Loading...
HomeMy WebLinkAboutC-7183-1 - PSA for Macarthur Boulevard and University Drive Pavement Rehabilitation Projectr AMENDMENT NO. ONE TO PROFESSIONAL SERVICES AGREEMENT WITH CIVIL WORKS ENGINEERS, INC. FOR V MACARTHUR BOULEVARD AND UNIVERSITY DRIVE PAVEMENT REHABILITATION PROJECT THIS AMENDMENT NO. ONE TO PROFESSIONAL SERVICES AGREEMENT ("Amendment No. One") is made and entered into as of this 17th day of December, 2018 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and CIVIL WORKS ENGINEERS, INC., a California corporation ("Consultant"), whose address is 3151 Airway Avenue, Suite T-1, Costa Mesa, California 92626, and is made with reference to the following: RECITALS A. On November 28, 2017, City and Consultant entered into a Professional Services Agreement ("Agreement") for design review and research services regarding the MacArthur Boulevard and University Drive Pavement Rehabilitation Project ("Project"). B. The parties desire to enter into this Amendment No. One to extend the term of the Agreement to December 31, 2019. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM Section 1 of the Agreement is amended in its entirety and replaced with the following: "The term of this Agreement shall commence on the Effective Date, and shall terminate on December 31, 2019, unless terminated earlier as set forth herein." 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] IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTORN Y'S QFFICE Date: 2 Z i 92) By:--lL���~ fbc: Aaron C. Harp �Gcw�z•t�•�8 City Attorney ATTEST: � . �� Date: I. r 4� By. - Lei ani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipaj rporation Date: 1 �•� By: 1 DaVld A. ebb Public Works Director CONSULTANT: Civil Works Engineers, Inc., a California corporation Date: Signed in Counterpart By: Marie Marston, P.E. President and Secretary [END OF SIGNATURES] Civil Works Engineers, 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' OFFIC? Date: 2 Z al �5 CITY OF NEWPORT BEACH, a California municipal corporation Date: By: By: fw: Aaron C.'Harp Ow 12 A%.t8 David A. Webb City Attorney Public Works Director ATTEST: Date: am Leilani I. Brown City Clerk CONSULTANT: Civil Works Engineers, Inc., a California corporation Date:—�3-1�/ By: 1664L�- Marie Marston, P.E. President and Secretary [END OF SIGNATURES] Civil Works Engineers, Inc. Page 2 PROFESSIONAL SERVICES AGREEMENT v WITH CIVIL WORKS ENGINEERS, INC. FOR MACARTHUR BOULEVARD AND UNIVERSITY DRIVE PAVEMENT REHABILITATION PROJECT THIS PROFESSIONAL SERVICES AGREEMENT ("Agreement') is made and entered into as of this 28th day of November, 2017 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and CIVIL WORKS ENGINEERS, INC., a California corporation ("Consultant'), whose address is 3151 Airway Avenue, Suite T-1, Costa Mesa, California 92626, 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 design review and research services regarding the MacArthur Boulevard and University Drive Pavement Rehabilitation Project ("Project'). C. Consultant possesses the skill, experience, ability, background, certification and knowledge to provide the professional services described in this Agreement. D. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and desires to retain Consultant to render professional services under the terms and conditions set forth in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: II=1.1iT, The term of this Agreement shall commence on the Effective Date, and shall terminate on December 31, 2018, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work"). City may elect to delete certain Services within the Scope of Services at its sole discretion. 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. �016LTd » i! 61e04 I f 91 Z r 11SX&I NCULV t/ 1► k I 4.1 City shall pay Consultant for the Services on a time and expense not -to - exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Consultant's compensation for all Work performed in accordance with this Agreement, including all reimbursable items and subconsultant fees, shall not exceed Two Hundred Nineteen Thousand Sixty Nine Dollars and 00/100 ($219,069.00), without prior written authorization from City. Additionally, the City has allocated a contingency amount of Twenty One Thousand Nine Hundred Dollars and 00/100 ($21,900.00) for unexpected costs, for a total not to exceed amount of Two Hundred Forty Thousand Nine Hundred Sixty Nine Dollars and 00/100 ($240,969.00). No billing rates changes shall be made during the term of this Agreement without the prior written approval of the City. No portion of the contingency shall be expended without prior written approval of City's Project Administrator. 4.2 Consultant shall submit monthly invoices to City describing the Work performed the preceding month. Consultant's bills shall include the name of the person who performed the Work, a brief description of the Services performed and/or the specific task in the Scope of Services to which it relates, the date the Services were performed, the number of hours spent on all Work billed on an hourly basis, and a description of any Civil Works Engineers, Inc. Page 2 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 Marie Marston, PE to be its Project Manager. Consultant shall not remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. 5.2 Consultant, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of Services upon written request of City. Consultant warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 5.3 If Consultant is performing inspection services for City, the Project Manager and any other assigned staff shall be equipped with a cellular phone to communicate with City staff. The Project Manager's cellular phone number shall be provided to City. 6. ADMINISTRATION This Agreement will be administered by the Public Works Department. City's Public Works Director or designee shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator shall represent City in all matters pertaining to the Services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES To assist Consultant in the execution of its responsibilities under this Agreement, City agrees to provide access to and upon request of Consultant, one copy of all existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Consultant's Work schedule. Civil Works Engineers, Inc. Page 3 8.1 All of the Services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the Services required by this Agreement, and that it will perform all Services in a manner commensurate with community professional standards and with the ordinary degree of skill and care that would be used by other reasonably competent practitioners of the same discipline under similar circumstances. All Services shall be performed by qualified and experienced personnel who are not employed by City. By delivery of completed Work, Consultant certifies that the Work conforms to the requirements of this Agreement, all applicable federal, state and local laws, and legally recognized professional standards. 8.2 Consultant represents and warrants to City that it has, shall obtain, and shall keep in full force and effect during the term hereof, at its sole cost and expense, all licenses, permits, qualifications, insurance and approvals of whatsoever nature that is legally required of Consultant to practice its profession. Consultant shall maintain a City of Newport Beach business license during the term of this Agreement. 8.3 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's Work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. HOLD HARMLESS 9.1 To the fullest extent permitted by law, Consultant shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers and employees (collectively, the "Indemnified Parties), from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims'), and which relate (directly or indirectly) to the negligence, recklessness, or willful misconduct of the Consultant or its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable, or any or all of them. 9.2 Notwithstanding the foregoing, nothing herein shall be construed to require Consultant to indemnify the Indemnified Parties from any Claim arising from the sole negligence, active negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do Civil Works Engineers, Inc. Page 4 not act as a limitation upon the amount of indemnification to be provided by the Consultant. 10. INDEPENDENT CONTRACTOR It is understood that City retains Consultant on an independent contractor basis and Consultant is not an agent or employee of City. The manner and means of conducting the Work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. No civil service status or other right of employment shall accrue to Consultant or its employees. Nothing in this Agreement shall be deemed to constitute approval for Consultant or any of Consultant's employees or agents, to be the agents or employees of City. Consultant shall have the responsibility for and control over the means of performing the Work, provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Consultant as to the details of the performance of the Work or to exercise a measure of control over Consultant shall mean only that Consultant shall follow the desires of City with respect to the results of the Services. 11. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Consultant on the Project. 12. CITY POLICY Consultant shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Consultant is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. IT, I1 M11 M -10N160 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 orfor 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. Civil Works Engineers, Inc. Page 5 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. 17. OWNERSHIP OF DOCUMENTS 17.1 Each and every report, draft, map, record, plan, document and other writing produced, including but not limited to, websites, blogs, social media accounts and applications (hereinafter "Documents"), prepared or caused to be prepared by Consultant, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Consultant or any other party. Additionally, all material posted in cyberspace by Consultant, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Consultant or any other party. Consultant shall, at Consultant's expense, provide such Documents, including all logins and password information to City upon prior written request. 17.2 Documents, including drawings and specifications, prepared by Consultant .pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed Documents for other projects and any use of incomplete Documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived against Consultant, and City assumes Civil Works Engineers, Inc. Page 6 full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. 17.3 CADD data delivered to City shall include the professional stamp of the engineer or architect in charge of or responsible for the Work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other Project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All original drawings shall be submitted to City in the version of AutoCAD used by the City in .dwg file format, on a CD, and should comply with the City's digital submission requirements for improvement plans available from the City's Public Works Department. The City will provide Consultant with City title sheets as AutoCAD file(s) in .dwg file format. All written documents shall be transmitted to City in formats compatible with Microsoft Office and/or viewable with Adobe Acrobat, 17.4 All improvement and/or construction plans shall be prepared with indelible waterproof ink or electrostatically plotted on standard twenty-four inch (24") by thirty-six inch (36") Mylar with a minimum thickness of three (3) mils. Consultant shall provide to City 'As -Built' drawings and a copy of digital Computer Aided Design and Drafting ("CADD") and Tagged Image File Format (.tiff) files of all final sheets within ninety (90) days after finalization of the Project. For more detailed requirements, a copy of the City of Newport Beach Standard Design Requirements is available from the City's Public Works Department. 18. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents the Consultant's judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to Consultant or contractor bids or actual cost to City. ,Tltdd►laIII 4►IiF_«iA All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the Services in this Agreement, shall be kept confidential unless City expressly authorizes in writing the release of information. 20. INTELLECTUAL PROPERTY INDEMNITY Consultant shall defend and indemnify City, its agents, officers, representatives and employees against any and all liability, including costs, for infringement or alleged Civil Works'Engineers, Inc. Page 7 infringement of any United States' letters patent, trademark, or copyright, including costs, contained in Consultant's Documents provided under this Agreement. 21. RECORDS Consultant shall keep records and invoices in connection with the Services to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any Services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Consultant under this Agreement. All such records and invoices shall be clearly identifiable. Consultant shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Consultant shall allow inspection of all Work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Consultant under this Agreement. City may withhold payment to Consultant of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue Work as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 23. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than what would have resulted if there were not errors or omissions in the Work accomplished by Consultant, the additional design, construction and/or restoration expense shall be borne by Consultant. Nothing in this Section is intended to limit City's rights under the law or any other sections of this Agreement. 24. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other Consultants in connection with the Project. 25. CONFLICTS OF INTEREST 25.1 Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. Civil Works Engineers, Inc. Page 8 25.2 If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. 26. NOTICES 26.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Agreement shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first- class mail, addressed as hereinafter provided. 26.2 All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Attn: Public Works Director Public Works Department City of Newport Beach 100 Civic Center Drive PO Box 1768 Newport Beach, CA 92658 26.3 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attn: Marie Marston, PE Civil Works Engineers, Inc. 3151 Airway Avenue, Suite T-1 Costa Mesa, CA 92626 27. CLAIMS Unless a shorter time is specified elsewhere in this Agreement, before making its final request for payment under this Agreement, Consultant shall submit to City, in writing, all claims for compensation under or arising out of this Agreement. Consultant's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Agreement except those previously made in writing and identified by Consultant in writing as unsettled at the time of its final request for payment. Consultant and City expressly agree that in addition to any claims filing requirements set forth in the Agreement, Consultant shall be required to file any claim Consultant may have against City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 28. TERMINATION 28.1 In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in Civil Works Engineers, Inc. Page 9 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. 28.2 Notwithstanding the above provisions, City shall have the right, at its sole and absolute discretion and without cause, of terminating this Agreement at any time by giving no less than seven (7) calendar days' prior written notice to Consultant. In the event of termination under this Section, City shall pay Consultant for Services satisfactorily performed and costs incurred up to the effective date of termination for which Consultant has not been previously paid. On the effective date of termination, Consultant shall deliver to City all reports, Documents and other information developed or accumulated in the performance of this Agreement, whether in draft or final form. 29. PREVAILING WAGES If any of the Work contemplated under the Agreement is considered a "public work", pursuant to the applicable provisions of the Labor Code of the State of California, including but not limited to Section 1720 et seq., not less than the general prevailing rate of per diem wages including legal holidays and overtime Work for each craft or type of workman shall be paid to all workmen employed on such. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the Work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the Agreement. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. The Contractor is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any subcontractor under him/her to comply with all State of California labor laws, rules and regulations and the parties agree that the City shall not be liable for any violation thereof. 30. STANDARD PROVISIONS 30.1 Recitals. City and Consultant acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Agreement. 30.2 Compliance with all Laws. Consultant shall, at its own cost and expense, comply with 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. Civil Works Engineers, Inc. Page 10 30.3 Waiver. A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 30.4 Integrated Contract. This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 30.5 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 30.6 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 30.7 Amendments. This Agreement may be modified or amended only by a written document executed by both Consultant and City and approved as to form by the City Attorney. 30.8 Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 30.9 Controlling Law and Venue. The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 30.10 Equal Opportunity Employment. Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 30.11 No Attorneys' Fees. In the event of any dispute or legal action arising under this Agreement, the prevailing party shall not be entitled to attorneys' fees. 30.12 Counterparts. This Agreement may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. [SIGNATURES ON NEXT PAGE] Civil Works Engineers, 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 ATTORNEY'S OFFICE Date: l L b1117-- By:�"' Aaron C. Harp City Attorney ATTEST: Date: ��• CITY OF NEWPORT BEACH, a California municipal corporation Date: J2-, 72-- Y-7 Bv- c� vin Muldoon Mayor CONSULTANT: Civil Works Engineers, Inc., a California corporation Date: /1-20_/7 11 1 1 By: Leilani I. Bro Marie Marston, P.E. City Clerk SW ,qa President and Secretary OF SIGNATURES] Attachments: "ME*M'Rst A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements Civil Works Engineers, Inc. Page 12 EXHIBIT A SCOPE OF SERVICES Civil Works Engineers, Inc. Page A-1 Exhibit A - Scope of Work and Schedule (page 1 of 7) Section D — Scope of Services Based on the RFP and review of the project site, we have developed the following scope of services and tasks: Task A Research and Data Collection Task B Utility Investigation and Coordination Task Design Surveying Task D Base Mapping Task E Geotechnical Investigation and Pavement Report (Optional) Task F Construction Documents — Plans, Special Provisions, Cost Estimate, As-Builts Task G Progress Meetings Task H Construction Support Services Task A - Research and Data Collection We will collect existing information from the City to evaluate the existing conditions and proceed with the project design. We will need to perform research to collect available information, including as-builts for existing geometrics and pavement sections of the street segments, utility data, storm drain plans and profiles, survey control records and right-of-way maps, street centerline ties, other previously prepared studies and reports, etc. We will perform a field review of the site and take photographs. The photographs will document the before condition. We will also identify and note specific site constraints if any are observed and roadway existing conditions. Task B - Utility Investigation and Coordination It will be necessary to make contact with all underground and overhead utility companies that have facilities within the project limits to inform them of this project and obtain copies of their as -built plans or atlas maps to verify locations, types, and sizes of facilities. We understand from the RFP that the City will handle the initial request and then forward to us. Vertical information is likely unavailable on the utility company maps and therefore, it would not be shown on our plans/base map. At a minimum, horizontal information collected will be added to the base maps once we receive the records from the City. Once shown on the base maps, we will forward these to the utility companies for verification. This task also includes continued coordination and related follow-up with the affected underground and overhead utility companies regarding the specific impact locations throughout the project as well as identifying their future needs. We will preliminarily determine the conflicts or impacts the improvements will have with the existing utilities and summarize the information on the design plans. A log of all coordination and correspondence will be maintained throughout the project development. We anticipate the utility conflicts will be minimal, consisting primarily of adjustment to grade of surface manholes and valve covers. We will, however, review the limits of the new structural section with the depth information to confirm there are no vertical conflicts. We anticipate contacting the involved utility owners three times, once to confirm their facilities are correctly shown on our base map, then to present the 50% plans to them to verify their involvement, and finally at 100% to confirm the involvement locations. Comments received from the utility owners will be incorporated into our plans. MacArthur Blvd. & University Dr Pavement Rehabilitation WORK., Exhibit A - Scope of Work and Schedule (Page 2 of 7) Costs associated with utility modifications or relocation will be identified. We do not anticipate a need for determination of prior rights since relocations and modifications to existing utility facilities are unlikely. Potholing is not anticipated to be necessary. No separate plans will be prepared for utilities or specific utility owners. Task C - Design Survey We will research Orange County horizontal and vertical control and recover nearby monuments for the basis of our surveys. Elevations will be established by conventional leveling from nearby County benchmarks. During this survey task, additional points may be established to facilitate the survey. We will utilize the City or County's offices to obtain corner records, street centerline ties, record maps, benchmarks, and GPS control data. Since the expected roadway rehabilitation will consist of milling and overlay and per the RFP, we are proposing an aerial basemap with a 1 -foot contour interval to cover the project limits augmented by field survey. We will supplement the aerial basemap with specific areas of ground topographic survey as needed to produce the construction details. These areas would include the intersection curb returns (for construction of the curb ramps), bus stops, pedestrian crossings, obstructions within pedestrian path, damaged curb and gutter, etc. The RFP identifies 50 -foot intervals for survey cross sections. These will be taken from right-of-way to right of way. Task D - Base Mapping The base map will be prepared following the preparation of the aerial map, ground survey, and utility investigation. The base map will include the street centerline of MacArthur Boulevard and University Drive based on street centerline monuments. It will show all intersecting streets, topographic features, and 1' contour lines. Record map information will also be included to determine and indicate the existing right-of-way lines on the base map. Utility information will also be added to the base map. Task E - Geotechnical Investigation and Pavement Report (optional tasks subject to approval to proceed by City's Project Administrator) We will be performing a visual pavement surface condition survey. Our visual survey will be used to evaluate the segments of the existing pavements that will require either rehabilitation or removal and reconstruction. Based on our site reconnaissance and information from the RFP, removal and replacement may not be necessary but localized pavement reconstruction, "dig -outs" prior to pavement rehabilitation may be required. During the visit, a general overview of the pavement conditions and any required localized dig -outs will be determined. As an optional task, we can prepare a geotechnical investigation which will more fully determine the status of the existing pavements. The primary geotechnical considerations may include the variable existing pavements, subgrade failures, and the supporting capacity of the existing pavements for the future pavement loadings. The field exploration has to be carefully planned to obtain relevant existing pavement sections and subsurface data in an economical and expedient manner. Therefore, we propose to investigate the existing pavement sections and underlying basement soils using both non-destructive testing (NDT) and borings/corings in accordance with Caltrans standards; Caltrans design procedures require NDT for a pavement overlay design. The NDT will be performed using a FWD to test the existing pavement sections' (AC and/or PCC, base material, and subgrade soils) response to a load similar to that of a moving vehicle. MacArthur Blvd. & University Dr Pavement Rehabilitation CIVIL WORKS Exhibit A - Scope of Work and Schedule (page 3 of 7) The FWD will be performed at approximately 150- to 200 -foot intervals on the through lanes to collect a significant amount of data quickly. In our opinion, FWD testing is critical to assessing the structural condition of the existing pavement section, selecting appropriate boring (pavement section and subgrade soils) and coring (pavement section only) locations, and better characterizing the existing subgrade soils that use borings/corings and laboratory testing exclusively. A combination of borings/corings will be performed to measure the existing pavement sections and evaluate the existing subgrade conditions. Therefore, our investigation program will consist of FWD field testing, preliminary analysis of the FWD results, performing borings/corings (locations based on the FWD results), laboratory testing, engineering analysis of the FWD and borings/corings, and preparation of an overlay design report by Dynatest and a letter -type technical memorandum by DYA. The interpreted and correlated FWD, boring/coring, and laboratory data will be the basis for our recommendations for pavement reconstruction and rehabilitation. Recommendations will be provided for milling the existing AC and overlaying with hot -mix asphalt (HMA) and/or rubberized hot - mix asphalt (RHMA). Removal and reconstruction and/or localized "dig -outs" options will consist of HMA over aggregate base (AB) or full depth HMA pavements. PCC is commonly used for bus stop queuing areas and for some intersection stop areas. Task F - Construction Documents — Plans, Special Provisions, Cost Estimate, As-Builts This task includes the preparation of construction documents (plans, special provisions, and estimates) and the supporting documentation. In this task, we have assumed we will prepare one set of plans which will cover the planned improvements for both streets. The construction plans will be prepared on 24" by 36" sheets using Autocad Civil 3D 2015. The plan set is expected to include the following sheets. • Title • Typical Sections • Plan at 1" = 40' (7 sheets) • Construction Details (access ramps, bike trail, other design details) at 1" = 20' or 1" = 10' (4 sheets) • Intersection Details & Access Ramps Q sheets) • Traffic Control Plans • Traffic Control Plan for University at join to City of Irvine • Striping & Loop Detector Replacement (7 sheets) • Cross Sections at 50' intervals (16 sheets) For the majority of the segment, it is not anticipated that curb and gutter of the medians or the right edges would be reconstructed; therefore, curb and gutter profiles would not typically be prepared for a pavement rehabilitation project. As such, no roadway profiles are included in this proposal. The roadway plans will include the removals, pavement rehabilitation improvements and curb, gutter and sidewalk reconstruction, if necessary, and utility adjustments. Curb ramps to be modified will also be shown. No improvements are planned to the concrete portions of the roadways, i.e., bridges, bus stops, bus turnouts, etc. MacArthur Blvd. & University Dr Pavement WORKS Exhibit A - Scope of Work and Schedule (Page 4 of 7) Design details for sidewalks, access ramps, and access to bike trails would be necessary to accompany the plan set. The design will comply with the latest accessibility requirements. Intersection detail sheets will be prepared to indicate the pavement grades and the reconstruction of access ramps. In our preliminary review, there are 25 existing curb ramps which we need to examine for compliance. Striping sheets will be prepared to replace the striping after the pavement rehabilitation. Changes from the existing striping are not anticipated, however, the striping for the entire section must be restored. Existing signing will be inventoried and placed on these sheets. Additionally, the loop detector replacements will be shown on these sheets. As discussed with the City during the proposal process, we will prepare traffic control plans for both streets. This will facilitate the permit with Caltrans (and Transportation Corridor Agencies) needed for the MacArthur Boulevard work. It is anticipated that access to/from SR -73 will need to be closed at night to facilitate the rehabilitation. Traffic control plans will also be coordinated with City of Irvine with their separate University Drive project. These plans will be in compliance with the latest version of MUCTD. We will make application to Caltrans for an encroachment permit for construction. We have assumed an encroachment permit will also be needed from the City of Irvine since the contractor's traffic control will extend into their City. We understand they are also planning improvements to their section of University Drive and therefore schedules will need to be coordinated. We will prepare technical special provisions using the latest APWA "Greenbook" 2009 and consistent with current City formats. We anticipate the City will provide the boilerplate contract documents to be included in the specifications package. We will work with the City on assembling the entire contract document package. We have assumed there would be one construction document package. Using the cost estimate as a basis, we will determine which items in the cost estimate will be included as contract items in the bid list. We have found an essential part of the PS&E is preparing a bid proposal which references the location of the Contractor's payment clause. In this manner, we can ensure that all bid items have a clear manner of payment. We cross check the construction plans, cost estimate and bid item list to ensure all items of work are paid for, correct bid and estimate item size and quantity. Since the engineer's cost estimate and bid proposal may not list the same items, we will ensure the bid list covers means of payment for all work items. It is also important to coordinate with our team members on specific items, such as final pay items, partial pay items, lump sum items, etc. A cost estimate must be prepared to inform the City of the upcoming financial obligation and to provide an engineer's estimate as a basis for the design. The estimate will show quantities and unit prices for each work item along with appropriate mobilization and contingency costs. Costs for associated utility adjustment to grade work will also be included in the estimate. We will research the latest unit prices available and consult with the City on specific prices and use our own information from other recent bids as available to ensure the unit prices are current. One bid list would be prepared. We anticipate submittals of the plans, special provisions, and cost estimates at the 50%, 90% and 100% stages of design. Review comments from the previous submittal will be addressed and responses will be provided with the latest submittal. We will prepare as -built drawings upon receipt of the contractor markups. Final as -built drawings will be submitted in AutoCad and PDF format MacArthur Blvd. & University Dr Pavement Rehabilitation WORKS Exhibit A - Scope of Work and Schedule (Page 5 of 7) Task G - Progress Meetings We anticipate regular progress meetings will be held. We anticipate a kickoff meeting (1), meetings during the project development (4), a field meeting (1), and meetings upon or directly following each submittal (3). The field meeting will be held with the City to identify any specific locations where special consideration will be needed, such as specific full -depth repair locations and ADA considerations. The purpose of the meetings is to discuss progress, general and specific project issues, exchange information, resolve issues, receive guidance and direction, to review project schedules, and to facilitate coordination. Agendas will be distributed in advance of the meeting and minutes following. We have found close team coordination and regular meetings facilitate the required communication. Task H - Construction Support Services If necessary, we will revise the final construction drawings and/or specifications to assist the City in preparing bid addendum and resolve discrepancies. We will include attending the pre -construction meeting and responding to questions at that meeting. We will review the construction and shop drawings submitted by the Contractor to the Construction Manager for conformity with the intent of the plans and specifications. We will keep an updated log of submittals received indicating the date received, dates sent and returned from subconsultants if applicable, date returned to the Construction Manager, and the status of each whether approved or returned requiring additional information. We can provide copies of the log over the course of the construction as requested by the City. At the request of the City or Construction Manager, we will provide consultation and advice. We will coordinate with the City, Contractor, Construction Manager, and project team to resolve issues and respond to inquiries. We will review design changes as they occur and work closely with the City to facilitate timely responses when changes arise. We will prepare written clarification in response to Contractor's Requests for Information (RFIs). Exclusions from Scope of Work Roadway Profiles Drainage Study & Report Right of Way engineering Utility Modification / Relocation Design (other than adjustments to grade) Separate Plan Sheets for IRWD Facilities Adjustments Utility Potholing Landscaping Design Traffic Control Plans (other than near SR -73 on MacArthur Blvd.) Traffic Study & Report Signing New/ Modification Plans Water Quality Documentation Environmental Services Traffic Signal Modification Design (temporary or permanent) Plan Check/ Permit Fees Cost Structure Modifications Design Blvd. & University Dr Pavement CIVIL WORKS Exhibit A - Scope of Work and Schedule (Page 6 of 7) Private Property Owner Coordination & Meetings Meetings with Caltrans and City of Irvine Construction Administration, Inspection, Staking MacArthur Blvd. & University Dr Pavement Rehabilitation C'1 PIlI WORKS iRIC\ Exhibit A - Scope of Work and Schedule (Page 7 of 7) ID DeaalPtlon Durr Skirl Finish an, Wi Preliminary Engineering I Notice To Proceed Project Kick -00 Meeting Research& Data Collection Design Field Survey & Mapping Obtain Utility Info From City Basemap Preparation Geotechnical Field Work 1I11WL eotechnical Testing SMERehablltiation Analysis&Report 100 Notice To Proceed 020NOV17 17NOV17 105 Project1 cWC8 Meeting 2 2MOV17 21NOV17 110 Reasarch&Data Collection 102MOV17 01DEC17 Yf 115 Desig n Field Survey &Mapping 15 20NOV17 WDEC17 i 120 Obtain Utility Info Fran City 20 20NOV17 15DEC17 f 125 Binenap Preparation 1011DEC17 UDEC17 130 Geoletllrical Field Work a0 20NOV17 15JAN 18 135 Geoschnical Testing 10 17JAN 18 30JAN18 140 1 Rehadltiation Analysis & Report 151 WAN18 31JAN18 P3&E r -Prepare 50%P$8E ��City Review prepare 90%PS&E 1111111111111111110 City Review J Prepare 100%P City Re =;70Prop 1city Utility Coordin 300 Prepare 50%PSBE 4001FE818 28MAR18 310 City Review 1528MAR18 ISAPR18 320 Prepare 00°h PS&E 2528MMAY18 ARi8 02 330 CityReview 15 03MAY18 23MAY18 400 Prepare 100% Plane 2003MAY18 30MAY18 410 CityReJew 15 31MAY18 20JUNiS 500 Prepare Final Suba l 521JUN18 NJUN18 510 CityApprova PS&E 227JUN18 28JUN18 5W UBlilycoorninaticn 12018DEC 77 05JUN18 Start date 20NOV17 CITY OF NEWPORT BEACH MacArthur Blvd& University Drive Avenue Pavement Rehabilitation CIVIL WORKS ENGINEERS PROJECTSCHEDULE Finish date 28JUN18 Data date 20NOV17 ©PrimaveraSystems, Inc. EXHIBIT B SCHEDULE OF BILLING RATES Civil Works Engineers, Inc. Page B-1 Exhibit B - Proposal Fee and Billing Rate (Page 1 Q"2 3151 Airway Avenue Suite T-1 CIVIL WORKSCosta Mesa, CA 92626 E N G I N E E R 5 PROPOSAL FEE Date: October 12, 2017 Client: City of Newport Beach Project: Macarthur Blvd and University Drive Pavement Rehabilitation [Macarthur Blvd from Ford Rd/Bonita Canyon Or to City Limits (SR -73); and University Or from Jamboree Rd to City Limits (Macarthur Blvd)] Fee is not to exceed $219,069 - rtUPuzicil rale ana t5wing nate gage Z of 2) 3151 Airway Avenue Suite T-1 Costa Mesa, CA 92626 CIVIL AVORKS E N G I N E E R S RATE SCHEDULE PROFESSIONAL SERVICES HOURLY RATE ($) Principal $165.00 Project Manager $150.00 Senior Project Engineer $130.00 Engineer $115.00 Staff Engineer / Senior Designer $110.00 Jr. Engineer/ Designer $ 90.00 Jr. Designer/ CADD Technician $ 80.00 Clerical / Admin Support $ 65.00 REIMBURSABLE EXPENSES Reproduction Cost Consultant Services Cost plus 5% Automobile Transportation $0.54/mile; Fed Rate Computer Plots Cost Delivery, Freight, Courier Cost Agency Fees Cost Commercial Travel / Subsistence Cost Effective Through 12/31/2018 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. Civil Works Engineers, Inc. Page C-1 D. Professional Liability (Errors & Omissions) Insurance. Consultant shall maintain professional liability insurance that covers the Services to be performed in connection with this Agreement, in the minimum amount of one million dollars ($1,000,000) per claim and two million dollars ($2,000,000) in the aggregate. Any policy inception date, continuity date, or retroactive date must be before the Effective Date of this Agreement and Consultant agrees to maintain continuous coverage through a period no less than three years after completion of the Services required by this Agreement. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against City, its City Council, boards and commissions, officers, agents, volunteers and employees or shall specifically allow Consultant or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Consultant hereby waives its own right of recovery against City, and shall require similar written express waivers from each of its subconsultants. B. Additional Insured Status. All liability policies including general liability, excess liability, pollution liability, and automobile liability, if required, but not including professional liability, shall provide or be endorsed to provide that City, its City Council, boards and commissions, officers, agents, volunteers and employees shall be included as insureds under such policies. C. Primary and Non Contributory. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self-insurance maintained by City. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation (except for nonpayment for which ten (10) calendar days' notice is required) or nonrenewal of coverage for each required coverage. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Consultant shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. Insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Civil Works Engineers, Inc. Page C-2 B. City's Right to Revise Requirements. City reserves the right at any time during the term of the Agreement to change the amounts and types of insurance required by giving Consultant sixty (60) calendar days' advance written notice of such change. If such change results in substantial additional cost to Consultant, City and Consultant may renegotiate Consultant's compensation. C. Enforcement of Agreement Provisions. Consultant acknowledges and agrees that any actual or alleged failure on the part of City to inform Consultant of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. D. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Consultant maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Consultant. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. E. Self-insured Retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self-insured retentions be eliminated, lowered, or replaced by a deductible. Self- insurance will not be considered to comply with these requirements unless approved by City. F. City Remedies for Non -Compliance. If Consultant or any subconsultant fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Agreement, or to suspend Consultant's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Consultant or reimbursed by Consultant upon demand. G. Timely Notice of Claims. Consultant shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Consultant's performance under this 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. Civil Works Engineers, 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: 12/7/17 Dept./Contact Received From: Raymund Date Completed: 12/8/17 Sent to: Raymund By: Jan Company/Person required to have certificate: Civil Works Engineering — Pavement Rehab Type of contract: All Others I. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 3/15/17 - 3/15/18 A. INSURANCE COMPANY: RLI Insurance Company B. AM BEST RATING (A-: VII or greater): A+/ XI C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1 M or greater): What is limit provided? $INU$2M E. ADDITIONAL INSURED ENDORSEMENT — please attach ® Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does not apply to Waste Haulers or Recreation) ® Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND COMPLETED OPERATIONS ENDORSEMENT (completed Operations status does not apply to Waste Haulers) ® Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® 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 ®No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): ® N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No 11. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 3/15/17 - 3/15/18 A. INSURANCE COMPANY: RLI Insurance Company B. AM BEST RATING (A-: VII or greater) A+/ XI C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® 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/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ® Yes ❑ No H. NOTICE OF CANCELLATION: ❑ N/A 0 Yes ❑ No III WORKERS'COMPENSATION EFFECTIVE/EXPIRATION DATE: 3/15/17 - 3/15/18 A. INSURANCE COMPANY: RLI Insurance Company B. AM BEST RATING (A-: VII or greater): A+/ XI C. ADMITTED Company (Must be California Admitted): D. WORKERS' COMPENSATION LIMIT: Statutory E. EMPLOYERS' LIABILITY LIMIT (Must be $1 M or greater) F. WAIVER OF SUBROGATION (To include): Is it included? G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: H. NOTICE OF CANCELLATION: ® Yes ❑ No ® Yes ❑ No $1,000,000 ® Yes ❑ No ® N/A ❑ Yes ❑ No ❑ N/A ® Yes ❑ No ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY 3/15/17-3/15/18 NAVIGATORS INSURANCE COMPANY Rated: A/XII, Admitted Limits: $2M/$2M ❑ N/A ® Yes ❑ No V POLLUTION LIABILITY V BUILDERS RISK HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? Agent of Alliant Insurance Services Broker of record for the City of Newport Beach 12/8/17 Date ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® Yes ❑ No 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: Approved: Risk Management Date * Subject to the terms of the contract.