HomeMy WebLinkAboutC-5448 - Design PSA for Bicycle Corridor Improvement Program (BCIP)v
AMENDMENT NO. ONE TO DESIGN PROFESSIONAL SERVICES AGREEMENT
WITH STANTEC CONSULTING SERVICES, INC. FOR
BICYCLE CORRIDOR IMPROVEMENT PROGRAM (BCIP)
THIS AMENDMENT NO. ONE TO DESIGN PROFESSIONAL SERVICES
AGREEMENT ("Amendment No. One") is made and entered into as of this 1st day of
April, 2014 ("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 38
Technology Drive, Suite 100, Irvine, CA 92618-6000, and is made with reference to the
following:
RECITALS
A. On April 26, 2013, City and Consultant entered into a Design Professional
Services Agreement ("Agreement") to engage Consultant to provide design
services for the Bicycle Corridor Improvement Program (BCIP) ("Project").
B. City desires to enter into this Amendment No. One to reflect additional services
not included in the Agreement and to increase the total compensation.
C. City and Consultant mutually desire to amend the Agreement, as provided below.
NOW, THEREFORE, it is mutually agreed by and between the undersigned
parties as follows:
1. SERVICES TO BE PERFORMED
Exhibit A to the Agreement shall be supplemented to include the Scope of
Services dated February 28, 2014, attached hereto and incorporated herein by
reference ("Services or "Work"). Exhibit A of the Agreement and Exhibit A of
Amendment No. One shall collectively be known as "Exhibit A". The City may elect to
delete certain Services within the Scope of Services at its sole discretion.
2. COMPENSATION TO CONSULTANT
2.1 Section 4.1 of the Agreement shall be amended in its entirety and
replaced with the following: City shall pay Consult for the Services on a time and expense
not -to -exceed basis in accordance with this Section, Exhibit A, and the Schedule of Billing
Rates or Progress Payments attached hereto as Exhibit B and incorporated herein by
reference. Consultant's compensation for all Work performed in accordance with this
Agreement, including all reimbursable items and subconsultant fees, shall not exceed
One Hundred Thousand Seven Hundred Twelve Dollars and 001100 ($100,712.00),
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.
2.2 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 Twelve Thousand Dollars and 00/100 ($12,000.00).
3. INTEGRATED CONTRACT
Except as expressly modified herein, all other provisions, terms, and covenants
set forth in the agreement shall remain unchanged and shall be in full force and effect.
[SIGNATURES ON NEXT PAGE]
Stantec Consulting Services, Inc. Page 2
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: 3 -dl()-IH
By: IV1
Aaron C. jarp
City Attorney (i
CITY OF NEWPORT BEACH,
a California municipal corporation
Date: !NlRw�m.
City Manager
ATTEST: if , � 1 CONSULTANT: Stantec Consulting
Date: 7 Services, Inc., a New York corporation
Date:
By: By: ol�
Leilani I. Brown Douglas . Jh on
City Clerk Vice Preside t
Date:
By:
Addison
Secretary
[END OF SIGNATURES]
Attachments: Exhibit A — Scope of Services dated February 28, 2014
Stantec Consulting Services, Inc. Page 3
EXHIBIT A
SCOPE OF SERVICES
Stantec Consulting Services, Inc. Page A-1
Stantec
February 28, 2014
File: 2073007710
Stantec Consulting Services Inc.
38 Technology Drive, Suite 100
Irvine CA 92618-5312
Tel: (949) 923-6000
Fax: (949) 923-6121
Attention: Mr. Brad Sommers
City of Newport Beach
moo Civic Center Drive
Newport Beach, California 9266o
Dear Mr. Sommers,
Reference: PS&E for Design for Bicycle Corridor Improvement Program
It has been our pleasure providing engineering design services for the noted project above, and we look forward to
continuing our efforts on this project. We have been striving to meet your needs for this project and appreciate the
flexibility provided by the City in meeting all project goals. In order to respond to shifting design goals stemming from
the current tricycle master plan, multiple design refinements were needed. Therefore, additional effort was needed and
our project costs have been significantly higher than the amount indicated in our initial project estimate. As a result we
are requesting your consideration of authorization of an additional $12,000 for this project Our situation and
justification is as follows:
Shifting design goals stemming from the current and ongoing bicycle master plan have required more design reviews
and refinements than expected, plus preparation of 4 new drawings. To achieve these goals, additional design changes
were needed. Therefore, we experienced significant additional costs to prepare the plans.
The CEQA/NEPA documentation task was stopped when our progress on this task is estimated at about 8o%. By this
letter, we are requesting concurrence in the transfer of the task balance from the documentation task to the PSE
preparation task
We understand that the plans are being returned for additional charges stemming in part from ongoing policy
transitions related to the bicycle master plan update. An authorization increase request of $12,000 in the total contract
amount should be satisfactory to allow us to complete the project.
Please review for approval our request for abudget increase of $12,000 for this additional scope of work. This will result
in a new authorized total amount for the project of $loo,812. Work will be performed under the terms of the original
agreement and subsequent addenda.
Thank you for your review and consideration of this request.
Regards,
STANTEC CONSULTING SERVICES INC.
Design wish community In mind
February 28, 2014
Mr. Brad Sommers
Page 2 of 2
Reference: PS&E for Design for Bicycle Corridor Improvement Program
Rock Miller
Senior Principal, Transportation Planning & Traffic Engineering
Phone: (949)923-6021
Fax: (949) 923-6121
RockMiller@stantec.com
s=wd vmmtz
Design with community in mind
DESIGN PROFESSIONAL SERVICES AGREEMENT
WITH STANTEC CONSULTING SERVICES, INC. FOR
BICYCLE CORRIDOR IMPROVEMENT PROGRAM (BCIP)
Oo
THIS AGREEMENT FOR PROFESSIONAL SERVICES ("Agreement') is made
and entered into as of this l o- day ofj 2013 ("Effective Date") by and
I between the CITY OF NEWPORT BEACH, a alifomia Municipal Corporation ("City"),
CJ and STANTEC CONSULTING SERVICES, INC., a California corporation ("Consultant'),
whose address is 19 Technology Drive, Suite 200, Irvine, CA 92618-2334 and is made
with reference to the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now being
conducted under the statutes of the State of California and the Charter of City.
B. City desires to engage Consultant to provide design services for the Bicycle
Corridor Improvement Program (BCIP) ("Project").
C. Consultant possesses the skill, experience, ability, background, certification and
knowledge to provide the professional services described in this Agreement.
D. The principal member of Consultant for purposes of Project shall be Joe Foust.
E. 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:
The term of this Agreement shall commence on the Effective Date, and shall
terminate on June 30, 2014 unless terminated earlier as set forth herein.
2. SERVICES TO BE PERFORMED
City and Consultant acknowledge that the above Recitals are true and correct
and are hereby incorporated by reference into this Agreement. 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'). The 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.
3.1.1 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) days of the occurrence causing the delay to the
other party so that all delays can be addressed.
3.2 Consultant shall submit all requests for extensions of time for performance
in writing to the Project Administrator (as defined in Section 6 below) 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.
3.3 For all time periods not specifically set forth herein, Consultant shall
respond in the most expedient and appropriate manner under the circumstances, by
fax, 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 or Progress Payments Schedule attached hereto as Exhibit B and
incorporated herein by reference. Consultant's compensation for all Work performed in
accordance with this Agreement, including all reimbursable items and subconsultant
fees, shall not exceed Eighty -Eight Thousand, Eight Hundred, Twelve Dollars and
001100 ($88,712.00) 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) 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 Joe Foust 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 1f 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 the City.
6. ADMINISTRATION
This Agreement will be administered by the Public Works Department. Brad
Sommers, Senior Civil Engineer or his designee, shall be the Project Administrator and
shall have the authority to act for City under this Agreement. The Project Administrator
or his designee shall represent City in all matters pertaining to the Services to be
rendered pursuant to this Agreement.
7. CITY'S RESPONSIBILITIES
7.1 To assist Consultant in the execution of its responsibilities under this
Agreement, City agrees to, where applicable:
7.1.1 Provide access to, and upon request of Consultant, one (1) copy of
all existing relevant information on file at City. City will provide all such existing relevant
information in a timely manner so as not to cause delays in Consultant's Work schedule.
7.1.2 Provide blueprinting and other services through City's reproduction
company for bid documents. Consultant will be required to coordinate the required bid
documents with City's reproduction company. All other reproduction will be the
responsibility of Consultant.
STANTEC CONSULTING SERVICES, INC. Page 3
7.1.3 Provide usable life of facilities criteria and information with regards
to new facilities or facilities to be rehabilitated.
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 the highest professional
standards. For purposes of this Agreement, the phrase "highest professional
standards" shall mean those standards of practice recognized by one (1) or more first-
class firms performing similar work under similar circumstances.
8.2 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 the highest professional standard.
8.3 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.
8.4 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.
s w• a
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,
attorney's fees, disbursements and court costs) of every kind and nature whatsoever
(individually, a Claim; collectively, "Claims"), which may arise under this Agreement or in
any manner 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 attorney's fees
in any action on or to enforce the terms of this Agreement. This indemnity shall apply to
STANTEC CONSULTING SERVICES, INC. Page 4
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
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 Contractor 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 and/or his/her
duly authorized designee 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.
STANTEC CONSULTING SERVICES, INC. Page 5
15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the Services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following shall
be construed as an assignment: The sale, assignment, transfer or other disposition of
any of the issued and outstanding capital stock of Consultant, or of the interest of any
general partner or joint venturer or syndicate member or cotenant if Consultant is a
partnership or joint -venture or syndicate or cotenancy, which shall result in changing the
control of Consultant. Control means fifty percent (50%) or more of the voting power, or
twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -
venture.
16. SUBCONTRACTING
The subcontractors authorized by City, if any, to perform Work on this Project are
identified in Exhibit A. Consultant shall be fully responsible to City for all acts and
omissions of any subcontractor. Nothing in this Agreement shall create any contractual
relationship between City and any subcontractor nor shall it create any obligation on the
part of City to pay or to see to the payment of any monies due to any such
subcontractor other than as otherwise required by law. The City is an intended
beneficiary of any Work performed by the subcontractor for purposes of establishing a
duty of care between the subcontractor and the 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 (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. Consultant shall, at Consultant's
expense, provide such Documents 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.
STANTEC CONSULTING SERVICES, INC. Page 6
17.3 All improvement and/or construction plans shall be prepared with indelible
waterproof ink or electrostaticly 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 (.tifo 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. COMPUTER DELIVERABLES
CADD data delivered to City shall include the professional stamp of the engineer
or architect in charge of or responsible for the Work. City agrees that Consultant shall
not be liable for claims, liabilities or losses arising out of, or connected with (a) the
modification or misuse by City, or anyone authorized by City, of CADD data; (b) the
decline of accuracy or readability of CADD data due to inappropriate storage conditions
or duration; or (c) any use by City, or anyone authorized by City, of CADD data for
additions to this Project, for the completion of this Project by others, or for any other
Project, excepting only such use as is authorized, in writing, by Consultant. By
acceptance of CADD data, City agrees to indemnify Consultant for damages and liability
resulting from the modification or misuse of such CADD data. All original drawings shall
be submitted to City in the version of AutoCAD used by the City in .dwg file format, on a
CD, and should comply with the City's digital submission requirements for improvement
plans available from the City's Public Works Department. The City will provide
Consultant with City title sheets as AutoCAD file(s) in .dwg file format. All written
documents shall be transmitted to City in formats compatible with Microsoft Office
and/or viewable with Adobe Acrobat.
i)I~�91r!1S17:4ttT14k�'1
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. 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.
21. INTELLECTUAL PROPERTY INDEMNITY
The 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.
STANTEC CONSULTING SERVICES, INC. Page 7
22. 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 Conger period required by law, from the date of final payment to
Consultant under this Agreement. All such records and invoices shall be clearly
identifiable. Consultant shall allow a representative of City to examine, audit and make
transcripts or copies of such records and invoices during regular business hours.
Consultant shall allow inspection of all Work, data, Documents, proceedings and
activities related to the Agreement for a period of three (3) years from the date of final
payment to Consultant under this Agreement.
23. 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 his/her 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.
24. 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.
25. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the right to employ other Consultants in connection with the
Project.
26. CONFLICTS OF INTEREST
26.1 The Consultant or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act'), which (1) requires such persons to
disclose any financial interest that may foreseeably be materially affected by the Work
performed under this Agreement, and (2) prohibits such persons from making, or
participating in making, decisions that will foreseeably financially affect such interest.
26.2 If subject to the Act, Consultant shall conform to all requirements of the
Act. Failure to do so constitutes a material breach and is grounds for immediate
termination of this Agreement by City. Consultant shall indemnify and hold harmless
STANTEC CONSULTING SERVICES, INC. Page 8
City for any and all claims for damages resulting from Consultant's violation of this
Section.
27. NOTICES
27.1 All notices, demands, requests or approvals, including any change in
mailing address, to be given under the terms of this Agreement shall be given in writing,
and conclusively shall be deemed served when delivered personally, or on the third
business day after the deposit thereof in the United States mail, postage prepaid, first-
class mail, addressed as hereinafter provided. All notices, demands, requests or
approvals from Consultant to City shall be addressed to City at:
Attn: Brad Sommers, Senior Civil Engineer
Public Works Department
City of Newport Beach
3300 Newport Boulevard
PO Box 1768
Newport Beach, CA 92658
Phone: (949) 644-3311
Fax: (949) 644-3318
27.2 All notices, demands, requests or approvals from City to Consultant shall
be addressed to Consultant at:
Attn: Joe Foust
STANTEC CONSULTING SERVICES, INC.
19 Technology Drive, Suite 200
Irvine, CA 92618-2334
Phone: (949) 923-6000
Fax: (949) 923-6121
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. The Consultant and the City expressly agree that in addition to any claims
filing requirements set forth in the Agreement, the Consultant shall be required to file
any claim the Consultant may have against the City in strict conformance with the Tort
Claims Act (Government Code sections 900 et seq.).
29. TERMINATION
29.1 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
STANTEC CONSULTING SERVICES, INC. Page 9
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.
29.2 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.
30. STANDARD PROVISIONS
30.1 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.
30.2 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.
30.3 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.
30.4 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.
30.5 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.
30.6 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.
STANTEC CONSULTING SERVICES, INC. Page 10
30.7 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.
30.8 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.
30.9 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 of race, religion, color, national origin, handicap,
ancestry, sex, age or any other impermissible basis under law.
30.10 No Attorney's Fees. In the event of any dispute or legal action arising
under this Agreement, the prevailing party shall not be entitled to attorney's fees.
30.11 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 11
IN WITNESS WHEREOF, the parties have caused this Agreement to be
executed on the dates written below.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: I h 8 h s
CITY OF NEWPORT BEACH,
A California municipal corporation
Date:-#lZ���'Z
By: z9Vq l D By:
Aaron. cid Dave
City Attorney City Manager
ATTEST: `3
Date:
r
Leilani I. Brown
City Clerk -dooffafth-
CONSULTANT: STANTEC CONSULTING
SERVICES, INC., a California corporation
Date: 11'�01?
By:4
Douglas J. Jo n on
Vice President
Date: [
B.
J ifer dison
Secretary
[END OF SIGNATURES]
Attachments: Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
Exhibit C — Insurance Requirements
document2
STANTEC CONSULTING SERVICES, INC. Page 12
EXHIBIT A
SCOPE OF SERVICES
STANTEC CONSULTING SERVICES, INC. Page A-1
January 10, 2013
Stantec Consulting Services Inc.
19 Technology Drive Suite 200
Irvine CA 92618-2334
Tel: (949)923-6000
Fax: (949) 923-6121
Attention: Mr. Brad Sommers
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92660
Dear Mr. Sommers,
Reference: PS&E DESIGN BUDGET FOR BICYCLE CORRIDOR IMPROVEMENT PROGRAM
Stantec Consulting Services Inc. (Stantec) is pleased to respond to your RFP to provide professional
engineering services for design of four bicycle facilities funded by OCTA's Bicycle Corridor Improvement
Program (BCIP). As you recall, Stantec assisted the City of selection of candidate projects and preparation of
the forms for the BCIP applications. These four projects have been selected for funding and this proposal
addresses the cost of preparation of the PS&E for each project. The four projects are:
1.
Eastbluff Dr/Ford Rd
Class it Facility in front of Corona Del Mar High School
2.
San Joaquin Hills
Class II Facility
3.
Jamboree Rd
Class II Facility
4.
Spy Glass Hill Rd
Class If Facility
All four of these projects include striping on -street (Class II) bicycle lanes. Location 1 also includes roadway
widening on Eastbluff Drive adjacent to Corona Del Mar High School in order to permit striping of the bicycle
lanes on the street.
A portion of the effect necessary to complete the detailed information required in the BCIP applications was a
determination of the cost of the overall project. We estimated the cost of the on -street striping plans using our
standard rates. In addition, there may be a need for minor signal modifications on Jamboree Road. All four
projects require the preparation of the CEQA/NEPA documentation for Categorical Exemption and FHWA
"Authorization to Proceed" (E-76) request forms, which shall be submitted to Caltrans by February 1 s', 2013.
Completion of all these applications estimated to require 80 hours of work. Together the estimated cost for all
four striping projects, required signal modifications, and environmental documentation is $39,914.
The scope of work for Eastbluff Drive/Ford Road includes preparation of PS&E documents for widening of
Eastbluff Drive between Jamboree Road and Mar Vista Drive, an approximate distance of about 500 feet.
The widening will be along southern curb line of Eastbluff Drive. In this regard, the following tasks will be
performed.
A. Data Collection and Review
Stantec will collect as built plans and other data from the City of Newport Beach and review to
determine project constraints.
Stantec
January 10, 2013
Mr. Brad Sommers
Page 2 of 4
Reference: PS&E DESIGN. BUDGET FOR BICYCLE CORRIDOR IMPROVEMENT PROGRAM
B. Survey and Base Map
1. Site Topography
Perform a field topographic survey to document existing site topography and planimetrics within
the area of proposed improvements. The survey limits will include a strip along the southwesterly
half of Eastbluff Dr, between Jamboree Rd and Mar Vista Dr. Substantial, visible improvements
will be located within the survey limits from centerline to existing right-of-way, including spot
elevations, walks, curbs, drives, gutters, trees, walls, and fences. Visible indications of surface
utilities will also be located, as will lid/rim elevations for drainage structures present.
2. Existing Right -of -Way and Base Map
Monuments will be observed to retrace the centerline and right-of-way of Eastbluff Drive within the
project limits. The results will be incorporated into a base map illustrating existing right of way
conditions. Available agency research, prior surveys, and assessor parcel maps will be used to
prepare the base map. This will not be a full and complete boundary survey of the adjacent land
parcels. Survey monuments located and indicated on the survey will be limited to existing,
centerline monuments found along Eastbluff Drive.
3, Proposed Right -of -Way Legal descriptions and Exhibits
Prepare legal descriptions and exhibits to accompany the dedication of additional right-of-way
areas or easements within the project limits. The documents will be prepared and stamped by a
Professional Land Surveyor and provided to the City for attachment to documentation provided by
others. It is estimated that 1 dedication document and 1 temporary construction easement will be
required for this effort. A current preliminary title report covering the properties impacted by the
proposed easements must be provided by the City prior to the preparation of the documents.
Preparation of RAN documents for Temporary Construction Easement
Preparation of RAN documents for property acquisition or permanent easement
C. Preparation of PS&E Documents
Preliminary Design
1. Roadway Plans and Profiles
Plans shall be prepared in accordance with the design and drafting standards of the City of New
Port Beach. These plans will show improvements associated with the widening of the road.
2. Title Sheet. typical sections construction details and Quantities
3. Cross Sections
4. Landscape and Irrigation Plans
Proposed improvements will impact the existing parkway improvements. This task includes
preparation of 1'=20' scale planting plans and irrigation plans per the City of Newport Beach
standards for the repair and replacement of the area disturbed by the construction of the Eastbluff
Drive widening. Work includes the following:
January 10, 2013
Mr. Brad Sommers
Page 3 of 4
Reference: PS&E DESIGN BUDGET FOR BICYCLE CORRIDOR IMPROVEMENT PROGRAM(
Conduct site investigation to document existing conditions and inventory existing above -
grade irrigation improvements and identify points of connection and materials to be
maintained, salvaged, and/or replaced.
Review the existing record drawings and other reference documents supplied by the City
of Newport Beach in an effort to best determine below grade irrigation equipment.
Prepare planting sheets to be included in the street improvement plans. Sheets will
address the repair and replacement of the parkway landscaping at the project site with
the intention to blend the necessary new landscape improvements with the existing,
Installation details and specifications will be provided and will conform to local codes.
Prepare irrigation sheets to be included with the street improvement plans. Plans will
address the repair and replacement of the existing irrigation equipment and continuation
of service. Installation details and specifications will be provided.
Prepare Irrigation MAWA and ETWU calculations as necessary.
Coordinate connections to existing landscape improvements adjacent to the project site
located within Right -of -Way.
5. Retaining Wall and Relocation of Monument Plan
Proposed improvements will require a new retaining wall adjacent to the new side walk. Also a
Monument sign located at the southeast corner of the Eastbluff Drive and Jamboree Road will
require relocation. Structural plans for these elements will be prepared. Design of foundation for
the relocation of the monument is included. However, architectural design of the monument is not
included.
6. Traffic Control Plans- Stage Construction
7. Special Provisions
Special provisions for the items not covered by the" Greenbook", 2012 Edition and Caltrans
Standard Specifications will be prepared.
8. Opinion of Probable Cost of Constructions
A preliminary opinion of probable cost of construction will be prepared
9. Submittal for Review
Documents will be assembled and submitted to the City for Review. Following documents will be
included:
Conduct site investigation to document existing conditions and inventory existing above -
grade irrigation improvements and identify points of connection and materials to be
maintained, salvaged, and/or replaced.
Plan and Profile sheets, 1"=20' scale- 2 Sheets
Title Sheet, Typical Cross Sections , construction notes- 2 Sheets
Cross Sections at 25' intervals- 1 Sheet
Landscape Planting Plans -1"=20'- 1 Sheet
Landscape Irrigation Plans -1 "=20' -1 Sheet
Planting and irrigation Details - 2 Sheets
Irrigation Calculations - 1 Sheet
January 10, 2013
Mr. Brad Sommers
Page 4 of 4
Reference: PS&E DESIGN BUDGET FOR BICYCLE CORRIDOR IMPROVEMENT PROGRAM
Retaining Wall and Monument Relocation Plan -1 Sheet
Special Provisions
An opinion of probable cost of construction
D. Final PS&E Documents
We will incorporate City's comments and prepare final documents
E. Project Management and Coordination
Stantec will coordinate the design with the City. Scope includes attendance of 2 meetings with the
City.
EXCLUSIONS
Geotechnical Investigation s
The preparation of the PS&E for Eastbluff Drive/Ford Road roadway widening including surveys, RNV
evaluation, deed preparation and complete PS&E is estimated to require 350 person hours at a cost of
$48,898.
Stantec's proposal, which includes preparation of the complete PS&E for all four BCIP bicycle lane projects,
and CE documentation/E-76 applications, will be completed on a time and materials fee upon our existing
agreement for a fee not expected to exceed $88,712. Any changes will be submitted to and approved by City
prior to beginning of work on such changes.
I will be the Project Manager and your primary contact person. I will be assisted by Ms. Sherry Weinmeier,
PE for design of the roadway widening improvements on Eastbluff Drive, and by Mr. Ryan Calad for bike lane
design and application/documentation completion. Mr. Rock Miller, PE will provide an overall project review
and conduct the QAIQC aspect of the design plans.
If you have any questions, please call.
Sincerely,
STANTEC CONSULTING SERVICES INC.
Joe Foust
Principal, Transportation Planning & Traffic Engineering
Tel: (949) 923-6057
Fax: (949) 923-6121
Joe. Foust@stantec.com
cmw v=73lbusiness_tlevelopmeniklly d mwpon beat \pro blcycla_o=ndor imp_progmmdo=
EXHIBIT B
SCHEDULE OF BILLING RATES
STANTEC CONSULTING SERVICES, INC. Page B-1
[n
{
q
n
win
-
!
6r,
\
/
-
�
)k
-
\\\_\
\OPW
_
)
W
J
i
i
i
r
x
}
i
$
I I
I
HT
g
3
h
I
NIT
C
q
M
7
41
p
o
z
c
y -w E
F
a
Fy-ryra�a�
s
fi
4
Stantec
2012 Fee Schedule
LEVEL
�HRLY RATE
DESCRIPTION
Entry-level position
1
$50
• Works under the supervision of a senior professional
2
$57
• Recent graduate from an appropriate post -secondary program or equivalent
F4
+ Generally, less than four years experience
Junior -level position
3
$63
• Independently carries out assignments of limited scope using standard procedures, methods and techniques
$71
+ Assists senior staff in carrying out more advanced procedures
5
$77
• Completed work is reviewed for feasibility and soundness of judgment
• Graduate from an appropriate post -secondary program or equivalent
• Generally, four years work ex erience
Fully qualified professional position
6
$85
• carries out assignments requiring general familiarity within a broad field of the respective profession
7
$93
• Makes decisions by using a combination of standard methods and techniques
8
$101
+ Actively participates in planning to ensure the achievement of objectives
+ Works independently to interpret information and resolve difficulties
• Graduate from an appropriate post -secondary program, with credentials or equivalent
• Generally, six years experience
First level supervisor or first complete level of specialization
9
$110
+ Provides applied professional knowledge and Initiative in planning and coordinating work programs
10
$120
• Adapts established guidelines as necessary to address unusual issues
11
$130
• Decisions accepted as technically accurate, however may on occasion be reviewed for soundness of judgment
+ Graduate from an appropriate post -secondary program, with credentials or equivalent
• Generally, Hina years experience
Highly -specialized technical professional or supervisor of groups of professionals
12
$142
• Provides multidiscipline knowledge to deliver innovative solutions in related field of expertise
13
$154
• Participates in short and Zang range planning to ensure the achievement of objectives
14
$165
+ Makes responsible decisions on all matters, including policy recommendations, work methods, and financial controls
associated with large expenditures
• Reviews and evaluates technical work
• Graduate from an appropriate post -secondary program, with credentials or equivalent
• Generally, ten years experience with extensive, broad experience
Senior level consultant or management function
15
$175
• Recognized as an authority in a specific field with qualifications of significant value
16
$189
• Provides multidiscipline knowledge to deliver innovative solutions in related field of expertise
17
$218
. Independently conceives programs and problems for investigation
• Participates in discussions to ensure the achievement of program andtor project objectives
• Makes responsible decisions on expenditures, including large sums or implementation of major programs and/or
projects
• Graduate from an appropriate post -secondary program, with credentials or equivalent
. Generally, fifteen years exiLerience with extensive professional and management experience
Senior level management position under review by Vice President or higher
18
$255
• Recognized as an authority in a specific field with qualifications of significant value
19
$355
+ Responsible for long range planning within a specific area of practice or region
+ Makes decisions which are far reaching and limited only by objectives and policies of the organization
• Planslapproves projects requiring significant human resources or capital investment
• Graduate from an appropriate post -secondary program, with credentials or equivalent
+ Generally, fifteen years experience with extensive professional and mann ement ex erience
N: 9p10301'r ur.da; RATE TAalES12012 Rare TabW MWRue TaNmw Sle rd 2012 Tabic #. dao
EXHIBIT C
1, INSURANCE REQUIREMENTS — PROFESSIONAL SERVICES
1.1 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.
1.2 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.
1.3 Coverage Requirements.
1.3.1 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.
1.3.1.1 Consultant shall submit to City, along with the certificate
of insurance, a Waiver of Subrogation endorsement in favor of City, its officers, agents,
employees and volunteers.
1.3.2 General Liability Insurance. Consultant shall maintain commercial
general liability insurance, and if necessary umbrella liability insurance, with coverage at
least as broad as provided by Insurance Services Office form CG 00 01, in an amount
not less than one million dollars ($1,000,000) per occurrence, two million dollars
($2,000,000) general aggregate. The policy shall cover liability arising from premises,
operations, products -completed operations, personal and advertising injury, and liability
assumed under an insured contract (including the tort liability of another assumed in a
business contract) with no endorsement or modification limiting the scope of coverage
for liability assumed under a contract.
1.3.3 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 the 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
1.3.4 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 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.
1.4 Other Insurance Requirements. The policies are to contain, or be
endorsed to contain, the following provisions:
1.4.1 Waiver of Subrogation. All insurance coverage maintained or
procured pursuant to this agreement shall be endorsed to waive subrogation against
City, its elected or appointed officers, agents, officials, employees and volunteers 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.
1.4.2 Additional Insured Status. All liability policies including general
liability, excess liability, pollution liability, and automobile liability, but not including
professional liability, shall provide or be endorsed to provide that City and its officers,
officials, employees, and agents shall be included as insureds under such policies.
1.4.3 Primate 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.
1.4.4 Notice of Cancellation. All policies shall provide City with thirty (30)
days notice of cancellation (except for nonpayment for which ten (10) days notice is
required) or nonrenewal of coverage for each required coverage.
1.5 Additional Agreements Between the Parties. The parties hereby agree to
the following:
1.5.1 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.
1.5.2 City's Right to Revise Requirements. The City reserves the right at
any time during the term of the Agreement to change the amounts and types of
insurance required by giving the Consultant sixty (60) days advance written notice of
STANTEC CONSULTING SERVICES, INC. Page C-2
such change. If such change results in substantial additional cost to the Consultant, the
City and Consultant may renegotiate Consultant's compensation.
1.5.3 Enforcement of Agreement Provisions. Consultant acknowledges
and agrees that any actual or alleged failure on the part of the City to inform Consultant
of non-compliance with any requirement imposes no additional obligations on the City
nor does it waive any rights hereunder.
1.5.4 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.
1.5.5 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.
1.5.6 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.
1.5.7 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.
1.5.8 Consultant's Insurance. Consultant shall also procure and
maintain, at its own cost and expense, any additional kinds of insurance, which in its
own judgment may be necessary for its proper protection and prosecution of the Wort.
STANTEC CONSULTING SERVICES, INC. Page C-3
CERTIFICATE OF INSURANCE
CHECKLIST
City of Newport Beach
This checklist is comprised of requirements as outlined by the City of Newport Beach.
Date Received: 2/12/13 Dept./Contact Received From: Tania
Date Completed: 3/4/1,3 Sent to: Tania By: Renee
Company/Person required to have certificate: Stantec Consulting Services, Inc.
Type of contract: All Other
I. GENERAL LIABILITY
EFFECTIVE/EXPIRATION DATE: 5/1/12 to 5/1/13
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?
X Yes ❑ No
D.
LIMITS (Must be $1M or greater): What is limit provided?
$2,000,000 / $4,000,000
E.
ADDITIONAL INSURED ENDORSEMENT — please attach
X Yes ❑ No
F.
PRODUCTS AND COMPLETED OPERATIONS (Must
(What is limits provided?)
include): Is it included? (completed Operations status does
F.
PRIMARY & NON-CONTRIBUTORY WORDING (For Waste
not apply to Waste Haulers or Recreation)
X Yes ❑ No
G.
ADDITIONAL INSURED FOR PRODUCTS AND
G.
HIRED AND NON -OWNED AUTO ONLY:
COMPLETED OPERATIONS ENDORSEMENT (completed
H.
NOTICE OF CANCELLATION:
Operations status does not apply to Waste Haulers)
X Yes ❑ No
H.
ADDITIONAL INSURED WORDING TO INCLUDE (The City
its officers, officials, employees and volunteers): Is it
included?
X Yes ❑ No
I.
PRIMARY & NON-CONTRIBUTORY WORDING (Must be
included): Is it included?
X 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?
X Yes ❑ No
K.
ELECTED SCMAF COVERAGE (RECREATION ONLY):
X N/A ❑ Yes ❑ No
L.
NOTICE OF CANCELLATION:
❑ N/A X Yes ❑ No
I1, AUTOMOBILE LIABILITY
EFFECTIVE/EXPIRATION DATE: 11/1/12 to 11/1/13
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?
X 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 I Proof of coverage (if individual)
(What is limits provided?)
N/A _
F.
PRIMARY & NON-CONTRIBUTORY WORDING (For Waste
Haulers only):
X N/A ❑ Yes ❑ No
G.
HIRED AND NON -OWNED AUTO ONLY:
❑ N/A ❑ Yes X No
H.
NOTICE OF CANCELLATION:
❑ N/A 0 Yes ❑ No
Dl N0RKERS'COKoPENSAT0N
EFFECT|VE/EXP|RATION DATE: 11/1/12 to 11/1/13
A. INSURANCE COMPANY: Zurich American
B� ANBEST RATING (A,:V||orgnaoheh: X9
C ADMITTED Company (Must beCalifornia Admitted): Yes No
D. WORKERS' COMPENSATION LIMIT: Statutory Yes No
E, EMPLOYERS' LIABILITY LIMIT (Must heSIM urg,eotor)
F� WAIVER (JFSUBROGATION (To innlude):}mitincluded? ERYes ElNn
G. SIGNED VVORKERS'COMPEN3AT\0NEXEMPTION FORM: NN/A El Yes [lNo
H. NOTICE OFCANCELLATION: F7N/A NYes [lNn
ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED
IV. PROFESSIONAL LIABILITY
\` POLLUTION LIABILITY
HAVE ALL ABOVE REQUIREMENTS BEEN MET?
IF NO, WHICH ITEMS NEED TO BE COMPLETED?
Agent of Alliant Insurance Services
Broker of record for the City of Newport Beach
0 NIA El Yes El No
RISK MANAGEMENT APPROVAL REQUIRED Non'odmiMedcarrier rated less than :
Self Insured Retention or Deductible greater than $ El N/A El Yes El No
Reason for Risk Management uppnova|/axooption/wmivor:
Risk Management Date
w Subject to the terms of the contract,
acoRc�� CERTIFICATE OF LIABILITY INSURANCE
112 ONYYY
ATE 03/
03! 011J2001313
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confor rights to the
certificate holder In lieu of such endorsements ,
PRODUCER
k%
NAMEACT MICHAEL POPLETT
MARSH CANADA LIMITED
_ --
ZN E:780 -917-4860T F"A 7$0-429-1422
_ (NC Noy
680, 10180 -109 STREET
AODREss: MICHAEL.POPLETT@MARSH.COM
INSURER(s)AFFORCING COW -RAGE
Na10#
EDMONTON, AS T5J 3S4
_--'_—__---
LNSURERA:
_
INSURED
INSURER R
1
_
INSURERC: m
$
STANTEC CONSULTING SERVICES INC.
19 TECHNOLOGY DRIVE, SUITE 200
INSURER D:__
IRVINE, CA 92618-2334
INSURER E: LLOYDS _OF LONDON ^
_....._.........-- AV
37640
�—
GENERALAGGREGATE
INSURER F:
COVERAGES CERTIFICATE NUMBER: 604 REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN SHOWN MAY HAVE BEEN RED�U�C�ED PAID CLAIMS.
ILR
TYPE OF INSURANCE INS}i W VBQ
T'_ POLICY NUMBER
MMl�OTYYYYj+-j_tyIM
PBY
I}CPtYYXYY
LIMITS -^-
GENERAL LIABILITY
_—T__........_..-,
EACH OCCURRENCE
$
( GOMMERCWA GENERAL LIABILITYPREMISES(
—F
CLAIMS -MADE COCCUR
a-curzencsj
S
MED EXP {Aryone person}
$
PERSONAL & ADV INJURY
$
GENERALAGGREGATE
$
PRODUCTS - COMPIOP AGG
$
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY PRO. LOC
EC_
_
$
AUTOMOBILE LIABILITY
_..._._._.._._...
__
..... ..
"MID acd Dt)
8
ANY AUTO
BODILY INJURY (Per person)
$
AAD OWNED
BODILY INJURY (Per accident)
$
HIRED AUTOS
Per accident
v
$
$
LA
UMBRELLA. UAB
I
EACH OCCURRENCE
AGGREGATE _
_
$
EXCESS UAB
$
DED I RETENTION $
WORKERS COMPENSATION
AND EMPLOYERS'UAMUTY YIN
ANOFMEWMEMBER EXCLUDED? Y PROPRIETOPJPARTNER/EXECUTMF NrA
(Mandatary in NH)
E.L EACH ACCIDENT
.$
E.L. DISEASE - EA EMPLOYE
----"'
$
If yes, describe ander
DESGRIPTIO ;Cfl?ERgIONS below
__ _
E.L. DISEASE -POLICY UMIT
'---'----_
$ __
E
PROFESSIONAL LIABILITY N/A
QF045012
08/01/12
08/01/13
1 CLAIM & AGGREGATE LIMIT
INCLUDING CONTRACTORS
$3,000,000 INCLUSIVE OF COSTS
POLLUTION LIABILITY
NO RETROACTIVE DATE
CLAIMS MADE BASIS
DESCRIPTION OF OPERATIONS 140CATION$ t VEHICLES (Attach ACORD 1e1, Additional Remarks Schedule, a more space is required)
IRVINE, CA. STANTEC PROJECT #2073. RE: BICYCLE CORRIDOR IMPROVEMENT PROGRAM (BCIP). THE COVERAGE SHALL NOT
BE CANCELLED OR NON RENEWED EXCEPT AFTER THIRTY (30) DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER.
CITY OF NEWPORT BEACH
330 NEWPORT BOULEVARD
NEWPORT BEACH, CA 92663
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
r
ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD
ACC) hp CERTIFICATE OF LIABILITY INSURANCE
°03101/2013"'
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: if the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
AON REED STENHOUSE INC.
CN UET"T ANDREA OTTO
AX
AIA No E.xt: 1-800-044-3017 ._ F0, No); 52$56-8834
AON RISK SERVICES CENTRAL, INC.
900.10025-102A AVENUE
Ano ESs:ANOREA.OTTOOAON,COM
INSURER(S) AFFORDINO COVERAGE NAIC#
INSURER a ZURICH AMERICAN INSURANCE COMPANY16535
EDMONTON, AS TSJ OY2
_
INSURED
INSURER B: ZURICH AMERICAN INSURANCE COMPANY 16535_
Nsu ER c:?URICH INSURANCE COMPANY
STANTEC CONSULTING SERVICES INC.
__
INSURER o: ZURICH AMERICAN INSURANCE COMPANY 16_535
19 TECHNOLOGY DRIVE, SUITE 200
INSURERe
IRVINE, CA 92618-2334
INSURER F:
XCU COVER INCLUDED
COVERAGES CERTIFICATE NUMBER: 629 KEVISIUN NUMBEK:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
I R
LTR
TYPE OF INSURANCE
TD
!NSR+D
I�
POLICY NUMBER(MMMtlNYY
POLICY AFF
POLICYEXP
MMIDD
LIMITS
A
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
X t
X
GL06556026
05/01/12
05/01/13
,,, ___
EApCHOCCURRENCE _
ft USES Eaecwrrence)
$ 2,000,000
$ 300,000
CLAIMS -MADE rXOCCUR
XCU COVER INCLUDED
_
ME.DEXP(Myoneperson)
$ 10 OOQ_
PERSONAL &ACV INJURY
_
IX CONTRACTUAVCROSS LIABILITY
i
j�'
OWNERS&CONTRACTORS
GENERAL AGGREGATE �$
4,000,000
GENT AGGREGATE LIMIT APP, IES PER
POLICY JECT h 1 ��
AUTOMOBILE LIABILITY
PRODUCTS -COMPIOPAGG
$ 2000,,000
B
..
X
BAP5940882
_._._.
11101(12
11/01113
i5F0TNE6�IRGLEiT1T.'-'.
Ea accident) .._...
$ .....
$ 1,000,000
_.�..._._
X ANY AUTO
BODILY INJURY (Per person)
$
AUTPS NED SUHEOULED
AAON-OWNED
BODILY INJURY (Per accident)
$
HIRED AUTOS UTD&
k
i
{ erec ictlani) "
$ - -
5
CX
UMBRELLAUAB X OCCUR8831307
05/01112
05/01113
EACHOCCURRENCE
$ 5,000,000
$
X EXCESS UAB CLAIMS -MADE
EXCESS GENERAL, AUTO ANDAGGREGATE
EMPLOYERS LIABILITY (FOLLOW
DED
X RETENTION $10,000
_5,000,000
'
$-..-.,.
D
WORKERS COMPENSATION
AND EMPLOYERS'UASILITY YIN
ANY PROPRIETORIPARTNER/EXECUTIVR w�
INFandetoryin Kin EXCLUOED7 1 Zvi
NIA
_ORMj
,..._..._.—
WC5940881
._......._
11/01(12
11/01/13
TAT '
wX ,j,ORV LIMIT _EfL
EL. EACHACCIDENT
_
$ 1,000,000
EL. DISEASE -EA EMPLOYE
$ 1,000,000
ff }res, descroo under
DESCRIPTION OF OPERAT40N^�bQlow
E.L. DISEASE -POLICY LIMIT
$ 1,000,000
DESCRIPTION OF OPERATIONS I LOCATIONS /VEHICLES (AHach ACORD 101, Additional Remarks Schedule, if more space is required)
IRVINE, CA, STANTEC PROJECT # 2073. RE: BICYCLE CORRIDOR IMPROVEMENT PROGRAM (BCIO). CITY OF NEWPORT BEACH,
IT'S ELECTED OFFICIALS, OFFICERS, EMPLOYEES, VOLUNTEERS, NAMED AGENTS AND REPRESENTATIVES ARE ADDITIONAL
INSUREDS AS RESPECTS TO GENERAL LIABILITY AND AUTO LIABILITY. PRIMARY & NON-CONTRIBUTING APPLIES PER POLICY
FORMS, WAIVER OF SUBROGATION APPLIES TO GENERAL LIABILITY. THE COVERAGE SHALL NOT BE CANCELLED OR NON
RENEWED EXCEPT AFTER THIRTY (30) DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER AND ADDITIONAL INSUREDS.
ENDORSEMENT # CG 20 10 07 04 AND #CA 20 40 07 97 ARE ATTACHED.
CITY OF NEWPORT BEACH
330 NEWPORT BOULEVARD
NEWPORT BEACH, CA 92663
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD
POLICY NUMBER: GL06556026
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY,
ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON
OR ORGANIZATION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s) Or Organization(s): City of Newport Beach, it's elected officials, officers, employees, volunteers,
named agents and representatives
Location(s) Of Covered Operations: Bicycle Corridor Improvements Program (BCIO).
Information required to complete this Schedule, if not shown above, will be shown in the Declarations
A. Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule,
but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury"Caused, in whole or in part, by:
i. Your acts or omissions; or
2, The acts or omissions of those acting on your behalf;
in the performance of your ongoing operations for the additional insured(s) at the locations) designated above.
B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply:
This insurance does not apply to "bodily injury" or "property damage" occurring after.
f. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service,
maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been
completed; or
2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization
other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project.
NAMED INSURED: Stantec Inc. CONSULTANT INSURED: Stantec Consulting Services Inc.
Attached to and forming part of Policy of the Zurich American Insurance Company.
AON REED STENHOUSE INC., AON RISK SERVICES CENTRAL, INC., EDMONTON, ALBERTA
Bnmch.file
A [Work # CG 20 100704
POLICY NUMBER: BAP5940882 COMMERCIAL AUTO
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DESIGNATED INSURED
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement.
This endorsement identifies persons) or organization(s) who are "insureds" under the Who Is An Insured provision of the Coverage
Form. This endorsement does not alter coverage provided in the Coverage Form.
This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below.
Named Insured: Stantec Inc. Consultant Insured: Stantec Consulting Services Inc,
SCHEDULE:
Name of Person or Organization: City of Newport Beach, It's elected officials, officers, employees, volunteers, named agents and
representatives
Each person or organization indicated above is an "insured" for Liability Coverage, but only to the extent that person or organization
qualifies as an "insured" under the Who Is An Insured provision contained in SECTION II of the Coverage Form.
Attached to and forming part of this Policy of ZURICH AMERICAN INSURANCE COMPANY
AON REED STENHOUSE INC., AON RISK SERVICES CENTRAL, INC., EDMONTON, ALBERTA
irvine.file
Serial #f: 629
A I AUTO #CA 20 48 07 97
Additional Insured — Automatic — Owners, Lessees Or
Contractors
e
ZURICH
N�u
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the:
Commercial General Liability Coverage Part
A Section II —Who Is An Insured is amended to include as an insured any person or organization who you are required
to add as an additional insured on this policy under a written contract or written agreement.
B. The insurance provided to the additional insured person or organization applies only to 'bodily injury", "property
damage" or personal and advertising injury" covered under Section t - Coverage A - Bodily Injury And Property
Damage Liability and Section I - Coverage B - Personal And Advertising Injury Liability, but only with respect to liability
for 'bodily injury", property damage" or "personal and advertising injury" caused, in whole or in part, by:
1. Your acts or omissions; or
2. The acts or omissions of those acting on your behalf,
and resulting directly from your ongoing operations or'your work" as included in the "products -completed operations
hazard", which is the subject of the written contract or written agreement, performed for the additional insured parson
or organization.
C. However, regardless of the provisions of Paragraphs A and S. above:
1. We will not extend any insurance coverage to any additional insured person or organization:
a That Is not provided to you in this policy; or
b. That is any broader coverage than you are required to provide to the additional insured person or
organization in the written contract or written agreement; and
2. We will not provide limits of Insurance to any additional insured person or organization that exceed the lower of.
a. The Limits of Insurance provided to you in this policy; or
b. The Limits of Insurance you are required to provide in the written contract or written agreement.
D. The insurance provided to the additional insured person or organization does not apply to:
"Bodily Injury", "property damage" or personal and advertising injury" arising out of the rendering or failure to render
any professional architectural, engineering or surveying services including:
1. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field
orders, change orders or drawings and specifications; and
2. Supervisory, inspection, architectural or engineering activities.
E. The additional insured must see to it that:
1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim;
2. We receive written notice of a claim or "suit" as soon as practicable; and
Includes copyrighted material of Insurance Services Office, lw., with its permlasion.
losmed Copy
U -GL -1175-C CW (07) 10)
Page 1 of 2
3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy Issued by
another insurer under which the additional insured may be an insured in any capacity. This provision does not
apply to insurance on which the additional insured is a Named Insured, if the written contract or written agreement
requires that this coverage be primary and non-contributory.
F. For the coverage provided by this endorsement
1. The following paragraph is added to Paragraph 4.a. of the Other insurance Condition of Section IV—Commercial
General Liability Conditions;
This insurance is primary insurance as respects our coverage to the additional insured person or organization,
where the written contract or written agreement requires that this insurance be primary and non-contributory with
respect to any other policy upon which the additional insured is a Named Insured. in that event, we will not seek
contribution from any other such insurance policy available to the additional insured on which the additional
insured person or organization is a Named Insured.
Z The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV—Commercial
General Liability Conditions
This insurance is excess over:
Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional
insured, in which the additional insured on our policy is also covered as an additional insured on another policy
providing coverage for the same `occurrence" offense, claim or "suit". This provision does not apply to any policy
in which the additional insured is a Named Insured on such other policy and where our policy is required by
written contract or written agreement to provide coverage to the additional insured on a primary and non-
contributory basis.
G. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement
showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to
that identified additional insured.
All other terms and conditions of this policy remain unchanged.
U -GL -1175.0 CW (07110)
Includes copyrighted material of Insurance Services Office, Inc-, wi+h its permission. Page 2 of 2
insutedC py
POLICY NUMBER: GL06556026 COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ I CAREFULLY.
ADDITIONAL. INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON
OR ORGANIZATION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Petsopis) Or Orgaraaita ddi f City of Newport Beach, its elected officials, officers, amptoyeed, mom ars, named agents and represaniattves
Lordamms) Of Covered Operations: Bicyda Corridor improvements Program {BCIO).
Information rebu'rad to complete this Schedule, rf act sh oom above, will be shown in the Oedaretiest
A. Section it- Who is An Insured is amended to include as an additional insured Mie parsoMs) or organiration(s) shown In the Schedule, but only with respect to liability tot,bodgy
injury", "property damage' a "personal and advertising injury' caused, in whole or in part, by,
1. Your al or emissions; or
2. The acts 01 omissions of those acting on your behalf;
in the performance of your ongoing operations for the additional from sets) at the location(s) designated above.
S. Wath respect to the Insurance afforded to these additional Insureds, the following additional excluslons apply:
This insurance does not apply to "bodity injury" or "property damage" attending after:
1. All work, including materials, parts or equipment furnished in Contraction with such work, on the project (other than service, maintenance a repairs) to be performed by of on
behalf of the additional insured(s) at the location of the covered operations has been Completed; or
2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or
subcontractor engaged in performing operations for a principal as a part of the same project.
NAMED INSURED: Slanted Inc. CONSULTANT INSURED: Standee Consulting Services Inc,
Attached to and forming part of Policy of the Zurich American Insurance Company.
AON REED $TENHOUSE INC., AON RISK SERVICES CENTRAL, INC., EDMONTON, ALBERTA
Branch.fr,
A t Watt # CG 20100704
POLICYNUMBER: SAP5940882 COMMERCIAL AUTO
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DESIGNATED INSURED
This endorsement medlfies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
With respect to Coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endomement
This improvement idendfies pendants) or organizations) wfm are "insureds" under the Who is An Insured provision of the Coverage Form. This endorsement does not alter
coverage provided in the Coverage Farm.
This ondomament changes the policy effective on the inception date M the policy unless another date is indicated below.
Named Insured: Sent. Inc. Consultant insured: Standee Consulting Services Inc.
SCHEDULE:
Name of Person or Organization: City of Newport Beach, it's elected officials, officers, employees, volunteers, named agents and represenadives
Each person or orgeniedton repeated above is as 5nsurad' for Liability Coverage, hot only to the leader that person ar ag ndiz aon Anytime, as an "insured" under the Who Is An
Insured provision contained in SECTION it of the Coverage Farm.
Attached to and forming pan of this Policy of ZURICH AMERICAN INSURANCE COMPANY
AON REED STENHOUSE INC. AGN RISK SERVICES CENTRAL, INC., EDMONTON, ALBERTA
I"ma.file A I AUTO #CA 20 48 07 97
POLICY NUMBER: WC5940881 WORKERS COMPENSATION AND EMPLOYERS LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CARFFULLY
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT
SCHEDULE
Name of Poison or Organization: City of Newport Beach, Its elected ofiolato, officers, employees, volunteers, named agents and representatives
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the
Schedule. (This agreement applies aniy to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not
operate directly or indirecdy to benefit anyone not named In the Schedule.
NAMED INSURED Stam. I., CONSULTANT INSURED: Slam. Consu9ing Services fre,
Attached to and forming part of this Policy of ZURICH AMERICAN INSURANCE COMPANY.
AON REED STENHOUSE INC., AON RISK SERVICES CENTRAL, INC. EDMONTON, ALBERTA
Branch.fide WAIVER CONTRACT #WC 000313
Serial #: 629