Loading...
HomeMy WebLinkAboutC-2892(A) - Hazel Drive Water and Sewer Main Reconstruction0 to CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 644 -3005 TO: FINANCE DIRECTOR FROM: CITY CLERK DATE: September 20, 1993 SUBJECT: Contract No. C- 2892(A) Description of Contract Professional Services for Design of the Hazel Drive Water & Sewer Main Replacement Project Effective date of Contract August 27, 1993 Authorized by Minute Action, approved on August 23, 1993 Contract with Daniel Boyle Engineering Inc. Address 23231 South Pointe, Suite 103 Laguna Hills, CA 92653 Amount of Contract (See Agreement) 1 / 6 Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach G/ • r (3,F) TO: Mayor & Members of the City Council FROM: Utilities Department August 23rd, 1993 CITY COUNCIL AGENDA ITEM NO._ 5 C° - 2112-!W) SUBJECT: PROFESSIONAL SERVICES AGREEMENT FOR DESIGN OF HAZEL DRIVE WATER & SEWER MAIN RECONSTRUCTION PROJECT PREPARATION OF DETAILED PLANS & SPECIFICATI:ONS BY DANIEL BOYLE ENGINEERING, INC. RECOMMENDATION: If desired, authorize the Mayor and the City Clerk to execute a Professional Services Agreement on behalf of the City, with Daniel Boyle Engineering, Incorporated to prepare detailed Plans and Specifications for reconstruction of the water and sewer mains in Hazel Drive for a fixed fee of $37,400. BACKGROUND: The City's water system is comprised of over 200 miles of pipelines ranging in diameter from 4 inches to 30 inches. Portions of the City's water transmission and distribution pipeline system were installed many years ago. One of the older water mains in operation is the 6 -inch diameter pipeline in Hazel Drive that runs from Coast Highway southerly toward Ocean Boulevard. The pipe was installed in 1925. It is over 60 years old. During the era between the turn of the century and World War II, one of the most commonly installed type of pipe material was cast iron pipe. Pipe was manufactured in 18 -foot lengths by casting molten iron in vertical sand molds. The 6 -inch pipe in Hazel Drive was manufactured using this sand - casting technique. The pipe has been subjected to highly corrosive soil and carries water that has a tendency to leave mineral deposits on the interior of the pipe walls. The pipe walls have thinned considerably due to the effects of the corrosive soils in the area. The interior of the pipe has succumb to the effects of rust and corrosion. Inspections of the pipe interior during recent maintenance have revealed a rather significant build -up of rust and corrosion by- products called tuberculation. A lay- person's description of tuberculation might be "rust barnacles ". The original inside diameter of the pipe has been reduced to less than 3- inches of open area. Put simply, the pipe has outlived its useful life and it is in great need of replacement. The sewer main in Hazel Drive is also quite old and deteriorated. Many of the lateral connections to the main are chimney -type laterals. These laterals are more prone to stoppages and are costly and difficult to maintain. The proposed reconstruction project will eliminate the chimney -type laterals and will redirect flows from the northerly portion of the project limits back toward Coast Highway. This will reduce sewage flows tributary to the Buck Gully Sewer Pump Station which will in turn, result in lower energy and pumping costs. 9 6 Page 2 Professional Services Agreement Hazel Drive Water & Sewer Project August 23, 1993 To implement this water and sewer main replacement project, the Council approved components in the 1992 -93 and 1993 -94 capital budgets as a part of the Water and Sewer Fund Capital Projects. The balances of last year's funds were carried over to this fiscal year to design and construct the project. Staff invited several firms to submit statements of qualifications and experience. After consideration of qualifications and experience, staff requested that four firms submit proposals. They were: Willdan, MacDonald - Stephens Consulting Engineers, Daniel Boyle Engineering Inc. and ASL Consulting Engineers. The Utilities Department Selection Committee chose Daniel Boyle Engineering, Inc. to perform the required professional services. Daniel Boyle has a team of well qualified, technical professionals and designers who have experience with similar water and sewer main replacement projects. The proposed Professional Services Agreement with Daniel Boyle Engineering, Inc. provides for preparation of a water & sewer main replacement design and preparation of construction specifications and detailed plans with written special provisions and documents suitable for bidding and construction. Funds are available in the Water Fund under Capital Projects Account No. 7503 - 985003 and in the Sewer Enterprise Fund under Capital Projects Account No. 7533 - 98530001. If approved, the final design effort can commence immediately. Plans and specifications could be ready for bidding by mid - November. Construction is proposed for the period immediately after the Christmas holiday season. Staff recommends approval of this design contract. Respectfully submitted, -iE,-F SrA �Rr Jeff Staneart, P.E. Utilities Director JS:sdi Attachments: Professional Services Agreement i RGREEMENT PROFESSIONAL SERVICES FOR DESIGN OF THE HAZEL DRIVE WATER Sr SEWER MAIN REPLACEMENT PROJECT THIS AGREEMENT is made and entered into this 27712i day of August, 1993, by and between the City of Newport Beach, a municipal Corporation, hereinafter referred to as "CITY ", and Daniel Boyle Engineering, Incorporated, a California Corporation, hereinafter referred to as "CONSULTANT ". WITNESSETH: WHEREAS, "CITY ", operates a municipal water distribution system and numerous water facilities to deliver potable water to its customers, and; WHEREAS, 'CITY" as a part of its mission under the Water & Sewer Master plans is obligated to keep hundreds of miles of water and sewer piping operating in an efficient and progressive manner, and; WHEREAS, "CITY'S" Hazel Drive Water Main is an existing 6 -inch diameter cast iron water main constructed in 1926, which has deteriorated severely, and; WHEREAS, " CITY's" Hazel Drive Sewer Main is an existing 8 -inch diameter glazed clay pipe with deteriorated leaking concrete joints and chimney -type lateral connections, and; WHEREAS, "CITY" desires to replace the deteriorated water and sewer mains in Hazel Drive, and; WHEREAS, 'CITY" desires to prepare a design for replacement of the water and sewer mains, the replacement of which is hereinafter be referred to as "PROJECT ", and; WHEREAS, implementation of the design of said "PROJECT" requires the services of a qualified engineering design consultant, and; WHEREAS, 'CITY" has solicited and received a proposal from "CONSULTANT" for preparation of the "PROJECT" design and to provide certain other essential professional services, as outlined herein below, and; WHEREAS, "CITY" has reviewed the previous experience and has evaluated the expertise of "CONSULTANT" and desires to accept the proposal submitted by "CONSULTANT ", and; • C 2892!N) FILt �XIUIJAL GiTq cLEjZK RGREEMENT PROFESSIONAL SERVICES FOR DESIGN OF THE HAZEL DRIVE WATER Sr SEWER MAIN REPLACEMENT PROJECT THIS AGREEMENT is made and entered into this 27712i day of August, 1993, by and between the City of Newport Beach, a municipal Corporation, hereinafter referred to as "CITY ", and Daniel Boyle Engineering, Incorporated, a California Corporation, hereinafter referred to as "CONSULTANT ". WITNESSETH: WHEREAS, "CITY ", operates a municipal water distribution system and numerous water facilities to deliver potable water to its customers, and; WHEREAS, 'CITY" as a part of its mission under the Water & Sewer Master plans is obligated to keep hundreds of miles of water and sewer piping operating in an efficient and progressive manner, and; WHEREAS, "CITY'S" Hazel Drive Water Main is an existing 6 -inch diameter cast iron water main constructed in 1926, which has deteriorated severely, and; WHEREAS, " CITY's" Hazel Drive Sewer Main is an existing 8 -inch diameter glazed clay pipe with deteriorated leaking concrete joints and chimney -type lateral connections, and; WHEREAS, "CITY" desires to replace the deteriorated water and sewer mains in Hazel Drive, and; WHEREAS, 'CITY" desires to prepare a design for replacement of the water and sewer mains, the replacement of which is hereinafter be referred to as "PROJECT ", and; WHEREAS, implementation of the design of said "PROJECT" requires the services of a qualified engineering design consultant, and; WHEREAS, 'CITY" has solicited and received a proposal from "CONSULTANT" for preparation of the "PROJECT" design and to provide certain other essential professional services, as outlined herein below, and; WHEREAS, "CITY" has reviewed the previous experience and has evaluated the expertise of "CONSULTANT" and desires to accept the proposal submitted by "CONSULTANT ", and; 0 NOW THEREFORE, in consideration of the foregoing, it is mutually agreed and understood that: I. GENERAL A. "CITY" engages "CONSULTANT" to perform the described services for the consideration hereinafter stated. B. "CONSULTANT" agrees to perform the described services in accord with the terms and conditions hereinafter set forth. C. "CONSULTANT" agrees that all services required hereunder shall be performed under his direct supervision, and all personnel engaged in the work shall be fully qualified and shall be authorized or permitted under State and local law to perform such services. "CONSULTANT" shall not sublet, transfer or assign any work except as otherwise provided for herein or as authorized in advance by the "CITY ". II. SERVICES TO BE PERFORMED BY CONSULTANT "CONSULTANT" shall provide the following listed professional services to "CITY ". A. "CONSULTANT" shall provide the necessary services to complete the defined tasks associated with the design phase of the "PROJECT ". Those tasks include the following: 1. Meetings with City staff. a. "CONSULTANT" shall keep City Project Manager apprised of the progress being made on the "CONSULTANT'S" design activities. Such appraisal shall be made via telephone, in writing as appropriate and via the meetings mentioned herein below. b. "CONSULTANT" shall meet with the City staff for an orientation meeting, again for a 50'9 design review, again for a 90% design review, and again for a 100 %, design review for the "PROJECT ". Other meetings may be held on an as- needed basis. b. "CONSULTANT" shall meet with the Public Works Department staff for coordination of the Sewer and Water Main Project with the City prepared Street Improvement Project. The final bid package shall be one bid package for construction. 2. Review Background Data. a. "CONSULTANT" shall, in an effort to relay relevant information to their staff, review the pertinent background data obtained at the meetings with City staff and /or as provided by "CITY" during the course of the "PROJECT ". b. "CONSULTANT" is entitled to rely on materials provided by or through City without independent evaluation by "CONSULTANT ". 0 0 c. "CONSULTANT' shall perform a field and control survey to accurately reflect the existing surface conditions. This survey will be used to prepare accurate base sheets. 3. Plans Preparation. a. "CONSULTANT" shall complete the required drawings and plans for 'PROJECT'. A listing of those drawings included in this phase shall include at least the following: 1. Preparation of a "Title Sheet" with legend, notes, benchmark, basis of bearings and vicinity map associated with the 'PROJECT'. 2. Preparation of 'Plan and Profile Sheets' as required to detail the Sewer and Water main alignment in Hazel Drive, the 18 -inch water main relocation in Coast Highway and Poppy Avenue and the 6 -inch sewer force main replacement in Hazel Drive in accord with City Standards associated with the "PROJECT ". 3. Preparation of "Detail Sheets" as required to fully illustrate and show all fittings, tie -ins, and water valve vault and appurtenances associated with the 'PROJECT'. 4. Preparation of "Traffic Control Sheets" as required to show proper traffic delineation per the W.A.T.C.H. handbook, latest edition in Coast Highway associated with the "PROJECT ". b. "CONSULTANT" shall deliver up to seventy-five (75) complete plan sets including the street improvement plans from Public Works Department for construction bidding purposes. 4. Specifications Preparation. a. "CONSULTANT' shall complete preparation of detailed written specifications, bid proposal, standard special provisions, special provisions, compile City standard contract forms, coordinate and include the specifications from Public Works for the Street Improvement Project and bind them for "PROJECT ". b. "CONSULTANT' shall include within the special provisions; the method of providing sewer and water service during construction; and the method of reconnection of all sewer and water services. c. "CONSULTANT' shall utilize City Standard Specifications and shall prepare them in the standard format. Construction documents are intended to be publicly bid as a complete package which shall meet the requirements of "CITY" and all applicable local and State laws. d. "CONSULTANT' shall deliver up to seventy-five (75) complete specification sets. "Complete set" means bound standard specifications with special provisions, contract documents, bid proposal, engineers estimate and reduced construction drawings with a colored cover page and acetate front and back cover. 9 5. Cost Estimate & Schedule. a. "CONSULTANT" shall prepare a detailed written cost estimate and construction schedule for "PROJECT ". Estimate shall be transmitted to 'CITY" with a written memorandum of transmittal and explanation. Any opinion of construction cost prepared by "CONSULTANT" represents his judgment as a design professional and is supplied for the general guidance of the "CITY ". Since "CONSULTANT" has no control over the cost of the labor and material, or over competitive bidding or market conditions, "CONSULTANT" need not guarantee the accuracy of such opinion as compared to Contractor bids or actual cost to the "CITY ". 6. Construction Phase Services a. "CONSULTANT" shall perform the following during the construction phase: 1. Visit the site at scheduled intervals or as otherwise agreed by the "CITY' and "CONSULTANT ", to become generally familiar with the progress and quality of the work and to provide assistance to the "CITY" to verify the work is being performed substantially in accord with the contract documents. 2. "CONSULTANT" shall not be required to make exhaustive or continuous on -site inspections to assess the quality or quantity of work and shall not be responsible for the contractor's failure to carry out the work in accord with contract documents. 3. Prepare change order work and review shop drawings as requested by "CITY ", including all drawings or specifications necessary to describe and detail the work to be added, deleted or modified. Should said work require a substantial addition to the plan set, then additional compensation to "CONSULTANT" would be authorized. 4. Prepare "record" drawings based upon change orders and addenda to the extent approved by "CM" and incorporated into the construction of the Project. "CITY" shall require the contractor to submit "as- built" drawings of actual construction installations to "CONSULTANT" for use in preparing "record" drawings. 5. "CONSULTANT" shall provide one set of construction stakes for the sewer and water mains in Hazel Drive, the 18 -inch water main and water valve vault in Coast Highway and Poppy Avenue, the 6 -inch sewer force main in Hazel Drive, all sewer and water connections and fire hydrant locations for the "CITY'S" Contractor. Any additional staking or any restaking or costs thereof will be the responsibility of the Contractor. 0 III. DUTIES OF THE CITY In order to assist the "CONSULTANT" in the execution of his responsibilities under this Agreement, "CITY" agrees to provide the following: A. Provide any background information, reports, contracts, specifications, proposals or agreements as may be available or are in existence, which may be germane to the proper preparation and completion of the "CONSULTANT'S" defined duties. B. Assist "CONSULTANT" with interpretation of "CITY" standards and design criteria. Meet with "CONSULTANT" as necessary to provide input or direction on matters pertaining to completion of specifications and final construction plans. C. Review plans, specifications and other documentation provided by "CONSULTANT" relative to "PROJECT" in a timely fashion. D. Act as the Project Manager and provide construction contract administration and field inspection on the proposed project, once designed and awarded for construction. IV. TIME OF COMPLETION AND LIQUIDATED DAMAGES "CONSULTANT" shall commence work immediately upon receipt of written notice to proceed. Work as required herein, shall be completed in a diligent and efficient manner to the execution of its completion. All work, with the exception of the construction phase services required to advertise for construction shall be completed no later than December 2,1993. It is mutually agreed by "CONSULTANT" and 'CITY" that liquidated damages of three hundred dollars ($300.00) per calendar day shall be assessed "CONSULTANT" for delays beyond the above specified completion date. Said damages shall be deducted from the " CONSULTANT's" fee. The term of this Agreement shall expire thirty (30) calendar days after the date the "PROJECT" is completed and accepted by "CITY ". It is agreed and understood by both parties, that this is sufficient time to complete all such activities and tasks associated with the " PROJECT ", including "as -built drawing" preparation. V. OWNERSHIP OF DOCUMENTS Original drawings and other deliverable documents to be provided by "CONSULTANT" under this Agreement shall become the exclusive property of 'CITY" and may be reproduced as deemed necessary by "CITY" or its duly authorized representative. However, any use of completed deliverables or documents for purposes other than for this "PROJECT ", or any use of incomplete documents, shall be at "CITY's" sole risk, and "CITY" shall indemnify "CONSULTANT" for any damages incurred as a result of such use. No report, drawing, map, document or other data given to or prepared or assembled by "CONSULTANT" pursuant to this Agreement shall be made available to any individual or organization by "CONSULTANT" without prior written approval by "CITY ", unless required by subpoena. 0 9 "CONSULTANT" may reserve the right to publish materials or reports related to the work performed or data collected under the provisions of this Agreement. The right to publish shall be at the sole discretion of the "CITY" and written permission must be obtained by "CONSULTANT" from "CITY" on a case by case basis. Blanket publishing approval shall not be granted. "CONSULTANT" is granted permission to show to prospective clients reports and data which have been accepted by "CITY" as prepared Linder this Agreement. VI. RIGHT OF TERMINATION A. "CITY" reserves the right to terminate this Agreement without cause at any time by giving "CONSULTANT" five (5) business days prior written notice. Notice shall be deemed served when delivered personally or upon deposit in the United States mail, postage prepaid, addressed to the "CONSULTANT's" business office at 23231 South Pointe Drive, Suite 103, Laguna Hills, California 92653. B. "CONSULTANT" may terminate this Agreement after ten (10) days' written notice from "CONSULTANT" to "CITY" notifying "CITY" of it's substantial failure to perform in accord with the terms of this Agreement, if , the "CITY" has not corrected it's non - performance within that time. C. In the event of termination due to errors, omissions, or negligence of "CONSULTANT ", "CITY" shall be relieved of any obligation to compensate "CONSULTANT" for that portion of work directly affected by such errors, omissions, or negligence of "CONSULTANT ". If this Agreement is terminated for any other reason, "CITY" agrees to compensate "CONSULTANT" for the actual services performed up to the effective date of the "Notice of Termination ", on the basis of the fee schedule contained herein. VII. SUBCONTRACTORS AND ASSIGNMENT A. None of the services included in this Agreement shall be assigned, transferred, contracted or subcontracted without prior written approval of "CITY ". B. Neither "CONSULTANT" nor "CITY" shall assign or transfer any interest in this Agreement, whether by assignment or novation, without the prior written consent of the other party; provided, however, that claims for money due or to become due "CONSULTANT" from 'CITY" Linder this Agreement may be assigned to a bank, trust company or other financial institution, or to a trustee in bankruptcy, without such approval. Notice of any such assignment or transfer shall be promptly furnished to "CITY ". C. In the performance of this "PROJECT ", "CONSULTANT" may utilize the services of a private surveying firm to complete those tasks which require surveying and related professional tasks. Said surveying firm, Bush & Associates, Inc., shall be directed and compensated by "CONSULTANT" as if said firm were a direct employee of "CONSULTANT ". 1. Compensation for 'SUBCONSULTANT's" services shall not be more than six thousand three hundred twenty five dollars ($6,325.00) and shall be paid to in accord with the limits of the "not -to- exceed" fee listed herein below. No additional compensation shall be made therefor. D. In the performance of this "PROJECT ", "CONSULTANT" may utilize the services of a private firm to complete those tasks which require traffic engineering and related professional tasks. Said surveying firm, Traffic Control Engineering, Inc., shall be directed and compensated by "CONSULTANT" as if said firm were a direct employee of "CONSULTANT ". 1. Compensation for Traffic Control Engineering, Inc. services shall be a lump sum fee of two thousand five hundred thirty dollars ($2,530.00) and shall be paid to in accord with the limits of the "not -to- exceed" fee listed herein below. No additional compensation shall be made therefor. VIII. PAYMENT AND FEE SCHEDULE A. In consideration for the specified services, "CITY" hereby agrees to compensate "CONSULTANT" on an hourly basis as set forth below in the "PAYMENT & FEE SCHEDULE ". In no event shall said amount be greater than the amount of thirty seven thousand four hundred dollars ($37,400), inclusive of the subcontract services defined herein, except as otherwise provided for herein below. B. PAYMENT AND FEE SCHEDULE personnel hourly rates ManagingEngineer ................................................................ ............................... 595.00 PrincipalEngineer .................................................................. ............................... 86.00 SeniorEngineer IL ........................................ ............................... .......................... 83.00 tieniorEngineer I .._._._...._ ........................................ ...... .... ....... .... .......... .......... 81.00 Senior Associate Engineer ..................................................... ............................... 78.00 AssociateEngineer 11 ............................................................. ............................... 73.00 AssociateEngineer I ............................................................... ............................... 70.00 Senior Assistant Engineer ........................... ............................... .......................... 65.50 Assistant Engineer It .............................................................. ............................... 56.00 AssistantEngineer I ............................................................... ............................... 52.00 Resident Project Representative ........................................... ............................... 51.00 Construction Representative ...................... ............................... .......................... 48.00 SeniorDesigner ....................................................................... ............................... 54.00 De,igner ................................................................................... ............................... 51.00 DrafterII .................................................................................. ............................... 41.00 DrafterI .................................................................................... ............................... 36.00 DrafterAsti istant ............. ................................................................................ 29.00 Survey (2 -man) Crew - Bush & A, sociate, ......................... ............................... 138.00 Survey (3 -man) Crew - BUSII & Associates ......................... ............................... 181.70 C. The contract amount shall be paid to "CONSULTANT' in monthly partial payments based on the amount of hours worked and expenses incurred during each monthly pay period based on the actual hours of labor expended as determined by the Project Manager for "CITY ". The sum of the partial payments shall not exceed ninety percent (90 %) of the maximum fee as set forth in paragraph "A" herein above. The balance of the total amount earned shall be paid upon completion of the work specified herein. D. In addition to the fixed, not- to-exceed fee, "CITY" agrees to reimburse "CONSULTANT" for the actual cost (plus 10 %) for all outside expenses including those for: reproduction for copies of plans, reports and related documents, material costs authorized in advance by the Project Engineer for "CITY ", and other reasonable expenses, where such costs have been advanced by "CONSULTANT" and approved in advance by "CITY ". 1. "CONSULTANT" shall provide written records (originals) of all expenses incurred, and shall report all hours expended in the performance of his duties and tasks on a bi- weekly basis. "CITY" agrees to pay "CONSULTANT" within thirty (30) calendar days of the receipt of said records and hourly summary. 2. "CONSULTANT" shall not be compensated for use of "CONSULTANT'S" equipment, hardware, software materials or reproduction. Said costs are non- compensable. Time expended by "CONSULTANT'S" personnel on such equipment shall be paid on the basis of the "FEE SCHEDULE" herein above. IX. ADDITIONAL SERVICES No change in character, extent, or duration of the work to be performed by "CONSULTANT" shall be made without prior written approval from "CITY ". In consideration for performance of additional services authorized by "CITY" in writing, "CITY" hereby agrees to compensate "CONSULTANT" an amount based upon the hourly rate as submitted to "CITY" in the "FEE SCHEDULE ", except that an increase in the total compensation exceeding four thousand dollars ($4,000.00) shall require that an amended Agreement for such additional services be executed by the "CONSULTANT" and "CITY ". X. RECORDS "CONSULTANT" shall maintain complete and accurate records with respect to costs, expenses, receipts and other such information required by "CITY" that relate to the performance of the services specified under this Agreement. All such records shall be maintained in accord with generally accepted accounting principles and shall be clearly identified and readily accessible. "CONSULTANT" shall provide free access to the representatives of "CITY" or its designees at all proper times upon reasonable notice to "CONSULTANT" to such books and records, and gives "CITY" the right to examine and audit same, and to make transcripts therefrom as deemed necessary at "CITY's" cost, and to allow inspection of all work, data, documents, proceedings and activities related to this Agreement. XI. INSURANCE A. On or before the date of execution of this Agreement, "CONSULTANT" shall furnish "CITY" with completed certificates showing the type, amount, class of operations covered, effective dates and dates of expiration of insurance policies. "CONSULTANT" shall use the "CITY's" Insurance Certificate form for endorsement of all policies of insurance. The certificates do not limit ' CONSULTANT's" indemnification, and also contain substantially the following statement: "The insurance covered by this certificate may not be canceled, non - renewed, except after thirty (30) days' written notice has been received by "CITY ". Coverage may not be reduced or otherwise materially altered without the same advance notice to "CITY" of such alteration. B. "CONSULTANT" shall maintain in force at all times during the performance of this Agreement, policies of insurance required by this Agreement; and said policies of insurance shall be secured from an insurance company assigned Policyholders' Rating of "B" (or higher) and Financial Size Category "XV" (or larger) in accord with an industry -wide standard and shall be licensed to do business in the State of California. However, the minimum rating for the "CONSULTANT's- Errors & Omissions carrier shall be "B + ", "VIII" or better. 1. An appropriate industry -wide insurance rating standard shall be deemed "Best's Key Rating Guide ", latest edition. C. "CONSULTANT" shall maintain the following minimum coverages: Liability Insurance General liability coverage shall be provided in the following minimum limits: Category Amount Bodily Injury $ 1 „000,000 each occurrence $ 1,000,000 aggregate Property Damage $ 1,000,000 each occurrence $ 1,000,000 aggregate A combined single limit policy with aggregate limits in the amount of $1,000,000 will be considered equivalent to the required minimum limits. Errors & Omissions Insurance Errors & Omissions coverage shall be provided in the amount of one million dollars ($1,000,000.00). D. Subrogation Waiver In the event of loss or claim of loss due to any of the perils for which it has agreed to provide general liability insurance, "CONSULTANT” shall look solely to its insurance for recovery. "CONSULTANT" hereby grants to "CITY ", on behalf of any general liability insurer providing insurance to either "CONSULTANT" or "CITY" with respect to the services of "CONSULTANT ", a waiver of any right of subrogation which any such insurer of said "CONSULTANT" may acquire against "CITY" by virtue of the payment of any loss under such insurance. E. Additional Insured "CITY ", its City Council, boards and commissions, officers, servants and employees shall be named as an additional insured under all insurance policies required under this Agreement, except Errors & Omissions Insurance. The naming of an additional insured shall not affect any recovery to which such additional insured would be entitled under this policy if not named as such additional insured; and an additional insured named herein shall not be liable for any premium or expense of any nature on this policy or any extension thereof. Any other insurance held by an additional insured shall not be required to contribute anything toward any loss or expense covered by the insurance provides{ by this policy. Proceeds from any such policy or policies shall be payable to "CITY" primarily, and to "CONSULTANT" secondarily, if necessary. XII. WAIVER A waiver by "CITY" or "CONSULTANT' 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 different character. XIII. COST OF LITIGATION If any legal action is necessary to enforce any provision hereof or for damages by reason of an alleged breach of any provisions of this Agreement, the prevailing party shall be entitled to receive from the losing party all costs and expenses in such amount as the court may adjudge to be reasonable cost of litigation. XIV. 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 hereof. Any modification of this Agreement will be effective only by written execution signed by both "CITY' and "CONSULTANT'. XV. HOLD HARMLESS "CONSULTANT" shall indemnify and hold harmless, "CITY', its City Council, boards and commissions, officers, and employees from and against any and all loss, damages, liability, claims, suits, costs and expenses, whatsoever, including reasonable costs of litigation, arising from "CONSULTANT'S" negligent acts, errors or omissions, in the performance of services hereunder. 10 0 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the first date above written: APPROVED AS TO FORM: Rubin Flory Assistant City ATTEST: City of Newport Beach, a municipal corporation Clarence 1 6'rner, Mayor "CITY" Daniel Boyle Engineering, Incorporated a California Corporation Wanda Raggio Thomas B Hoo ,'r., Vic ident City Clerk "CONSUL Address and Telephone: City of Newport Bca.:h Daniel Boyle Engineering Incorporated 3300 Newpon Boulevard 23231 South Pointe, SUILe 103 Nenport Beach, California -)2059 -1'168 Laguna Bills, California 92653 (714)61 -3071 i71a)6a6 -52O =i (FAX) +;14)70x3 -2600 (714)586 -5488 (FA \)