement, including all reimbursable items and subcontractor fees, shall not exceed One Million Sixty Two Thousand Two Hundred Thirty Dollars and 401100 ($1,062,230.40) if this Agreement is extended for years four (4) and five (5)." The total amended compensation reflects Contractor's additional compensation for additional Services to be performed in accordance with this Amendment No. Three, including all reimbursable items and subcontractor fees, in an amount not to exceed Forty Two Thousand Thirty Dollars and 001100 ($4,230.00). 3. INSURANCE Exhibit C (Insurance Requirements — Professional Services) to the Agreement is amended in its entirety and replaced with the Exhibit C (Insurance Requirements — Professional Services) attached hereto and incorporated herein by reference. All -City Management Services, Inc. Page 2 4. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES ON NEXT PAGE] All -City Management Services, Inc. Page 3 IN WITNESS WHEREOF, the parties have caused this Amendment No. Three to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTONEY'S OFFICE Date: 7101 ZI By: 2�-4 -- qcb r - Aaron C. Harp am ``NQtm City Attorney ATTEST:(� �� � I Date: e By: _ aa Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a Califor� mun•cip I corporation Date: c By. Grace K. Leung City Manager CONTRACTOR: ALL -CITY MANAGEMENT SERVICES, INC., a California corporation Date: Signed in Counterpart Baron Farwell Chief Executive Officer Date: Signed in Counterpart By: Demetra Farwell Secretary [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements All -City Management Services, Inc. Page 4 IN WI"r'NFSS WHEREOF, the parties have caused this Amendment No. Three to be executed on the dates written belolfl.I. APPROVED AS TO FORM - CITY ATTORNEY'S OFFICE Date: -T-1 /-),. i - By: j t t' / Aaron C. Harp Cit/ Attornev ATTEST: Date: By: Leilani I. Brovin City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date.- By: ate: By- - Grace K. Leung City Manager CONTRACTOR: ALL -CITY MANAGEMENT SERVICES, INC., - California c rpoation Date: / �Z B"a'ron f arwell Chiefxe utiv Officer Date: / �/ c,/ Demet�a Fa Secretary [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements All -City fvlanagement Services, Inc. Page 4 EXHIBIT A SCOPE OF SERVICES Additional Crossing Guard Locations-. Additional School: Crossing Guard No. Intersection: 16 Ensign Intermediate School Irvine Avenue/ Cliff Drive 17 Ensign Intermediate School Irvine Avenue/ Cliff Drive All -City Management Services, Inc. Page A-1 EXHIBIT B SCHEDULE OF BILLING RATES All -City Management Services, Inc. Page B-1 All City Management Services Inc. Client Worksheet 2021-2022 Department: 5701 Billing Rate for 2021-2022 : $23.50 City of Newport Beach 870 Santa Barbara Drive Newport Beach, CA 92660 KEY: Traditional Calendar: For sites with no regularly scheduled early release days, use 180 regular days For sites with one regularly scheduled early release day/week, use 144 regular days and 36 minimum days 2 Additional sites at Irvine/Cliff Sites with traditional calendar: 6 1 1 30 1 1 $23.50 11 $4,230.00 2 Sites at 3.0 hrs per day Total Hrs/day X days X Hourly Billing Rate TOTAL PROJECTED HOURS 180 TOTAL ANNUAL PROJECTED COST $4,230.00 EXHIBIT C INSURANCE REQUIREMENTS — PROFESSIONAL SERVICES Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor 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 ( alifnrnia with an assigned pnlirvhnlderc' 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. Contractor 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. Contractor 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. Contractor 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. Contractor 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 Contractor arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit each accident. All -City Management Services, Inc. Page C-1 D. Professional Liability (Errors & Omissions) Insurance. Contractor 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 Contractor 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 m irSuant to this Anraamant chnil he endorsed to ;yalye ciihrnn-m+inn against City, its City Council, boards and commissions, officers, agents, volunteers and employees or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers from each of its subcontractors. 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. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. Insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. The certificates and endorsements for each insurance All -City Management Services, Inc. Page C-2 policy shall be signed by a person authorized by that insurer to bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any such policy, evidence of insurance showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. 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 Contractor sixLy (vvj ;a lendar days' advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Agreement Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. 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 Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. All -City Management Services, Inc. Page C-3 F. 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. G. City Remedies for Non -Compliance. If Contractor or any subcontractor 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 Contractor'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 Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims Contractor shat! g,ve City prompt and t,mely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Contractor's Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. All -City Management Services, Inc. Page C-4 Mulvey, Jennifer From: Greathouse, Kaitlin <kgreathouse@nbpd.org> Sent: Monday, August 16, 20217:04 AM To: Mulvey, Jennifer Subject: FW: Compliance Alert -Vendor Number fv00000413 [EXTERNAL EMAIL] DO NOT CLICK links or attachments unless you recognize the sender and know the content is safe. Good morning! Please see the below compliance email for All -City Management Services. Thanks!! Kaitlin -----Original Message ----- From: Newman, Lisa Sent: Sunday, August 15, 2021 12:54 PM To: Greathouse, Kaitlin <kgreathouse@nbpd.org> Subject: FW: Compliance Alert -Vendor Number fv00000413 For you... -----Original Message ----- From: Customer Service <customerservice@ebix.com> Sent: Friday, August 13, 20215:37 PM To: Newman, Lisa <Inewman@nbpd.org>; insurance@newportbeachca.gov Cc: sagar@ebix.com Subject: Compliance Alert -Vendor Number fv00000413 Warning, External email: The content or attachments contained in this message may be harmful. DO NOT CLICK links or attachments if you do not recognize the sender. This Account has moved from non-compliant to COMPLIANT status and is currently in compliance for certificate of insurance requirements. fv00000413 All -City Management Services, Inc. Sent by Ebix, designated insurance certificate reviewer for the City of Newport Beach. IMPORTANT WARNING and CONFIDENTIALITY NOTICE: This e-mail (and any attachment) is only intended for the use of the person or entity to which it is addressed, and may contain information that is privileged and confidential. All recipients, including employees of the City of Newport Beach, are obligated to maintain this communication in a safe, secure and confidential manner. Unauthorized disclosure or failure to maintain confidentiality is strictly prohibited and may be a violation of state and/or federal law(s) and carry criminal and/or civil penalties. Additionally, the unauthorized disclosure or failure to maintain confidentiality this e-mail (and any attachments) by employees of the City of Newport Beach may be a violation of City of Newport Beach and/or Newport Beach Police Department policies. If you are not the intended recipient, please immediately notify the sender by return e-mail and delete this message from your computer without making a copy or distribution. AMENDMENT NO. TWO TO SERVICE AGREEMENT WITH ALL -CITY MANAGEMENT SERVICES, INC. FOR CROSSING GUARD SERVICES THIS AMENDMENT NO. TWO TO SERVICE AGREEMENT ("Amendment No. Two") is made and entered into as of this 25th day of September, 2018 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and ALL -CITY MANAGEMENT SERVICES, INC., a California corporation ("Contractor"), whose address is 10440 Pioneer Boulevard, Suite 5, Santa Fe Springs, California 90670, and is made with reference to the following: RECITALS A. On September 12, 2017, City and Contractor entered into a Service Agreement ("Agreement') to engage Contractor to provide crossing guard services ("Project"). B. On August 14, 2018, the City Council directed City staff to implement and install certain recommended improvements outlined in the Newport Heights Neighborhood School Traffic Study, dated May 2018. C. On August 31, 2018, City and Contractor entered into Amendment No. One to the Agreement ("Amendment No. One") to reflect additional Services not included in the Agreement and to increase the total compensation to implement the direction given by City Council. D. The parties desire to enter into this Amendment No. Two to reflect additional Services not included in the Agreement, as amended, and to increase the total compensation. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. SERVICES TO BE PERFORMED Exhibit A to the Agreement shall be supplemented to include the Scope of Services, attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work"). Exhibit A to the Agreement, Exhibit A to Amendment No. One, and Exhibit A to this Amendment No. Two shall collectively be known as "Exhibit A." The City may elect to delete certain Services within the Scope of Services at its sole discretion. 2. COMPENSATION TO CONTRACTOR Exhibit B to the Agreement shall be supplemented to include the Schedule of Billing Rates, attached hereto as Exhibit B and incorporated herein by reference ("Services" or "Work"). Exhibit B to the Agreement, Exhibit B to Amendment No. One, and Exhibit B to this Amendment No. Two shall collectively be known as "Exhibit B." Section 4.1 of the Agreement is amended in its entirety and replaced with the following: "City shall pay Contractor for the Services on a time and expense not -to -exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Contractor's compensation for all Work performed in accordance with this Agreement, including all reimbursable items and subcontractor fees, shall not exceed Five Hundred Seventy Thousand Fifty Six Dollars and 40/100 ($570,056.40) for the initial three (3) year term, without prior written authorization from City. For year one (1), the annual amount shall not exceed One Hundred Fifty Four Thousand Forty Dollars and 401100 ($154,040.40). For year two (2), the annual amount shall not exceed Two Hundred Thousand Three Hundred Forty Dollars and 001100 ($200,340.00). For year three (3), the annual amount shall not exceed Two Hundred Fifteen Thousand Six Hundred Seventy Six Dollars and 001100 ($215,676.00). No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. At the City's discretion and in accordance with Section 1 of this Agreement, after the first three (3) years, this Agreement may be extended for the fourth (4th) year, and at the end of the fourth (4th) year may be extended for the fifth (5th) year. For year four (4), the annual amount shall not exceed Two Hundred Thirty Four Thousand One Hundred Forty Four Dollars and 00/100 ($234,144.00). For year five (5), the annual amount shall not exceed Two Hundred Fifty Three Thousand Eight Hundred Dollars and 001100 ($253,800.00). Contractor's compensation for all Work performed in accordance with this Agreement, including all reimbursable items and subcontractor fees, shall not exceed One Million Fifty Eight Thousand Dollars and 40/100 ($1,058,000.40) if this Agreement is extended for years four (4) and five (5)." The total amended compensation reflects Contractor's additional compensation for additional Services to be performed in accordance with this Amendment No. One, including all reimbursable items and subcontractor fees, in an amount not to exceed Forty Five Thousand One Hundred Ninety Eight Dollars and 001100 ($45,198.00). 3. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES ON NEXT. PAGE] All -City Management Services, Inc. Page 2 IN WITNESS WHEREOF, the parties have caused this Amendment No. Two to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: a&lpg By: Aaron C. Harp CW oAa111Y City Attorney ATTEST: � �p Date: . 0 � �t 1 _1 '01 Leilani 1. Brown CITY OF NEWPORT BEACH, a California municipal corporation Date: 9�25`/2v1 S By:_ Marshall "Duffy" Duffield Mayor CONTRACTOR: ALL -CITY MANAGEMENT SERVICES, INC., a California corporation Date: IQ B—a ro n`f arweII [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates All -City Management Services, Inc. Page 3 EXHIBIT A SCOPE OF SERVICES Additional Crossing Guard Location: Additional School: Crossing Guard No. Intersection: 15 1 Newport Heights Bementwy School i Santa Ana Avenue/15m Street All -City Management Services, Inc. Page A-1 SCHEDULE OF BILLING RATES All -City Management Services, Inc. Page B-1 Department: 5701 All City Management Services Inc. Client Worksheet 2018-2019 City of Newport Beach 870 Santa Barbara Drive Newport Beach, CA 92660 Additional site lith/Santa Ana School Year 2018-2019 F7' 7 180$18.55 — $10,017.001 1 site at 3 hrs. per day: Total Hrs/day X days/yr X Hourly Billing Rate School Year 2019-2020 3 1 1 180 1 1 $19.97 11 $10,783.80 1 site at 3 hrs. per day: Total Hrs/day X days/yr X Hourly Billing Rate School Year 2020-2021 3 1 1 180 1 1 $21.68 1 1$11,707.20 1 site at 3 hrs. per day: Total Hrs/day X days/yr X Hourly Billing Rate School Year 2021-2022 3 1 1 180 1 1 $23.50 11 $12,b90.10 I site at 3 hrs. per day: Total Hrs/day X days/yr X llourly Billing Rate TOTAL HOURS 2160 TOTAL COST $45,198.00 THIS AMENDMENT NO. ONE TO SERVICE AGREEMENT ("Amendment No. One") is made and entered into as of this 31st day of August, 2018 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and ALL -CITY MANAGEMENT SERVICES, INC., a California corporation ("Contractor"), whose address is 10440 Pioneer Boulevard, Suite 5, Santa Fe Springs, California 90670, and is made with reference to the following: RECITALS A. On September 12, 2017, City and Contractor entered into a Service Agreement ("Agreement') to engage Contractor to provide crossing guard services ("Project'). B. On August 14, 2018, the City Council directed City staff to implement and install certain recommended improvements outlined in the Newport Heights Neighborhood School Traffic Study, dated May 2018. C. The parties desire to enter into this Amendment No. One to reflect additional Services not included in the Agreement and to increase the total compensation, to implement the direction given by City Council. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. SERVICES TO BE PERFORMED Exhibit A to the Agreement shall be supplemented to include the Scope of Services, attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work"). Exhibit A to the Agreement and Exhibit A to this Amendment No. One shall collectively be known as "Exhibit A." The City may elect to delete certain Services within the Scope of Services at its sole discretion. 2. COMPENSATION TO CONTRACTOR Exhibit B to the Agreement shall be supplemented to include the Schedule of Billing Rates, attached hereto as Exhibit B and incorporated herein by reference ("Services" or "Work"). Exhibit B to the Agreement and Exhibit B to Amendment No. One shall collectively be known as "Exhibit B." Section 4.1 of the Agreement is amended in its entirety and replaced with the following: LA co AMENDMENT NO. ONE TO v SERVICE AGREEMENT WITH ALL -CITY MANAGEMENT SERVICES, INC. FOR CROSSING GUARD SERVICES THIS AMENDMENT NO. ONE TO SERVICE AGREEMENT ("Amendment No. One") is made and entered into as of this 31st day of August, 2018 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and ALL -CITY MANAGEMENT SERVICES, INC., a California corporation ("Contractor"), whose address is 10440 Pioneer Boulevard, Suite 5, Santa Fe Springs, California 90670, and is made with reference to the following: RECITALS A. On September 12, 2017, City and Contractor entered into a Service Agreement ("Agreement') to engage Contractor to provide crossing guard services ("Project'). B. On August 14, 2018, the City Council directed City staff to implement and install certain recommended improvements outlined in the Newport Heights Neighborhood School Traffic Study, dated May 2018. C. The parties desire to enter into this Amendment No. One to reflect additional Services not included in the Agreement and to increase the total compensation, to implement the direction given by City Council. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. SERVICES TO BE PERFORMED Exhibit A to the Agreement shall be supplemented to include the Scope of Services, attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work"). Exhibit A to the Agreement and Exhibit A to this Amendment No. One shall collectively be known as "Exhibit A." The City may elect to delete certain Services within the Scope of Services at its sole discretion. 2. COMPENSATION TO CONTRACTOR Exhibit B to the Agreement shall be supplemented to include the Schedule of Billing Rates, attached hereto as Exhibit B and incorporated herein by reference ("Services" or "Work"). Exhibit B to the Agreement and Exhibit B to Amendment No. One shall collectively be known as "Exhibit B." Section 4.1 of the Agreement is amended in its entirety and replaced with the following: "City shall pay Contractor for the Services on a time and expense not -to -exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Contractor's compensation for all Work performed in accordance with this Agreement, including all reimbursable items and subcontractor fees, shall not exceed Five Hundred Forty Nine Thousand Two Hundred Fifty Five Dollars and 60/100 ($549,255.60) for the initial three (3) year term, without prior written authorization from City. For year one (1), the annual amount shall not exceed One Hundred Fifty Four Thousand Forty Dollars and 40/100 ($154,040.40). For year two (2), the annual amount shall not exceed One Hundred Ninety Thousand Three Hundred Twenty Three Dollars and 00/100 ($190,323.00). For year three (3), the annual amount shall not exceed Two Hundred Four Thousand Eight Hundred Ninety Two Dollars and 20/100 ($204,892.20). No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. At the City's discretion and in accordance with Section 1 of this Agreement, after the first three (3) years, this Agreement may be extended for the fourth (4th) year, and at the end of the fourth (4th) year may be extended for the fifth (5th) year. For year four (4), the annual amount shall not exceed Two Hundred Twenty Two Thousand Four Hundred Thirty Six Dollars and 80/100 ($222,436.80). For year five (5), the annual amount shall not exceed Two Hundred Forty One Thousand One Hundred Ten Dollars and 00/100 ($241,110.00). Contractor's compensation for all Work performed in accordance with this Agreement, including all reimbursable items and subcontractor fees, shall not exceed One Million Twelve Thousand Eight Hundred Two Dollars and 40/100 ($1,012,802.40) if this Agreement is extended for years four (4) and five (5)." The total amended compensation reflects Contractor's additional compensation for additional Services to be performed in accordance with this Amendment No. One, including all reimbursable items and subcontractor fees, in an amount not to exceed Ninety Thousand Three Hundred Ninety Six Dollars and 00/100 ($90,396.00). 3. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES ON NEXT PAGE] All -City Management Services, Inc. Page 2 IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 5'1-1Q lag By: r Aaron C. Harp City Attorney ATTEST: q Date: `I v i By: 4&� M=�-_ Lelianj 1. brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: BY r rte_—�� e�—� Dave E+ City Manager CONTRACTOR: ALL -CITY MANAGEMENT SERVICES, INC., a California corporation Date: Signed in Counterpart By: Baron Farwell President Date: Signed in Counterpart By: Demetra Farwell Secretary [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates All -City Management Services, Inc. Page 3 IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: 5?/24 as By: r Aaron C. Harp OM °'i'"n'' City Attorney ATTEST: Date: 0 Leilani 1. Brown City Clerk Attachments CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Dave Kiff City Manager CONTRACTOR: ALL -CITY MANAGEMENT SERVICES, INC., a California corporation [END OF SIGNATURES] Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates All -City Management Services, Inc. Page 3 EXHIBIT A SCOPE OF SERVICES Additional Crossing Guard Locations: Additional School: Crossing Guard No. 13 1 Newport Heights Elementary School 14 Ensign Intermediate School Intersection: Santa Ana Irvine Avenue/Coral Place All -City Management Services, Inc. Page A-1 EXHIBIT B SCHEDULE OF BILLING RATES All -City Management Services, Inc. Page B-1 All City Management Services Inc. Client Worksheet 2018-2019 Department: 5701 City of Newport Beach 870 Santa Barbara Drive Newport Beach, CA 92660 Additional sites at Coral/Irvine and 15th/Santa Ana School Year 2018-2019 11M 1,567.601 $23,41 TOTAL HOURS 4320 TOTAL COST $90,396.00 6 1 1 180 1 1 $18.55 1= 2 sites at 3 hrs. per day: Total Hrs/day X days/yr X Hourly Billing Rate School Year 2019-2020 6 -]180 FF1997 = 2 sites at 3 hrs. per day: Total Hrs/day X days/yr X Hourly Billing Rate School Year 2020-2021 F-6 180 $21.68 2 sites at 3 hrs. per day: Total Hrs/day X days/yr X Hourly Billing Rate School Year 2021-2022 F-67 Fl8o $23.50 = 2 sites at 3 hrs. per day: Total Hrs/dav X days/vr X Flourlv BillinP Rate 11M 1,567.601 $23,41 TOTAL HOURS 4320 TOTAL COST $90,396.00 SERVICE AGREEMENT WITH ALL CITY MANAGEMENT SERVICES, INC. FOR CROSSING GUARD SERVICES THIS SERVICE AGREEMENT ("Agreement') is made and entered into as of this 12th day of September, 2017 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and ALL CITY MANAGEMENT SERVICES, INC., a California corporation ("Consultant'), whose address is 10440 Pioneer Blvd., Suite 5, Santa Fe Springs, CA 90670, 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 Crossing Guard Services ('Project') C. Consultant possesses the skill, experience, ability, background, certification and knowledge to provide the 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 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: TERM 1.1 The term of this Agreement shall commence on the Effective Date, and shall terminate on September 11, 2020, unless terminated earlier or extended as set forth herein. 1.2 The term of this Agreement may be auto renewed up to two (2) times for an additional one (1) year per renewal. An auto renewal of an additional one (1) year will occur at the end of the initial three (3) year term if neither party has given written intent not to renew at least thirty (30) calendar days before expiration of the initial three (3) year term, and an auto renewal of an additional one (1) year will occur at the end of the fourth year if neither party has given written intent not to renew at least thirty (30) calendar days before expiration of the fourth year. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work"). City may elect to delete certain Services within the Scope of Services at its sole discretion. 3. TIME OF PERFORMANCE 3.1 Time is of the essence in the performance of Services under this Agreement and Consultant shall perform the Services in accordance with the schedule included in 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 not exceed Five Hundred Seven Thousand Six Hundred Fifty Four Dollars and 00/100 ($507,654.00) for the initial three (3) year term, without prior written authorization from City. For year 1, the annual amount shall not exceed One Hundred Fifty Four Thousand Forty Dollars and 40/100 ($154,040.40). For year 2, the annual amount shall not exceed One Hundred Seventy Thousand Two Hundred Eighty Nine Dollars and 00/100 ($170,289.00). For year 3, the annual amount shall not exceed One Hundred Eighty Three Thousand Three Hundred Twenty Four Dollars and 60/100 ($183,324.60). No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. At the City's discretion and in accordance with Section 1 of this Agreement, after the first three (3) years, this Agreement may be extended for the fourth (41h) year, and at the end of the fourth (4ffi) year may be extended for the fifth (5'h) year. For year 4, the annual amount shall not exceed One Hundred Ninety Nine Thousand Twenty Two Dollars All City Management Services, Inc. Page 2 and 40/100 ($199,022.40). For year 5, the annual amount shall not exceed Two Hundred Fifteen Thousand Seven Hundred Thirty Dollars and 00/100 ($215,730.00). Contractor's compensation for all Work performed in accordance with this Agreement, including all reimburseable items and subcontractor fees, shall not exceed Nine Hundred Twenty Two Thousand Four Hundred Six Dollars and 40/100 ($922,406.40) if this Agreement if extended for years (4) and five (5). 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. 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 Harlan Sims 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. All City Management Services, Inc. Page 3 6. ADMINISTRATION This Agreement will be administered by the Police Department. City's Police Department Deputy 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 standards and with the ordinary degree of skill and care that would be used by other reasonably competent practitioners of the same discipline under similar circumstances. All Services shall be performed by qualified and experienced personnel who are not employed by City. By delivery of completed Work, Consultant certifies that the Work conforms to the requirements of this Agreement, all applicable federal, state and local laws, and legally recognized 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. ti]�:Is] , ell: 1_1Z1� IN**? 9.1 To the fullest extent permitted by law, Consultant shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers and employees (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, All City Management Services, Inc. Page 4 attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Agreement, any Work performed or Services provided under this Agreement including, without limitation, defects in workmanship or materials or Consultant's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Consultant, its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable, or any or all of them). 9.2 Notwithstanding the foregoing, nothing herein shall be construed to require Consultant to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Consultant. 10. INDEPENDENT CONTRACTOR It is understood that City retains Consultant on an independent contractor basis and Consultant is not an agent or employee of City. The manner and means of conducting the Work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. No civil service status or other right of employment shall accrue to Consultant or its employees. Nothing in this Agreement shall be deemed to constitute approval for Consultant or any of Consultant's employees or agents, to be the agents or employees of City. Consultant 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. All City Management Services, Inc. Page 5 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 orjoint venturer or syndicate member or cotenant if Consultant is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Consultant. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 16. SUBCONTRACTING The subcontractors authorized by City, if any, to perform Work on this Project are identified in Exhibit A. Consultant shall be fully responsible to City for all acts and omissions of any subcontractor. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Services to be provided under this Agreement shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. i11�01,yifl?1#_*9aIX01AZ4I0i1l r14k1bK 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, All City Management Services, Inc. Page 6 employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Consultant or any other party. Consultant shall, at Consultant's expense, provide such Documents, including all logins and password information to City upon prior written request. 17.2 Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed Documents for other projects and any use of incomplete Documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived against Consultant, and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. 17.3 All written documents shall be transmitted to City in formats compatible with Microsoft Office and/or viewable with Adobe Acrobat. 18. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the Services in this Agreement, shall be kept confidential unless City expressly authorizes in writing the release of information. 19. INTELLECTUAL PROPERTY INDEMNITY Consultant shall defend and indemnify City, its agents, officers, representatives and employees against any and all liability, including costs, for infringement or alleged infringement of any United States' letters patent, trademark, or copyright, including costs, contained in Consultant's Documents provided under this Agreement. 20. RECORDS Consultant shall keep records and invoices in connection with the Services to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any Services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Consultant under this Agreement. All such records and invoices shall be clearly identifiable. Consultant shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Consultant shall allow inspection of all Work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Consultant under this Agreement. All City Management Services, Inc. Page 7 21. WITHHOLDINGS City may withhold payment to Consultant of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue Work as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 22. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or inexperience of Consultant which result in expense to City greater than what would have resulted if there were not errors or omissions in the Work accomplished by Consultant, the additional design, construction and/or restoration expense shall be borne by Consultant. Nothing in this Section is intended to limit City's rights under the law or any other sections of this Agreement. 23. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other Consultants in connection with the Project. 24. CONFLICTS OF INTEREST 24.1 Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 24.2 If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. 25. NOTICES 25.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Agreement shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first- class mail, addressed as hereinafter provided. 25.2 All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: All City Management Services, Inc. Page 8 Attn: Police Department Deputy Director Police Department City of Newport Beach 100 Civic Center Drive PO Box 1768 Newport Beach, CA 92658 25.3 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attn: Baron Farwell All City Management Services, Inc. 10440 Pioneer Blvd., Suite 5 Santa Fe Springs, CA 90670 26. CLAIMS Unless a shorter time is specified elsewhere in this Agreement, before making its final request for payment under this Agreement, Consultant shall submit to City, in writing, all claims for compensation under or arising out of this Agreement. Consultant's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Agreement except those previously made in writing and identified by Consultant in writing as unsettled at the time of its final request for payment. Consultant and City expressly agree that in addition to any claims filing requirements set forth in the Agreement, Consultant shall be required to file any claim Consultant may have against City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 27. TERMINATION 27.1 In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, and thereafter diligently take steps to cure the default, the non -defaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 27.2 Notwithstanding the above provisions, City shall have the right, at its sole and absolute discretion and without cause, of terminating this Agreement at any time by giving no less than seven (7) calendar days' prior written notice to Consultant. In the event of termination under this Section, City shall pay Consultant for Services satisfactorily performed and costs incurred up to the effective date of termination forwhich Consultant has not been previously paid. On the effective date of termination, Consultant All City Management Services, Inc. Page 9 shall deliver to City all reports, Documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 28. STANDARD PROVISIONS 28.1 Recitals. City and Consultant acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Agreement. 28.2 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. 28.3 Waiver. A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 28.4 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. 28.5 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. 28.6 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. 28.7 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. 28.8 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. 28.9 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. All City Management Services, Inc. Page 10 28.10 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. 28.11 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. 28.12 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] All City Management Services, Inc. Page 11 IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTOFjjJ, Y'S OFFICE Date: �f3147 By:— Aaron C. .. CA 31-9 City Attorney (AA -A ATTEST: Date: to -30 —! 3 By ilani . B itronwn y C erk Leo CITY OF NEWPORT BEACH, nicipa corporatio Date: M Mayor CONSULTANT: All City Management Services, Inc., C lifornia corporation Date:Zv ill in President [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing RateE Exhibit C — Insurance Requirements All City Management Services, Inc. Page 12 EXHIBIT A SCOPE OF SERVICES All City Management Services, Inc. Page A-1 EXHIBIT A — SCOPE OF SERVICES 1. Contractor Responsibilities/Provisions 1.1 The Contractor shall render a full-service project to provide adult crossing guards for the City. The Contractor shall administer and coordinate the project. 1.2 The Contractor shall recruit, select, and employ crossing guards and alternate crossing guards as required to provide coverage at each crossing guard post on each day when guards are required in accordance with the schedule provided by the City. 1.3 The Contractor is responsible for the application process and determining the suitability and qualifications of the crossing guards hired. All crossing guards employed by the Contractor to perform services under this contract shall meet the qualifications specified in the scope of services. 1.4 The Contractor shall provide a project manager as required to ensure competent and efficient management of the crossing guard project. 1.5 The Contractor shall hire field supervisors to make on-site visitations at crossing guard sites. One field supervisor shall be responsible for the supervision of no more than 25 crossing guards. The Contractor shall provide the name and contact information for the field supervisor(s) to the City. The Contractor shall conduct on-site visitations to crossing guards' sites at least three (3) times per school year. 1.6 The Contractor shall provide each crossing guard with the following equipment: 1.6.1 Complete uniform with Contractor's identifiable patch or badge; 1.6.2 Regulation -size, hand-held stop sign; 1.6.3 Brass or plastic whistle; 1.6.4 Traffic safety vest; and 1.6.5 High -visibility rain coat. 2. Duties of Crossing Guards 2.1 It shall be the duty of each crossing guard to: 2.1.1 Halt vehicles when necessary by mechanical and hand signal to permit children to cross the road safely; 2.1.2 Maintain order among children assembled at street crossing points and permit them to cross only when they can do so safely; 2.1.3 Report to the Newport Beach Police Department the license plate numbers of motor vehicles who violate traffic laws or crossing guard instructions; 2.1.4 Make children aware of the elements of traffic safety and operation of pedestrian controls; EXHIBIT A — SCOPE OF SERVICES 2.1.5 Report to school authorities the names of children who do not follow safety regulations; and 2.1.6 Wear a reflective traffic safety vest at all times when on duty. 3. Minimum Standards for Crossing Guards 3.1 The following shall be the minimum qualifications, as determined by Contractor, for all crossing guards assigned by the Contractor to this project: 3.1.1 Be at least eighteen (18) years of age; 3.1.2 Be physically and mentally capable of performing the duties of a crossing guard; 3.1.3 Have the ability to give and follow oral instructions; 3.1.4 Have the ability to establish and maintain effective working relationships with children, parents, school officials and law enforcement officials; 3.1.5 Have the ability to remain calm and use judgment and initiative in an emergency situation; and 3.1.6 Be of good moral character. 3.2 Contractor shall include the following procedures in the selection process for crossing guards: 3.2.1 The Contractor shall contact the last two (2) or three (3) employers of the crossing guard applicant. Personnel reference should also be checked if the applicant has not been employed during the last five (5) years. 3.2.2 Employment and personal reference checks should be of such a nature as to provide the Contractor with the information necessary to determine if the applicant is capable of performing the duties of a crossing guard. 3.2.3 The Contractor shall provide for fingerprinting each applicant and shall complete a fingerprint identification card which shall be forwarded within five (5) working days to the California Department of Justice (DOJ). 3.2.4 The Contractor shall not employ any person as a crossing guard who has been convicted of a drug offense, sex offense or a felony, or is otherwise prohibited from working with children. 3.2.5 The Contractor shall maintain records of fingerprint identification during the period of this contract and five (5) years thereafter. Such records shall be available to the City for review upon request of the City. 3.3 The Contractor shall provide each crossing guard with appropriate training for the position of crossing guard before assigning a guard to any post. The training project shall include: EXHIBIT A — SCOPE OF SERVICES 3.3.1 General indoctrination concerning rules and regulations of employment; 3.3.2 Instructions on the proper handling of required reports; 3.3.3 Crossing guard techniques appropriate to the guard post; 3.3.4 Telephone numbers, and addresses, of the schools served by the crossing guards and local law enforcement; and 3.3.5 Public relations instructions, including the importance of image, dress and appearance, attitude and general demeanor of a crossing guard. 4. Listing of Current Crossing Guard Locations The following is a listing of all the current crossing guard locations in the City. Contractor shall post crossing guards at each of the following locations during the times specified. Please note that we have taken the liberty of striking out the shift times on the enclosed listing based on the liability they present. School bell times do change occasionally and those changes can present client/contractor liabilities as well as contract complications that might otherwise be avoided. All City Management Services, Inc By: D�netra Farw I , Corporate Secretary Crossing Guard #1 School Intersection Mon Tue Wed I Thur Fri 0-091s 0):15-08;05 0]:15- 0]:IS-0805 0]:15-08. 1 Corona del mar High School Eastbluff Dr. Alba St. 0 -03:30 03:45-03:30 03'R$- 0 Oz:45-03:30 035-03 HOURS 5 1.5 I. Is Is as :15 0715-0805 07:15- 0]:15-WW 0]:15- 2 Our lady Queen Eastbluff Or./Mar Vista 03'5 :30 03:45-03:30 U3'S- 0 0545-0330 0E'S :30 HOURS I. 1.5 1. IS WAS- WAS-05:50 WAS- 0&05-0550 W 0530 3 Eastbluff Elementary EastbluffDr./Vista tlel Sol mini 3 0305-050 Ol]0- 0 0395-0330 0 -03:So HOURS I.5 1.5 1.4 1.5 Ls 05:10-00:5 :10-055 0010- 08:10-08',55 30-08:55 4 Eastbluff Elementary VlsG del Ora/Vista Rama 05:55-03'0 :55-03'0 03:3s- 0 Oz:55-03: SS-03'0 HOURS IS l.s 1 1.s Ls 05:30-WAS 0 -WW 0]90- 0530- 07:10-01 166 St. /Wine (Cr iPoint 5.1 EnsignIntermediate al lbw $LI Delo-0860 W: Das 1195- 0535- 5 05:35-0315 0115-0i5 03W- HOURS LW l 1.3 S.S. 0):30-WAS 0]:30- 'Oi 0]:30- 0]' WA$ 0]:30-WAS lbw $L/fVlne lCIOSS POInI 52 Ensign Intermediate atlNinel 0810-05:50 0535- ]315- -03;35 so as-0335 02:35-0335 WW- 30 HOURS 3 1.58 1.5 I.se 1.58 05:30-0595 0]:30-01aA 0]:30- ]90-WAS 0]30-0595 Ensign Intermediate/Newport 156 St. /Wine (North 5.3 Harbor HS Crossing) 0520-05:50 M.35-0314 os- @es-0:35 095- 0335 osis-W1s HOURS 3 ].58 I. is8 L58 05:30-0895 0:30-0895 0 AS 0790-0805 07:30-05,05 Ensign Intermediate/Newport ]Sw St. /INlne(East 54 Harbor HS Cro..ing) 05:$0-05:50 02:3s-05:35 l3: A$ or 35-035 03:35-0335 03:35-W:as. HOURS 1 I'Se t.se 1.58 0]90-0595 0:30-0805 0 5 0590-0505 0:30-WAS 5.5 Ensign Intermediate Beacon St./Iryine 08:30-0050 01:35-03:35 35 03:35-03:35 01:35-0335 0535-03:35 3m HOURS a I.Sc A L l.sa I.S. PsiView Dr./Marguerite 0]'p5-08:30 07:45-08 07:45 :3 745-0830 07'S-W 30 6 Lincoln Elementary Ave W :40-0315 01 S 0105 30 :40-WRS U3'AO-05:35 HOURS 1.5 I. I lk 1.5 1.5 WW-0545 0505 AS Wm AS 0 -011 WA]-.0 ] Mariners Elemenlary Dover/Mariners 03:55-03'0 W: 03:40 01'5 90 02. 01 051 HOURS 1.5 .s 1 I.5 WW-05:45 -WAS 01. 'S OBW 8'S ant Mariners Elementary Mariners/Pembroke 03:55-03:40 .55-03:40 0155 :40 0135 0255-0:40 HOURS f.5 1.5 1. 1.s 1.5 0]:30-05:1 01:30-05:15 0150 :15 0]:30- W50-05:15 9 Newport Elementary W, Balboa/34w 51. 0310-03 03:30-03:05 11'5 90 05.20-W. 05]0-0305 HOURS 1.5 l.s I I 1.5 Ls 0590- 5 05:30-05:15 in So 15 W30-0:15 ]50-05:15 ]0 Newport Elementary W. Balboa/13w St. 0530 AS 03:$0-050$ 11:45 :30 010-0395 ]0-0395 HOURS 1.5 1. IS 1.3 W. 08'5 WW-05'5 WW 4S CM-08:45 -05:45 Newport Coast/Ridge Park 11.1 NeWpOrt Coast Elementary Rd. (Cross Point at Ridge -03:40 090-0x:40 0195 :45 01:10-01:40 W Oi:10 Park Rd.) -0310 03.05-05:30 0$� 90 03.05-V3:30 03 0590 HOURS las 1.75 1. 1a5 1 BW-WAS 0505-05:45 Wm RS OBm-08:45 01 'S Newport Coast/Ridge Park 11.2 Newport Coast Elementary Rd. (Cross Point at Sch001 01:10-O3M 090-0x:40 0195 AS 02:10-02:40 01:10- 0 Dri ewayi 03W-0330 OW-0310 02M 10 03m-W:30 OJO3-0 HOURS las 1.05 1. Sas n]s 05:30-05:15 05:30-0555 0)30 15 0:30-08a5 01:30-081 12 Newport Heights Elementary 156 St. if Retllantls 03:35-03]0 0335-030 01:10 50 0135-0310 03:35-0330 HOURS Is Is I. 3s EXHIBIT B SCHEDULE OF BILLING RATES All City Management Services, Inc. Page B-1 EXHIBIT B - SCHEDULE OF BILLING RATES (2017-2018) YEAR 1: $507,654.00 HOURLY RATE: $16.78 NUMBER OF HOURS: 9180 TOTAL ANNUAL AMOUNT: $154,040.40 (2018-2019) YEAR 2: $21.68 HOURLY RATE: $18.55 NUMBER OF HOURS: 9180 TOTAL ANNUAL AMOUNT: $170,289.00 (2019-2020) YEAR 3: $23.50 HOURLY RATE: $19.97 NUMBER OF HOURS: 9180 TOTAL ANNUAL AMOUNT: $183,324.60 TOTAL 1-3 YEAR COST: $507,654.00 OPTIONAL: (2020-2021) YEAR 4: HOURLY RATE: $21.68 NUMBER OF HOURS: 9180 TOTAL ANNUAL AMOUNT: $199,022.40 (2021-2022) YEAR 5: HOURLY RATE: $23.50 NUMBER OF HOURS: 9180 TOTAL ANNUAL AMOUNT: $215,730.00 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. All City Management Services, Inc. Page C-1 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. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Consultant shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. Insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. City reserves the right to require complete, certified copies of all required insurance policies, at any time. 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 All City Management Services, Inc. Page C-2 Consultant of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. D. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Consultant maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Consultant. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. E. Self-insured Retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self-insured retentions be eliminated, lowered, or replaced by a deductible. Self- insurance will not be considered to comply with these requirements unless approved by City. F. City Remedies for Non -Compliance. If Consultant or any subconsultant fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Agreement, or to suspend Consultant's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Consultant or reimbursed by Consultant upon demand. G. Timely Notice of Claims. Consultant shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Consultant's performance under this 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. 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. All City Management Services, Inc. Page C-3 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 10/4/17 Dept./Contact Received From: Thu Date Completed: 10/25/17 Sent to: Thu By: Jan Company/Person required to have certificate: All City Management Services Type of contract: 1. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 5/1/17-5/1/18 A. INSURANCE COMPANY: Liberty Surplus Insurance Company B. AM BEST RATING (A-: VII or greater): A / XV C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ❑ Yes N No D. LIMITS (Must be $1 M or greater): What is limit provided? $1M/$2M E. ADDITIONAL INSURED ENDORSEMENT — please attach N Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does N/A F. not apply to Waste Haulers or Recreation) N Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND N N/A ❑ Yes ❑ No G. COMPLETED OPERATIONS ENDORSEMENT (completed ❑ N/A ❑ Yes N No H. Operations status does not apply to Waste Haulers) N Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? N Yes ❑ No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is.it included? ® Yes ❑ No J. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence' wording? ❑ Yes N No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): N N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A N Yes ❑ No 11. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 4/1/17 — 4/1/18 A. INSURANCE COMPANY: Depositors Insurance Company B. AM BEST RATING (A-: VII or greater) A+/ XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? N Yes ❑ No D. LIMITS - If Employees (Must be $1M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? $1,000,000 E LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): N N/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes N No H. NOTICE OF CANCELLATION: ❑ N/A 0 Yes ❑ No WORKERS'COMPENSATION EFFECTIVE/EXPIRATION DATE: 1/1/17 —1/1/18 A. INSURANCE COMPANY: Protective Insurance Company B. AM BEST RATING (A-: VII or greater): A+/ IX C. ADMITTED Company (Must be California Admitted): D. WORKERS' COMPENSATION LIMIT: Statutory E. EMPLOYERS' LIABILITY LIMIT (Must be $1M or greater) F. WAIVER OF SUBROGATION (To include): Is it included? G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: H. NOTICE OF CANCELLATION: ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY V POLLUTION LIABILITY V BUILDERS RISK HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? ® Yes ❑ No ® Yes ❑ No $1,000,000 ® Yes ❑ No ® N/A ❑ Yes ❑ No ❑ N/A ® Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® Yes ❑ No Agent of Alliant Insurance Services Date Broker of record for the City of Newport Beach RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _ Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: Risk Management approval needed for non -admitted General Liability carrier. 10/24/17 per Sherri — KBS Staffing is now the Parent company of vendor and not an employee leasing firm. Also approved non -admitted General Liability carrier Approved: Risk Management * Subject to the terms of the contract. Date