HomeMy WebLinkAboutC-3897(H) - PSA for Marina Park Project - PSA for Biological and Environmental Monitoring ServicesU
r
/Y
TC) AMENDMENT NO. ONE TO PROFESSIONAL SERVICES AGREEMENT
WITH ANCHOR QEA, L.P. FOR
-` MARINA PARK PROJECT — BIOLOGICAL AND ENVIRONMENTAL MONITORING
SERVICES
THIS AMENDMENT NO. ONE TO PROFESSIONAL SERVICES AGREEMENT
("Amendment No. One") is made and entered into as of this 12th day of March, 2014
("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California
municipal corporation and charter city ("City"), and Anchor QEA, L.P., a California
limited partnership ("Consultant"), whose address is 27201 Puerta Real, Suite 350,
Mission Viejo, CA 92691, and is made with reference to the following:
RECITALS
A. On November 7, 2013, City and Consultant entered into a Professional Services
Agreement ("Agreement") to provide biological and environmental support
services for the Marina Park Project ("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 12, 2014, attached hereto as Exhibit A 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
Exhibit B to the Agreement shall be supplemented to include the Schedule of
Billing Rates, attached hereto as Exhibit B and incorporated herein by reference
("Services" or "Work"). Exhibit B of the Agreement and Exhibit B of Amendment No.
One shall collectively be known as "Exhibit B."
Section 4.1 of the Agreement is amended in its entirety and replaced with the
following: "City shall pay Consultant for the Services on a time and expense not -to -
exceed basis in accordance with the provisions of this Section and the Schedule of
Billing Rates attached hereto as Exhibit B and incorporated herein by reference.
Consultant's compensation for all Work performed in accordance with this Agreement,
including all reimbursable items and subconsultant fees, shall not exceed One Hundred
Eighty One Thousand Six Hundred Fifty Dollars and 001100 ($181,650.00), without
prior written authorization from City. No billing rate changes shall be made during the
term of this Agreement without the prior written approval of City."
The total amended compensation reflects Consultant's additional compensation
for additional Services to be performed in accordance with this Amendment No. One,
including all reimbursable items and subconsultant fees, in an amount not to exceed
One Hundred Thirteen Thousand Three Hundred Twenty Five Dollars and 00/100
($113,325.00).
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]
Anchor QEA, L.P. Page 2
IN WITNESS WHEREOF, the parties have caused this Amendment No. One to
be executed on the dates written below.
APPROVED AS TO FORM: CITY OF NEWPORT BEACH,
CITY ATT RNEY'S OFFICE a California municipal corporation
Date: Date:
By. � By.
Aaron C. Harp't Rush N. Hill, II
City Attorney Mayor
ATTEST:
Date: J•/l.
By: am)
Leilani I. Brown
City Clerk -9000n®
Attachments
,l po RNA
CONSULTANT: Anchor QEA, L.P., a
California lir�ite�l partnership
Date.
By:
Steve Cappellino
General Partner
END OF SIGNATURES]
Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
Anchor QEA, L.P. Page 3
EXHIBI
IIT
Anchor QEA, L.P. Page A-1
ANCHOR
OEA.
27201 Puerta Real, Suite 350
Mission Viejo, California 92691
Phone 949.347.2780
February 12, 2014
Iris Lee, P.E., T.E.
Public Works Department
City of Newport Beach
100 Civil Center Drive
Newport Beach, California 92660
Re: Revised Scope of Work and Cost Estimate for Biological and Environmental
Monitoring Services to Support Marina Park Package 2 Construction
Dear Ms. Lee:
Anchor QEA, LLC, is pleased to present this scope of work and cost estimate for biological
and environmental monitoring services to support Marina Park Package 2 construction, and
based upon our discussion following the Package 2 pre -construction meeting on January 30,
2014. This scope of work and cost estimate addresses a portion of the general commitments
imposed in the project's regulatory documents, including the Mitigation Monitoring and
Reporting Program (MMRP), the U.S. Army Corps of Engineers permit, the Regional Water
Quality Control Board permit, and the California Coastal Commission Coastal Development
Permit (CDP), collectively described as the project's environmental documents.
This scope of work and cost estimate builds upon our existing contract from October 22,
2013, and only includes items and costs not previously authorized. Additionally, the
timeline for the work proposed herein covers construction activities through the end of
Package 2, as described in the contractor's schedule as being complete in early September
2014 (schedule dated February 3, 2014). Additional tasks will be considered under a separate
scope of work according to subsequent design packages.
ww .anchorgeaxom
Ms. Iris Lee, City of Newport Beach
February 12, 2014
Page 2
Anchor QEA assumes no liability in ensuring overall compliance with environmental
commitments stipulated in the project's environmental documents, other than the specific
tasks described below.
TASKS
Task 1: Project Management
This task reflects project management and overall project coordination costs, management of
subcontractors, and facilitation of ongoing communications and review requests with the
City of Newport Beach (City) to manage the tasks listed herein. In addition, Anchor QEA
will oversee that certain conditions in the project's environmental documents are
implemented as part of the pre-, during, and post -construction phases of the project, as
described and limited to the tasks described herein. To help facilitate this task, a member of
the Anchor QEA team would call into all weekly project construction meetings through the
end of Phase 2 constructions (through September 2014; 28 weeks total).
The estimated cost for completing Task 1, including all subcontractor work, is $7,000. Please
note that this amount builds upon our approved on-call services task from the October 2013
contract.
Task 2: Pre- and Post -Construction Eelgrass Surveys
Anchor QEA understands that the pre -construction eelgrass and Caulerpa taxifolia surveys
completed in July 2013 by the City of Newport Beach Harbor Resources Department will not
be valid for construction commencing during March 2014, and, therefore, new pre -
construction eelgrass and C taxifo&a surveys are required as part of the project's
environmental documents for the proposed dredge area. Anchor QEA will coordinate the
site survey for the presence of eelgrass and C. m folia in the proposed dredge area. The
survey will be accomplished by a subcontractor, EcoMarine Environmental, LLC.
Anchor QEA will document and submit survey results to the City. The cost to complete the
survey assumes only the Marina Park dredge location would be surveyed; additional surveys
of the potential beach nourishment sites are not included. The estimated cost for completing
Ms, Iris Lee, City of Newport Beach
February 12, 2014
Page 3
the survey is $4,325. Please note that this amount builds upon our approved eelgrass survey
task from the October 2013 contract.
Task 3: Biological Compliance Monitoring During Construction
Anchor QEA and our subcontractor, Keane Biological Consulting, will conduct biological
compliance monitoring during construction pursuant to the criteria set forth in the CDP and
MMRP. As part of this task, Anchor QEA will discuss biological monitoring requirements
with the California Coastal Commission (CCC) with the goal to reduce the level of effort and
monitoring intensity described herein, If CCC agrees with our reduced monitoring effort,
then costs will be less than those presented in this scope of work and cost estimate.
Weekly biological compliance monitoring will be required through the duration of the
project. This monitoring will be conducted by a member of the Anchor QEA team, and it is
assumed to be accomplished in one 5 -hour day. This monitoring will be conducted on the
same day as the weekly meeting, which is assumed to be completed. within the 5 -hour day.
The weekly surveys will include surveys of trees and sediment deposit (beach nourishment)
sites on and adjacent to the project site (within 500 feet of any construction activities) once a
week upon commencement of construction activities.
Pursuant to the CDP, daily monitoring will be required during beach nourishment activities,
which are assumed to be conducted during a 3 -week period as part of the Marina Basin
Construction.
Assumptions specific to Task 3 include the following:
• Weekly monitoring will be sufficient to satisfy the requirements of the CDP and
MMRP, with daily monitoring to occur only during beach nourishment activities.
• Weekly monitoring will be necessary for 28 weeks.
• A weekly monitoring day is defined as a 5 -hour work -day for one member of the
Anchor QEA team and includes participation in the weekly meeting.
• Daily compliance monitoring will be necessary during beach nourishment activities
(assumed 3 -week duration at 10 hours per day).
• Weekly reports to the CCC and the CDI7W (if required) will be submitted after the
Ms. Iris Lee, City of Newport Beach
February 12, 2014
Page 4
completion of weekly monitoring. Daily reports will not be required during beach
nourishment activities.
Up to 6 days of additional monitoring have been included, which may include the possible
encounter of sensitive species (if notified by the contractor) or additional meetings.
The estimated cost for completing Task 3, including all subcontractor work, is $41,500.
Task 4: Cultural, Archaeological, and paleontological Surveys and Monitoring
These surveys would be accomplished by a subcontractor, Paleo Solutions. The
paleontologist will conduct daily observations during inland grading activities and conduct
salvage excavation of paleontological resources. During the period when paleontological
sediments are being disturbed, the paleontologist shall attend the preconstruction meeting to
discuss, and be informed of, site-specific procedures and establish communications. As part
of this task, Anchor QBA will discuss cultural resources monitoring requirements with the
City with the goal to reduce the level of effort and monitoring intensity described herein. If
the City agrees with the reduced monitoring effort, then costs will be less than those
presented in this scope of work and cost estimate.
The paleontologist shall provide paleontological construction monitoring of ground -
disturbing activities that occur at when paleontological sediments are being disturbed.
Although no cultural resources sensitive areas are anticipated to be impacted, the Orange
County Certified. Archaeologist and Native American monitor will be available on an as -
needed basis. Paleontological monitoring shall include inspection of exposed rock units
during active excavations within sensitive geologic sediments (older alluvium and/or marine
terrace deposits). The qualified paleontologist and/or archeologist shall have authority to
temporarily divert excavation operations away from exposed fossils and/or artifacts to collect
associated data and recover the fossil and/or artifact specimens if deemed necessary. If a
discovery is unmanageable by one monitor, additional assistance will be called upon,
evaluated by the qualified paleontologist and/or archaeologist, and a change order would be
required.
Ms. iris Lee, City of Newport Beach
February 12, 2014
Page 5
At the completion of construction, a Paleontological and Archaeological Monitoring Report
will be prepared and document the final results of monitoring. It will include the methods
and results of monitoring activities, provide an inventory, and document the significance
(identification) of any paleontological and/or cultural resources discovered and collected
during monitoring, if any. The report includes addressing comments from the City.
Assumptions specific to Task 4 include the following:
• Monitoring in paleontological sensitive areas will not exceed 20 days of grading
activities, including no additional overtime.
• Grading will not occur in more than one area or it will become unmanageable by one
monitor.
• Unanticipated fossils or artifacts will not be found. If found, we will submit a new
scope of work detailing the cost(s) to salvage and/or wetscreen and prepare the fossils
for curation, identification, and/or excavation, including additional analysis for the
final technical report.
• No large recoveries will be necessary and no additional materials or staff members
will be needed to complete the small recoveries.
• No storage and/or transport of specimens will be required.
• No human remains will be discovered.
The estimated cost for completing Task 4 is $60,500. Please note that this amount builds
upon our approved Cultural, Archaeological, and Paleontological Surveys and Monitoring
task from the October 2013 contract.
SUMMARY OF COSTS
Anchor QEA is requesting authorization to proceed with this scope of work with a not -to -
exceed cost of $113,325 (Exhibit B ). We will perform these tasks on a time -and -materials
basis, according to our standard rate sheet (. Exhibit B ). We will only bill for time and
materials actually expended.
Anchor QEA, L.P. Page B-1
Ms, Iris Lee, City of Newport Beach
February 12, 2014
Table 1
Estimated Costs
Task
Description
Amount
Requested
1
Project Management
$7,000
2
Pre- and Post -Construction Eelgrass Surveys
$4,325
3
Biological Compliance Monitoring During Construction
$41,500
4
Cultural, Archaeological, and Paleontological Surveys and Monitoring
$60,500
Total
$113,325
SCHEDULE
Anchor QEA will begin this scope of work immediately upon authorization to proceed from
the City under our existing contract.
Anchor QEA, L.L.C.
2014 BILLING RATES
Professional Level Hourly Rates
Principal .........................
Senior Manager ..............
Manager.............................................
Senior Staff .......................................
Staff3 ................................................
Staff2 ................................................
Staff1 ................................................
Senior CAD' Designer ......................
CAD Designer ...................................
Technician .........................................
Technical Editor ................................
Project Coordinator ...........................
Special Hourly Rates
..$225
......................................................................$199
........................................................................$185
............ -............................................................... $165
............................................................................. $145
.............................................................................$130
........................................................................... -$110
............................................................................. $115
............................................................................... $ 98
...............................................................................$95
............................................................................ $98
..........................................................................$92
National expert consultant..........................................................................................................$370
All work by a testifying expert........................................................1.5 times professional level rate
EXPENSE BILLING RATES
Expense Rates
Computer Modeling (per hour)............................................................................................... $10.00
Graphic Plots (varies with plot size) ........... .................... -.... -............................................... $3-618f
Mileage (per mile).-.................................................................................. Current Federal Standard
FEE ON LABOR AND EXPENSE CHARGES
Subcontracts/subconsultants...................................................................................................... 10%
Travel and other direct costs ...................................... .......... ....--............................................. 10%
Fieldequipment & supplies ................................. ...-_............................................................... 10%
3=lusis-a-company-esnfrdentlal-document-�
I CAD= Computer Aided Design
CITY OF
NEWPORT BEACH
City Council Staff Report
March 11, 2014
Agenda Item No. 8.
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Dave A. Webb, Public Works Director— (949) 644-3330,
dawebb@newportbeachca.gov
PREPARED BY: Iris Lee, Senior Civil Engineer
PHONE: (949) 644-3323
TITLE: Amendment No. 1 to the Professional Services Agreement with Anchor QEA,
L.P., for Marina Park Biological and Environmental Monitoring Services Contract
No. 3897-H (CAP09-0070)
ABSTRACT:
Anchor QEA, L.P. (Anchor) was retained in November 2013 to provide initial biological and
environmental monitoring services and a formal monitoring Needs Assessment Plan for the
Marina Park Project. The Needs Assessment Plan has now been completed, and additional
funds are being requested for Anchor to provide required monitoring services for the
construction phase.
RECOMMENDATION:
Approve Amendment No. 1 to the Professional Services Agreement (PSA) with Anchor
QEA, L.P. of Mission Viejo, California, at a not -to -exceed cost of $113,325.00, and
authorize the Mayor and City Clerk to execute the Amendment.
FUNDING REQUIREMENTS:
The current adopted budget includes sufficient funding for the amendment. A total of
$113,325.00 will be expended from the Marina Park project account number 7411-
$4002002.
DISCUSSION:
go
On October 3, 2013, the City received the Coastal Development Permit (CDP) for the
Marina Park Project. The CDP was the last of the regulatory permit series required to start
construction. As with other coastal projects, environmental and biological monitoring is
required to meet the general commitments of the project's regulatory documents from
outside agencies, including the U.S. Army Corp of Engineers, Regional Water Quality
Control Board, and the California Coastal Commission.
On August 12, 2013, staff solicited proposals to provide initial biological and environmental
monitoring services and formal monitoring Needs Assessment Plan in conformance with the
Marina Park regulatory permit conditions. Anchor was rated as the most qualified out of
the proposals received. Subsequently, the City entered into a Professional Services
Agreement with Anchor on November 7, 2013 for a not -to -exceed amount of $68,325.00.
The comprehensive monitoring Needs Assessment Plan was completed and Anchor has
identified the tasks and their frequency for the construction phase.
Tasks under this agreement generally include the following:
Eelgrass/avian/grunion survey and monitoring;
Cultural, archaeological, and paleontological survey and monitoring;
Biological compliance monitoring; and
Water quality monitoring.
Staff is now requesting Council approval of Amendment No. 1 to the PSA with Anchor in a
not -to -exceed amount of $113,325.00 to provide biological and environmental monitoring
services outlined in the agreement.
ENVIRONMENTAL REVIEW:
The Final Environmental Impact Report for the Marina Park Project was adopted by City
Council on May 11, 2010. No additional environmental clearances are required.
NOTICING:
The agenda item has been noticed according to the Brown Act (72 hours in advance of the
meeting at which the City Council considers the item).
ATTACHMENTS:
Name.
D LOCATION MAP MAP H.odf
n Anchor QEA Amendment No. One.odf
Description:
Location Map
Amendment No. 1 to the PSA with Anchor GEA
109
V////////
PROJECT LOCATION
NEWPORT CHANNEL
BAY AVENUE -SLI
W. BALBOA
a
NTS
EAN FRONT WEST
PACIFIC OCEAN
MARINA PARK
LOCATION MAP
D=
BOULEVARD
SOD
D
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
C -3897-H 1 3/11/14
110
UA ar_Cy:hvtl=I►119-3
AMENDMENT NO. ONE TO PROFESSIONAL SERVICES AGREEMENT
WITH ANCHOR QEA, L.P. FOR
MARINA PARK PROJECT — BIOLOGICAL AND ENVIRONMENTAL MONITORING
SERVICES
THIS AMENDMENT NO. ONE TO PROFESSIONAL SERVICES AGREEMENT
("Amendment No. One") is made and entered into as of this 12th day of March, 2014
("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California
municipal corporation and charter city ("City"), and Anchor QEA, L.P., a California
limited partnership ("Consultant"), whose address is 27201 Puerta Real, Suite 350,
Mission Viejo, CA 92691, and is made with reference to the following:
RECITALS
A. On November 7, 2013, City and Consultant entered into a Professional Services
Agreement ("Agreement") to provide biological and environmental support
services for the Marina Park Project ("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 12, 2014, attached hereto as Exhibit A 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
Exhibit B to the Agreement shall be supplemented to include the Schedule of
Billing Rates, attached hereto as Exhibit B and incorporated herein by reference
("Services" or "Work"). Exhibit B of the Agreement and Exhibit B of Amendment No.
One shall collectively be known as "Exhibit B."
Section 4.1 of the Agreement is amended in its entirety and replaced with the
following: "City shall pay Consultant for the Services on a time and expense not -to -
exceed basis in accordance with the provisions of this Section and the Schedule of
Billing Rates attached hereto as Exhibit B and incorporated herein by reference.
Consultant's compensation for all Work performed in accordance with this Agreement,
including all reimbursable items and subconsultant fees, shall not exceed One Hundred
Eighty One Thousand Six Hundred Fifty Dollars and 00/100 ($181,650.00), without
111
prior written authorization from City. No billing rate changes shall be made during the
term of this Agreement without the prior written approval of City."
The total amended compensation reflects Consultant's additional compensation
for additional Services to be performed in accordance with this Amendment No. One,
including all reimbursable items and subconsultant fees, in an amount not to exceed
One Hundred Thirteen Thousand Three Hundred Twenty Five Dollars and 00/100
($113,325.00).
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]
Anchor QEA, L.P.Page 2
112
IN WITNESS WHEREOF, the parties have caused this Amendment No. One to
be executed on the dates written below.
APPROVED AS TO FORM: CITY OF NEWPORT BEACH,
CITY A GT R IEY'S OFFICE a California municipal corporation
Date: L Date:
By: By:
Aaron C. Harp Rush N. Hill, II
City Attorney Mayor
ATTEST: CONSULTANT: Anchor QEA, L.P., a
Date: California limited partnership
Date:
By: By:
Leilani I. Brown Steve Cappellino
City Clerk General Partner
Attachments
[END OF SIGNATURES]
Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
Anchor QEA, L.P. Page 3
113
EXHIBIT A
SCOPE OF SERVICES
Anchor QEA, L.P. _ Page A-1 114
ANCHOR
QEA.
27201 Puerta Real, Suite 350
Mission Viejo, California 92691
Phone 949.34 7,2780 _
February 12, 2014
Iris Lee, P.E., T.E.
Public Works Department
City of Newport Beach
100 Civil Center Drive
Newport Beach, Callfon-da 92660
Re: Revised Scope of Work and Cost Estimate for Biological and Environmental
Monitoring Services to Support Marina Park Package 2 Construction
Dear Ms. Lee:
Anchor QEA, LLC, is pleased to present this scope of work and cost estimate for biological
and environmental monitoring services to support Marina Park Package 2 construction, and
based upon our discussion following the Package 2 pre -construction meeting on January 30,
2014. This scope of work and cost estimate addresses a portion of the general commitments
imposed in the project's regulatory documents, including the Mitigation Monitoring and
Reporting Program (MMRP), the U.S. Army Corps of Engineers permit, the Regional Water
Quality Control Board permit, and the California Coastal Commission Coastal Development
Permit (CDP), collectively described as the project's environmental documents.
This scope of work and cost estimate builds upon our existing contract from October 22,
2013, and only includes items and costs not previously authorized. Additionally, the
timeline for the work proposed herein covers construction activities through the end of
Package 2, as described in the contractor's schedule as being complete in early September
2014 (schedule dated February 3, 2014). Additional tasks will be considered under a separate
scope of work according to subsequent design packages.
www.anchorgea.com
115
Ms. Iris Lee, City of Newport Beach
February 12, 2014
Anchor QEA assumes no liability in ensuring overall compliance with environmental
commitments stipulated in the project's environmental documents, other than the specific
tasks described below.
TASKS
Task 1: Project Management
This task reflects project management and overall project coordination costs, management of
subcontractors, and facilitation of ongoing communications and review requests with the
City of Newport Beach (City) to manage the tasks listed herein. In addition, Anchor QEA
will oversee that certain conditions in the project's environmental documents are
implemented as part of the pre-, during, and post -construction phases of the project, as
described and limited to the tasks described herein. To help facilitate this task, a member of
the Anchor QEA team would call into all weekly project construction meetings through the
end of Phase 2 constructions (through September 2014; 28 weeks total).
The estimated cost for completing Task 1, including all subcontractor work, is $7,000. Please
note that this amount builds upon our approved on-call services task from the October 2013
contract,
Task 2: Pre -and Post -Construction Eelgrass Surveys
Anchor QEA understands that the pre -construction eelgrass and Caulerpa txdfolia surveys
completed in July 2013 by the City of Newport Beach Harbor Resources Department will not
be valid for construction commencing during March 2014, and, therefore, new pre -
construction eelgrass and C. taxrfolia surveys are required as part of the project's
environmental documents for the proposed dredge area. Anchor QEA will coordinate the
site survey for the presence of eelgrass and C. taxifolia in the proposed dredge area. The
survey will be accomplished by a subcontractor, EcoMarine Environmental, LLC.
Anchor QEA will document and submit survey results to the City. The cost to complete the
survey assumes only the Marina Park dredge location would be surveyed; additional surveys
of the potential beach nourishment sites are not included, The estimated cost for completing
116
Ms. Iris Lee, City of Newport Beach
February 12, 2014
the survey is $4,325. Please note that this amount builds upon our approved eelgrass survey
task from the October 2013 contract.
Task 3: Biological Compliance Monitoring During Construction
Anchor QEA and our subcontractor, Keane Biological Consulting, will conduct biological
compliance monitoring during construction pursuant to the criteria set forth in the CDP and
MMRP. As part of this task, Anchor QEA will discuss biological monitoring requirements
with the California Coastal Commission (CCC) with the goal to reduce the level of effort and
monitoring intensity described herein. I£ CCG agrees with our reduced monitoring effort,
then costs will be less than those presented in this scope of work and cost estimate.
Weekly biological compliance monitoring will be required through the duration of the
project: This monitoring will be conducted by a member of the Anchor QEA team, and it is
assumed to be accomplished in one 5 -hour day. This monitoring will be conducted on the
same day as the weekly meeting, which is assumed to be completed within the 5 -hour day.
The weeldy surveys will include surveys of trees and sediment deposit (beach nourishment)
sites on and adjacent to the project site (within 500 feet of any construction activities) once a
week upon commencement of construction activities.
Pursuant to the CDP, daily monitoring will be required during beach nourishment activities,
which are assumed to be conducted during a 3 -week period as part of the Marina Basin
Construction.
Assumptions specific to 'T'ask 3 include the following:
• ' Weekly monitoring will be sufficient to satisfy the requirements of the CDP and
MMRP, with daily monitoring to occur only during beach nourishment activities.
• Weekly monitoring will be necessary for 28 weeks.
• A weekly monitoring day is defined as a 5 -hour work -day for one member of the
Anchor QEA team and includes participation in the weekly meeting.
• Daily compliance monitoring will be necessary during beach nourishment activities
(assumed 3 -week duration at 10 hours per day).
• Weekly reports to the CCC and the CDFW (if required) will be submitted after the
117
Ms. Iris Lee, City of Newport Beach
February 12,2014
Page 4
completion of weekly monitoring. Daily reports will not be required during beach
nourishment activities.
Up to 6 days of additional monitoring have been included, which may include the possible
encounter of sensitive species (if notified by the contractor) or additional meetings.
The estimated cost for completing Task 3, including all subcontractor work, is $41,500.
Task 4: Cultural, Archaeological, and Paleontological Surveys and Monitoring
These surveys would be accomplished by a subcontractor, Palen Solations. The
paleontologist will conduct daily observations during inland grading activities and conduct
salvage excavation of paleontological resources. During the period when paleontological
sediments are being disturbed, the paleontologist shall attend the preconstruction meeting to
discuss, and be informed of, site-specific procedures and establish communications. As part
of this task, Anchor QEA will discuss cultural resources monitoring requirements with the
City with the goal to reduce the level of effort and monitoring intensity described herein, if
the City agrees with the reduced monitoring effort, then costs will be less than those
presented in this scope of work and cost estimate.
The paleontologist shall provide paleontological constriction monitoring of ground -
disturbing activities that occur at when paleontological sediments are being disturbed.
Although no cultural resources sensitive areas are anticipated to be impacted, the Orange
County Certified Archaeologist and Native American monitor will be available on an as -
needed basis. Paleontological monitoring shall include inspection of exposed rock units
during active excavations within sensitive geologic sediments (older alluvium and/or marine
terrace deposits). The qualified Paleontologist and/or archeologist shall have authority to
temporarily divert excavation operations away from exposed fossils and/or artifacts to collect
associated data and recover the fossil and/or artifact specimens if deemed necessary, if a
discovery is immanageable by one monitor, additional assistance will be called. upon,
evaluated by the qualified paleontologist and/or archaeologist, and a change order would be
required.
118
Ms. Iris Lee, City of Newport Beach
February 12, 2014
At the completion of construction, a Paleontological and Archaeological Monitoring Report
will be prepared and document the final results of monitoring. It will include the methods
and results of monitoring activities, provide an inventory, and document the significance
(identification) of any paleontological and/or cultural resources discovered and collected
during monitoring, if any. The report includes addressing comments from the City.
Assumptions specific to Task 4 include the following:
• Monitoring in paleontological sensitive areas will not exceed 20 days of grading
activities, including no additional overtime.
• Grading will not occur in more than one area or it will become unmanageable by one
monitor.
• Unanticipated fossils or artifacts will not be found. If found, we will submit anew
scope of work detailing the cost(s) to salvage and/or wetscreen and prepare the fossils
for curation, identification, and/or excavation, including additional analysis for the
final technical report.
• No large recoveries will be necessary and no additional materials or staff members
will be needed to complete the small recoveries.
• No storage and/or transport of specimens will be required.
• No human remains -will be discovered.
The estimated cost for completing Task 4 is $60,500. Please note that this amount builds
upon our approved Cultural, Archaeological, and Paleontological Surveys and Monitoring
task from the October 2013 contract.
SUMMARY OF COSTS
Anchor QEA is requesting authorization to proceed with this scope of work with a not -to -
exceed cost of $113,325 (Exhibit B ). We will perform these tasks on a time -and -materials
basis, according to our standard rate sheet (. Exhibit B j. We will only bill for time and
materials actually expended.
119
EXHIBIT B
SCHEDULE OF BILLING RATES
Anchor QEA, L.P. ----- ----- --�-- Page B-1 120
Ms. Iris Lee, City of Newport Beach
February 12,2014
Table 1
Estimated Costs
Task
Description
Amount
Requested
1
Project Management
$7,000
2
Pre- and Post -Construction Eelgrass Surveys
$4,325
3
Biological Compliance Monitoring During Construction
$41,500
4
Cultural, Archaeological, and Paleontological Surveys and Monitoring
$60,500
Total
$113,325
SCHEDULE
Anchor QEA will begin this scope of work immediately upon authorization to proceed from
the City under our existing contract.
121
Anchor QEA, L.L.C.
2014 BILLING RATES
Professional Level Hourlv Rates
Principal...................................................................................................... $225
SeniorManager ..................... .................. I ...... ....................... ...........................$199
Manager......................................................................................................................................
$185
SeniorStaff:................................................................................................................................
$165
Staff3.........................................................................................................................................
$145
Staff2.........................................................................................................................................$130
Staff1.........................................................................................................................................$110
SeniorCAD' Designer...............................................................................................................$115
CADDesigner..............................................................................................................................$98
Technician....................................................................................................................................
$ 95
TechnicalEditor...........................................................................................................................$98
ProjectCoordinator......................................................................................................................$92
Special Hourly Rates
National expert consultant..........................................................................................................$370
All work by a testifying expert........................................................1.5 times professional level rate
EXPENSE BILLING RATES
Expense Rates
Computer Modeling (per hour)...............................................................................................$10.00
Graphic Plots (varies with plot size)...................................................................................... $3-61sf
Mileage (per mile)..................................................................................... Current Federal Standard
FE ON LABOR AND EXPENSE CHARGES
Subcontracts/subconsultants....................................................... ............................... 10%
Travel and other direct costs...................................................................................................... 10%
Fieldequipment & supplies........................................................................................................ 10%
This is a company confidential document.
I CAD= Cowputer Aided Design
122
3111/14 MARINA PARK Recieved After Agenda Printed City of Newport Beach
MASTER BUDGET Agenda Item No. 8
March 11, 2014
Items noted in red are unconfirmed costs
TASK DESCRIPTION
BUDGETED
DETAIL COST
BUDGETED
TOTAL
ACTUAL
DETAIL COST
ACTUALTOTAL
COMMENTS
1
CONCEPTUAL DESIGNMERMITTING
$
1,680,441
$
1,680,441 Complete
2
LAND ACQUISITION
$
600,000
$
600,000 In Process - Agreement approved by Council
3
SOFT COSTS
$
5,035,156
$
5,163,709
Soft Cost Contingency
$ 450,000
$ 400,000
4
HARD COSTS
$
29,543,281
$
29,008,978
Course of Construction Contingency
$ 1,938,500
$ 2,634,285
5
FIXTURES, FURNISHINGS, & EQUIPMENT FF&E
$
560,000
$
560,000
6
CITYRESERVE
$
2,081,000
$
2,081,009
PROJECTTOTAL
$
39,500,000
$
39,094,000
Items noted in red are unconfirmed costs
PROFESSIONAL SERVICES AGREEMENT
WITH ANCHOR QEA, L.P. FOR
MARINA PARK PROJECT — BIOLOGICAL AND ENVIRONMENTAL MONITORING
SERVICES
THIS PROFESSIONAL SERVICES AGREEMENT ("Agreement") is made and
entered into as of this 7th day of November, 2013 ("Effective Date"), by and between
the CITY OF NEWPORT BEACH, a California municipal corporation and charter city
("City"), and ANCHOR QEA, L.P., a California limited partnership ("Consultant"), whose
address is 27201 Puerta Real, Suite 350, Mission Viejo, CA 92691, 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 biological and environmental
services in support of the Marina Park Project ("Project').
C. Consultant possesses the skill, experience, ability, background, certification and
knowledge to provide the professional services described in this Agreement.
D. City has solicited and received a proposal from Consultant, has reviewed the
previous experience and evaluated the expertise of Consultant, and desires to
retain Consultant to render professional services under the terms and conditions
set forth in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned
parties as follows:
1. TERM
The term of this Agreement shall commence on the Effective Date, and shall
terminate on June 30, 2016, unless terminated earlier as set forth herein.
2. SERVICES TO BE PERFORMED
Consultant shall diligently perform all the services described in the Scope of
Services attached hereto as Exhibit A and incorporated herein by reference ("Services'
or "Work"). City may elect to delete certain Services within the Scope of Services at its
sole discretion.
3.1 Time is of the essence in the performance of Services under this
Agreement and Consultant shall perform the Services in accordance with the schedule
included in Exhibit A. In the absence of a specific schedule, the Services shall be
performed to completion in a diligent and timely manner. The failure by Consultant to
strictly adhere to the schedule set forth in Exhibit A, if any, or perform the Services in a
diligent and timely manner may result in termination of this Agreement by City.
3.2 Notwithstanding the foregoing, Consultant shall not be responsible for
delays due to causes beyond Consultant's reasonable control. However, in the case of
any such delay in the Services to be provided for the Project, each party hereby agrees
to provide notice within two (2) calendar days of the occurrence causing the delay to the
other party so that all delays can be addressed.
3.3 Consultant shall submit all requests for extensions of time for performance
in writing to the Project Administrator as defined herein not later than ten (10) calendar
days after the start of the condition that purportedly causes a delay. The Project
Administrator shall review all such requests and may grant reasonable time extensions
for unforeseeable delays that are beyond Consultant's control.
3.4 For all time periods not specifically set forth herein, Consultant shall
respond in the most expedient and appropriate manner under the circumstances, by
hand -delivery or mail.
4. COMPENSATION TO CONSULTANT
4.1 City shall pay Consultant for the Services on a time and expense not -to -
exceed basis in accordance with the provisions of this Section and the Schedule of
Billing Rates attached hereto as Exhibit B and incorporated herein by reference.
Consultant's compensation for all Work performed in accordance with this Agreement,
including all reimbursable items and subconsultant fees, shall not exceed Sixty Eight
Thousand Three Hundred Twenty Five Dollars and 001100 ($68,325.00), without
prior written authorization from City. No billing rate changes shall be made during the
term of this Agreement without the prior written approval of City.
4.2 Consultant shall submit monthly invoices to City describing the Work
performed the preceding month. Consultant's bills shall include the name of the person
who performed the Work, a brief description of the Services performed and/or the
specific task in the Scope of Services to which it relates, the date the Services were
performed, the number of hours spent on all Work billed on an hourly basis, and a
description of any reimbursable expenditures. City shall pay Consultant no later than
thirty (30) calendar days after approval of the monthly invoice by City staff.
4.3 City shall reimburse Consultant only for those costs or expenses
specifically identified in Exhibit B to this Agreement or specifically approved in writing in
advance by City.
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
Anchor QEA, L.P. Page 2
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 Steve Cappellino to be its
Project Manager. Consultant shall not remove or reassign the Project Manager or any
personnel listed in Exhibit A or assign any new or replacement personnel to the Project
without the prior written consent of City. City's approval shall not be unreasonably
withheld with respect to the removal or assignment of non -key personnel.
5.2 Consultant, at the sole discretion of City, shall remove from the Project
any of its personnel assigned to the performance of Services upon written request of
City. Consultant warrants that it will continuously furnish the necessary personnel to
complete the Project on a timely basis as contemplated by this Agreement.
5.3 If Consultant is performing inspection services for City, the Project
Manager and any other assigned staff shall be equipped with a cellular phone to
communicate with City staff. The Project Manager's cellular phone number shall be
provided to City.
6. ADMINISTRATION
This Agreement will be administered by the Public Works Department. City's
Public Works Director or designee shall be the Project Administrator and shall have the
authority to act for City under this Agreement. The Project Administrator shall represent
City in all matters pertaining to the Services to be rendered pursuant to this Agreement.
7. CITY'S RESPONSIBILITIES
To assist Consultant in the execution of its responsibilities under this Agreement,
City agrees to provide access to and upon request of Consultant, one copy of all
existing relevant information on file at City. City will provide all such materials in a
timely manner so as not to cause delays in Consultant's Work schedule.
8. STANDARD OF CARE
8A 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.
Anchor QEA, L.P. Page 3
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.
9. HOLD HARMLESS
9.1 To the fullest extent permitted by law, Consultant shall indemnify, defend
and hold harmless City, its City Council, boards and commissions, officers, agents,
volunteers and employees (collectively, the "Indemnified Parties), from and against any
and all claims (including, without limitation, claims for bodily injury, death or damage to
property), demands, obligations, damages, actions, causes of action, suits, losses,
judgments, fines, penalties, liabilities, costs and expenses (including, without limitation,
attorneys' fees, disbursements and court costs) of every kind and nature whatsoever
(individually, a Claim; collectively, "Claims"), 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 attorneys' fees
in any action on or to enforce the terms of this Agreement. This indemnity shall apply to
all claims and liability regardless of whether any insurance policies are applicable. The
policy limits do not act as a limitation upon the amount of indemnification to be provided
by the Consultant.
10. INDEPENDENT CONTRACTOR
It is understood that City retains Consultant on an independent contractor basis
and Consultant is not an agent or employee of City. The manner and means of
conducting the Work are under the control of Consultant, except to the extent they are
limited by statute, rule or regulation and the expressed terms of this Agreement. No
Anchor QEA, L.P. Page 4
civil service status or other right of employment shall accrue to Consultant or its
employees. Nothing in this Agreement shall be deemed to constitute approval for
Consultant or any of Consultant's employees or agents, to be the agents or employees
of City. Consultant shall have the responsibility for and control over the means of
performing the Work, provided that Consultant is in compliance with the terms of this
Agreement. Anything in this Agreement that may appear to give City the right to direct
Consultant as to the details of the performance of the Work or to exercise a measure of
control over Consultant shall mean only that Consultant shall follow the desires of City
with respect to the results of the Services.
11. COOPERATION
Consultant agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or interest in the
Work to be performed. City agrees to cooperate with the Consultant on the Project.
12. CITY POLICY
Consultant shall discuss and review all matters relating to policy and Project
direction with City's Project Administrator in advance of all critical decision points in
order to ensure the Project proceeds in a manner consistent with City goals and
policies.
13. PROGRESS
Consultant is responsible for keeping the Project Administrator informed on a
regular basis regarding the status and progress of the Project, activities performed and
planned, and any meetings that have been scheduled or are desired.
14. INSURANCE
Without limiting Consultant's indemnification of City, and prior to commencement
of Work, Consultant shall obtain, provide and maintain at its own expense during the
term of this Agreement or for other periods as specified in this Agreement, policies of
insurance of the type, amounts, terms and conditions described in the Insurance
Requirements attached hereto as Exhibit C, and incorporated herein by reference.
15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the Services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following shall
be construed as an assignment: The sale, assignment, transfer or other disposition of
any of the issued and outstanding capital stock of Consultant, or of the interest of any
general partner or joint venturer or syndicate member or cotenant if Consultant is a
partnership or joint -venture or syndicate or co -tenancy, which shall result in changing
the control of Consultant, Control means fifty percent (50%) or more of the voting
Anchor Q' A, L.P. Page 5
power or twenty-five percent (25%) or more of the assets of the corporation, partnership
or joint -venture.
16. SUBCONTRACTING
The subcontractors authorized by City, if any, to perform Work on this Project are
identified in Exhibit A. Consultant shall be fully responsible to City for all acts and
omissions of any subcontractor. Nothing in this Agreement shall create any contractual
relationship between City and any subcontractor nor shall it create any obligation on the
part of City to pay or to see to the payment of any monies due to any such
subcontractor other than as otherwise required by law. City is an intended beneficiary
of any Work performed by the subcontractor for purposes of establishing a duty of care
between the subcontractor and City. Except as specifically authorized herein, the
Services to be provided under this Agreement shall not be otherwise assigned,
transferred, contracted or subcontracted out without the prior written approval of City.
17. OWNERSHIP OF DOCUMENTS
17.1 Each and every report, draft, map, record, plan, document and other
writing produced (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.
17.3 CADD data delivered to City shall include the professional stamp of the
engineer or architect in charge of or responsible for the Work. City agrees that
Consultant shall not be liable for claims, liabilities or losses arising out of, or connected
with (a) the modification or misuse by City, or anyone authorized by City, of CADD data;
(b) the decline of accuracy or readability of CADD data due to inappropriate storage
conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD
data for additions to this Project, for the completion of this Project by others, or for any
other Project, excepting only such use as is authorized, in writing, by Consultant. By
acceptance of CADD data, City agrees to indemnify Consultant for damages and liability
resulting from the modification or misuse of such CADD data. All original drawings shall
Anchor QEA, L.P. Page 6
be submitted to City in the version of AutoCAD used by the City in .dwg file format, on a
CD, and should comply with the City's digital submission requirements for improvement
plans available from the City's Public Works Department. The City will provide
Consultant with City title sheets as AutoCAD file(s) in .dwg file format. All written
documents shall be transmitted to City in formats compatible with Microsoft Office
and/or viewable with Adobe Acrobat.
17.4 All improvement and/or construction plans shall be prepared with indelible
waterproof ink or electrostatically plotted on standard twenty-four inch (24") by thirty-six
inch (36") Mylar with a minimum thickness of three (3) mils. Consultant shall provide to
City 'As -Built' drawings and a copy of digital Computer Aided Design and Drafting
("CADD") and Tagged Image File Format (.tiff) files of all final sheets within ninety (90)
days after finalization of the Project. For more detailed requirements, a copy of the City
of Newport Beach Standard Design Requirements is available from the City's Public
Works Department.
18. CONFIDENTIALITY
All Documents, including drafts, preliminary drawings or plans, notes and
communications that result from the Services in this Agreement, shall be kept
confidential unless City expressly authorizes in writing the release of information.
19. INTELLECTUAL PROPERTY INDEMNITY
Consultant shall defend and indemnify City, its agents, officers, representatives
and employees against any and all liability, including costs, for infringement or alleged
infringement of any United States' letters patent, trademark, or copyright, including
costs, contained in Consultant's Documents provided under this Agreement.
20. RECORDS
Consultant shall keep records and invoices in connection with the Services to be
performed under this Agreement. Consultant shall maintain complete and accurate
records with respect to the costs incurred under this Agreement and any Services,
expenditures and disbursements charged to City, for a minimum period of three (3)
years, or for any longer period required by law, from the date of final payment to
Consultant under this Agreement. All such records and invoices shall be clearly
identifiable. Consultant shall allow a representative of City to examine, audit and make
transcripts or copies of such records and invoices during regular business hours.
Consultant shall allow inspection of all Work, data, Documents, proceedings and
activities related to the Agreement for a period of three (3) years from the date of final
payment to Consultant under this Agreement.
21. WITHHOLDINGS
City may withhold payment to Consultant of any disputed sums until satisfaction
of the dispute with respect to such payment. Such withholding shall not be deemed to
constitute a failure to pay according to the terms of this Agreement. Consultant shall
Anchor OEA, L.P. Page 7
not discontinue Work as a result of such withholding. Consultant shall have an
immediate right to appeal to the City Manager or designee with respect to such disputed
sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of
return that City earned on its investments during the time period, from the date of
withholding of any amounts found to have been improperly withheld.
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.
23. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the right to employ other Consultants in connection with the
Project.
24. CONFLICTS OF INTEREST
24.1 Consultant or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to
disclose any financial interest that may foreseeably be materially affected by the Work
performed under this Agreement, and (2) prohibits such persons from making, or
participating in making, decisions that will foreseeably financially affect such interest.
24.2 If subject to the Act, Consultant shall conform to all requirements of the
Act. Failure to do so constitutes a material breach and is grounds for immediate
termination of this Agreement by City. Consultant shall indemnify and hold harmless
City for any and all claims for damages resulting from Consultant's violation of this
Section.
25. NOTICES
25.1 All notices, demands, requests or approvals, including any change in
mailing address, to be given under the terms of this Agreement shall be given in writing,
and conclusively shall be deemed served when delivered personally, or on the third
business day after the deposit thereof in the United States mail, postage prepaid, first-
class mail, addressed as hereinafter provided.
25.2 All notices, demands, requests or approvals from Consultant to City shall
be addressed to City at:
-+nchor • ' L.P. '.r-
Attn: Iris Lee, Senior Civil Engineer
Public Works Department
City of Newport Beach
100 Civic Center Drive
PO Box 1768
Newport Beach, CA 92658
25.3 All notices, demands, requests or approvals from City to Consultant shall
be addressed to Consultant at:
Attn: Steve Cappellino
Anchor QEA, L.P.
27201 Puerta Real, Suite 350
Mission Viejo, CA 92691
26. CLAIMS
Unless a shorter time is specified elsewhere in this Agreement, before making its
final request for payment under this Agreement, Consultant shall submit to City, in
writing, all claims for compensation under or arising out of this Agreement.
Consultant's acceptance of the final payment shall constitute a waiver of all claims for
compensation under or arising out of this Agreement except those previously made in
writing and identified by Consultant in writing as unsettled at the time of its final request
for payment. Consultant and City expressly agree that in addition to any claims filing
requirements set forth in the Agreement, Consultant shall be required to file any claim
Consultant may have against City in strict conformance with the Government Claims Act
(Government Code sections 900 et seq.).
27. TERMINATION
27.1 In the event that either party fails or refuses to perform any of the
provisions of this Agreement at the time and in the manner required, that party shall be
deemed in default in the performance of this Agreement. If such default is not cured
within a period of two (2) calendar days, or if more than two (2) calendar days are
reasonably required to cure the default and the defaulting party fails to give adequate
assurance of due performance within two (2) calendar days after receipt of written
notice of default, specifying the nature of such default and the steps necessary to cure
such default, and thereafter diligently take steps to cure the default, the non -defaulting
party may terminate the Agreement forthwith by giving to the defaulting party written
notice thereof.
27.2 Notwithstanding the above provisions, City shall have the right, at its sole
and absolute discretion and without cause, of terminating this Agreement at any time by
giving no less than seven (7) calendar days' prior written notice to Consultant. In the
event of termination under this Section, City shall pay Consultant for Services
satisfactorily performed and costs incurred up to the effective date of termination for
which Consultant has not been previously paid. On the effective date of termination,
Anchor QEA, L.P. Page 9
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.
28. STANDARD PROVISIONS
28.1 Recitals. City and Consultant acknowledge that the above Recitals are
true and correct and are hereby incorporated by reference into this Agreement.
28.2 Compliance with all Laws. Consultant shall, at its own cost and expense,
comply with all statutes, ordinances, regulations and requirements of all governmental
entities, including federal, state, county or municipal, whether now in force or hereinafter
enacted. In addition, all Work prepared by Consultant shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be
subject to approval of the Project Administrator and City.
28.3 Waiver. A waiver by either party of any breach, of any term, covenant or
condition contained herein shall not be deemed to be a waiver of any subsequent
breach of the same or any other term, covenant or condition contained herein, whether
of the same or a different character.
28.4 Integrated Contract. This Agreement represents the full and complete
understanding of every kind or nature whatsoever between the parties hereto, and all
preliminary negotiations and agreements of whatsoever kind or nature are merged
herein. No verbal agreement or implied covenant shall be held to vary the provisions
herein.
28.5 Conflicts or Inconsistencies. In the event there are any conflicts or
inconsistencies between this Agreement and the Scope of Services or any other
attachments attached hereto, the terms of this Agreement shall govern.
28.6 Interpretation. The terms of this Agreement shall be construed in
accordance with the meaning of the language used and shall not be construed for or
against either party by reason of the authorship of the Agreement or any other rule of
construction which might otherwise apply.
28.7 Amendments. This Agreement may be modified or amended only by a
written document executed by both Consultant and City and approved as to form by the
City Attorney.
28.8 Severability. If any term or portion of this Agreement is held to be invalid,
illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining
provisions of this Agreement shall continue in full force and effect.
28.9 Controlling Law and Venue. The laws of the State of California shall
govern this Agreement and all matters relating to it and any action brought relating to
this Agreement shall be adjudicated in a court of competent jurisdiction in the County of
Orange, State of California.
Anchor QEA, L.P. Page 10
28.10 Equal Opportunity Employment. Consultant represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee
or applicant for employment because of race, religion, color, national origin, handicap,
ancestry, sex, age or any other impermissible basis under law.
28.11 No Attorneys' Fees. In the event of any dispute or legal action arising
under this Agreement, the prevailing party shall not be entitled to attorneys' fees.
28.12 Counterparts. This Agreement may be executed in two (2) or more
counterparts, each of which shall be deemed an original and all of which together shall
constitute one (1) and the same instrument.
[SIGNATURES ON NEXT PAGE]
Anchor QEA, L.P. Page 11
IN WITNESS WHEREOF, the parties have caused this Agreement to be
executed on the dates written below.
APPROVED AS TO FORM:
CITY ATT?I EfT(I� OFFICE
Date: II //��//
Aaron C. Harp
City Attorney
ATTEST:
Date: i (' N
By: a- 01'� -
Leilani I. Brown
City Clerk , 'P0ORT
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
By:72
David A. Webb
Public Works Director
CONSULTANT: Anchor QEA, L.P., a
California l}imited partnership
Date: /0/ , 'a
By. t K I
Ste C ppellino
General Partner
[END OF SIGNATURES]
Attachments: Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
Exhibit C — Insurance Requirements
Anchor QEA, L.P. Page 12
EXHIBIT A
SCOPE OF SERVICES
Anchor QEA L.F. _— Page A-1
t)�ANCHOR
QEA
27201 Puerta Real, Suite 350
Mission Viejo, California 92691
Phone 949.347.2780
October 22, 2013
Iris Lee, P.E., T.E.
Public Works Department
City of Newport Beach
100 Civil Center Drive
Newport Beach, California 42660
Re: Marina Park Project — Revised (10-22-13) Biological & Environmental Monitoring
Services
Dear Ms. Lee:
.Anchor QEA, L.P., is pleased to present this revised cost estimate and scope of work for
biological and environmental services in support of the Marina Park project. The scope of
work and costs address a portion of the general commitments imposed in the project's
environmental documents, including the Mitigation, Monitoring, and Reporting Program;
the U.S. Army Corps of Engineers (USAGE) permit; the Regional Water Quality Control
Board (RWQCB) permit; and the California Coastal Commission Coastal Development
Permit (CDP), collectively described as the project's environmental documents. This scope
Of work and cost estimate has been revised from our previous submittal, dated
September 17, 2013 to reflect our meeting on September 27, 2013 and the revised Scope of
Services request, dated October 10, 2013.
Because this costs estimate only includes initial surveys for the various monitoring elements
and does not lay out a formal monitoring schedule for permit compliance, Anchor QEA
assumes no liability in ensuring full compliance with all environmental commitments
stipulated in the project's environmental documents, other than as described below. The
determination for when to conduct construction related monitoring, and for what duration
to meet permit requirements, will be made by the City of Newport Beach (City) and/or its
construction manager. Additionally, other than negotiating the elements of the water
www.anchorgea.com
Ms. Iris Lee
October 22, 2013
Page 2
quality monitoring plan (Task 5) this scope of work does not assume that Anchor QEA will
be responsible for coordinating these activities with the regulatory agencies.
ff—IMIP
Task 1: Post -construction Eelgrass Surveys
Anchor QEA understands that the pre -construction eelgrass and Caulerpa taxifolia surveys
are being completed by the City of Newport Beach Harbor Resources Department. Post -
construction eelgrass and C. taxifolia surveys are required as part of the project's
environmental documents for the proposed dredge area. Anchor QEA will coordinate the
site survey for the presence of eelgrass and C. tax1folia in the project area. The survey will be
accomplished by our subcontractor, EcoMarine Environmental, LLC. Anchor QEA will
document and submit survey results to the City. The cost to complete the survey assumes
only the Marina Park dredge location; additional surveys of the potential beach nourishment
sites are not included. The estimated cost for completing the survey is $4,250.
Task 2: Pre -construction Avian Surveys
Pre -construction avian surveys are required by the CDP prior to the start of construction. As
requested in the revised scope of services request, our subcontractor, Keane Biological
Consulting (identified as a resources specialist; environmental resources specialist), will
conduct a pre -construction survey, The survey includes observing trees, existing vegetation,
and habitat at the Marina Park project site (i.e., within 500 feet of any construction
activities). Anchor QEA will document and submit survey results to the City. Development
of an avian mitigation plan, if needed, is not included as part of this task. The estimated cost
for completing Task 2, including all subcontractor work, is $1,075.
Task 3: Pre -construction Grunion Surveys
California grunion surveys are required prior to the commencement of any sediment deposit
(beach nourishment) activities. As part of this task, two Anchor QEA biologists will conduct
surveys of the proposed beach nourishment sites to determine the presence of California
grunion during a seasonally predicted 4 -day run period, as identified by the California
Department of Fish and Wildlife (CDFW). Following completion of the pre -construction
survey, Anchor QEA will develop an inspection report and submit it to the City.
Ms. Iris Lee
October 22, 2013
Page 3
Assumptions specific to Task 3 include the following:
* This cost estimate is the unit cost for Anchor QEA staff to survey one proposed beach
nourishment site for a single 4 -day grunion run. If surveys of additional sites or for
additional predicted runs are required, this unit cost would be used to calculate the
overall survey cost.
• Additional surveys are not included if there is evidence of California grunion
spawning and/or grunion are present in or adjacent to the project site.
The estimated cost for completing Task 3 is $7,500.
Task 4: Cultural, Archaeological, and Paleontological Surveys and Monitoring
Cultural, archaeological, and paleontological surveys will be accomplished by our
subcontractor, Paleo Solutions. Paleo Solutions' Orange County Certified Paleontologist/PM,
Geraldine L Aron, will prepare for and attend the pre -construction meeting to discuss and be
informed of site-specific procedures and establish communications. A site inspection/survey
can be conducted with the construction manager to determine where and when monitoring
should take place. Development of a paleontological and archaeological mitigation report, if
needed, is not included as part of this task. The estimated cost for completing Task 4,
including all subcontractor work, is $3,000.
Task S: Water Quality Monitoring Plan
Anchor QEA will prepare a Water Quality Monitoring Plan (WQMP), as required in the
issued Section 401 Water Quality Certification (WQQ. The WQMP will detail sampling
frequency, station locations, sampling depths, field parameters, chemical analysis, and
compliance criteria. Anchor QEA believes the turbidity compliance criteria currently listed
in the Section 401 WQC is overprotective and may result in unwarranted water quality
exceedances. As part of the Lower Newport Federal Channel Program in 2012, Anchor QEA
conducted a special study that developed protective water quality goals (turbidity,
transmissivity, and total suspended solids) for eelgrass and non-eelgrass bed areas.
Anchor QEA will include these updated water quality goals in the WQMP. If requested,
costs for implementing the water quality monitoring plan may be negotiated following
agency approval of the WQMP. The estimated cost for completing Task 5 is $7,500.
Ms. Iris Lee
October 22, 2013
Page 4
Task 6 — On-call Services and Meeting Attendance
If requested, Anchor QEA and our subcontractors can be available to support the City with
weekly or daily monitoring on an as -needed basis and with weekly meeting attendance with
costs based on our current rate sheet. Specific half- and full-day rates for our subcontractors
are also included in Table I for the avian and cultural surveys, if needed. For weekly meetings,
the estimated cost for attendance would be a minimum of three hours at the specified rate for
the requested staff member depending on the tasks currently being performed. A not -to -
exceed estimate for this item has been assumed at $45,000 and no work would be performed
under this task without written direction from the City or its construction manager.
Ms. Iris Lee
October 22, 2013
Page 5
SCHEDULE
Anchor QEA will begin this scope of work immediately upon authorization to proceed from
the City. It is our understanding that construction is anticipated to commence in the first
quarter of 2014 and be completed in early 2016. Pre -construction surveys would commence
in fall 2013.
We appreciate the opportunity to provide this proposal and welcome the City's comments or
an opportunity to discuss our strategy or costs in person. This project is very exciting, and
we look forward to seeing it through to completion.
Sincerely,
<�� Q_,L_
Steve Cappellino
Principal Scientist
Anchor QEA, L.P.
EXHIBIT B
SCHEDULE OF BILLING RATES
SUMMARY OF COSTS
Table 1
Esfimated COSU
7 -it M-7- =k- F V773=7
Anchor QEA, L.P. Page B-1
Anchor QEA, L L.C.
2013 BILLING RATES
Professional Level Hourly Rates
Principal CMS/Engineer/LAZ/Planner/Scientist............ ........................... -........................... .....$219
Senior Managing Analyst/CM/Engineer/LA/Planner/Scientist.................................................$199
Managing Analyst/CM/Engineer/LA/Planner/Scientist.,- ....................--........,..,....._.............$180
Senior Analyst/CM/Engineer/LA/Planner/Scientist..................................................................
$160
Staff 3 Analyst/CM/Enf+ineer/LA/Platnter/Scientist..................................................................$145
Staff 2 Analyst/CM/Engineer/LA/Planner/Scientist..................................................................$130
Staff 1 Analyst/CM/Engineer/LA/Planner/Scientist..................................................................$110
SeniorCADS Designer--....— ... - ....... ... — ... ............................................................................$115
CADDesigner......... ..... ... -- ......... — .................... ........
...... ....... - ................$98
Technician ....................... ........................................................................................................
.....$92
TechnicalEditor...........................................................................................................................$98
ProjectCoordinator........................................................ .............................
..-............................. $92
Special Hourly Rates
National expert consultant..........................................................................................................$361
All work by a testifying expert. .......... .............. ............................. 1.5 times professional level rate
EXPENSE BILLING RATES
Expense Rates
Computer Modeling (per hour)...............................................................................................$10.00
Graphic Plots (varies with plot size)...................................................................................... $3-6/sf
Mileage (per mile)...... ....... ..... --... ................... --............. - ....... ............. .. Current Federal Standard
FEE ON LABOR AND EXPENSE CHARGES
Subcontracts/subconsultants...................................................................................................... 10%
Travel and other direct costs ......... --- ....... ................................. ............................. -'-... 10%
Field equipment & supplies., ......... ...... - ..... —--....................................... .................... -........ 10%
This is a company confidential document.
CM = Construction Manager
2
LA = landscape Architect
3
CAD = Computer Aided Design
EXHIBIT C
INSURANCE REQUIREMENTS — PROFESSIONAL SERVICES
1. Provision of Insurance. Without limiting Consultant's indemnification of City, and
prior to commencement of Work, Consultant shall obtain, provide and maintain at
its own expense during the term of this Agreement, policies of insurance of the
type and amounts described below and in a form satisfactory to City. Consultant
agrees to provide insurance in accordance with requirements set forth here. If
Consultant uses existing coverage to comply and that coverage does not meet
these requirements, Consultant agrees to amend, supplement or endorse the
existing coverage.
2. Acceptable Insurers. All insurance policies shall be issued by an insurance
company currently authorized by the Insurance Commissioner to transact
business of insurance in the State of California, with an assigned policyholders'
Rating of A- (or higher) and Financial Size Category Class VII (or larger) in
accordance with the latest edition of Best's Key Rating Guide, unless otherwise
approved by the City's Risk Manager.
3. Coverage Requirements.
A. Workers' Compensation Insurance. Consultant shall maintain Workers'
Compensation Insurance, statutory limits, and Employer's Liability
Insurance with limits of at least one million dollars ($1,000,000) each
accident for bodily injury by accident and each employee for bodily injury
by disease in accordance with the laws of the State of California, Section
3700 of the Labor Code.
Consultant shall submit to City, along with the certificate of insurance, a
Waiver of Subrogation endorsement in favor of City, its officers, agents,
employees and volunteers.
B. General Liability Insurance. Consultant shall maintain commercial general
liability insurance, and if necessary umbrella liability insurance, with
coverage at least as broad as provided by Insurance Services Office form
CG 00 01, in an amount not less than one million dollars ($1,000,000) per
occurrence, one million dollars ($1,000,000) general aggregate. The
policy shall cover liability arising from premises, operations, personal and
advertising injury, and liability assumed under an insured contract
(including the tort liability of another assumed in a business contract) with
no endorsement or modification limiting the scope of coverage for liability
assumed under a contract.
C. Automobile Liability Insurance. Consultant shall maintain automobile
insurance at least as broad as Insurance Services Office form CA 00 01
covering bodily injury and property damage for all activities of Consultant
arising out of or in connection with Work to be performed under this
Agreement, including coverage for any owned, hired, non -owned or rented
Anchor QEA, L.P. Page C-1
vehicles, in an amount not less than one million dollars ($1,000,000)
combined single limit each accident.
D. Professional Liability (Errors & Omissions) Insurance. Consultant shall
maintain professional liability insurance that covers the Services to be
performed in connection with this Agreement, in the minimum amount of
one million dollars ($1,000,000) per claim and in the aggregate. Any policy
inception date, continuity date, or retroactive date must be before the
Effective Date of this Agreement and Consultant agrees to maintain
continuous coverage through a period no less than three years after
completion of the Services required by this Agreement.
4. Other Insurance Requirements. The policies are to contain, or be endorsed to
contain, the following provisions:
A. Waiver of Subrogation. All insurance coverage maintained or procured
pursuant to this Agreement shall be endorsed to waive subrogation
against City, its 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.
B. Additional Insured Status. All liability policies including general liability,
excess liability, pollution liability, and automobile liability, if required, but
not including professional liability, shall provide or be endorsed to provide
that City and its officers, officials, employees, and agents shall be included
as insureds under such policies.
C. Primary and Non Contributont. All liability coverage shall apply on a
primary basis and shall not require contribution from any insurance or self-
insurance maintained by City.
D. Notice of Cancellation. All policies shall provide City with thirty (30)
calendar days notice of cancellation (except for nonpayment for which ten
(10) calendar days notice is required) or nonrenewal of coverage for each
required coverage.
5. Additional Agreements Between the Parties. The parties hereby agree to the
following:
A. Evidence of Insurance. Consultant shall provide certificates of insurance
to City as evidence of the insurance coverage required herein, along with
a waiver of subrogation endorsement for workers' compensation and other
endorsements as specified herein for each coverage. Insurance
certificates and endorsement must be approved by City's Risk Manager
prior to commencement of performance. Current certification of insurance
shall be kept on file with City at all times during the term of this
Anchor QEA, L.P. -- _ _ Page C-2
Agreement. City reserves the right to require complete, certified copies of
all required insurance policies, at any time.
B. City's Right to Revise Requirements. City reserves the right at any time
during the term of the Agreement to change the amounts and types of
insurance required by giving Consultant sixty (60) calendar days advance
written notice of such change. If such change results in substantial
additional cost to Consultant, City and Consultant may renegotiate
Consultant's compensation.
C. Enforcement of Agreement Provisions. Consultant acknowledges and
agrees that any actual or alleged failure on the part of City to inform
Consultant of non-compliance with any requirement imposes no additional
obligations on City nor does it waive any rights hereunder.
D. Requirements not Limiting. Requirements of specific coverage features
or limits contained in this Section are not intended as a limitation on
coverage, limits or other requirements, or a waiver of any coverage
normally provided by any insurance. Specific reference to a given
coverage feature is for purposes of clarification only as it pertains to a
given issue and is not intended by any party or insured to be all inclusive,
or to the exclusion of other coverage, or a waiver of any type.
E. Self-insured Retentions. Any self-insured retentions must be declared to
and approved by City. City reserves the right to require that self-insured
retentions be eliminated, lowered, or replaced by a deductible. Self-
insurance will not be considered to comply with these requirements unless
approved by City.
F. City Remedies for Non -Compliance. If Consultant or any subconsultant
fails to provide and maintain insurance as required herein, then City shall
have the right but not the obligation, to purchase such insurance, to
terminate this Agreement, or to suspend Consultant's right to proceed until
proper evidence of insurance is provided. Any amounts paid by City shall,
at City's sole option, be deducted from amounts payable to Consultant or
reimbursed by Consultant upon demand.
G. Timely Notice of Claims. Contractor shall give City prompt and timely
notice of claims made or suits instituted that arise out of or result from
Contractor's performance under this Contract, and that involve or may
involve coverage under any of the required liability policies. City assumes
no obligation or liability by such notice, but has the right (but not the duty)
to monitor the handling of any such claim or claims if they are likely to
involve City.
H. Consultant's Insurance. Consultant shall also procure and maintain, at its
own cost and expense, any additional kinds of insurance, which in its own
judgment may be necessary for its proper protection and prosecution of
the Work.
Anchor QEA, L.P. Page C-3
CERTIFICATE OF INSURANCE
CHECKLIST
City of Newport Beach
This checklist is comprised of requirements as outlined by the City of Newport Beach. *
Date Received: 10/23113 Dept./Contact Received From: Lucie
Date Completed: 10128113 Sent to Lucie By: Chris
Company/Person required to have certificate:
Type of contract:
Anchor CEA_ LP
GENERAL LIABILITY
EFFECTIVE/EXPIRATION DATE: 10/10/13-10110/14
A.
INSURANCE COMPANY: Travelers Indemnity Co, of America
B.
AM BEST RATING (A-: VII or greater): A+:XV
C.
ADMITTED Company (Must be California Admitted):
Is Company admitted in California?
❑ Yes X No
D.
LIMITS (Must be $1 M or greater): What is limit provided?
1,000,000/2,000,000
E.
ADDITIONAL INSURED ENDORSEMENT— please attach
X Yes ❑ No
F.
PRODUCTS AND COMPLETED OPERATIONS (Must
include): Is it included? (completed Operations status does
not apply to Waste Haulers or Recreation)
X Yes ❑ No
G.
ADDITIONAL INSURED FOR PRODUCTS AND
COMPLETED OPERATIONS ENDORSEMENT (completed
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
1. 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? ❑ Yes X No
K. ELECTED SCMAF COVERAGE (RECREATION ONLY): X N/A ❑ Yes ❑ No
L. NOTICE OF CANCELLATION: ❑ N/A X Yes ❑ No
IL AUTOMOBILE LIABILITY
EFFECTIVE/EXPIRATION DATE: 10110113-10/10/14
A. INSURANCE COMPANY: Travelers
i
17
iA
AM BEST RATING (A-: VII or greater)
Co. of America
A+:XV
ADMITTED COMPANY (Must be California Admitted):
Is Company admitted in California?
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
LIMITS Waiver of Auto Insurance / Proof of coverage (if individual)
(What is limits provided?)
F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste
Haulers only):
G. HIRED AND NON -OWNED AUTO ONLY:
H. NOTICE OF CANCELLATION:
N/A
X N/A ❑ Yes ❑ No
❑ N/A ❑ Yes X No
❑ N/A X Yes ❑ No
III. WORKERS' COMPENSATION
EFFECTIVE/EXPIRATION DATE: 10/10/13-10/10/14
A.
INSURANCE COMPANY: The Phoenix Insurance Company
B.
AM BEST RATING (A-: VII or greater): A+:XV
C.
ADMITTED Company (Must be California Admitted):
® Yes
❑ No
D.
WORKERS' COMPENSATION LIMIT: Statutory
® Yes
❑ No
E.
EMPLOYERS' LIABILITY LIMIT (Must be $1M or greater)
1,000,000
F.
WAIVER OF SUBROGATION (To include): Is it included?
® Yes
❑ No
G.
SIGNED WORKERS' COMPENSATION EXEMPTION FORM:
® NIA ❑ Yes
❑ No
H.
NOTICE OF CANCELLATION:
❑ NIA ® Yes
❑ No
ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED
IV. PROFESSIONAL LIABILITY
❑ N/A ® Yes ❑ No
V POLLUTION LIABILITY
® N/A ❑ Yes ❑ No
V BUILDERS RISK
®N/A ❑ Yes ❑ No
Approved:
10/28/13
Agent of Alliant Insurance Services Date
Broker of record for the City of Newport Beach
RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _
Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No
Reason for Risk Management approval/exception/waiver:
Risk management approval is needed for non -admitted status of general liability, auto and workers'
compensation carriers. Approved by Sheri on 10-28-13.
Approved:
Risk Management Date
" Subject to the terms of the contract.