Loading...
HomeMy WebLinkAboutC-7433-1 - PSA for Bison Avenue and San Joaquin Hills Road Pavement Rehabilitation Project Design Servicescn M AMENDMENT NO. TWO TO r PROFESSIONAL SERVICES AGREEMENT VWITH STANTEC CONSULTING SERVICES, INC. FOR BISON AVENUE AND SAN JOAQUIN HILLS ROAD PAVEMENT REHABILITATION PROJECT DESIGN SERVICES THIS AMENDMENT NO. TWO TO PROFESSIONAL SERVICES AGREEMENT ("Amendment No. Two") is made and entered into as of this 22nd day of June, 2020 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California INC., a New York corporation ("Consultant"), whose address is 38 Technology Drive, Suite 100, Irvine, California 92618, and is made with reference to the following: RECITALS A. On October 23, 2018, City and Consultant entered into a Professional Services Agreement ("Agreement") to provide professional engineering design services for the Bison Avenue and San Joaquin Hills Road Pavement Rehabilitation Project ("Project"). B. On February 15, 2019, City and Consultant entered into Amendment No. One to the Agreement ("Amendment No. One") to reflect additional services not previously included in the Agreement, extend the term of the Agreement, and to increase the total compensation. C. The parties desire to enter into this Amendment No. Two to extend the term of the Agreement to February 28, 2021, and to update insurance requirements. 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 February 28, 2021, unless terminated earlier as set forth herein." 2. INSURANCE REQUIREMENTS Exhibit C, "Insurance Requirements," Section 5(A), is amended in its entirety and replaced with 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. All of the executed documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award." Insurance certificates and endorsements 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 Contract. The certificates and endorsements for each insurance 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, Consultant 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." 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] Stantec Consulting 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: LIM Signed in Counterpart Aaron C. Harp City Attorney ATTEST: �y 3 ,� Date: `� , By: —a, � ��'I►�- Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: % -7_ -70 By: Grac I . Leung Ci anager CONSULTANT: Stantec Consulting Services, Inc., a New York corporation Date: Signed in Counterpart By: Mohammad Heiat Principal [END OF SIGNATURES] Stantec Consulting Services, Inc. Page 3 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: Q23. zozv By: l,l,,.-.. A� 'For= Aaron C. Harp City Attorney ATTEST: 27 Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation By: Grace K. Leung City Manager CONSULTANT: Stantec Consulting Services, Inc., a New York corporation Date: 8/75/202& By: ff&ZZ -z !/ Mohammad Heiat Principal [END OF SIGNATURES] Stantec Consulting Services, Inc. Page 3 Reyes, Raymund From: Customer Service <customerservice@ebix.com> Sent: Thursday, August 13, 2020 5:37 PM To: Reyes, Raymund; Insurance Cc: sagar@ebix.com Subject: Compliance Alert -Vendor Number FV00000181 [EXTERNAL EMAIL] DO NOT CLICK links or attachments unless you recognize the sender and know the content is safe. This Account has moved from non-compliant to COMPLIANT status and is currently in compliance for certificate of insurance requirements. FV00000181 Stantec Consulting Services Sent by Ebix, designated insurance certificate reviewer for the City of Newport Beach. AMENDMENT NO. ONE TO ('n PROFESSIONAL SERVICES AGREEMENT WITH STANTEC CONSULTING SERVICES, INC. FOR BISON AVENUE AND SAN JOAQUIN HILLS ROAD PAVEMENT REHABILITATION PROJECT DESIGN SERVICES THIS AMENDMENT NO. ONE TO PROFESSIONAL SERVICES AGREEMENT ("Amendment No. One") is made and entered into as of this 15th day of February, 2019 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and STANTEC CONSULTING SERVICES, INC., a New York corporation ("Consultant"), whose address is 100 Technology Drive, Irvine, California 92619, and is made with reference to the following: RECITALS A. On October 23, 2018, City and Consultant entered into a Professional Services Agreement ("Agreement") to engage Consultant to provide professional engineering design services for the Bison Avenue and San Joaquin Hills Road Pavement Rehabilitation Project ("Project"). B. The parties desire to enter into this Amendment No. One to reflect additional Services not included in the Agreement, to extend the term of the Agreement to June 30, 2020, and to increase the total compensation. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM Section 1 of the Agreement is amended in its entirety and replaced with the following: "The term of this Agreement shall commence on the Effective Date, and shall terminate on June 30, 2020, unless terminated earlier as set forth herein." 2. SERVICES TO BE PERFORMED Exhibit A to the Agreement shall be supplemented to include the Scope of Services, attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work"). Exhibit A to the Agreement and Exhibit A to this Amendment No. One shall collectively be known as "Exhibit A." The City may elect to delete certain Services within the Scope of Services at its sole discretion. 3. COMPENSATION TO CONSULTANT Exhibit B to the Agreement shall be supplemented to include the Schedule of Billing Rates, attached hereto as Exhibit B and incorporated herein by reference ("Services" or "Work"). Exhibit B to the Agreement and Exhibit B to this Amendment No. One shall collectively be known as "Exhibit B." Section 4.1 of the Agreement is amended in its entirety and replaced with the following: "City shall pay Consultant for the Services on a time and expense not -to - exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Consultant's compensation for all Work performed in accordance with this Agreement, including all reimbursable items, subconsultant fees, and contingency shall not exceed Two Hundred Forty Seven Thousand One Hundred Thirty Seven Dollars and 00/100 ($247,137.00), without prior written authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City." The total amended compensation reflects Consultant's additional compensation for additional Services to be performed in accordance with this Amendment No. One, including all reimbursable items and subconsultant fees, in an amount not to exceed Thirty Eight Thousand Nine Hundred Eighteen Dollars and 00/100 ($38,918.00). 4. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES ON NEXT PAGE] Stantec Consulting 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 ATTOR E`S OFFICE Date: 2 CITY OF NEWPORT BEACH, a California municipal corporation Date: 9-11-19 By: By: Fot': Aaron C. HarpGr c K. Leung City Attorney C anager ATTEST: Date. �-/A-jf By: Leilani I. Brown City Clerk CONSULTANT: Stantec Consulting Services, Inc., a New York corporation Date: Signed in Counterpart By: Mohammad Heiat Principal [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Stantec Consulting 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 ATTOR E 'S OFFICE Date: 2 By. For: Aaron C. Harp ,�M�►o�i<<� City Attorney ATTEST: Date: Leilani I. Brown City Clerk Attachments: CITY OF NEWPORT BEACH, a California municipal corporation Date: Grace K. Leung City Manager CONSULTANT: Stantec Consulting Services, Inc„ a New York corporation Date: Z 2-0/. By: Mohammad Heiat Principal [END OF SIGNATURES] Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Stantec Consulting Services, Inc. Page 3 EXHIBIT A SCOPE OF SERVICES Stantec Consulting Services, Inc. Page A-1 January 2, 2019 Mr. Ben Davis Page 2 of 4 Reference: Bison Avenue and San Joaquin Hills Road Pavement Rehabilitation Project Amendment No. 1 - Additional San Nicolas Drive Improvements EXHIBIT "A" REQUEST FOR ADDITIONAL ENGINEERING DESIGN SERVICES BISON AVENUE AND SAN JOAQUIN HILLS ROAD PAVEMENT REHABILITATION PROJECT NEWPORT BEACH, CALIFORNIA Amendment No. 1 SCOPE OF SERVICES 1. Additional Research, Data Collection, and Field Review. We will complete research and data collection and perform an additional field review for the additional San Nicholas segment in accordance with the scope defined in the original contract (Task A). 2. Additional Utility Coordination. We will provide additional utility coordination services for the additional San Nicholas segment in accordance with the scope defined in the original contract (Task B). 3. Additional Design Survey and Base Mapping. We will provide design surveying and prepare topographic and utility base maps for the additional San Nicholas segment (approximately 1,150 linear feet) in accordance with the scope defined in the original contract (Tasks C and E). 4. Additional Traffic Index Calculation. We will prepare a single traffic index calculation for the additional San Nicholas segment in accordance with the scope defined in the original contract (Task I.1). 5. Additional Geotechnical Engineering. GMU will provide additional geotechnical engineering for the San Nicholas segment in accordance with the scope defined in the original contract (Task D). The additional scope includes two (2) corings and the recommendations will be incorporated into the project pavement report. Deflection testing is not included. 6. Additional Construction Documents (PS&E). We will provide additional Construction Documents (PS&E) for the additional San Nicholas segment in accordance with the scope defined in the original contract (Task F.1, F.2, FA, F.5, F.6 and F.7). Two (2) additional Roadway Improvement Plans and one (1) additional Signing and Striping Plan will be prepared. The Title Sheet, Index Map Sheet, Typical Cross Sections Design with community in mind kmy January 2, 2019 Mr. Ben Davis Page 3 of 4 Reference: Bison Avenue and San Joaquin Hills Road Pavement Rehabilitation Project Amendment No. 1 - Additional San Nicolas Drive Improvements Sheet, and Details Sheet(s) will be updated to include the additional improvements. Roadway Design Sections will be prepared for the additional improvements. However, we assume that intersections grid details will not be required. Finally, the special provisions will include the additional improvements and a separate cost estimate will be prepared. 7. Additional Construction Support Services and As -Built Drawings. We will provide Construction Support Services and As -Built Plans for the additional San Nicholas segment in accordance with the scope defined in the original contract (Task F.8, Task H). 8. Additional Project Management and Coordination. We will provide Project Management and Coordination for the additional San Nicholas segment in accordance with the scope defined in the original contract (Task G). Design with community in mind EXHIBIT B SCHEDULE OF BILLING RATES Stantec Consulting Services, Inc. Page B-1 January 2, 2019 Mr. Ben Davis Page 4 of 4 Reference: Bison Avenue and San Joaquin Hills Road Pavement Rehabilitation Project Amendment No. 1 - Additional San Nicolas Drive Improvements EXHIBIT "B" REQUEST FOR ADDITIONAL ENGINEERING DESIGN SERVICES BISON AVENUE AND SAN JOAQUIN HILLS ROAD PAVEMENT REHABILITATION PROJECT NEWPORT BEACH, CALIFORNIA Amendment No. 1 FEE ESTIMATE 1. Additional Research, Data Collection, and Field Review ....................................................... $1,953 2. Additional Utility Coordination....................................................................................................$ 1,147 3. Additional Design Survey and Base Mapping.......................................................................$ 10,942 4. Additional Traffic Index Calculation.......................................................................................... $ 1,698 5. Additional Pavement Report...................................................................................................... $ 7,785 6. Additional Construction Documents(PS&E)........................................................................... $ 10,617 7. Additional Construction Support Services and As -Built Drawings ......................................... $ 1,867 8. Additional Project Management and Coordination.............................................................. $ 2,909 TOTALFEE ESTIMATE....................................................................................................................... $38,918 Design with community in mind / k y \ � § U) kLU z § ��« w>kLLI �a- a EB « uj LL \k)F- P °§ G / � cp §| , ®J/ `\} `(} �k } In \} ^ U) § \ 2 LL -j« \ � ® kF ! = o } co 2 \k \)\ - IM c §) = E a0 27l;Xa=F 3 \\�kk)) 2 !!3&)/// 2!§99§ff PROFESSIONAL SERVICES AGREEMENT WITH STANTEC CONSULTING SERVICES INC. FOR BISON AVENUE AND SAN JOAQUIN HILLS ROAD PAVEMENT REHABILITATION PROJECT DESIGN SERVICES THIS PROFESSIONAL SERVICES AGREEMENT ("Agreement') is made and entered into as of this 23rd day of October, 2018 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and STANTEC CONSULTING SERVICES INC., a New York corporation ("Consultant'), whose address is 100 Technology Drive, Irvine, California 92619, 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 professional engineering design services for the Bison Avenue and San Joaquin Hills Road 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: 1. TERM The term of this Agreement shall commence on the Effective Date, and shall terminate on December 31, 2019, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work"). City may elect to delete certain Services within the Scope of Services at its sole discretion. 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, subconsultant fees, and contingency shall not exceed Two Hundred Eight Thousand Two Hundred Nineteen Dollars and 00/100 ($208,219.00), without prior written authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. 4.2 Consultant shall submit monthly invoices to City describing the Work performed the preceding month. Consultant's bills shall include the name of the person who performed the Work, a brief description of the Services performed and/or the specific task in the Scope of Services to which it relates, the date the Services were performed, the number of hours spent on all Work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Consultant no later than thirty (30) calendar days after approval of the monthly invoice by City staff. 4.3 City shall reimburse Consultant only for those costs or expenses specifically identified in Exhibit B to this Agreement or specifically approved in writing in advance by City. Stantec Consulting Services Inc. Page 2 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 Jeff Wilkerson, 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. 8. STANDARD OF CARE 8.1 All of the Services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the Services required by this Agreement, and that it will perform all Services in a manner commensurate with community professional standards and with the ordinary degree of skill and care that would be used by other reasonably Stantec Consulting Services Inc. Page 3 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 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 Stantec Consulting Services Inc. Page 4 limited by statute, rule or regulation and the expressed terms of this Agreement. No civil service status or other right of employment shall accrue to Consultant or its employees. Nothing in this Agreement shall be deemed to constitute approval for Consultant or any of Consultant's employees or agents, to be the agents or employees of City. Consultant shall have the responsibility for and control over the means of performing the Work, provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Consultant as to the details of the performance of the Work or to exercise a measure of control over Consultant shall mean only that Consultant shall follow the desires of City with respect to the results of the Services. 11. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Consultant on the Project. 12. CITY POLICY Consultant shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Consultant is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 14. INSURANCE Without limiting Consultant's indemnification of City, and prior to commencement of Work, Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement or for other periods as specified in this Agreement, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the Services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing 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. Stantec Consulting Services Inc. Page 5 16. SUBCONTRACTING The subcontractors authorized by City, if any, to perform Work on this Project are identified in Exhibit A. Consultant shall be fully responsible to City for all acts and omissions of any subcontractor. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Services to be provided under this Agreement shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 17. OWNERSHIP OF DOCUMENTS 17.1 Each and every report, draft, map, record, plan, document and other writing produced, including but not limited to, websites, blogs, social media accounts and applications (hereinafter "Documents"), prepared or caused to be prepared by Consultant, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Consultant or any other party. Additionally, all material posted in cyberspace by Consultant, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Consultant or any other party. Consultant shall, at Consultant's expense, provide such Documents, including all logins and password information to City upon prior written request. 17.2 Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed Documents for other projects and any use of incomplete Documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived against Consultant, and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. 17.3 CADD data delivered to City shall include the professional stamp of the engineer or architect in charge of or responsible for the Work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected 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 Stantec Consulting Services Inc. Page 6 resulting from the modification or misuse of such CADD data. All original drawings shall be submitted to City in the version of AutoCAD used by the City in .dwg file format, on a CD, and should comply with the City's digital submission requirements for improvement plans available from the City's Public Works Department. The City will provide Consultant with City title sheets as AutoCAD file(s) in .dwg file format. All written documents shall be transmitted to City in formats compatible with Microsoft Office and/or viewable with Adobe Acrobat. 17.4 All improvement and/or construction plans shall be prepared with indelible waterproof ink or electrostatically plotted on standard twenty-four inch (24") by thirty-six inch (36") Mylar with a minimum thickness of three (3) mils. Consultant shall provide to City `As -Built' drawings and a copy of digital Computer Aided Design and Drafting ("CADD") and Tagged Image File Format (.tiff) files of all final sheets within ninety (90) days after finalization of the Project. For more detailed requirements, a copy of the City of Newport Beach Standard Design Requirements is available from the City's Public Works Department. 18. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents the Consultant's judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to Consultant or contractor bids or actual cost to City. 19. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the Services in this Agreement, shall be kept confidential unless City expressly authorizes in writing the release of information. 20. INTELLECTUAL PROPERTY INDEMNITY Consultant shall defend and indemnify City, its agents, officers, representatives and employees against any and all liability, including costs, for infringement or alleged infringement of any United States' letters patent, trademark, or copyright, including costs, contained in Consultant's Documents provided under this Agreement. 21. RECORDS Consultant shall keep records and invoices in connection with the Services to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any Services, 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 Stantec Consulting Services Inc. Page 7 inspection of all Work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Consultant under this Agreement. 22. WITHHOLDINGS City may withhold payment to Consultant of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue Work as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 23. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than what would have resulted if there were not errors or omissions in the Work accomplished by Consultant, the additional design, construction and/or restoration expense shall be borne by Consultant. Nothing in this Section is intended to limit City's rights under the law or any other sections of this Agreement. 24. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other Consultants in connection with the Project. 25. CONFLICTS OF INTEREST 25.1 Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Agreement, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 25.2 If subject to the Act and/or Government Code §§ 1090 et seq., Consultant shall conform to all requirements therein. 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 Stantec Consulting Services Inc. Page 8 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 Department 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: Jeff Wilkerson, PE Stantec Consulting Services Inc. 100 Technology Drive Irvine, CA 92618 27. CLAIMS 27.1 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.). 27.2 To the extent that Consultant's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Consultant to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor/Consultant's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Consultant shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). Stantec Consulting Services Inc. Page 9 28. TERMINATION 28.1 In the event that either party fails or refuses to perform any of the provisions of this Agreement at the time and in the manner required, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure 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 29.1 Pursuant to the applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages including legal holidays and overtime Work for each craft or type of workman needed to execute the Work contemplated under the Agreement shall be paid to all workmen employed on the Work to be done according to the Agreement by the Consultant and any subcontractor. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the Work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the Agreement. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. The Consultant is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per diem wages. It shall be the obligation of the Consultant or any subcontractor under him/her to comply with all State of California labor laws, rules and regulations and the parties agree that the City shall not be liable for any violation thereof. 29.2 Unless otherwise exempt by law, Consultant warrants that no contractor or subcontractor was listed on the bid proposal for the Services that it is not currently registered and qualified to perform public work. Consultant further warrants that it is currently registered and qualified to perform "public work" pursuant to California Labor Code section 1725.5 or any successor statute thereto and that no contractor or subcontractor will engage in the performance of the Services unless currently registered and qualified to perform public work. Stantec Consulting Services Inc. Page 10 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. 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, Stantec Consulting Services Inc. Page 11 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] Stantec Consulting Services Inc. Page 12 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: f o�� ig By:��r pqr; Aaron C. Harp crM ioloH�is City Attorney ATTEST: � Date: /0. 2'17 By: aw, Leilani I. Brown City Clerk 1X Lq(.► F0? CITY OF NEWPORT BEACH, a California municipal corporation Date: 4y: �ll e Marsha"Du4yy"DeId Mayor CONSULTANT: Stantec Consulting Services Inc., a New York corporation Date: Signed in Counterpart By: Mohammad Heiat Principal [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements Stantec Consulting Services Inc. Page 13 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 Dater By.- po(. Aaron C. Harp City Attorney ATTEST: Date: EM Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date.- ate: By.-- By: Marshall Marshall "Duffy" Duffield Mayor CONSULTANT: Stantec Consulting Services Inc., a New York corporation Date: 161115 //"4 By: Mohammad Heiat Principal [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C — Insurance Requirements Stantec Consulting Services Inc. Page 13 EXHIBIT A SCOPE OF SERVICES Stantec Consulting Services Inc. Page A-1 C. Project Team's Experiences ® Stantee Legend "Key personnel Ergagirg the igrt team members at the right time is the corrers*one of a successful project. "Ne Dffer omprehensive. rapid, and cos' -effective project ,-ieliv ry. die erre familiar with the loc,rrl ,r,:)cles _ind regulations -i-d Ming collec`ive krowiedge, enabling us to efficiently complete your project on 5cher'11,le=ir•:_I Nlrhir OiAget. We have assembled a highly qualified team for this proje, —anbers based Dr _wd experience ^/,icrkira , -r ;o,- _ .Ir I r,31\/ed _igerc:-s. -i 'l. to this contract. Efficient coordination within our elca'Icrshlps rD.e he�, r ab e c.rOjew's it =i Sll,,&ar p�1Ci'y Our team members' relevant qualifications follow C. Project Team's Experiences Qualified and Trusted Teaming Partners A,,' 'l -e i,[ 1! 1,, '.I ._aa . N7 will pfo/Ide- e, ---III project management, civil/traffic engineering. jtlliry research :and coordiraatior, survey -It -i Ric sire,` Jesigr. signing .and striping ae.s;fir PS&E preparation, quality control and construction support --activities. We ve enlisted the support of GMU Geotechnical, Irc. to provide pavement engineering consulting services to best serve your project. We have also enlisted the support of NDS to provide traffic counts as part of the traffic index calculation option task. National Data & Surveying Services National Data and Surveying Services (NDS) —Traffic Counts cost-effective traffic, transit and GIS/GPS data solutions, They bring pan ouavarding'eam or �0 or -�rnssior3ls. NGS is the larges and mos, experienced traffic data collection firm on the west coast. With local field crews in 10 major cities, They will respond quickly to --1s. NGS will level, -age theirrise o deiive, accurate and :s� professioral manner. ral Our local teaming partners are available and qualified to support this important community project. ® Stantec GEOTECHNICAL, INC. GMU Geotechncial, Inc. (GMU) - Pavement Report Gtr& has ouilr :7 r r spew! consultant for some _ -.. allergIra and recognizable prolew�s lug -i r. Sootrc California. GMU approaches each projec- wi`h the objective of developing innovative geotechnical and pavement engineering so11.:+ions. We make it a personal goal to find cost-effective and mplementable solutions. ;Tient his?ory and retention attest tc GrvMI, commitnert 'o service excellence. Their 50 years Dr service exceller•ce has been recognized by n'0 -re than 50 ,Awards and special ecogritior. while also providing on 'ime/on-budge' ^��`.�m-arc A.cknowledgmert of our achieves . from national organizations such_ - regional Dies sr,ch as C--alGeo ar.- -. _ _,i of ASCE. yhe are continually Jur,t�/ �'-'r_U-��e --Is one _r -1-e consulting firms in Orange County. Loca,ed it Ranch^ Saar':; M,_ii;gar r._1. office houses a 42 -person team of highly qualified professloral erglreers. geologists, ird �rair= " technicians with experience it all pl pavemert ergireering ge(-_recrric engineering geology, and materials staff includes: • Eigh' processional and ,deo _ -ri _al ergir�ee icensed it 7__aliforr,ia • Five certified engineering geologists licensed in • Er,ire�-� a - -( is :ars (r-1 Engineering technicians hold certifications from r A�`r'i V-1 also' �r —_.a� ����k�_71 12 C. Project Team's Experiences Team Member Relevant Qualifications fur experienced team has 'I -e 'ighr balarce of skillsets o deliver youa high-,_lucrlity paven)ent rehabilitation pioject. The following table highlights each 'eam members relevant educa?ion. credenfials, and registrations fhat will be leveraged to Complete your project on schedule and within budget. ® Stantec 13 YEARS OF PROJECT• •[REGISTRATION Jeff Wilkerson, PE Project Manager 19 MS and BS, Civil and Street Design Engineering CA PE =53400 Mohammad Heiat, Principal -in- 37 MS and BS. Civil Pc Charge/ QA/QC Engineering CA °C -45776 John ;_3, Street Design, 30 MS and BS, Civil C P= =49325 Engineering C-�rros ' eda. ?E,Sheet Ds;g 37 MS and BS, Civil -- DSP/QSD -ngineering �,- CA :.38039 >>vic Street Des.r 3S, Civil Engineering CA 88�_ = Traffic Design 33 MS, Civil/ Transportation -A T 647 ngineering BS, Administrative Studies 1cs _ �. T= Traffic Design BS, Civil Engineer�rg Ca Traffic Design 33 Certified Work Zone Temporary Traffic Contro; Tecrricia- coordination BS, Cavil Engineering _ e S e o o,.,,-._ vey and 9 AA, Survey and CA P!-3 8395 - c,ing Mapping A 3astr7r , -wort 20 PhD and MS, Civil and Environmental CA CE =2458 Engineering CA PE =53924 BS, Civ i Engineering 13 D. Scope of Services ® Stantec Task A - Research, Data Collection, and Field Review We will research and obtain available as -built record street drawings, utility plans, preliminary engineering reports, and record survey drawings for the project. We will also perform a field review of the site to evaluate the following: • Cordition of the existing roadway improvements • identify anv rotewor'hy _eatures • Determine he location of ary damaged. wised or sunken curbs gutters. sidewalks, and .`i concrete improvements within rhe ot;bir rt - of -way that needs to be construe— -I =r = a or brought up to current ADA standards Prior to the field review, we will coordinate with You to determine the extent of repairs and ADA. improvements you are planning for this project. During the field walk, we will take digital photos and document the iocation of all potential repair _ations and any other tss��� squiring special =r`inr Task B - Utility Coordination _r will distrib,. 'he first utility request notices to utility companies in the project ._uea _ira will forward us the :_'iii; clrcl ary ,,tlliry naps Or at aSBS reCeiV,�:_I. 'AiH /vill ,Drgan17e 'hlS Ir"Dr!or, Ir` .-i .1ity :�OorJrcI1!1" Matnx that will be _iDclated througrout rhe pr_�ject. /Ve will __�Jordinate with the respective utility companies to confirm ownership, location and depth of facilities, and resolve any conflicts with the new improvements. We will lead efforts to identify ownership of unknown utility lines or appurtenances, determine any utility facilities that may interfere with proposed construction, and coordinate the relocation or adjustment of all utilities impacted by the new construction. We anticipate distributing two notices to the utility companies for this project. The initial notice will include the 50% improvement plans showing the iocation of all known *hies and Cary preliminary utility relocations or adjustments identified. We will ask the utility companies to confirm the location of 'heir existing facilities. identify any missing facilities or improvements that are currently being planned and confirm that the preliminary utility relocations, protection in-place. or adjustments shown are acceptable. We will incorporate any comments received into the 90% and 100% final plans and then distribute the utility companies the final notice for their review and approv 71. We will then obtain wnt'er confirmation from each utility company that all comments have been addressed and the plans are acceptable. 14 D. Scope of Services Task C — Design Surveying �-veyors will a.- --iblish horizonfal and ves ical survey control and perform a field topographic surrey to document the existing site topography and plarimetrics within the area of proposed improvements. The design survey will include cross sections at 50 -foot intervals (right-of-way to right- of-way) along Bison. Avenue between Jamboree Road to north of Bayswater, approximately 50 past the edge of pavement (+/- 3:500 LFI and along San Joaquin Hills Road from Jamboree Road to Macarthur Boulevard (+/- 5,500 LFI to locate visible surface improvements and surface utilities within the project limits. As part of the field survey, we will observe monuments to 'race the centerlines and rights of ways of Bisor , enue and San Joaquin Hills Road and all cross _eTs within the project limits. We will incorpc! _: � -"e results into a base map illustrating existing rigs-, - -way conditions. This will not be a full and comple— boundary survey of the adjacent land parcels. Survey monuments located and indicated on the survey will be limited to existing centerline monuments found along Bison Avenue and San Joaquin Hills Road. We assume that Corner Records will be filed by the contractor as required by the Special Provisions. Task D - Pavement Report TASK DA — DOCUMENT REVIEW, PAVEMENT SURFACE CONDITION ASSESSMENT, AND DIG ALERT COORDINATION As part of their effort to develop a pavement report for `his project, GMU will do the following: • Perforn-i a document review of existing as -built drawings. The informan cr ,gathered from `his review will be consicler� i i e existing pavemer' section thickresses. _ _ _i,derii tilities. date rf last - work i limi�ecl pa°;er er 1171:�r _identify the`yp.`-r' yard pis ,t the pavemer _listres i gene -, '_a if- _e with ASTIV D 6433. • -.r _ _ _i=r.gror�nd Servic_ A:er*? will be notified to assess potential conflict with lies prior : per ormir_a ® Stantec TASK D.2 — SUBSURFACE EXPLORATION • GMU will obtain _ii erc' _,_ichment permit from the City of Newport Bea, for the proposed subsurface exploration. Aie have assumed permits from other agencies are not required. We will also situate olir coring locations in such way that we will avoid Caltrans Right-of-way in order to avoid obtaining, --i permit from Caltrans, however, still be able to capture epresertative samples in its vicinity. • Pavement corings will be pe --rmed to a maximum depth of four fee- .�-elow the top of the existing asphalt c --r _ - s,.rface using an electric -powered core :.frill. Sampling and digging below the AC section will be performed using hard tools. The thickness of the existing asphalt concrete (AC) and aggregate base (AB), if present, will be recorded. A bulk sample of the subgrade soil will be collected. At select locations, drive sample will be collected at the top approximate foot or so of the subgrade to gather in-place density and moisture information. Upon completion of the sampling, the core hole will be back-filled with soil cuttings or other suitable backfill materials and capped with asphalt concrete cold patch. • GMU will perform a tots al :DI: I0 pavement corings. Six 16i cores will be performed within San Joaquin Hills Road ,and far 41 cores will be performed within Bison Avenue. -Dur budget assumes 1 day of pavement coring. • Traffic control will consist of single lane closures, performed in accordance wifh rhe WATCH Manual. Traffic control will consist of cones and arrow boards that will redirect vehicles around our work zone. We have assumed that traffic control plans will not be required and costs to have traffic control plans prepared or stamped is rot :considered in .our fee: hrDwever, we have included separate lire items in our cost into`o piovirle 'hese services. dt needed. D. Scope of Services TASK D.3 — LABORATORY TESTING Labora, `_-sting will be conducte,:; samples collected from the field investigation program. Laboratory tests will include: • R -value • Sieve No. 200 wash for soil classification • Atterberg Limits for soil classification • Corrosion. series (sulfate, chlorides, resistivity and pH) • Maximum density and optimum moisture content • In-place moisture/density TASK DA — PAVEMENT ANALYSIS • Pavement engineering analysis will be performed in accordance with the Caltrans Highway Design Manual. This methodology considers the relationship between the traffic it �: x (TI), subgrade soil strength (through R -value I the gravel factors of the various pa, -n layers, allowing us to identify dig -out areas. habilitation options: and estimate the required pavement thicknesses. We will utilize the TI provided by the project Civil Engineer for a design. of a 10 and 20 -year life expectancies. TASK D.5 — PAVEMENT EVALUATION REPORT One final report will be prepared to summarize our findings, conclusions, and recommendations. The final report will include: •Sur,mary of information gathered from the document review • Project location map •Subsurface exploration location map • Pavement coring infonration (asphalt concrete Thickness: aggregate base thickness, subgrade soil type. etc.) • Selecl photographs of the pavement surface ordilion • Laborator, ' estirg results • Pavemert repair and rehabilitation ,ecommerdations (ircludirg thickness recommendations) The final report will be signed and stamped by a -alifornia regis'ered civil englreer. ® Stantec Task E - Base Mapping We will download and compile the field survey :data to create a topographic map of the project limits, including: -Surface features (curb and gutter. pavement, sidewalk, curb ramps, driveways, striping, trees) • Visible surface utilities (manholes, water valves, fire hydrants, catch basins, utility boxes, utility poles, overhead utilities: guy wires: vaults) • Mapping information (centerlines and right-of- way lines) • Contours generated at I -foot intervals We will use available agency research, prior surveys, and assessor parcel maps in conjunction with the monuments found during the field survey to prepare the mapping information shown on the base map. The base map will also include any known underground utility lines within the project limits, which will be plotted based on the record drawings and atlases received from the utility companies and any utility information found in record drawings during our research. The deli\,- .rble will include a digital CAD drawing contairir ., 'he ­s..lting data. Task F - Construction Documents a;'_r completing backgrourcJ search, base mapping, and field review, we will prepare the following plans and supporting documents to yau. We will submit the plans, cost estimate, and design sections at every design stage: and the special provisions with the 90% and 100% final design submittals. 16 D. Scope of Services TASK F.1 -TITLE SHEET, CONSTRUCTION NOTES, TYPICAL CROSS SECTIONS, AND DETAILS The PS&E will include a single plan set incorporating a title sheet; using your standard format and including general notes, a vicinity map: and additional project specific information. The second sheet will show all construction and disposition notes used and the sheet index for the plans. The plan set will also include sheets for typical roadway sections, :standard details: and larger scale design details for improvements such as curb ramps cross gutters, and driveways. We will include these design details in the plan set. as necessary: to provide additional information to the contractor. They will supplement the standard details and standard plans and will likely not be required for most new improvements. TASK F.2 - ROADWAY IMPROVEMENT PLANS We will prepare roadway plans in CADD: under City's logo, and in accordance with City's design. standards. Each sheet will contain a north arrow, scale, match lines; and construction and disposition notes for all improvements shown on the sheet. The profile views will show the existing and proposed profiles for the crown lines and tops of curb or edges of pavement. The plan sheets will be prepared using AutoCAD at a I" = 40� horizontal scale for the plan views. Profile sheets will be prepared, if needed, at 1 = 40' horizontal scale and I " = 4' vertical scale. The roadway plans will include: • Removals • Pavement rehabilitation improvements • Locations for new and reconstructed curbs, gutters, sidewalks, driveways, cross gutters and curb ramps • Utility adjustments or relocations We assun-,e hat non-compliant driveway approaches will Orly be ecorStrucfed if 'he parkway width s wide enough to accrmm.�d:�ate the new Iriveway withou' major impac's `10 private prooer'y improvements. Curb and .gutter will oe ecors r_ ,ed 'o ro rec''ocal pondirg meas and the plars will provide `ility teloca1ic ns :_and sidewalk pop -Ju?s.;r ..cessar/ pr,­,ide -I --le -I! path _ -r:--ivel along the sidewalk. (3 Stantec The plans will clearly scow the City and Caltrans right-of-way lines and the :onstruction notes will reference the appropriate -ity standard plan. The Standard Plans for Public Work Construction SPPWC) and the Caltrans Standard Plans will be used to supplement the City standard plans. The roadway plans will also include all horizontal and vertical control required to .*ake and construction the new improvements. TASK F.3 - INTERSECTION GRID DETAILS Intersection grid details may be needed. depending on the selected pavement rehabilitation. These plans are primarily used for control during paving operations if proper control cannot be shown on the plan and profile sheets. Grid details will show the proposed improvements. including elevations, surface culture, and underground utilities, at a scale of 1` = 20 . Our proposal assumes up to five total intersection grid detail. TASK FA - SIGNING AND STRIPING PLANS We will include .signing, striping, pavemer markings, and loop replacen ,o — for Bison Avenue. San Joaquin Hills Road and r-._­sectirg side streets. if necessary. in the improver _-r ' clan se,. These plans will reinstall existirg roadwav .;tripirg and pavement markings along Bison a.,enue 'rom Jamboree Road - Route 73 Toll Road and San Joaquin Hills Rcad -nom Jamboree Road to MacArthur Boulevard. We will prepare signing ;and striping plans to implement the project improvements using Auto ^ -a' a :: = 40 scale, "double stacked" with tw:_ _­rtal layout strips placed on each plar. accordance with City standards. The signing and srripir-g Q14 -it- will show removal of :.any existing striping and pavement markirgs not obliterated by pavement rehabilitation crrd conflicting with re -installing new striping and pavement markings. Traffic signs will be replaced or upgraded, if necessary. The traffic sign work /will be base:: :r, -ar =r _ signs yard ar _isse,Ss _. equlren-erg -:r CII . vi,hir, ' - . _ 1r -r:le,l 'o meet current California maru.al r- uniform Traffic - - mill very limir_�,n,- Irl D. Scope of Services The Drug and striping plans will also include the restoration of traffic signal loops destroyed by street rehabilitation improvements. Existing traffic signal loops will be replaced at the following signalized locatiors within the project limits: Bison Avenue •.amboree Road • Country Club Drive/Liberty Baptist • Belcourt Drive/ Cam elback • MacArthur Boulevard • Bayswater San Joaquin Hills Road • .,amboree 1\oad -Santa Cruz Drive/Big C..r yon Drive -Santa Rosa Drive/Big Canyon Drive • MacArthur Boulevard (video detection - adv Loops only) New replacement loops will be connected to existing detector lead-in cable (DLC) in existing adjacent pull boxes. TASK F.5 - ROADWAY DESIGN SECTIONS We will build a three-dimensional model of the existing and new roadway improvements in Civil 3D and olot design sections from 'his model. They will show 'he existing surface, proposed surface. proposed pavement section materials and thickness: the existing and proposed top of curb and pavement elevations, and the existing and proposed cross slopes. The design sections will help us identify, as well 7s allow us to correct, typical roadway design issues, such as flat or excessively steep cross slopes, proper Pavement arsiriers. and areas where --iv be significantly reducing the cover over existing �;tili+les. Sire -Ie design se. *ions will be iir'K_ci desigr model, .r -y will -ansistently be up ro TASK F.6 - SPECIAL PROVISIONS �J Using three-dimensional modeling will allow us to efficiently design the roadway improvements to provide a smooth ride and improve driveability. ® Stantec Well-written special provisions reduce the potential for change orders during construction. We will prepare the project provisions based on your supplied boilerplate and the 2015 edition of the Standard Specifications for Public Works Construction (SSPWC). The Caltrans Standard Specifications will also be referenced for the striping and signing improvements. Our experienced staff will thoroughly review and modify your boilerplate and all relevant sections of the SSPWC to help ensure that the special provisions do not conflict with the improvement plans and convey the design intent of our engineers. The special provisions will be well coordinated with our Pavement Report and they will identify all general phasing and traffic control measures required to be implemented by the contractor to reduce impacts to adjacent properties during construction. The special provisions will also identify all permits and additional plans or coordination efforts the contractor is responsible for during construction. This includes identifying all specific utility coordination, including any specific work windows needing to be provided Finally, the bid items will be rk involved in each item will be 18 D. Scope of Services TASK F.7 — COST ESTIMATE We understand the importance of a complete and accut i ost estimate. Since the cost estimate will be -d as a basis for the bid schedule. it's impor*cn to include all required work items the contractor needs to complete as part of the project and that the quantities for these work iten)s are correct. Accurate quantities and unit costs :.are also important for you to understand overall project costs, and to determine if the available budget requires value engineering. First, we determine the project bid items required based on a thorough review of the plans and special provisions. Quantities will then be calculated using our proprietary software and checked using a second calculation method. We will establish unit costs using recently bid projects. The quantities will be continuously updated with each plan revision and an updated cost estimate will be provided with all submittals to provide you with accurate project costs throughout the design TASK F.8 — AS -BUILT DRAWINGS Preparing accurate as -built drawings are importan' for your future generations. We will prepare as - built ,Drawings for the project using your preferred forma'. They will be based on redlines provided by your insc----r and/or Contractor and supplemented with our revisions noted during construction.. 'Ne will provide you a PDF of the as - built drawings with the final submittal. TASK F.9 — ENCROACHMENT PERMIT We will prepare and submit, on behalf of the City. a standard Encroachment permit application with applicable plans to Caltrans District 12 for placement of temporary construction traffic control devices within state right-of-way along west bound Bison, Avenue in vicinity of the State Route 73 Toll Road. It is our understanding that no physical constructian will occur within Caltrans righr-o�--way. The project encroachment permit applicarior will be submitted to Caltrans as soon as proje.c` development allows. We assume that the City should be exempt from a permit applicatior `ee Preparation of traffic control plans will be provided as ar OptlOr a item;task ® Stantec Deliverables: • Caltrans coordination r r: r responses to Caltrans comments: and Caltrans Encroachment • Permit application with supporting documents Task G - Project Management, Progress Meetings, and Coordination Throughout the project, we will communicate our progress, design assumptions, and design challenges with you. We will also coordinate with other agencies, as required and involve you in all of these discussions and reviews. Project communication will include meetings, conference :calls, and emails. Documenting assumptions made. and direction given during the design process is important to confirm that everyone agrees on what was discussed. We will diligently prepare and distribute meeting minutes or records of discussion and allow you and other attendees to review and comment on these before proceeding further or rhe design or other project tasks. Upon NTP, we will schedule a kick-off meeting to: • Obtain background information • Review and refine the project scope and schedule • Establish the lines of communic:aior • Discuss the critical design issues, ircluding: pavement strategies and .j`_ in ' Jr _­-_rcre`e improvem-r' epairs ar, J A.GA _pqrades Meetings will also be held to review the 50%, 90%, and 100% submittal packages and up to six additional meetings the Jesign phase. We will develop a comprehensive and specific project work plan and cor�roi piar; the project schedule will be �.pdate,.l n,,Orthly. 19 D. Scope of Services Task H - Construction Support Services We will support you during the project bid period: including respond to questions from prospective bidders and prepare bid addenda to the plans and special provisions, as necessary. During the project construction phase, we will attend the pre -construction meeting, job walk, and periodic job site meetings. We can clarify design -related issues during construction, including responding to RFIs and submittal reviews. All clarifications will be subject to your construction managers approval. For the purpose of this proposal, we assumed up to 50 hours for this task. Task I - Optional Items TASK 1.1 - CALCULATION OF TRAFFIC INDEX (TI) If desired by the City, we will prepare separate traffic index calculations for up to four segments of Bison Avenue and three segments of San Joaquin Hills Road within the project limits. We have assumed for this proposal, that a TI will be calculated for the four segments of Bison Avenue between the five signalized intersections within the project limits and for three segments of San Joaquin Hills Road between the four signals withir fhe project limits. Weekday 24-hour, two-way traffic counts, including truck and bus volumes by number of axles, will be conducted for each segment. We will use this data for each subject roadway segment to determine an appropriate design life TI based on Caltrans equivalent single axle load IESA L) factors for each large vehicle type. The pavement design life will be confirmed with each City and/or we can provide multiple TI calculations `or your consideration based or different pavement design life. Traffic data will be collected by teaming partner, National D%ria and Surveying Services ;NDS,, who has provided traffic data to our team for many similar prDlec,.S. ® Stantec TASK 1.2 TRAFFIC CONTROL PLAN (CALTRANS RIGHT-OF-WAY) At the option of the -ity and equired by Caltrans encroachment permit ;[ask F.9), we will prepare traffic control plans (2) for the west bound approach of Bison Avenue at the easterly project limits which will extend into Caltrans right-of-way at the State Route 73 Toil Road. Based on the improvements, it is anticipated that two phases of traffic control will be required. Traffic control plans will be prepared using AutoCAD, at 1" = 40' scale, `double -stacked" with two horizontal layout strips placed on each plan, in accordance with City standards. Traffic control plans will follow the latest edition of the CA iMUTCD and City of Newport Beach guidelines and will show all temporary signs, barricades, channelizers, and any other traffic control devices as necessary to safely accommodate vehicular, pedestrian, and bicycle traffic, and efficient construction. TASK 1.3 — DEFLECTION TESTING AND ANALYSIS If needed, non-destructive pavement deflection testing can be performed in accordance with California Test 356 at a 250 -foot interval. Travel and turn lanes in both directions will be tested. Deflection data will be reviewed to isolate or separate the limits of similar deflection response for statistical summary of .data ii e-1, rhe 30th percentile deflection is provided). The data is used in design of a rehab of the existing pavemer? section. We propose to perform deflection testing at approximately 180 locations. This is based on testing at 250 -foot intervals for approximately 44-730 lane - feet. Deflection testing will be performed in one eight-hour regular business day. In order to collect this data within this time constraint, one day of deflection testing will be performed. A moving closure like traffic control truck with arrow boards following behind the deflection testing equipment will be utilized. We assume that traffic control plars mill rot be -equired. If required. we will revise our estimate accordingly 'o irclude the cost `o prepare ;.incl stamp 'he pian.. 20 EXHIBIT B SCHEDULE OF BILLING RATES Bison Avenue and San Joaquin Hills Road Pavement Rehabilitation Project Design C-7433-1 Total Fee Amount, including all optional Tasks: $189,219.00 Contingency: $19,000.00 Total Not -To -Exceed Fee: $208,219.00 Services shall be on a time -and -materials, not -to -exceed basis in accordance with the attached Fee Schedule. Stantec Consulting Services Inc. Page B-1 (3 Stantec SCHEDULE OF BILLING RATES - 2018 Billing Hourly Level Rate Description Junior Level position 3 $83 3 Independently carries out assignments of limited scope using standard procedures. methods and 4techniques $9 ❑ Assists senior staff in carrying out more advanced procedures 5 $101 ❑ Completed work is reviewed for feasibility and soundness of judgment a Graduate from an aoprooriate oost-secondary program or equivalent o Generally. one to three ears' experience Fully Qualified Professional Position 6 $109 3 Carries out assignments requiring general familiarity within a broad field of the respective profession 7 $117 a Makes decisions by using a combination of standard methods and techniques O Actively participates in planning to ensure the achievement of objectives 8 $125 3 Works independently to interpret information and resolve difficulties ZI Graduate from an appropriate post -secondary program, with credentials or equivalent ❑ Generally. three to six years' experience First Level Supervisor or first complete Level of Specialization 9 $129 0 Provides applied professional knowledge and initiative in planning and coordinating work programs 10 $139 a Adapts established guidelines as necessary to address unusual issues 1 $148 D Decisions accepted as technically accurate. however may on occasion be reviewed for soundness of judgment O Graduate from an appropriate post -secondary program, with credentials or equivalent ;) Generally. five to nine ears' ex erience Highly Specialized Technical Professional or Supervisor of groups of professionals 12 $158 Provides multi -discipline knowledge to deliver innovative solutions in related field of expertise O Participates in short and long range planning to ensure the achievement of objectives 13 $169 ❑ Makes responsible decisions on all matters, including policy recommendations, work methods, and financial controls associated with large expenditures 14 $179 Reviews and evaluates technical work ❑ Graduate from an appropriate post -secondary program, with credentials or equivalent ;) Generally, ten to fifteen years' experience with extensive, brood experience Senior Level Consultant or Management ❑ Recognized as an authority in a specific field with qualifications of significant value 15 $188 ❑ Provides multi -discipline knowledge to deliver innovative solutions in related field of expertise 7 Independently conceives programs and problems for investigation 16 $216 p Participates in discussions to ensure the achievement of program and/or'project objectives 17 $234 O Makes responsible decisions on expenditures, including large sums or implementation of major programs and/or projects Z) Graduate from an appropriate post -secondary program, with credentials or equivalent Generally, more than twelve years' experience with extensive experience Senior Level Management under review by Vice President or higher a Recognized as an authority in a specific field with qualifications of significant value 18 $275 3 Responsible for long range planning within a specific area of practice or region 19 $311 ❑ Makes decisions which are far reaching and limited only by objectives and policies of the organization 20 $346 O Plans/approves projects requiring significant human resources or capital investment 2 $382 O Graduate from an appropriate post -secondary program. with credentials or equivalent ❑ Generally. fifteen years' experience with extensive professional and management experience Survey Crew Size Regular Rate Overtime Rafe Crews 1 -Person $180 $215 2 -Person $260 $360 3 -Person $360 $490 Stantec Consulting Services Inc. Page B-2 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 Liabilitv 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. Stantec Consulting Services 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 Subroqation. 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. Stantec Consulting Services 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 Agreement, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. H. Consultant's Insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own Stantec Consulting Services Inc. Page C-3 judgment may be necessary for its proper protection and prosecution of the Work. Stantec Consulting Services Inc. Page C-4 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 10/16/18 Dept./Contact Received From: Raymund Date Completed: 10/17/18 Sent to: Raymund By: Jan Company/Person required to have certificate: Stantec Consulting Services, Inc. Type of contract: Other I. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 5/1/18 — 5/1/19 A. INSURANCE COMPANY: Zurich American 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 ❑ No D. LIMITS (Must be $1 M or greater): What is limit provided? $2M/$4M 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 II. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 5/1/18 — 5/1/19 A. INSURANCE COMPANY: Travelers Property Casualty Company of America B. AM BEST RATING (A-: VII or greater) A++ / XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS - If Employees (Must be $1 M 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. ADDITIONAL INSURED WORDING: ❑ N/A ® Yes ❑ No G. PRIMARY & NON-CONTRIBUTORY WORDING: ❑ N/A ® Yes ❑ No H. HIRED AND NON -OWNED AUTO ONLY: ® N/A ❑ Yes ❑ No I. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No III. WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 5/1/18-5/1/19 A. INSURANCE COMPANY: Travelers Property Casualty Company of America B. AM BEST RATING (A-: VII or greater): A++ / XV C. ADMITTED Company (Must be California Admitted): ® Yes ❑ No D. WORKERS' COMPENSATION LIMIT: Statutory ® Yes ❑ No E. EMPLOYERS' LIABILITY LIMIT (Must be $1M or greater) $1,000,000 F. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: ® N/A ❑ Yes ❑ No H. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY 5/1/18 — 5/1/19 LLOYDS OF LONDON Rated: A/XV, Non -Admitted Limits: $3M ® N/A ❑ Yes ❑ No V POLLUTION LIABILITY VI BUILDERS RISK ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? ® Yes ❑ No IF NO, WHICH ITEMS NEED TO BE COMPLETED? Agent of Alliant Insurance Services Broker of record for the City of Newport Beach Date 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 is needed due to the Professional Liability carrier being non -admitted. 10/17/18 Risk Management approved use of carrier. Approved: Risk Management Date * Subject to the terms of the contract.