HomeMy WebLinkAbout13 - Big Canyon Restoration (Phase 3) Project — Award of Contract and Approve PSAQ �EwPpRT
CITY OF
s NEWPORT BEACH
q \P City Council Staff Report
August 26, 2025
Agenda Item No. 13
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: David A. Webb, Public Works Director - 949-644-3311,
dawebb@newportbeachca.gov
PREPARED BY: Bob Stein, Assistant City Engineer - 949-644-3322,
rstein@newportbeachca.gov
TITLE: Big Canyon Restoration (Phase 3) Project — Award of Contract to
Superb Engineering, Inc. (Contract No. 9532-1) and Approve
Professional Services Agreement with Horrocks LLC (Contract No.
9532-2) (Project No. 25X11)
/_1 1"t I:7_T" 6
The City of Newport Beach received construction bids for the Big Canyon Restoration (Phase 3)
Project (also referred to as the Big Canyon Coastal Habitat Restoration and Adaptation Project
— Phase 3). Staff recommends that the City Council award the construction contract to Superb
Engineering, Inc. Staff also recommends Council approval of a professional services agreement
(PSA) with Horrocks LLC to provide construction management services for this project. City
funds for construction and related construction management services would be reimbursed from
State grants per the attached agreement with the Newport Bay Conservancy (NBC) as approved
by the City Council. The final State grant is to be awarded on August 28, 2025, therefore the
documents listed for recommended approvals will be signed after confirmation that the grant
funding has been authorized.
RECOMMENDATIONS:
a) Find the requirement for environmental review under the California Environmental Quality
Act (CEQA) for the Big Canyon Restoration (Phase 3) Project qualifies as statutorily exempt
under CEQA per Public Resources Code, § 21080.56, subdivisions (a) to (d), inclusive, with
the attached concurrence by the Director of Fish and Wildlife;
b) Approve the project drawings and specifications;
c) Authorize the City Manager to execute the Right of Entry Permit between the State of
California, acting by and through the California Department of Fish and Wildlife, and the City
of Newport Beach for permission to access those portions of Big Canyon Nature Park for
purposes of carrying out the Project;
d) Authorize the City Manager to execute the Agreement between Newport Bay Naturalists and
Friends (DBA Newport Bay Conservancy) and the City of Newport Beach to designate
13-1
Big Canyon Restoration (Phase 3) Project — Award of Contract to Superb Engineering, Inc.
(Contract No. 9532-1) and Approve Professional Services Agreement with Horrocks LLC
(Contract No. 9532-2) (Project No. 25X11)
Big Canyon Restoration (Phase 3) Project
August 26, 2025
Page 2
$6,594,000 in grant funds to the City of Newport Beach for restoration work in the Project
area;
e) Award Contract No. 9532-1 to Superb Engineering, Inc. for the total bid price of
$5,242,833.25, and authorize the City Manager and City Clerk to execute the contract;
f) Establish a contingency of $786,000 (approximately 15% of total bid) to cover the cost of
unforeseen work not included in the original contract; and
g) Approve a professional services agreement with Horrocks LLC of San Diego, California, for
the Project at a not -to -exceed price of $487,040 and authorize the City Manager and City
Clerk to execute the Agreement.
DISCUSSION:
The Big Canyon Nature Park Restoration Program is one of the City's largest restoration
programs, extending from Jamboree Road to Back Bay Drive. Program implementation has
been split into three phases.
o The FY 2016-17 Phase 1 Project restored 6 acres just west of Jamboree Road and
included measures to remove selenium in the creek and to capture and infiltrate pollutants
washed down in storm flows from Jamboree Road. State grants covered 90% of the $1.6
million in construction contractor costs.
o The FY 2020-21 Phase 2 Project restored 11 acres in the center portion of the nature
park. The forest of invasive Brazilian Pepper trees was removed and replaced with a
healthy mosaic of native plant habitats. A state grant paid 93% of $1.3 million construction
contractor's costs.
o The proposed FY 2025-26 Phase 3 Project (final phase) will restore 13.8 acres of the
nature park just east of Back Bay Drive. State grants will cover 100% of the construction
contractor's costs.
About 75% of the 13.8-acre Phase 3 project area (see Attachment E for Location Map) occurs
on land owned by the California Department of Fish and Wildlife (CDFW), with the remainder
owned by the City. CDFW has asked the City to manage the construction of the Phase 3 project
and approved a Right of Entry Permit (Attachment B) for the City to perform the work.
NBC has been acting on behalf of CDFW and the City to secure over $7 million in grant funds
for the planning, design and construction of the Phase 3 restoration project.
The final State grant is to be awarded on August 28, 2025, therefore the documents for
recommended approvals will be signed after confirmation that the grant funding has been
authorized.
13-2
Big Canyon Restoration (Phase 3) Project — Award of Contract to Superb Engineering, Inc.
(Contract No. 9532-1) and Approve Professional Services Agreement with Horrocks LLC
(Contract No. 9532-2) (Project No. 25X11)
Big Canyon Restoration (Phase 3) Project
August 26, 2025
Page 3
Final construction documents have been completed. The Phase 3 project consists of several
restoration components:
• Clearing non-native Brazilian pepper tree stands and other non-native plants.
• Clearing cattails from the existing freshwater pond, modifying Big Canyon Creek's
alignment to maintain positive drainage during low flows to reduce the accumulation of
selenium in the soil and vegetation and reduce water ponding that can foster mosquito
breeding; and establishing a riparian corridor within the pond area to integrate with the
upstream restored corridor in Phase 2.
• Excavating and grading over a 13.8-acre area to create a historically similar estuary
surrounded by salt marsh on the east side of Back Bay Drive and establish transitional
wetlands that will allow for upslope migration and resiliency to long-term sea level rise.
This includes removing some sediment within the bays' tidal channel to increase tidal
flows into the newly created estuary and salt marsh.
• Enhancing habitat within the seven designated areas by selective clearing of non-native
trees and plants.
• Removing native vegetation infested by the Polygamous Shothole Borer and other borers,
lerpes and beetles.
• Maintaining the habitat pursuant to the permit requirements for the first year of the
Project's approved five-year Habitat Restoration and Adaption Plan. Years two through
five will be performed through a separate contract.
Construction Contractor
At 4 p.m. on May 20, 2025, the following sealed bids submitted via PlanetBids were opened and
publicly released:
BIDDER
TOTAL BID AMOUNT
Low
Superb Engineering, Inc.
$ 5,242,833.25
2nd
Legion Contractors, Inc.
$ 5,884,042.00
3rd
Environmental Construction, Inc.
$ 7,455,789.78
The City received three bids for this project. The low bidder, Superb Engineering, Inc., possesses
a California State Contractor's License Classification "A", as required by the project
specifications. As approved, this would be the first project Superb Engineering has performed
for the City.
City staff reviewed the list of projects Superb Engineering provided and concluded that Superb
Engineering and its subcontractors have demonstrated success with all the tasks required for
the Project. Specific examples include:
o Superb Engineering's three references provided good reviews of its performance.
13-3
Big Canyon Restoration (Phase 3) Project — Award of Contract to Superb Engineering, Inc.
(Contract No. 9532-1) and Approve Professional Services Agreement with Horrocks LLC
(Contract No. 9532-2) (Project No. 25X11)
Big Canyon Restoration (Phase 3) Project
August 26, 2025
Page 4
o Superb Engineering's dredging subcontractor, Pacific Dredging & Construction,
successfully dredged the Grand Canal under City contract. This subcontractor reports
recent dredging work at the Agua Hedionda Lagoon in the City of Carlsbad, and the Napa
River Maintenance Dredging in the City of Napa.
o Superb Engineering's aquatic vegetation removal subcontractor, McNabb Construction,
has recent similar experience working for the Cities of Los Angeles, Santa Cruz and
Sunnyvale, and the Orange County Water District.
The low bid by Superb Engineering is 12% below the Engineer's Estimate of $5,950,000. The
three bids show a good spread with one bid below, one bid near, and one bid above the
Engineer's Estimate.
Because this project involves extensive excavation and grading in the Big Canyon flood plain
during the possible wet season, project progress may be impacted by the timing, number and
intensity of storm events. Therefore, a 15% contingency is recommended to cover potential
additional costs associated with storm flow management, erosion prevention, and other related,
unforeseen site conditions beyond what would be expected within the contract scope.
Contingency costs for grant -approved construction tasks would be paid with grant funds.
Pursuant to the contract specifications, the contractor shall adhere to the following schedule
milestones:
1. Superb Engineering has 90 consecutive working days, starting on the date of the Notice
to Proceed, to complete all heavy construction work that could be disruptive to birds
during nesting season. (Bird nesting season starts on March 1 and ends on August 30.)
2. Superb Engineering has an additional 70 days to complete all remaining tasks.
3. Once staff has determined the work is complete, Superb Engineering shall perform the
Maintenance and Plant Establishment period task for 120 consecutive calendar days.
4. After successful completion of the Maintenance and Plant Establishment task, Superb
Engineering will perform a full year of site maintenance per agency permit requirements.
Agency permits restrict the commencement of work until after the bird -breeding season that ends
on August 30.
Construction Manager
To assist City staff in management of the project, a Request for Proposals (RFP) for construction
management services was advertised. Four consultant proposals were received. The proposals
were reviewed by a three -person technical panel and scored as follows.
PROPOSER
TOTALSCORE
(out of 300)
RANK
Horrocks LLC
280
1
Dudek
254
2
Interwest Consulting
240
3
13-4
Big Canyon Restoration (Phase 3) Project — Award of Contract to Superb Engineering, Inc.
(Contract No. 9532-1) and Approve Professional Services Agreement with Horrocks LLC
(Contract No. 9532-2) (Project No. 25X11)
Big Canyon Restoration (Phase 3) Project
August 26, 2025
Page 5
The fourth bidder, Ally Construction Services, did not meet the minimum qualifications for this
RFP.
As the highest ranked consultant, Horrocks' staff was interviewed by City staff. Horrocks' staff
described similar projects the firm has managed for other local agencies. Based on its proposal
and interview, Horrocks LLC has demonstrated the expertise and experience needed to
successfully complete the scope of work identified in the RFP. Therefore, staff recommends City
Council approval of a PSA with Horrocks LLC to provide construction management services for
the Big Canyon Restoration (Phase 3) project. (Attachment D)
Horrocks' construction management services will include providing technical and administrative
construction management and engineering services; coordinating and overseeing all
construction activities; reviewing submittals; responding to Requests for Information; performing
inspections; preparing daily and weekly inspection reports; maintaining project records and
documentation; and providing community outreach. All expenditures for these construction
management tasks will be reimbursed pursuant to the NBC/City agreement (Attachment C).
On -Call Geotechnical and Survev Consultants
City staff will use Guida Surveying and Harrington Geotechnical Engineering, Inc. for on -call
surveying and geotechnical support, respectively. These City costs will also be reimbursed
pursuant to the NBC/City agreement.
FISCAL IMPACT:
NBC has summitted three grant applications to State funding agencies totaling $7,501,084 for
the Phase 3 project as follows:
Funding Agency
Funding
Request
Grant Award Status
State Coastal Conservancy
$ 1,575,409
Grant award executed.
Ocean Protection Council
$ 2,684,675
Grant award executed.
Wildlife Conservation Board
(WCB)
$ 3,241,000
Recommended by WCB staff for award at
its August 28, 2025 Board Meeting.
TOTAL
$ 7,501,084
Pursuant to the pending agreement between the City and NBC, NBC will use these grant funds
to reimburse the City for payments to the construction contractor, construction manager and
inspector, and the City's on -call geotechnical and survey consultants.
Grant funds will also be used to pay for the first year of the permit -required, five-year habitat
maintenance and monitoring program per the requirements of the Habitat Restoration and
Adaption Plan.
13-5
Big Canyon Restoration (Phase 3) Project — Award of Contract to Superb Engineering, Inc.
(Contract No. 9532-1) and Approve Professional Services Agreement with Horrocks LLC
(Contract No. 9532-2) (Project No. 25X11)
Big Canyon Restoration (Phase 3) Project
August 26, 2025
Page 6
The adopted Capital Improvement Program budget includes sufficient funding for the award of
the construction contract and the approval of the construction management agreement. The
following funds will be expended:
Account Description
Environmental Contribution
(Ocean Protection Council)
Environmental Contribution
(State Coastal Conservancy)
Environmental Contribution
(Wildlife Conservation Board)
Proposed fund uses are:
Vendor
Superb Engineering
Superb Engineering
Horrocks
Guida Surveying
Harrington Geotechnical
Various
Account Number
Amount
13801-980000-25X11
$
2,684,675
13801-980000-25X11
$
668,325
13801-980000-25X11
$
3,241,000
Total: $ 6,594,000
Purpose
Amount
Construction Contract
$
5,242,833.25
Construction Contingency
$
786,000.00
Construction Management
$
487,040.00
Surveying Services
$
31,760.00
Material Testing Services
$
44,000.00
Printing and Incidentals
$
2,366.75
Total:
$
6,594,000.00
Staff recommends establishing $786,000 (approximately 15% of bid) for contingency purposes
and unforeseen conditions associated with construction.
ENVIRONMENTAL REVIEW:
Staff recommends City Council find the requirement for environmental review under the
California Environmental Quality Act (CEQA) for the Big Canyon Restoration (Phase 3) Project
qualifies as statutorily exempt under CEQA per Public Resources Code, § 21080.56,
subdivisions (a) to (d), inclusive, as concurred to by the Director of Fish and Wildlife. (Attachment
A)
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).
13-6
Big Canyon Restoration (Phase 3) Project — Award of Contract to Superb Engineering, Inc.
(Contract No. 9532-1) and Approve Professional Services Agreement with Horrocks LLC
(Contract No. 9532-2) (Project No. 25X11)
Big Canyon Restoration (Phase 3) Project
August 26, 2025
Page 7
ATTACHMENTS:
Attachment A — CEQA Exception Concurrence by CDFW
Attachment B — CDFW/City Right of Entry
Attachment C — NBC/City Agreement
Attachment D — Horrocks' Professional Services Agreement
Attachment E —Location Map
13-7
Attachment A
" ,, of
State of California — Natural Resources Agency GAVIN NEWSOM, Governor Hp
DEPARTMENT OF FISH AND WILDLIFE CHARLTONH. BONHAM, Director �� m
Director's Office
Post Office Box 944209
C,�1 rp µHSp
Sacramento, CA 94244-2090
www.wildlife.ca.gov
May 4, 2022
Makana Nova, Senior Planner
Planning Division
Community Development Department
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
California Environmental Quality Act Statutory Exemption for Restoration Projects,
Big Canyon Coastal Habitat Restoration and Resiliency Project — Phase 3 (Request
No. 21080.56-2022-003-R5)
Dear Ms. Nova:
I am pleased to inform you as the Director of the California Department of Fish and Wildlife
(CDFW) that I concur with the Lead Agency determination by the City of Newport Beach
that the Big Canyon Coastal Habitat Restoration and Resiliency Project — Phase 3 (Project)
qualifies as a statutorily exempt restoration project under the California Environmental
Quality Act (CEQA). (Pub. Resources Code, § 21080.56, subd. (e).) My concurrence as the
CDFW Director is based on CDFW's independent review of the City of Newport Beach's
request for concurrence, which CDFW received on March 24, 2022. In my opinion, informed
by the best available science and described in the separate CDFW Concurrence, the
Project meets all the qualifying criteria in Public Resources Code section 21080.56,
subdivisions (a) to (d), inclusive.
This concurrence signifies the continued commitment by CDFW and its partners in
advancing the "Cutting the Green Tape" initiative, which is a collaborative effort to increase
the pace and scale of restoration projects in California in a way that protects the
environment and results in long-term net benefits to climate resiliency, biodiversity, and
sensitive species recovery. CDFW stands ready to continue this effort in coordination with
the City of Newport Beach.
CDFW's Concurrence will be posted on our website as provided by Public Resources Code
section 21080.56. If you have any related questions, please contact Brad Henderson,
Cutting the Green Tape Program Manager, at (530) 351-5948, or by email at
Brad. Henderson(o-)_wildlife.ca.yov.
Sincerely,
Charlton H. Bonham
Director
Conserving Calfornia's Wifdffe Since 1870
13-8
Makana Nova, Senior Planner
City of Newport Beach
May 4, 2022
Page 2
ec: Valerie Termini
Chief Deputy Director
California Department of Fish and Wildlife
Wendy Bogdan
General Counsel
Office of the General Counsel
California Department of Fish and Wildlife
Julie Vance
Acting Deputy Director
Ecosystem Conservation Division
California Department of Fish and Wildlife
Ed Pert
Regional Manager
South Coast Region (Region 5)
California Department of Fish and Wildlife
Christian Romberger
Senior Environmental Scientist
South Coast Region (Region 5)
California Department of Fish and Wildlife
Brad Henderson
Environmental Program Manager
Watershed Restoration Grants Branch
California Department of Fish and Wildlife
Alys Arenas
Restoration Manager
Newport Bay Conservancy
13-9
Attachment B
State of California - Natural Resources Agency GAVIN NEWSOM, Governor
DEPARTMENT OF FISH AND WILDLIFE CHARLTONH. BONHAM, Director
P.O. Box 944209 r w
Sacramento, CA 94244-2090
http://www.wildlife.ca.gov
April 4, 2025
Re: P2450008 Big Canyon Coastal Habitat Restoration and Adaptation Project
Enclosed is one (1) complete set of the Agreement. Please sign and return the STD 213 Standard
Agreement and Acknowledgement of Work Commencement Authorization Disclaimer to:
Jillian.Harris(a,wildlife.ca.gov.
Questions concerning the services to be performed under this Agreement should be directed
to the CDFW Contract Manager, Alys Arenas, at Alys.Arenas(a),wildlife.ca.gov or (949) 402-
4339.
Sincerely,
Jillian Harris, Contract Analyst
Business Management Branch
California Department of Fish and Wildlife
Conserving Caffornia's Wifdlife Since 1870
13-10
�S" pF H
State of California - Natural Resources Agency GAVIN NEWSOM, Governor
DEPARTMENT OF FISH AND WILDLIFE CHARLTONH. BONHAM, Director "r }
P.O. Box 944209
Sacramento, CA 94244-2090 rii�Ry P
http://www.wildlife.ca.gov
April 4, 2025
Re: P2450008 Big Canyon Coastal Habitat Restoration and Adaptation Project
ACKNOWLEDGEMENT OF WORK COMMENCEMENT AUTHORIZATION
DISCLAIMER
Where approval from the California Department of Fish and Wildlife (CDFW) and the Department
of General Services (DGS) applies, the attached contract shall be of no force or effect until it is
signed by both parties (CDFW and Contractor) and/or approved by the DGS. The signing of this
contract by your organization does not authorize the commencement of work.
By signing this letter, your organization acknowledges and agrees not to begin work until all
approvals have been obtained, the contract has been fully executed, and the contractor has been
given authorization to begin work. Should any work begin before all approvals are obtained or
authorization is given, services will be considered voluntary.
Please be advised that failure to sign and return this letter will delay approval of your contract.
Authorized Signature
Printed Name and Title of Person Signing
Date
Conserving Cal fornia's WildCfe Since 1870
13-11
STATE OF CALIFORNIA - DEPARTMENT OF GENERAL SERVICES
STANDARD AGREEMENT AGREEMENT NUMBER PURCHASING AUTHORITY NUMBER (If Applicable)
STD 213 (Rev. 04/2020) P2450008
1. This Agreement is entered into between the Contracting Agency and the Contractor named below:
CONTRACTING AGENCY NAME
California Department of Fish and Wildlife (CDFW)
CONTRACTOR NAME
City of Newport Beach
2. The term of this Agreement is:
START DATE
Upon California Department of General Services Approval
THROUGH END DATE
December 31, 2027
3. The maximum amount of this Agreement is:
$0.00 1 Zero Dollars and Zero Cents
4. The parties agree to comply with the terms and conditions of the following exhibits, which are by this reference made a part of the Agreement.
Exhibits
Title
Pages
Exhibit A
Scope of Work
5
Exhibit A
Right of Entry Permit
9
ATTCH 1
Exhibit A
ATTCH 2
Project Map
1
Exhibit B
Budget Detail and Payment Provisions
1
Exhibit C
Modified General Terms and Conditions (GTC 02/2025)
5
Exhibit D
Modified Additional Provisions
9
❑
irems snown wirn an asrensK (-I, are nereoy incorporarea oy reference ana mace parr of rnis agreemenr as it arrocnea nerero.
These documents can be viewed at https.11www.dgs.co.govIOLS/Resources
IN WITNESS WHEREOF, THIS AGREEMENT HAS BEEN EXECUTED BYTHE PARTIES HERETO.
CONTRACTOR
CONTRACTOR NAME (if other than an individual, state whether a corporation, partnership, etc.)
City of Newport Beach
CONTRACTOR BUSINESS ADDRESS
PRINTED NAME OF PERSON SIGNING ITITLE
CONTRACTOR AUTHORIZED SIGNATURE I DATE SIGNED
ZIP
Page 1 b1-12
STATE OF CALIFORNIA - DEPARTMENT OF GENERAL SERVICES
STANDARD AGREEMENT
STD 213 (Rev. 04/2020)
CONTRACTING AGENCY NAME
California Department of Fish and Wildlife
SCO ID: 3600-P2450008
AGREEMENT NUMBER
P2450008
STATE OF CALIFORNIA
PURCHASING AUTHORITY NUMBER (If Applicable)
CONTRACTING AGENCY ADDRESS CITY STATE ZIP
P.O. Box 944209 Sacramento CA 94244
PRINTED NAME OF PERSON SIGNING TITLE
Amy Mowrer Branch Chief - Business Management Branch
CONTRACTING AGENCY AUTHORIZED SIGNATURE
CALIFORNIA DEPARTMENT OF GENERAL SERVICES APPROVAL
DATE SIGNED
EXEMPTION (If Applicable)
Page 2 of 2
13-13
California Department of Fish and Wildlife Agreement Number: P2450008
Exhibit A — Scope of Work City of Newport Beach
Page 1 of 5
1. Introduction of Services
The City of Newport Beach herein after referred to as "The City" agrees to provide to the
California Department of Fish and Wildlife ("CDFW"): services, as summarized below, in
accordance with the specifications, terms, and conditions contained herein.
The City will be project manager for the Big Canyon Coastal Habitat Restoration and
Adaptation Project - Phase 3 ("Project"), the approved plans for which are on file with the
City and incorporated herein by this reference.
2. Location of Services
The services will be performed at the following location:
The Project will be located at 1950 Back Bay Drive, Assessor's Parcel Numbers ("APN")
440-092-76, 440-092-77, 440-092-79, and 440-132-53 ("City Area"), and a portion of which
is owned by CDFW, APN 440-092-75, and 440-132-27 ("CDFW Area").
See Exhibit A, Attachment 1 Right of Entry Permit and Exhibit A, Attachment 2 Project Map
for additional information.
3. Service Schedule
Activities on State lands are restricted to daytime hours, between sunrise and sunset. The
City will be required to obtain an agreement, in writing, from the CDFW Contract Manager
for any changes to the service schedule.
4. Project Officials
CDFW Proiect Officials
Contract Manager
Name: Alys Arenas
Orange County Reserve
Manager
Phone: (949) 402-4339
Email: AIys.Arenas(a_)_Wildlife.ca.gov
Address: 600 Shell Maker Road,
Newport Beach, CA 92660
Direct all inquiries to:
CDFW —
Name: Alicia Sanchez
Address: 3883 Ruffin Road
The Citv Proiect Officials
Project Director
Name: Jim Houlihan
Deputy Public Works
Director/City Engineer
City of Newport Beach
Phone: (949) 644-3319
Email: JHoulihan(a)_newportbeachca.gov
Address: 100 Civic Center Drive,
Newport Beach, CA 92658
Direct all inquiries to:
Name: Same as above
Address:
San Diego, CA 92123
Phone: (858) 285-7518 Phone:
Email: Alicia.Sanchez(aD-wildlife.ca.gov Email:
(Version 05/2024)
13-14
California Department of Fish and Wildlife
Exhibit A — Scope of Work
Agreement Number: P2450008
City of Newport Beach
Page 2 of 5
Either party may make changes to the Project Officials by giving written notice to the other
party. Said changes will not require an amendment to this Agreement.
5. Scope of Work
A. Background and Objectives
In summary, the Project will restore historic salt marsh and riparian habitat to the 13-
acre area of Big Canyon adjacent to Back Bay Drive. The Project will address selenium
accumulation and impacts from dry weather flows, eliminate invasive plants, regrade the
site to extend saltwater influence from the back bay, replant with native plants to restore
riparian and upland habitats, restore historical salt marsh and establish transitional
wetlands that will allow for upslope migration and resiliency to long term sea level rise,
restore tidal marsh to further reduce selenium bioavailability found naturally within
marine deposits in the watershed, maintain positive drainage during low flows, address
mosquito breeding habitat, and incorporate fuel modification on surrounding sloping
parcels to reduce fire risks to nearby homes.
B. Work to be Performed
The Project will be managed by the City on behalf of CDFW, by and through contracts
led by the City through competitive bid processes and/or with its own forces. CDFW will
provide some oversight of the selection process and must be notified of the selected
Contractor. This oversight will be an advisory role as the local wildlife, biological and
wetland experts. The City and CDFW agree that the City will serve as the lead agency
for the Project under the California Environmental Quality Act ("CEQA"), and that the
City will assist with the application for a Coastal Development Permit from the California
Coastal Commission either by serving as the applicant, co -applicant, or otherwise as
may be necessary or desirable.
City will undertake and diligently pursue to completion the Project in substantial
conformance with the plans approved by City, which are on file with the City and
incorporated herein by this reference. City must comply will all applicable federal and
state laws regarding public works projects, including but not limited to, competitive
bidding, bonding, and prevailing wages. The City must comply with all applicable federal
and state contracting requirements. All expenditures made with federal award money, if
any, including subcontracts, will be subject to the Uniform Guidance, Title 2 in the Code
of Federal Regulations, Subtitle A, Chapter II, part 200 (2 CFR 200). Additionally, non-
federal entities are subject to 2 CFR 200.317, General Procurement Standards, through
2 CFR 200.327, Contract Provisions, when expending funds under a federal award.
Project tasks include:
Task 1 — Site Preparation
1. Implementing erosion and sediment control measures and perimeter fencing.
2. Creating access roads along the periphery of the Project site.
3. Diverting flows in Big Canyon Creek to the northern perimeter.
(Version 05/2024)
13-15
California Department of Fish and Wildlife
Exhibit A — Scope of Work
Agreement Number: P2450008
City of Newport Beach
Page 3 of 5
Task 2 — Clearing and Grubbing
1. Dewatering the freshwater pond by opening up the existing levee and allowing
gravity to draw out the ponded water. After dewatering, remove cattails within the
pond disposed of off -site.
2. Removing vegetation from the Project site in areas that will be excavated for the
estuary or graded and restored with native marsh, alkali meadow, southern
willow scrub or coastal sage scrub vegetation.
3. Removing trees infested with polyphagous shot hole borer (PSHB) and haul
offsite to an approved landfill.
4. Chipping woody material to be used as mulch and spread as wood chips on
trails.
Task 3 - Excavation, Grading, On -site Filling in, Upland Areas & Fine Site Grading
1. Installing a new culvert with backfill cover across the Back Bay Drive northern
access road entrance.
2. Diverting flows in Big Canyon Creek to the northern perimeter.
3. Installing a low berm diversion between the salt marsh in Newport Bay and the
freshwater Creek to prevent freshwater flows and tidal flows from entering the
Project site.
4. Dredging of the tidal channel in Newport Bay leading into the Creek from Back
Bay Drive to remove accumulated sediment and increase the tidal range to the
restored salt marsh. The dredged material will be stockpiled and used for the salt
marsh restoration area.
Task 4 — Install Temporary Irrigation, Soil Amendments, Planting & Seeding
1. Installing a temporary irrigation system and revegetating the Project site using
native -species container plants and hydroseeding methods.
Task 5 — Maintenance & Monitoring
1. Performing the 5-year maintenance and monitoring period after all plantings and
seedings have been installed.
C. Reports
The Newport Bay Naturalists and Friends, a California non-profit public benefit
corporation doing business as Newport Bay Conservancy ("Conservancy"), is the
recipient of grants from, including but not necessarily limited to, the Ocean Protection
Council and private corporate donor(s), which provides funds for the restoration of Big
Canyon ("Grant"). The Conservancy has led an ongoing restoration project within Big
Canyon, commonly known as the Big Canyon Coastal Habitat Restoration and
Adaptation Project, with the cooperation of the City and CDFW, with the restoration
being conducted in phases, Phase 1 completed in July 2017, and Phase 2 completed in
June of 2021. The City and CDFW will collectively be responsible for cooperating with
the Conservancy to ensure the Project is conducted in full compliance with the terms
and conditions of the Grant, including but not limited to, bookkeeping, reporting,
deliverables, deadlines, management, operations, and all other aspects of the Grant
(Grant Agreement No. C0875017). A copy of the executed grant agreement will be
(Version 05/2024)
13-16
California Department of Fish and Wildlife Agreement Number: P2450008
Exhibit A — Scope of Work City of Newport Beach
Page 4 of 5
provided by the Conservancy once the agreement is executed with the Ocean
Protection Council (OPC).
D. Schedule of Completion Dates (See Ocean Protection Grant for Task Details)
Activity
Task 1 — Site Preparation
Task 2 — Clearing and Grubbing
Task 3 - Excavation, Grading, On -site Filling in
Upland Areas & Fine Site Grading
Task 4 — Install Temporary Irrigation, Soil
Amendments, Planting & Seeding
Task 5 — Maintenance & Monitoring
Draft Report Due
Final Report Due
Anticipated Due Date*
September 2025
September/October 2025
November 2025
December 2025/January 2026
120 days after plants are installed
March 2026
July 2027
*Changes to due dates must be agreed upon in writing by the City and CDFW Contract
Manager. Due dates must fall within the term of the contract.
6. Minimum Qualifications/Requirements
In the request for bid documents, City must require the applicable minimum qualifications
and other requirements for prospective contractors to be eligible for award of the Project.
7. Insurance Requirements
The City will require each contractor working on the Project to maintain the following
insurance coverage throughout the duration of this agreement and must supply proof of
coverage upon request by CDFW. Insurance must be in accordance with the Exhibit D
CDFW Additional Provisions.
A. Commercial General Liability (limits not less than $1,000,000 per occurrence with
a $2,000,000 annual policy aggregate).
B. Automobile Liability (limits not less than $1,000,000 combined single limit per
accident)
C. Pollution Liability (limits not less than $1,000,000 each occurrence and $2,000,000
aggregate which may include Pesticide/Herbicide Applicator Coverage if applicable,
or its equivalent).
(Version 05/2024)
13-17
California Department of Fish and Wildlife
Exhibit A — Scope of Work
Agreement Number: P2450008
City of Newport Beach
Page 5 of 5
D. Workers Compensation and Employers Liability (limits of $1,000,000 are required.
The waiver of subrogation endorsement must also be provided).
The above policies must each be endorsed to include "the State of California, its officers,
agents and employees as additional insured but only with respect to work performed under
the Contract".
(Version 05/2024)
13-18
RIGHT OF ENTRY PERMIT
Agency: California Department of Fish and Wildlife
Project: Big Canyon Coastal Habitat Restoration and
Adaptation Project, Phase 3
This Right of Entry Permit ("Permit") is made and entered into as of April 1 , 2025 between the
State of California, acting by and through the California Department of Fish and Wildlife ("State" or
"CDFW"), and the City of Newport Beach ("City"), a California municipal corporation and charter city,
acting on behalf of itself and its officers and employees("Permittee").
RECITALS
A. The State owns, operates, and maintains portions of the Big Canyon Nature Park in the County of
Orange, State of California; and
B. Permittee has applied to State for permission to access those portions of Big Canyon Nature Park for
purposes of carrying out The Big Canyon Coastal Habitat Restoration and Adaptation Project - Phase
3 (the "Project") utilizing the Permittee's Parties as defined in paragraph 6 below.
C. The State desires to accommodate Permittee's application for permission to enter those portions of Big
Canyon Nature Park for purposes of the Project, as and to the extent such project permitted, approved
and conditioned by the California Coastal Commission (the "Environmental Document") and as may
be conditioned by any other regulatory agency having jurisdiction.
TERMS AND CONDITIONS
This Permit is made upon and subject to the following terms and conditions:
1. Project Description: By this Permit, State gives permission to Permittee to enter upon those lands
legally described and depicted on the attached Exhibit A (the "Property") solely for the purpose of the
Project, the limits of which are shown on Exhibit A.
2. Permit Subject to Laws and Permits: Permittee shall, at Permittee's sole cost and expense, comply
with the permit issued by the California Coastal Commission, and all municipal, state, and federal
authorities now in force or which may hereafter be in force pertaining to the Project and use of the
Property as provided by this Permit. This Permit is expressly made subject to any and all applicable
laws, statutes, codes, regulations, ordinances, orders, requirements, and regulatory permits or
approvals, including any conditions of such permits and approvals issued or required to be issued by
such regulatory agencies for or in connection with the Project. All such conditions shall be subject to
the prior written approval of the State.
Prior to entering or commencing any work on the Property, Permittee shall obtain all such legally
required permits or approvals and submit to the State full and complete copies of the same, including
documentation related to or referenced in such permits and approvals, along with the corresponding
agency contact and telephone numbers, and related California Environmental Quality Act ("CEQA")
and/or National Environmental Policy Act documentation, if applicable.
3. Term of Permit: This Permit shall only be for the period beginning upon commencement of the work
for the Project and ending upon completion of the work for the Project, unless revoked or terminated
according to its terms or reasonably extended by written mutual agreement.
13-19
4. Consideration: CDFW has agreed to grant this Permit for no cost, in exchange for Permittee
performing the Project.
5. Permit Subject to Existing Claims: This Permit is subject to existing contracts, permits, leases,
licenses, encumbrances, and claims, as well as all matters of record which may affect the Property.
6. Waiver of Claims and Indemnity: This Permit is made on the express condition that the State is to
be free from any and all liability by reason of injury or death to persons or loss or damage to property,
from whatever cause, arising out of the use by Permittee, its directors, officers, employees, agents,
representatives or contractors ("Permittee's Parties") of the Property or any part of it. Permittee, on
behalf of itself and each of Permittee's Parties, waives all claims against the State, its directors, officers,
employees, agents, representatives and contractors, for injury (including death), loss or damage
caused by, arising out of, or in any way connected with the exercise of this Permit or use of the Property.
Permittee covenants and agrees to protect, save harmless, indemnify, and defend the State, its
directors, officers, employees, agents, representatives and contractors from and against any and all
claims, losses, costs, expenses, damages or liability (collectively, "Claims") made during the
performance of the Project which allege that they are caused by, arising out of, or in any way connected
with the Project, including any CEQA lawsuits against CDFW, any failure on the part of Permittee to
fulfill its obligations under this Permit, and any exercise by Permittee of the rights granted by this Permit,
except to the extent of Claims resulting solely from the negligent, willful or grossly negligent acts of the
State. Permittee will further cause such indemnification and waiver of claims in favor of the State to
be inserted in each contract and agreement that Permittee executes for the provision of equipment,
materials or services in connection with the Project, except that such indemnification and waiver shall
apply to all Claims regardless of when such Claim are made.
Additionally, the Permittee has agreed to perform the Project on behalf of the State on the express
condition that the Permittee, its officials, and its employees, are to be free from any and all liability by
reason of injury or death to persons or loss or damage to property, from whatever cause, arising out of
the Project after it has been completed. The State, on behalf of itself and its directors, officers,
employees, agents, representatives or contractors ("State Parties"), waives all claims against the
Permittee, its officials, and its employees, for injury (including death), loss or damage caused by, arising
out of, or in any way connected with the use of the Property or the Project which are made after the
Project has been completed, except to the extent of Permittee's gross negligence or willful misconduct.
The State covenants and agrees to protect, save harmless, indemnify, and defend the Permittee from
and against any and all Claims made after the Project has been completed which allege that they are
caused by, arising out of, or in any way connected with the use of the Property or the Project, and
additionally, for any failure on the part of the State to fulfill its obligations under this Permit, except to
the extent resulting solely from the willful or grossly negligent acts of the City.
The Permittee shall require the Permittee's contractor retained to perform the Project to execute a
contract wherein the contractor agrees to indemnify, defend and hold harmless the Permittee and
CDFW against any and all Claims which may arise from or in any manner relate (directly or indirectly)
to any work performed or services provided in connection with the Project including, without limitation,
defects in workmanship or materials or its presence or activities conducted on the Property (including
the negligent, reckless, and/or willful acts, errors and/or omissions of itself, 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 for any or all of them). Nothing herein
shall be construed to require the Permittee's contractor to indemnify the Permittee or CDFW from any
Claims arising from the sole negligence or willful misconduct of the Permittee or the State Parties.
7. Damage to Lands and Property: During performance of the Project, Permittee shall be responsible
for any damage to lands of the State or third parties resulting from Permittee's negligent installation,
operation, and maintenance of the Project, including, but not limited to soil erosion, collapse or
2of9
13-20
subsidence and damage resulting from it, and Permittee shall promptly repair and restore to its original
condition any such property of the State or any third party, including, but not limited to, levees, roads,
bridges, ditches, pipelines, water developments, utilities, buildings, and fences.
8. Hazardous Materials: Without limiting the obligations of Permittee under Paragraph 6 of this Permit,
Permittee hereby releases and agrees to indemnify, defend, protect, and hold harmless the State from
and against any and all Claims (as defined in Paragraph 6 above) arising from or connected with any
Hazardous Materials (as defined below) released or brought onto the Property by Permittee or its
contractors in the performance of the Project, except any Hazardous Materials placed, disposed, or
released by State. This release and indemnification includes, without limitation, Claims for injury to or
death of any person or damage to any property; and the violation or alleged violation of, or other failure
to comply with, any Environmental Laws (as defined below). If any action or proceeding is brought
against the State by reason of any such Claim, Permittee shall, at the election of and upon written
notice from State, defend such action or proceeding by counsel reasonably acceptable to the State or
reimburse State for all reasonable charges incurred for services of the California Attorney General in
defending the action or proceeding.
The term "Hazardous Materials" includes, without limitation, any substance, material or waste that is:
(a) flammable, explosive or radioactive; (b) a petroleum product or petroleum hydrocarbon, including
crude oil, or any product, by-product or fraction thereof; or (c) designated, defined, classified or
regulated as a hazardous material, hazardous waste, hazardous or toxic substance, pollutant,
contaminant or related material under the Comprehensive Environmental Response, Compensation
and Liability Act of 1980, as amended (42 U.S.C. section 9601, et seq.; hereinafter, "CERCLA"); the
Resource Conservation and Recovery Act of 1976 (42 U.S.C. section 6901, et seq.; hereinafter
"RCRA"); the Toxic Substances Control Act (15 U.S.C. section 2601, et seq.; hereinafter "TSCA"); the
Hazardous Materials Transportation Act (49 U.S.C. section 5101, et seq.; hereinafter "HTA"); the
Hazardous Waste Control Law (Health & Saf. Code section 25100, et seq.; hereinafter "HCU); the
Carpenter -Presley -Tanner Hazardous Substance Account Act (Health & Saf. Code section 25300, et
seq.; hereinafter "HSA"), including the regulations adopted and publications promulgated pursuant to
such statutes, or any other applicable Environmental Laws now in effect or enacted after the date of
this Permit. The term "Environmental Laws" includes without limitation, CERCLA, RCRA, TSCA,
HTA, HCL, HSA and any other federal, state, local or administrative agency statute, code, ordinance,
rule, regulation, order or requirement relating to pollution, protection of human health or safety, the
environment, or Hazardous Materials.
9. Contractors: Permittee shall incorporate the terms, conditions, and requirements of this Permit when
contracting out all or any portion of the work permitted hereunder. Permittee shall be responsible for
ensuring that all contractors and subcontractors comply with the terms and conditions of this Permit.
Failure of any contractor or subcontractor to abide by the terms and conditions of this Permit shall
constitute a default by Permittee (see Paragraph 24) allowing State to terminate this Permit and seek
all legal remedies.
10. Labor Code Requirements; Prevailing Wage: Permittee understands and agrees that work
performed on the Property may be subject to California Labor Code requirements, which include
prevailing wage provisions. For more details, please refer to the Department of Industrial Relations
(DIR) website at http://www.dir.ca.gov. Permittee shall pay prevailing wage to all persons employed in
the performance of any part of the Project if required by law to do so.
11. Insurance Requirements: As a condition of this Permit, and in connection with its indemnification
and waiver of claims for the Project, Permittee will provide, and/or cause its contractors to provide, a
policy or policies of insurance as follows:
3of9
13-21
COMMERCIAL GENERAL LIABILITY
Permittee shall maintain general liability coverage with limits of not less than $1,000,000 per
occurrence and $2,000,000 aggregate annually for bodily injury and property damage liability
combined. The policy shall include coverage for liabilities arising out of the Project, Property,
operations, independent contractors, products, completed operations, personal and advertising injury,
and liability assumed under this Permit as an insured contract.
The policy must include State of California, the California Department of Fish and Wildlife, and their
officers, agents and employees as additional insureds by endorsement, but only insofar as the
operations under this Permit are concerned. The additional insured endorsement must be provided
with the certificate of insurance.
AUTOMOBILE LIABILITY
Permittee shall maintain motor vehicle liability insurance with limits of not less than $1,000,000 per
accident for bodily injury and property damage. The policy shall name the State of California and the
California Department of Fish and Wildlife as additional insureds by endorsement with respect to
liability arising out of all vehicles owned, hired and non -owned. The additional insured endorsement
must be provided with the certificate of insurance.
WORKERS' COMPENSATION
Permittee shall maintain statutory workers' compensation and employer's liability coverage for all its
employees who will be engaged in the performance of the Project, including special coverage
extensions where applicable. Employer's liability limits of $1,000,000 shall be required, and the policy
shall include a waiver of subrogation in favor of the State of California and the California Department
of Fish and Wildlife. The waiver of subrogation endorsement must be provided with the certificate of
insurance.
GENERAL REQUIREMENTS
Permittee shall ensure that the following general requirements are met:
a. Insurance Companies must be acceptable to the Department of General Services, Office of Risk
and Insurance Management.
b. Coverage needs to be in -force for the complete term of this Permit. If insurance expires during
the term of the Permit, a new certificate must be received by the State within thirty (30) days of the
expiration date of the existing policy. Any new insurance must meet the requirements of this Permit.
c. Permittee shall notify the State within five business days of Permittee's receipt of any notice of
cancellation or non -renewal of any insurance required by this Permit.
d. Permittee is responsible for any deductible or self -insured retention contained within the insurance
program.
e. In the event Permittee fails to keep in effect at all times the specified insurance coverage, the
State may, in addition to any other remedies it may have, terminate this Permit upon the occurrence
of such event, subject to the provisions of this Permit.
f. Any insurance required to be carried shall be primary, and not excess, to any other insurance
carried by the State.
g. If Permittee is self -insured in whole or in part as to any of the above described types and levels
of coverage, Permittee shall provide State with written acknowledgment of this fact at the time of the
execution of this Permit. The State may require financial information to justify Permittee's self -insured
status. If, at any time after the execution of this Permit, Permittee abandons its self -insured status,
Permittee shall immediately notify State of this fact and shall comply with all of the terms and conditions
of this Insurance clause pertaining to policies of insurance in regard to those types and levels of
insurance.
4of9
13-22
It is agreed that State shall not be liable for the payment of any premiums or assessments on the
required insurance coverage.
FIRE AND CASUALTY DAMAGES.
State will not keep improvements (if any) which are constructed or installed by Permittee under the
provisions of this Permit insured against fire or casualty, and Permittee shall make no claim of any
nature against State by reason of any damage to the business or property of Permittee in the event of
damage or destruction by fire or other cause, arising other than from or out of gross negligence or
willful misconduct of agents or employees of the State in the course of their employment.
12. Reservation of Rights: State reserves the right to use the Property in any manner, provided such
use does not unreasonably interfere with Permittee's rights herein.
13. Access Limits and Special Conditions: Access to the Property and use of roads/trails shall be
limited to the route(s) designated by State and as depicted in Exhibit A.
14. Notice of Work: Prior to any entry upon the Property for any of the purposes hereinabove set forth,
Permittee shall notify the CDFW staff person named below (the "CDFW Representative") in writing at
least three (3) business days prior to commencement of work. The Permittee shall also notify the
CDFW Representative in writing at least forty-eight (48) hours in advance of any change in the project
schedule or prior to cessation of work.
Alys Arenas, CDFW Reserve Manager
600 Shellmaker Rd., Newport Beach, CA 92660
(949) 402-4339
alys.arenas@wildlife.ca.gov
15. Limits of Work: In no event shall this Permit authorize work in excess of, contrary to, or that varies
from the Project designs or the terms and conditions of any regulatory agency permit or approval or
any other Project documents, approved by State. Under no circumstances, whether or not permitted
or authorized by any regulatory agency permit or approval, shall work exceed that which is reasonably
necessary to carry out the purpose of the Project or extend beyond the Project boundaries as depicted
in Exhibit A. The State has issued this Permit in its capacity as the owner of the Property. Nothing in
this Permit constitutes regulatory approval of the Project by the State or CDFW.
16. Special Hazards: Reserved.
17. Public Safety: Permittee shall erect orange plastic temporary construction fencing prior to
commencement of work to prohibit public access to the construction zone, if applicable. Permittee
shall remove such fencing within two (2) days of the completion of work. Permittee shall, or shall cause
its contractors or subcontractors to take any and all other necessary and reasonable steps to protect
the public from harm due to Project activities.
18. Compliance with Monitoring and Mitigation Measures: Natural resource monitoring and mitigation
measures shall be completed in consultation with and to the satisfaction of the CDFW Representative
by applicable dates stated in the permit, approval, or other Project document under which the measure
is required, if applicable.
Activities conducted on the Property authorized by this Permit will comply with all state and federal
laws, including but not limited to the California Endangered Species Act (Fish and Game Code section
2808, et seq.), Fish and Game Code section 1600, et seq., CEQA. Unless otherwise authorized by
this Permit, all activities conducted on the Property will comply with applicable Wildlife Area Regulations
set forth in Chapter 8 (commencing with Section 550) of Subdivision 2 of Division 1 of Title 14, California
5of9
13-23
Code of Regulations, or Ecological Reserve Regulations set forth in Chapter 11 (commencing with
section 630) of Subdivision 2 of Division 1 of Title 14, California Code of Regulations, as applicable.
State will advise Permittee if any new special status species, threatened/endangered species
protocols, or other resource issues are identified on the Property. Permittee shall consult with the State
to determine the appropriate level of avoidance/mitigation necessary to protect the resource(s) during
future work.
19. Restoration of Property: Permittee shall be responsible for restoration, repair, and revegetation of
the Property as specified in the Project Designs in consultation with, and to the satisfaction of, the
CDFW Representative, unless otherwise specified, no later than 180 days after completion of the
Project. These obligations shall survive the expiration or termination of this Permit.
20. Right to Halt Work: The State reserves the right to halt work and require Permittee to carry out
restoration, repair, and mitigation measures at any time, with or without prior notice to Permittee, in the
event the State determines that any provision contained herein is violated, or any other threat to the
Property or its resources, or the health and safety of any person(s) on the Property arises.
21. Use Restrictions: The use of the Property by Permittee and/or Permittee's Parties shall be restricted
to the daytime hours between sunrise and sunset on a day-by-day basis, unless otherwise approved
in advance in writing by State.
Activities on the Property shall be conducted only in a manner consistent with this Permit that will not
interfere with the orderly operation of the Property. Permittee agrees to prohibit any disorderly conduct
and/or contraband. Contraband includes, but is not limited to: beer, alcoholic beverages, marijuana,
illegal and illicit drugs, firearms, explosives, and weapons.
Use of specified roads and trails (as identified on Exhibit A) by any motorized vehicle (including but not
limited to motorcycle, car, truck, jeep, tractor, or all -terrain vehicle) shall be limited to only the Permittee
and Permittee's Parties for patrol, maintenance or repair purposes only and shall be subject to all other
conditions and/or restrictions of this Permit.
Permittee shall not use or allow the Property to be used, either in whole or in part, for any purpose
other than as herein set forth, without the prior written consent of CDFW.
22. State's Right to Enter: At all times during the term of this Permit, there shall be and is hereby
expressly reserved to State and to any of its agencies, contractors, agents, employees, representatives
or licensees, the right at any and all times, and any and all places, to enter upon said Property to
survey, inspect, or perform any other lawful State purposes.
Permittee agrees to not interfere with State's right to enter.
23. Protection of Property: Permittee shall protect the Property, including all improvements and the
natural resources thereon, at all times at Permittee's sole cost and expense, and Permittee shall strictly
adhere to the following restrictions:
(a) Permittee may not place or dump garbage, trash or refuse anywhere upon or within the
Property, except in self-contained trash receptacles that are maintained to State's satisfaction by
Permittee.
(b) Permittee may not commit or create, or suffer to be committed or created, any waste, hazardous
condition and/or nuisance to occur upon the Property.
6of9
13-24
(c) Other than as required by the Project, Permittee may not cut, prune or remove any native trees
or brush upon the Property, except for routine fire protection, trail clearing, maintenance or the
elimination of safety hazards, without first obtaining written permission from the CDFW
Representative.
(d) Other than as required by the Project, Permittee may not disturb, move or remove any rocks
or boulders upon the Property except for routine fire protection, trail clearing, maintenance or the
elimination of safety hazards, without first obtaining written permission from the CDFW
Representative.
(e) Other than as required by the Project, Permittee may not grade or regrade, or alter in any way,
the ground surface of the Property, without first obtaining written permission from the CDFW
Representative.
(f) Permittee may not bait, poison, trap, hunt or engage in any other activity which results in the
killing, maiming or injury of animals or wildlife upon the Property, without first obtaining written
permission from the CDFW Representative.
(g) Permittee shall not generate, use, store, release, or dispose of Hazardous Materials on the
Property, or authorize or permit any of the same by any third party.
(h) Permittee shall exercise due diligence in the protection of the Property against damage or
destruction by fire, vandalism or other cause.
24. Default: In the event of a default or breach by Permittee of any of the terms or conditions set forth in
this Permit, State may at any time thereafter, without limiting State in the exercise of any right or remedy
at law or in equity which State may have by reason of such default or breach:
(a) Maintain this Permit in full force and effect and recover the consideration, if any and other
monetary charges as they become due, without terminating Permittee's right to use of the State
Property, irrespective of whether Permittee shall have abandoned the Property.
(b) Terminate this Permit whereupon Permittee shall immediately vacate and surrender possession
of the Property to State. In such event, State shall be entitled to recover from Permittee all damages
incurred by State by reason of Permittee's default including, but not limited to, the following:
(i) any amount necessary to compensate State for all the detriment proximately caused by
Permittee's failure to perform its obligations under this Permit or which in the ordinary course
of events would be likely to result therefrom; plus
(ii) at State's election, such other amounts in addition to or in lieu of the foregoing as may be
permitted from time to time by applicable law. Upon termination of this Permit, State shall have
the right to make any reasonable repairs, alterations, restoration, or modifications to the
Property, which State, in its sole discretion, deems reasonable and necessary for the State's
use of the Property.
25. State's Right to Cure Permittee's Default: At any time, after Permittee is in default or material breach
of this Permit, State may, but is not required to, cure such default or breach at Permittee's cost. If State
at any time, by reason of such default or breach, pays any sum or does any act that requires the
payment of any sum, the sum paid by State shall be due immediately from Permittee to State at the
time the sum is paid by State, and if received from Permittee at a late date shall bear the maximum
interest allowed by California law from the date the sum is paid by State until State receives payment
from Permittee.
7of9
13-25
26. Revocation of Permit: State shall have the absolute right to revoke this Permit for any reason upon
ten (10) days written notice to Permittee. Written notice to Permittee may be accomplished by
electronic or facsimile transmission, and the notice period set forth in this paragraph shall begin on the
date of the written notice. If Permittee is in breach of the Permit or owes money to the State pursuant
to this Permit, any prepaid monies paid by Permittee to State shall be held and applied by the State as
an offset toward damages and/or amounts owed. Nothing stated herein shall limit the State's exercise
of its legal and equitable remedies. All written notices to Permittee shall be sent to the following
address:
Public Works Director
City of Newport Beach
100 Civic Center Drive,
Newport Beach, CA 92658
27. Recovery of Legal Fees: If any action is brought by either party to enforce or interpret any provision
of this Permit or to restrain the breach of any agreement contained herein, or for the recovery of
possession of the Property, or to protect any rights given, the prevailing party shall not be entitled to
attorneys' fees..
28. Voluntary Execution and Independence of Counsel: By their respective signatures below each
party hereto affirms that they have read and understood this Permit and have received independent
counsel and advice from their attorneys with respect to the advisability of executing this Permit.
29. Reliance on Investigations: Permittee accepts this Permit, and the Property to which it pertains, in
its as -is condition and has made such investigation of the facts pertaining to this Permit and all the
matters pertaining thereto as Permittee deems necessary.
30. Entire Agreement: The parties further declare and represent that no inducement, promise or
agreement not herein expressed has been made to them and this Permit contains the entire agreement
of the parties, and that the terms of this agreement are contractual and not a mere recital.
31. Warranty of Authority: The undersigned each hereby represents that he or she has the authority to,
and by signing this Permit does, bind the person or entity on whose behalf and for whom they are
signing this Permit and the attendant documents provided for herein, and this Permit and said additional
documents are, accordingly, binding on and enforceable against said person or entity.
32. Assignment: This Permit shall not, nor shall any interest herein, be assigned, mortgaged,
hypothecated, or transferred by Permittee, whether voluntary or involuntary or by operation of law, nor
shall Permittee let or sublet or grant any license of permit with respect to the use and occupancy of the
Property or any portion thereof, without the prior written consent of State.
33. Choice of Law: This Permit will be governed and construed by the laws of the State of California
8of9
13-26
IN WITNESS WHEREOF, the undersigned have executed this Permit effective as of the date first set forth
above.
STATE OF CALIFORNIA
Erinn Wilson-Olgrin
Regional Manager
South Coast Region
California Department of Fish and Wildlife
CITY OF NEWPORT BEACH
Grace K. Leung
City Manager
City of Newport Beach, a California municipal corporation:
Approved as to Form:
Aaron C. Harp
City Attorney
Attest:
Leilani I. Brown
City Clerk
9of9
13-27
1 2 3 4 5 6 T 1 8 9 10 11 12 13
_ o W. date I by I ckd I descnpfion
Exhibit A -Attachment 2 / Q 7o Q ° \ A 225/22 JL DP 30%DESIGN
Project Map fi fi 8 12122 JL DP S.1116
0 % DESIGN
0 C 1 3/8/24 1 JL I DP 90% DESIGN
c
PROJECT BOUNDARY\ o A
EX. TIDAL CHANNEL
\ CCCLM
0 �
r
qEX. BOX CULVERT � �
B
HABRAT
DESCRIPTION
TYPE
HABITAT
COLOR
ELEVATION R
(FEET NAVD)
AREA (AC)
( )
MUDFLAT
RESTORATION
-0.2-2.7
0.34
LOW MARSH
RESTORATION
2.7 - 3.8
0.20
MID MARSH
RESTORATION
3.8-5.4
0.76
HIGH MARSH
RESTORATION
5.4-6.3
1.79
ALKALI MEADOW
RESTORATION
WA
2.24
0.77
ENHANCEMENT
MULEFAT SCRUB
RESTORATION
ENHANCEMENT
N/A
1.31
0.04
0.30
VEGETATED SOIL LIFT
WILLOW SCRUB
RESTORATION
N/A
2.04
0.38
0.22
ENHANCEMENT
VEGETATED SOIL LIFT
COASTAL SAGE
RESTORATION
WA
4.28
0.99
ENHANCEMENT
TRAILS
N/A
N/A
1.12
W' \ o
� EXISTIN` GTRAIL�✓ p°
O
C
1 \ D
3 / ` CONCRETE
ARIZONACROSSING'
SHADE TREE PLANTING LEGEND ��il
EX. PEDESTRIAN•
• SAMBUCUS MEXICANUS (BLUE ELDERBERRY) BRIDGE _
R o
0 MALOSMALAURINA(LAURELSUMAC)
G RHUS INTEGRIFOLIA(LEMONADE BERRY) / 0 +° �• �� ° - PRELIMINARY - NOT F
J (�
SALIX LASIOLEPSIS(ARROYO WILLOW) ' a�•� ° )l e O FOR CONSTRUCTION
PROJECT
Q o BOUNDARY BURNS
9 I o a .B o `MSDONNELL
o
- V ROAD 0 0 4225 Execut ve M Suite #500
EXISTING PARKING AREA / _ La Jolla CA 92037
I
/ /) � EXISTING ROAD p p � o � o O 868 320 2920 G
y\
PROJECT BOUNDARY ° 0 �, �a✓ V O 0 �qo O e G tletail
/� I I/ ®=� ✓ _ ` @ �e ^ ° MARCH 2024 G MATHIASON
V l '✓/' / - o \1J� designed checked
JLEE D POHL
ewPon 9aY H
NEWPORT BEACH,
ANYON NATURE CALIFORNIA PARK BIG C
PHASE 3 RESTORATION
REVEGETATION PLAN °p0G s�,�
�s�\oa� REVEGETATIONPLAN
NORTH ?B Protect contact
°� 133465 --
scuaIN s 7 drawing rev
�oFCFtfo"= CI104 — C
March 6, 2024 sheet 16 0 27 sheets
file 133465C1104.DWG
ZACLIENTS\ENS\NPBEACHCA\133465_BIGCYN-PH3\DESIGN\CARD\DWGS\133465CI104.DWG,3/6/2024 3:20 PM,lee, Joshua I Qosh).
13-28
California Department of Fish and Wildlife Agreement Number: P2450008
Exhibit B — Budget Detail and Payment Provisions City of Newport Beach:
(CDFW EXB Revised 04/2019) Page 1 of 1
1. INVOICING AND PAYMENT
This is a zero -dollar ($0.00) contract. The City of Newport Beach, herein after referred to as
City has agreed to perform the services described in the Scope of Work at no expense to
CDFW. City will be reimbursed in accordance with the terms of the Grant administered by
the Conservancy. Because this is a no -cost contract, there will be neither invoicing nor
payment between the Parties. City will not submit invoices to CDFW, and the City
understands that there will be no payment from CDFW for any goods or services.
Notwithstanding the forgoing, in the unlikely event that project costs exceed, or are
anticipated to exceed, the amount of available grant funding and contingencies, the parties
agree to meet in good faith to decide whether and how to proceed, if at all, with respect to
funding the Project.
2. CONTRACT WRITTEN PRIOR TO APPROVAL OF THE BUDGET ACT
A. It is mutually understood between the parties that this Agreement may have been
written prior to approval of the Budget Act for the mutual benefit of both parties in
order to avoid program and fiscal delays.
B. This Agreement is valid and enforceable only if sufficient funds are made available by
the Budget Act for the Fiscal Year(s) involved for the purposes of this program. In
addition, this Agreement is subject to any additional restrictions, limitations, or
conditions enacted by the Legislature and contained in the Budget Bill or any statute
enacted by the Legislature which may affect the provisions, terms, or funding of this
Agreement in any manner.
C. It is mutually agreed that if the Budget Act of the current year and/or any subsequent
years covered under this Agreement does not appropriate sufficient funds for the
program, this Agreement shall be of no further force and effect. In this event, the
State shall have no liability to pay any funds whatsoever to the Contractor or to furnish
any other considerations under this Agreement and the Contractor shall not be
obligated to perform any additional provisions of this Agreement.
D. If funding for any fiscal year is reduced or deleted by the Budget Act for purposes of
this program, the State shall have the option to either cancel this Agreement with no
liability occurring to the State, or offer an agreement amendment to the Contractor to
reflect the reduced amount.
3. PROMPT PAYMENT CLAUSE
Payment will be made in accordance with, and within the time specified in Government
Code Chapter 4.5, commencing with Section 927.
13-29
Modified General Terms and Conditions (GTC
02/2025)
EXHIBIT C
APPROVAL: This Agreement is of no force or effect until signed by both parties
and approved by the Department of General Services, if required. City may not
commence performance until such approval has been obtained.
2. AMENDMENT: No amendment or variation of the terms of this Agreement shall be
valid unless made in writing, signed by the parties and approved as required. No
oral understanding or Agreement not incorporated in the Agreement is binding on
any of the parties.
3. ASSIGNMENT: This Agreement is not assignable by the City, either in whole
or in part, without the consent of the State in the form of a formal written
amendment.
4. AUDIT: City agrees that the awarding department, the Department of General
Services, the Bureau of State Audits, or their designated representative shall have the
right to review and to copy any records and supporting documentation pertaining to
the performance of this Agreement. City agrees to maintain such records forpossible
audit for a minimum of three (3) years after final payment, unless a longer period of
records retention is stipulated. City agrees to allow the auditor(s) access to such
records during normal business hours and to allow interviews of any employees who
might reasonably have information related to such records. Further, City agrees to
include a similar right of the State to audit records and interviewstaff in any
subcontract related to performance of this Agreement. (Gov. Code §8546.7, Pub.
Contract Code §10115 et seq., CCR Title 2, Section 1896).
5. INDEMNIFICATION: City agrees to indemnify, defend and save harmless the State, its
officers, agents and employees from any and all claims and losses accruing or
resulting to any and all contractors, subcontractors, suppliers, laborers, and any other
person, firm or corporation furnishing or supplying work services, materials, or
supplies in connection with the performance of this Agreement, and from any and all
claims and losses, made during the performance of the Project by any person, firm or
corporation who may beinjured or damaged by City in the performance of this
Agreement.
Upon completion of performance of the Project and thereafter, State agrees to
indemnify, defend and save harmless the City, its officers, agents and employees
from any and all claims and losses accruing or resulting to any person, firm or
corporation who may be injured or damaged by or as a result of the Project, except to
the extent of the gross negligence or willful misconduct of City. The foregoing does
not include State claims against the City's contractors, subcontractors, suppliers,
laborers, and any other person, firm or corporation arising out of the furnishing or
supplying work services, materials, or supplies in the performance of the Project.
13-30
6. DISPUTES: City may continue with the responsibilities under thisAgreement during any
dispute.
7. TERMINATION FOR CAUSE: The State may terminate this Agreement and be
relieved of any payments should the City fail to perform the requirements of this
Agreement at the time and in the manner herein provided. In the event of such
termination the State may proceed with the work in any manner deemed proper by
the State. All costs to the State shall be deducted from any sum due the Cityunder
this Agreement and the balance, if any, shall be paid to the City upon demand.
8. INDEPENDENT CONTRACTOR: City, and the agents and employees of
Contractor City, in the performance of this Agreement, shall act in an
independent capacity and not as officers or employees or agents of the State.
9. RECYCLING CERTIFICATION: The City shall certify in writing under penalty of
perjury, the minimum, if not exact, percentage of post -consumer material as defined
in the Public Contract Code Section 12200, in products, materials, goods, orsupplies
offered or sold to the State regardless of whether the product meets the requirements
of Public Contract Code Section 12209. With respect to printer or duplication
cartridges that comply with the requirements of Section 12156(e), the certification
required by this subdivision shall specify that the cartridges so comply (Pub. Contract
Code §12205).
10. NON-DISCRIMINATION CLAUSE: During the performance of this Agreement, City
and its subcontractors shall not deny the contract's benefits to any personon the basis
of race, religious creed, color, national origin, ancestry, physical disability, mental
disability, medical condition, genetic information, marital status, sex, gender, gender
identity, gender expression, age, sexual orientation, or military and veteran status, nor
shall they discriminate unlawfully against any employee or applicant for employment
because of race, religious creed, color, national origin, ancestry, physical disability,
mental disability, medical condition, genetic information, marital status, sex, gender,
gender identity, gender expression, age, sexual orientation, or military and veteran
status. City shall ensure that the evaluation and treatment of employees and
applicants for employment are free of such discrimination. City and subcontractors
shall comply with the provisions of the Fair Employment and Housing Act (Gov. Code
§12900 et seq.), the regulations promulgated thereunder (Cal. Code Regs., tit. 2,
§11000 et seq.), the provisions of Article 9.5, Chapter 1, Part 1, Division 3, Title 2 of
the Government Code (Gov. Code §§11135-11139.5), and the regulations or
standards adopted by the awarding state agency to implement such article. City shall
permit access by representativesof the Department of Fair Employment and Housing
and the awarding state agency upon reasonable notice at any time during the normal
business hours, but in no caseless than 24 hours' notice, to such of its books, records,
accounts, and all other sources of information and its facilities as said Department or
Agency shall require toascertain compliance with this clause. City and its
subcontractors shall give written notice of their obligations under this clause to labor
organizations with which they have a collective bargaining or other agreement. (See
Cal. Code Regs., tit. 2, §11105.)
City shall include the nondiscrimination and compliance provisions of thisclause
in all subcontracts to perform work under the Agreement.
13-31
11. CERTIFICATION CLAUSES: The CONTRACTOR CERTIFICATION CLAUSES
contained in the document CCC 04/2017 are hereby incorporated by reference
and made a part of this Agreement by this reference as if attached hereto, and are
to be completed by the contractor awarded the Project by the City.
12. TIMELINESS: Time is of the essence in this Agreement.
13. COMPENSATION: The consideration to be paid City, as provided herein,shall be in
compensation for all of City's expenses incurred in the performance hereof, including
travel, per diem, and taxes, unless otherwise expressly so provided.
14. GOVERNING LAW: This contract is governed by and shall be interpreted in
accordance with the laws of the State of California, and any dispute brought
relating to this contract shall be adjudicated in a court of competent jurisdiction
in the County of Orange, State of California.
15. ANTITRUST CLAIMS: The City by signing this agreement hereby certifies that if
these services or goods are obtained by means of a competitive bid, the City shall
comply with the requirements of the Government Codes Sectionsset out below.
a. The Government Code Chapter on Antitrust claims contains the following
definitions:
1) "Public purchase" means a purchase by means of competitive bids of
goods, services, or materials by the State or any of its political subdivisions
or public agencies on whose behalf the Attorney General may bring an
action pursuant to subdivision (c) of Section 16750 of the Business and
Professions Code.
2) "Public purchasing body" means the State or the subdivision or
agency making a public purchase. Government Code Section 4550.
b. In submitting a bid to a public purchasing body, the bidder offers and agrees
that if the bid is accepted, it will assign to the purchasing body all rights, title,
and interest in and to all causes of action it may have under Section 4 of the
Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2
(commencing with Section 16700) of Part 2 of Division 7 of the Business and
Professions Code), arising from purchases of goods, materials, or services by
the bidder for sale to the purchasing body pursuant to the bid. Such
assignment shall be made and become effectiveat the time the purchasing
body tenders final payment to the bidder. Government Code Section 4552.
C. If an awarding body or public purchasing body receives, either through judgment
or settlement, a monetary recovery for a cause of action assignedunder this
chapter, the assignor shall be entitled to receive reimbursement for actual legal
costs incurred and may, upon demand, recover from the public body any portion
of the recovery, including treble damages, attributable to overcharges that were
paid by the assignor but were not paidby the public body as part of the bid price,
less the expenses incurred in obtaining that portion of the recovery. Government
Code Section 4553.
13-32
d. Upon demand in writing by the assignor, the assignee shall, within one yearfrom
such demand, reassign the cause of action assigned under this part if the
assignor has been or may have been injured by the violation of law for which the
cause of action arose and (a) the assignee has not been injured thereby, or (b)
the assignee declines to file a court action for the cause of action. See
Government Code Section 4554.
16. CHILD SUPPORT COMPLIANCE ACT: For any Agreement in excess of $100,000,
the contractor acknowledges in accordance with Public Contract Code7110, that:
a. The contractor recognizes the importance of child and family support
obligations and shall fully comply with all applicable state and federal laws
relating to child and family support enforcement, including, but not limited to,
disclosure of information and compliance with earnings assignment orders, as
provided in Chapter 8 (commencing with section 5200) of Part 5of Division 9 of
the Family Code; and
b. The contractor, to the best of its knowledge is fully complying with the
earnings assignment orders of all employees and is providing the namesof
all new employees to the New Hire Registry maintained by the California
Employment Development Department.
17. UNENFORCEABLE PROVISION: In the event that any provision of this Agreementis
unenforceable or held to be unenforceable, then the parties agree that all other
provisions of this Agreement have force and effect and shall not be affected thereby.
18. PRIORITY HIRING CONSIDERATIONS: If this Contract includes services in excessof
$200,000, the City shall give priority consideration in filling vacancies in positions
funded by the Contract to qualified recipients of aid under Welfare and Institutions
Code Section 11200 in accordance with Pub. Contract Code §10353.
19. SMALL BUSINESS PARTICIPATION AND DVBE PARTICIPATION
REPORTING REQUIREMENTS:
a. If for this Contract City made a commitment to achieve small business
participation, then City must within 60 days of receiving final payment under
this Contract (or within such other time period as maybe specified elsewhere
in this Contract) report to the awarding departmentthe actual percentage of
small business participation that was achieved. (Govt. Code § 14841.)
b. If for this Contract City made a commitment to achieve disabled veteran
business enterprise (DVBE) participation, then City must within 60 days of
receiving final payment under this Contract (or within such other time period as
may be specified elsewhere in this Contract) certify in a report to the awarding
department: (1) the total amount the prime City received under the Contract; (2)
the name and address ofthe DVBE(s) that participated in the performance of
the Contract; (3) the amount each DVBE received from the prime City; (4) that
all payments under the Contract have been made to the DVBE; and (5) the
actual percentage of DVBE participation that was achieved. A person or entity
that knowingly provides false information shall be subject to a civil penalty for
each violation. (Mil. & Vets. Code § 999.5(d); Govt. Code § 14841.)
13-33
20. LOSS LEADER: If this contract involves the furnishing of equipment, materials, or
supplies then the following statement is incorporated: It is unlawful for any person
engaged in business within this state to sell or use any article or product as a "loss
leader" as defined in Section 17030 of the Business and Professions Code. (PCC
10344(e).)
21. GENERATIVE Al DISCLOSURE OBLIGATIONS:
a. The following terms are in addition to the defined terms and shall apply to
the Contract:
1) "Generative Al (GenAl)" means an artificial intelligence system that can
generate derived synthetic content, including text, images, video, and
audio that emulates the structure and characteristics of the system's
training data. (Gov. Code § 11549.64.)
b. City shall immediately notify the State in writing if it: (1) intends to provide
GenAl as a deliverable to the State; or (2), intends to utilize GenAl,
including GenAl from third parties, to complete all or a portion of any
deliverable that materially impacts: (i) functionality of a State system, (ii)
risk to the State, or (iii) Contract performance. For avoidance of doubt,
the term "materially impacts" shall have the meaning set forth in State
Administrative Manual (SAM) § 4986.2 Definitions for GenAl.
C. Notification shall be provided to the State designee identified in this
Contract.
d. At the direction of the State, City shall discontinue the provision to the
State of any previously unreported GenAl that results in a material impact
to the functionality of the System, risk to the State, or Contract
performance, as determined by the State.
e. If the use of previously undisclosed GenAl is approved by the State, then
City will update the Deliverable description, and the Parties will amend
the Contract accordingly, which may include incorporating the GenAl
Special Provisions into the Contract, at no additional cost to the State.
f. The State, at its sole discretion, may consider City's failure to disclose or
discontinue the provision or use of GenAl as described above, to
constitute a material breach of Contract when such failure results in a
material impact to the functionality of the System, risk to the State, or
Contract performance. The State is entitled to seek any and all remedies
available to it under law as a result of such breach, including but not
limited to termination of the contract.
13-34
California Department of Fish and Wildlife
Exhibit D — Modified Additional Provisions
(Rev 02/2025)
Page 1 of 9
1. LICENSES AND PERMITS (If Applicable) — The contractor awarded the Project by the City must
be an individual or firm licensed to do business in California and must obtain, at his/her expense,
all licenses and permits required by law for accomplishing any work required in connection with
this Agreement.
For a contractor located within the State of California, a business license from the City/County in
which you are headquartered is necessary; however, for a corporation, a copy of its incorporation
documents/letters from the Secretary of State's Office can be submitted. For a contractor outside
the State of California, it will need to submit to CDFW, a copy of its business license or
incorporation papers for its respective State showing that its company is in good standing in that
State.
In the event any licenses and/or permits expire at any time during the term of this Agreement, City
agrees to provide the California Department of Fish and Wildlife (CDFW) a copy of the renewed
licenses and/or permits within thirty (30) days following the expiration date. In the event the City
fails to keep all required licenses and permits current, the State may, in addition to any other
remedies it may have, terminate this Agreement upon occurrence of such event.
2. RIGHTS IN DATA — The City agrees that all data, plans, drawings, specifications, reports,
computer programs, operating manuals, notes and other written or graphic work produced in the
performance of this Agreement, are subject to the rights of the State as set forth in this section.
The State will have the right to reproduce, publish, and use all such work, or any part thereof, in
any manner and for any purposes whatsoever and to authorize others to do so. If any such work
is copyrightable, the City may copyright the same, except that, as to any work which is copyrighted
by the Contractor, the State reserves a royalty -free, non-exclusive, and irrevocable license to
reproduce, publish, and use such work, or any part thereof, and to authorize others to do so.
3. RIGHT TO TERMINATE — Both parties reserve the right to terminate this agreement subject to 30
days written notice to the other party.
However, the agreement can be immediately terminated for cause. The term "for cause" will mean
that either party fails to meet the terms, conditions, and/or responsibilities of the contract. In this
instance, the contract termination will be effective as of the date indicated on the notification to the
other party.
This agreement may be suspended or cancelled without notice, at the option of the City, if the City
or State's premises or equipment are destroyed by fire or other catastrophe, or so substantially
damaged that it is impractical to continue service.
4. SETTLEMENT OF DISPUTES — Unless otherwise provided in this Agreement, any dispute
concerning a question of fact arising under this Agreement which cannot be resolved informally,
may be decided by the following two (2) step procedure:
a. The City must provide written notice of the particulars of such disputes to the CDFW Contract
Manager or appointed representative. The CDFW Contract Manager must respond, in
writing, within ten (10) working days of receipt of the written notice of dispute.
13-35
California Department of Fish and Wildlife
Exhibit D — Modified Additional Provisions
(Rev 02/2025)
Page 2 of 9
Should the City disagree with the CDFW Contract Manager's decision, the City may appeal
to the second level. Pending the decision on appeal, the City may proceed diligently with the
performance of this Agreement in accordance with the CDFW Contract Manager's decision.
b. The second level appeal must indicate why the CDFW Contract Manager's decision is
unacceptable, attaching it to the City's original statement of the dispute with supporting
documents, and a copy of the CDFW Contract Manager's response. This letter of appeal
must be sent to the California Department of Fish and Wildlife, Deputy Director, or duly
appointed representative. The second level appeal must be filed within fifteen (15) working
days upon receipt of the CDFW Contract Manager's decision. Failure to submit an appeal
within the period specified will constitute a waiver of all such rights to an adjustment of this
Agreement. The Deputy Director, or designee, will meet with the City to review the issues
raised. A written decision signed by the Deputy Director or designee, will be returned to the
City within fifteen (15) working days of the receipt of the appeal. The decision of the Deputy
Director, or designee, will be final.
5. PROPERTY ACQUISITIONS — Property, as used in this section must include:
a. Equipment — Tangible property (including furniture) with a unit cost of $5,000.00 or more,
and a useful life of four (4) years or more. Actual costs include the purchase price plus all
costs to acquire, install and prepare the equipment for its intended use.
b. Furniture — Standard office furnishings including desks, chairs, bookcases, credenzas,
tables, etc., with a unit cost of less than $5,000.00.
C. Portable Assets — Items considered `highly desirable' because of their portability and value,
e.g., calculators, laptops, tablets, mobile phones, flash drives, cameras, and microscopes,
etc. (excludes all hardware, software, data processing systems).
d. Electronic Data Processing (EDP) Equipment —All computerized and auxiliary automated
information handling including system design and analysis, conversion of data, computer
programming, information storage and retrieval, voice, video, and data communications,
requisite system controls, simulation and all related interactions between people and
machines.
The City may purchase property under this Agreement only if specified in Exhibit B titled `Budget
Detail and Payment Provisions'. Any property purchased by the City, with funds provided by CDFW
under this Agreement, will be the property of the State during the customary depreciable life
thereof. The City must promptly report any such purchase to the CDFW Contract Manager. Should
this Agreement be terminated for any reason, or upon expiration and failure to negotiate hereof,
all such property will be returned to the State within the timeframe negotiated between the City
and the State. Prior written authorization by the CDFW Contract Manager will be required before
the City will be reimbursed by CDFW for any property purchases not specified in the Line -Item
Budget. The City will provide to the CDFW Contract Manager, all particulars regarding the
necessity for such property and the reasonableness of the cost.
13-36
California Department of Fish and Wildlife
Exhibit D — Modified Additional Provisions
(Rev 02/2025)
Page 3 of 9
Before property purchases made by the City are reimbursed by CDFW, the City must provide the
following:
1. paid vendor receipts identifying the Agreement number,
2. purchase date,
3. purchase price,
4. description of the item,
5. serial number,
6. model number, and
7. location, including street address where property will
Agreement.
be used during the term of this
Paid receipts must be attached to City's invoices. The City must keep adequate and appropriate
records of all property purchased with Agreement funds and at the time of purchase, and if any
property is purchased with State Funds, prepare a Property Purchased with State Funds report and
submit one (1) copy to the CDFW Contract Manager and one (1) copy must be retained by the City.
CDFW reserves the right, at any time, to evaluate the cost of property and reimburse at an amount
equal to costs reflected in but not limited to Agreements the State Department of General Services,
Procurement Division has negotiated with vendors who supply the same type of property. The City
must tag all acquired assets purchased with State Funds. The purpose of tagging assets is to
designate the assets as belonging to the State.
Upon termination, expiration or failure to negotiate renewal of this Agreement, all property
purchased with State Funds funds must promptly be returned to the State. The City will prepare
an inventory of State Furnished Property report and submit to the State and will at that time query
the CDFW Contract Manager as to the State's requirements, including the manner and method,
in returning said property to the State. Final disposition of such property will be at State expense
in accordance with instructions from the CDFW Contract Manager to be issued immediately after
receipt of the final inventory.
6. LOST, STOLEN or DESTROYED PROPERTY — The City must immediately report the loss, theft,
or destruction to the local law enforcement agency (or the California Highway Patrol (CHP) if the
crime occurs on either state-owned or state leased property) and to the CDFW Contract Manager
and prepare a Property Survey Report.
In the case of stolen property, the City must also complete a CHP Report of Crime on State
Property (STD 99) form and obtain a copy of the law enforcement agency's report to submit to
the CDFW Contract Manager. The City will adjust their property records and retain a copy of the
Property Survey Report as documentation.
Losses of State property due to fraud or embezzlement must be reported in the same manner as
described above. The City will be charged with any loss and damages to State property due to
the City's negligence. The City will, at the request of the State, submit an inventory of property
furnished or purchased under the terms of this Agreement. Such inventory will be required not
more frequently than annually.
7. INCOME RESTRICTIONS — The City agrees that, with the exception of grant funding provided
by the Conservancy, any refunds, rebates, credits, or other amounts (including any interest
13-37
California Department of Fish and Wildlife
Exhibit D - Modified Additional Provisions
(Rev 02/2025)
Page 4 of 9
thereon) accruing to or received by the City under this Agreement will be paid by the City to
CDFW, to the extent that they are properly allocable to costs for which the City has been
reimbursed by CDFW under this Agreement.
8. CONFIDENTIALITY OF DATA - The City must protect from disclosure all information made
available by CDFW. The City will not be required to keep confidential any data or information
which is publicly available, independently developed by the City, lawfully obtained from third
parties, or subject to disclosure pursuant to law. Written consent of CDFW must be obtained prior
to disclosing information that is required to be kept confidential under this Agreement.
9. RESERVED.
10. RESERVED.
11. USE OF SUBCONTRACTOR(S) - If the City desires to accomplish part of the services using one
(1) or more subcontractors, the following conditions must be met:
a. The City must submit any subcontracts to the State for approval prior to starting any of the
work, which approval shall not be unreasonably withheld;
b. The Agreement between the City and the subcontractor must be in writing;
c. The subcontract must include specific language which establishes the rights of the auditors
of the State to examine the records of the subcontractor relative to the services and materials
provided under the Agreement; and
d. Upon termination of any subcontract, the State must be notified immediately, in writing.
Further, any subcontract in excess of $100,000.00 entered into as a result of this Agreement must
contain all applicable provisions stipulated in this Agreement.
The City will be responsible for all work performed under this agreement. The State will not
entertain requests to arbitrate disputes among subcontracts concerning responsibility for
performing any part of the work.
All changes in subcontractual relationship during the term of this agreement must be submitted
to the CDFW Contract Manager in writing within 10 working days of said change.
12. POTENTIAL SUBCONTRACTOR(S) - Nothing contained in this Agreement or otherwise will
create any contractual relation between the State and any subcontractor(s) and no subcontract
will relieve the City of its responsibilities and obligations hereunder. The City agrees to be as fully
responsible to the State for the acts and omissions of its subcontractor(s) and of persons directly
employed or indirectly employed by any of them as it is for the acts and omissions of persons
directly employed by the City. The City's obligation to pay its subcontractor(s) is an independent
obligation from the State's obligation to make payments to the City. As a result, the State will have
no obligation to pay or to enforce the payment of any monies to any subcontractor.
13-38
California Department of Fish and Wildlife
Exhibit D — Modified Additional Provisions
(Rev 02/2025)
Page 5 of 9
13. TRAVEL AND PER DIEM —The City agrees that all travel and per diem paid its employees under
this Agreement will be at rates not to exceed those amounts paid to the non-represented/excluded
State employees. No travel outside the State of California will be reimbursed unless prior written
authorization is obtained from CDFW.
14. NOVATION — If the City proposes any Novation Agreement, CDFW will act upon the proposal
within sixty (60) days after receipt of the written proposal. The State may review and consider
the proposal, consult and negotiate with the City, and accept or reject all or part of the proposal.
Acceptance or rejection may be made orally within the sixty (60) day period and confirm in writing
within five (5) days. No Novation Agreement will become operative or otherwise binding on the
State pursuant to this paragraph in the absence of a formal Novation Agreement amendment
which has been approved in accordance with all applicable State policy, laws, and procedures.
15. INSURANCE — Prior to commencement of the work, the City must furnish CDFW either proof
of self-insurance, or certificate(s) of insurance showing that the required insurance is presently
in effect. City agrees to make complete copies of its applicable insurance policies available to
CDFW upon request. The State will not be responsible for any premiums or assessments on
the policy.
General Provisions Applying to All Policies:
1) Coverage Term — Coverage needs to be in force for the complete term of the contract.
If insurance expires during the term of the contract, a new certificate must be received
by the State at least ten (10) days prior to the expiration of this insurance. Any new
insurance must still comply with the original terms of the contract. The policy's
retroactive date must be shown on the certificate of insurance and must be before the
execution date of the contract or before the start of any contract work.
2) Policy Cancellation / Termination & Notice of Non -Renewal — City must provide the
State within two (2) business days a copy of any notice of Cancellation/Termination or
Non -renewal received by City for any of the required insurance policies. In the event
City or its contractors fails to keep in effect at all times the specified insurance coverage,
the State may, in addition to any other remedies it may have, terminate this Contract
upon the occurrence of such event, subject to the provisions of this Contract.
3) Deductible — City and its contractors, as applicable, shall be responsible for any
deductible or self -insured retention contained within their insurance program.
4) Primary Clause — Any required insurance contained in this contract must be primary,
and not excess or contributory, to any other insurance carried by the State.
5) Insurance Carrier Required Rating — All insurance companies must carry a rating
acceptable to the Office of Risk and Insurance Management. If the City is self -insured
for a portion or all its insurance, review of financial information including a letter of credit
may be required.
13-39
California Department of Fish and Wildlife
Exhibit D — Modified Additional Provisions
(Rev 02/2025)
Page 6 of 9
6) Endorsements — Any required endorsements requested by the State must be
physically attached to all requested certificates of insurance and not substituted
by referring to such coverage on the certificate of insurance. This endorsement
must be supplied under form acceptable to the Office of Risk and Insurance
Management.
In the case of City's utilization of subcontractors to complete the contracted scope of
work, the general contractor awarded the Project by the City must include all of its
subcontractors as insureds under City's insurance or supply evidence of insurance to
the State equal to policies, coverages and limits required by this Agreement.
7) Inadequate Insurance — Inadequate or lack of insurance does not negate the City's
obligations under the contract.
Provider hereby represents and warrants that Provider is currently and will remain, for
the duration of this Agreement at Provider's own expense, insured or self -insured
against:
1) Commercial General Liability — City's general contractor awarded the Project must
maintain general liability on an occurrence form with limits not less than $1,000,000.00
per occurrence for bodily injury and property damage liability combined with a
$2,000,000.00 annual policy aggregate. The policy must include coverage for liabilities
arising out of premises, operations, independent contractors, products, completed
operations, personal & advertising injury, and liability assumed under an insured
contract. This insurance must apply separately to each insured against whom claim is
made or suit is brought subject to the contractor's limit of liability.
The policy must be endorsed to include the State of California, its officers,
agents, and employees as additional insured, but only with respect to work
performed under the Contract.
2) Automobile Liability — (If applicable per Exhibit A) City's general contractor awarded the
Project must maintain motor vehicle liability with limits not less than $1,000,000.00
combined single limit per accident. Such insurance must cover liability arising out of a
motor vehicle including owned, hired, and non -owned motor vehicles.
The policy must be endorsed to include the State of California, its officers,
agents, and employees as additional insured, but only with respect to work
performed under the Contract.
3) Reserved.
4) Reserved.
5) Reserved.
13-40
California Department of Fish and Wildlife
Exhibit D - Modified Additional Provisions
(Rev 02/2025)
Page 7 of 9
6) Pollution Liability - (If applicable per Exhibit A) City's general contractor awarded the
Project must maintain pollution liability covering the contractor's liability with limits not
less than $1,000,000.00 per incident, and annual aggregate amount of $2,000,000.00
which may include Pesticide/Herbicide Applicator Coverage if applicable, or its
equivalent.
The policy must be endorsed to include the State of California, its officers,
agents, and employees as additional insured, but only with respect to work
performed under the Contract.
7) Reserved.
8) Reserved.
9) Workers Compensation and Employers Liability - City's general contractor awarded the
Project must maintain statutory worker's compensation and employer's liability
coverage for all its employees who will be engaged in the performance of the Contract.
Employer's liability limits of $1,000,000.00 are required.
The waiver of subrogation endorsement is required when work is performed on State
owned or controlled property. The Workers' Compensation policy must be endorsed
with a waiver of subrogation in favor of the State.
When watercraft is/are used in performance of agreement work contractor's workers'
compensation policy must be endorsed to include applicable special coverage
extensions where applicable.
16. COMPUTER SOFTWARE (IT SERVICES) - The City certifies that it has appropriate systems and
controls in place to ensure that State funds will not be used in the performance of this Agreement
for the acquisition, operation, or maintenance of computer software in violation of copyright laws.
17. TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT
Recipients of a federal contract, grant or other federal funds are prohibited to procure/obtain,
and extend, re -new and/or enter into a new contract to procure equipment, services or systems
that uses covered telecommunications equipment or services as a substantial or essential
component of any system or as critical technology as part of any system. Covered
telecommunications equipment is equipment produced by Huawei Technologies Company or
ZTE Corporation (or any subsidiary of affiliate of such entities). For the purpose of public safety,
security of government facilities, physical surveillance of critical infrastructure and other nation
security purposes, video surveillance and telecommunications equipment produced by Hytera
Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahura
Technology Company (or any subsidiary or affiliate of such entities) is prohibited. 2 CFR 200.216.
18. INSPECTION - The State, through any authorized representatives, has the right at all reasonable
times to inspect or otherwise evaluate the work performed or being performed hereunder including
subcontract supported activities and the premises in which it is being performed. If any inspection
or evaluation is made by the State of the premises of the City or a subcontractor, the City must
provide and require their subcontractor(s) to provide all reasonable facilities and assistance for the
13-41
California Department of Fish and Wildlife
Exhibit D - Modified Additional Provisions
(Rev 02/2025)
Page 8 of 9
safety and convenience of the State representatives in the performance of their duties. All
inspections and evaluations must be performed in such a manner as will not unduly delay the work.
19. FORCE MAJEURE - Neither party will be liable to the other for any delay in or failure of
performance, nor will any such delay in or failure of performance constitute default, if such delay
or failure is caused by 'Force Majeure'. As used in this section, 'Force Majeure' is defined as
follows: Acts of war, acts of God such as earthquakes, floods, and other natural disasters such
that performance is impossible.
20. FORCED, CONVICT AND INDENTURED LABOR - No foreign -made equipment, materials, or
supplies furnished to the State pursuant to this Agreement may be produced in whole or in part by
forced labor, convict labor, or indentured labor. By submitting a bid to the State or accepting a
purchase order, the City agrees to comply with this provision of the Agreement. This requirement
does not apply to public works (construction) Agreements.
21. CONTRACT STAFF REQUIREMENTS - The City represents that it has or will secure at its own
expense, all staff required to perform the services described in this Agreement. Such personnel
must not be employees of or have any contractual relationship with the California State Department
of Fish and Wildlife or any other governmental entity.
22. EVALUATION OF CONTRACTOR (CONSULTANT AGREEMENTS ONLY) -Performance of the
City, under this Agreement, will be evaluated. The evaluation must be prepared on a
Contract/Contractor Evaluation Sheet (STD 4) and maintained in the Agreement file.
If the City did not satisfactorily perform the work or service, a copy of the negative evaluation form
will be submitted to the City and the Department of General Services, Legal Division, within fifteen
(15) days of the completion of the evaluation. The City will have thirty (30) days to prepare and
send statements defending its performance under the Agreement. The evaluation of the City will
not be a public record.
23. REQUIREMENTS FOR LEGAL AGREEMENTS ONLY - In accordance with Public Contract
Code § 10353.5, the City must:
❖ Agree to adhere to legal costs and billing guidelines designated by the State;
❖ Adhere to litigation plans designated by the State;
❖ Adhere to case phasing of activities designated by the State;
❖ Submit and adhere to legal budgets as designated by the State;
Maintain legal malpractice insurance in an amount not less than the amount designated by
••• the State;
Submit to legal bills legal bill audits and law firm audits if requested by the State or by any
legal cost control providers retained by the State for this purpose; and
❖ Submit to a legal cost and utilization review, as determined by the State.
24. EXECUTIVE ORDER N-6-22 - RUSSIA SANCTIONS - On March 4, 2022, Governor Gavin
Newsom issued Executive Order N-6-22 (the EO) regarding Economic Sanctions against Russia
and Russian entities and individuals. "Economic Sanctions" refers to sanctions imposed by the
13-42
California Department of Fish and Wildlife
Exhibit D — Modified Additional Provisions
(Rev 02/2025)
Page 9 of 9
U.S. government in response to Russia's actions in Ukraine, as well as any sanctions imposed
under state law. The EO directs state agencies to terminate contracts with, and to refrain from
entering any new contracts with, individuals or entities that are determined to be a target of
Economic Sanctions. Accordingly, should the State determine City is a target of Economic
Sanctions or is conducting prohibited transactions with sanctioned individuals or entities, that shall
be grounds for termination of this agreement. The State shall provide City advance written notice
of such termination, allowing City at least 30 calendar days to provide a written response.
Termination shall be at the sole discretion of the State.
13-43
ATTACHMENT C
AGREEMENT BETWEEN THE CITY OF NEWPORT BEACH
AND NEWPORT BAY NATURALISTS AND FRIENDS
DBA NEWPORT BAY CONSERVANCY
TO DELINEATE RESPONSIBILITIES AND DESIGNATE FUNDING FOR PHASE3
RESTORATION WORK IN BIG CANYON
THIS AGREEMENT ("Agreement") is made and entered into as of this day of
, 2025 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a
California municipal corporation and charter city ("City"), and NEWPORT BAY
NATURALISTS AND FRIENDS, a California non-profit public benefit corporation doing
business as ("DBA") NEWPORT BAY CONSERVANCY ("NBC"), with the foregoing
referred to herein in the singular as "Party" and collectively as "Parties," 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 the City.
B. Big Canyon between Jamboree Road and Back Bay Drive consists of the Big
Canyon Nature Park owned by the City of Newport Beach as well as a freshwater
lake area owned by California Department of Fish and Wildlife ("CDFW').
C. City is the owner of real property commonly known as the Big Canyon Nature Park,
located in Sections 24 and 25 of Township 6 South, Range 10 West of the Newport
Beach 7.5 minute U.S. Geological Survey (USGS) topographic quadrangle within
the lowest subwatershed of the Big Canyon Watershed situated west of Jamboree
Road and along Back Bay Drive as depicted on Exhibit A attached hereto and
incorporated herein by reference.
D. CDFW is the owner of a freshwater lake located to the east and upstream of Back
Bay Drive within Big Canyon, as depicted on Exhibit A.
E. The City and NBC have been working together since 2016 on a plan to restore Big
Canyon Nature Park due to it becoming heavily vegetated with invasive trees,
notably the Brazilian Pepper Tree, and a tulle -chocked freshwater lake that is now
a large mosquito breeding area and a sink for pollutants, especially selenium. The
six acre Phase 1 of the restoration was completed in July 2017. The eleven acre
Phase 2 was completed in July 2021. The proposed fourteen acre Phase 3 project
is located west of Phase 2 and east of Back Bay Drive.
F. NBC is the recipient of three grants to fund, in part, the design and implementation
of construction for Phase 3 of the restoration project: (1) State Coastal
Conservancy in the amount of $1,575,409.00-1 (2) Ocean Protection Council in the
amount of $2,684,675.00-1 and (3) to be finalized in August of 2025, Wildlife
Conservation Board expected in the amount of $3,241,000 (collectively, "Grants").
13-44
G. The Grants provide NBC with funds for Phase 3 of the restoration project including
preparation of final construction documents and the implementation of restoration
of fourteen acres of coastal sage upland, riparian, and freshwater and saltwater
marsh habitats within and adjacent to the area owned by CDFW ("Project").
H. The Project includes but is not limited to: restoring Big Canyon Creek; creating or
restoring fourteen acres with native vegetation; recreating an estuary in Big
Canyon by removing bay spoils stockpiled in the canyon in the 1960's; providing
pristine habitat for endangered or sensitive bird, fish, and plant species; reducing
the selenium hazard in the canyon; removing a large mosquito breeding area;
removing an infestation of the Polyphagous Shothole Borer; providing for coastal
habitat adaptation to sea level rise; and, significantly enhancing the educational
opportunities for a popular destination for school classes around the county.
City will provide upfront interim funding to proceed with the Project, and upon
receipt of the funding from the Grants, NBC will reimburse the City for the interim
funding as specified in this Agreement. NBC will also utilize a portion of the Grant
funds for other activities such as monitoring and maintenance.
NOW, THEREFORE, it is mutually agreed by and between the undersigned
Parties as follows:
ARTICLE 1. ELEMENTS OF AGREEMENT
The Parties will work cooperatively together so that the Project may be completed
in a manner so as to minimize costs and impacts to the public. The specific terms and
conditions governing the elements of this Agreement are set forth hereinafter.
ARTICLE 2. RESPONSIBILITIES OF NBC
2.1 NBC shall administer the provisions of the Grants, including but not
limited to Project reporting and data management. NBC will provide copies of all Grants
and permits to the City.
2.2 NBC shall be responsible to ensure all authorization is obtained from
CDFW for the City to access the CDFW property and perform the Project, and for
obtaining all resource and regulatory agency permits, paying all permit fees, and
ensuring all permit and Grants requirements are incorporated into the construction
documents.
2.3 NBC will process all invoices received from the City for work satisfactorily
performed by a contractor or consultant and other reimbursable Project related charges
and services pursuant to the terms of the Grants and submit such invoices for
reimbursement to the Grants funding agencies within thirty (30) days and in
accordance with the provisions of the Grants. NBC shall send the reimbursement funds
to the City within thirty (30) days of receipt of funding through the Grants.
Newport Bay Naturalists and Friends DBA Newport Bay Conservancy, Big Canyon, Phase 3 Page 2
13-45
2.4 NBC shall ensure the Grants funding includes reimbursement for all fees
for consultant provided construction support services including hiring the design
Engineer of Record. Construction support services include, but are not limited to:
preparing construction document packages to be uploaded into PlanetBids; reviewing
and answering questions posed by contractors during the bid period; reviewing
qualifications of low -bidders, preparing for and running pre -construction meetings;
reviewing contractor submittals and requests -for -information; and attending site visits
to the construction site when requested by the City or the Project construction
manager.
2.5 NBC will provide funding to hire a project management team that will
provide the day-to-day oversight over the construction contractor. The contracted
construction management team will report to the City.
2.6 During Project implementation, NBC shall be responsible for all cultural
and biological monitoring including hiring and paying consultants and monitors as may
be required.
2.7 After Project completion, NBC is responsible for irrigation and site
maintenance and monitoring as may be required. As stated in Section 3.10 of this
Agreement, during the second through fifth year after Project completion (excluding
the first year), City agrees to contribute up to twenty percent (20%) of these
maintenance and monitoring costs, in an amount not to exceed fifty thousand dollars
($50,000) per year.
2.8 NBC staff shall attend construction meetings when requested by City or
the Project construction manager.
2.9 NBC will perform close-out of funding for the Grants and permit
applications.
ARTICLE 3. RESPONSIBILITIES OF CITY
3.1 City will hire construction contractor(s) for the Project following public bid
and contract procedures. City, in its sole discretion and for any reason, shall have the
right to reject any bids for the implementation of the Project.
3.2 City will contract with a construction management company to manage
and inspect the Project per the approved construction documents, permits, established
budget and Project schedule. City will pay the construction manager invoices. City shall
submit paid invoices to NBC for reimbursement within thirty (30) days of paying the
invoice. NBC shall send the reimbursement funds to the City within thirty (30) days of
receipt of funding through the Grants.
3.3 City will contract with a geotechnical engineer and a surveyor to assist
City's project manager in the implementation of the Project. City will pay the
Newport Bay Naturalists and Friends DBA Newport Bay Conservancy, Big Canyon, Phase 3 Page 3
13-46
geotechnical engineer and surveyor invoices. City shall submit paid invoices to NBC
for reimbursement.
3.4 City will conduct the construction activities in accordance with industry
standards and including any repairs of property damaged during construction.
3.5 City will review all change order requests with NBC and obtain written
authorization from NBC, which shall not be unreasonably withheld, before directing a
contractor to perform work under a change order. NBC acknowledges that costs for
change order work is often time -sensitive and its timely review and responses to City
are required in order to avoid additional costs.
3.6 The City shall require that all contractors provide insurance coverage with
NBC and the Grants funding agencies named as additionally insured entities.
3.7 City agrees to review with NBC all invoices from the contractors. NBC's
approval of invoices shall not be unreasonably withheld. City will forward copies of paid
invoices to NBC for reimbursement.
3.8 City agrees to provide information that is in the custody or control of the
City to NBC as needed to meet the reporting requirements of the Grants.
3.9 City will not charge NBC for time spent by City staff administering the
Project.
3.10 City agrees to contribute up to twenty percent (20%) of the maintenance
and monitoring costs for the second through fifth year after Project completion
(excluding the first year), in an amount not to exceed fifty thousand dollars ($50,000)
per year. Such funds may also be used by City for any unforeseen and unbillable costs
associated with the Project that may not be covered under the Grants. Notwithstanding
the foregoing, NBC will use best efforts to secure additional grant funding to cover any
unforeseen and unbillable costs not covered under the Grants.
ARTICLE 4. TERM
The term of this Agreement shall commence on the Effective Date and shall
continue for five (5) years after Project completion, or until June 30, 2032, whichever
occurs first, unless terminated earlier as provided herein.
ARTICLE 5. PAYMENT AND REIMBURSEMENT
In accordance with the terms and conditions of this Agreement, the total cost of
the Project shall not exceed Six Million Five Hundred Ninety Four Thousand Dollars
and 00/100 cents ($6,594,000.00). City shall be responsible for making payments on
invoices submitted by contractor(s). Upon City's payment to contractor(s), City shall
Newport Bay Naturalists and Friends DBA Newport Bay Conservancy, Big Canyon, Phase 3 Page 4
13-47
forward copies of invoices to NBC, and NBC shall submit such invoices within thirty (30)
days to the Grants funding agencies for reimbursement in accordance with the Grants.
Upon NBC's receipt of the reimbursements, NBC shall provide such reimbursements to
City within thirty (30) days. NBC shall not unreasonably delay providing City with
reimbursements for the Project.
ARTICLE 6. LICENSE
6.1 For the duration of this Agreement, City hereby grants a revocable, non-
exclusive license to NBC, including its agents, contractors, subcontractors, and
consultants when acting on behalf of NBC, to enter upon, over and under and temporarily
occupy those portions of City property in Big Canyon necessary to carry out the Project
in accordance with the terms and conditions of the Grants and this Agreement ("License").
6.2 The License includes posting of signs, subject to approval of the City, as
reasonably necessary or required to notify the public of the work, for safety purposes, as
required by the terms of the Grants, or other such lawful purpose.
6.3 No grant of an easement or other interest in land is intended by the License
or this Agreement.
6.4 Nothing herein shall be construed to give NBC any right to hold over or to
continue possession of after the expiration or termination of this Agreement.
6.5 NBC shall keep the City reasonably informed of its use of the licensed area,
and shall submit its work schedule, including intended days and hours of operation, to the
City for approval, which approval shall not be unreasonably withheld. NBC agrees that all
of its activities shall be held solely during approved days and hours of operation, subject
to exceptions made on a case -by -case basis upon the prior written approval of the City.
6.6 NBC agrees to accept the license area in an "as is" condition, and that no
representations with respect to the condition or improvements of the license area have
been made except as specifically set forth in this Agreement.
6.7 Use of the license area by NBC is non-exclusive and City may permit other
persons or entities to utilize portions of the license area, provided that such use does not
interrupt or unreasonably interfere with the essential operation of the Project.
ARTICLE 7. NOTICES
Any notice or other written instrument required or permitted by this Agreement to
be given to either Party shall be deemed received when personally served or transmitted
by facsimile, or forty-eight (48) hours after being deposited in the U.S. Mail, postage
prepaid, 1st Class or certified, and addressed as follows:
Newport Bay Naturalists and Friends DBA Newport Bay Conservancy, Big Canyon, Phase 3 Page 5
13-48
To City:
City of Newport Beach
Attn: Jim Houlihan, Deputy Public Works Director/City Engineer
100 Civic Center Dr.
Newport Beach, CA 92660
To NBC:
Newport Bay Conservancy
Attn: Heather Cieslak, Operations Director
2301 University Drive
Newport Beach, CA 92660
ARTICLE 8. 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.
ARTICLE 9. FORCE MAJEURE
Except for the payment of money, neither Party shall be liable for any delays or
other non-performance resulting from circumstances or causes beyond its reasonable
control, including, without limitation, fire or other casualty, acts of God, strike or labor
dispute, war or other violence, acts of third parties not within their reasonable control or
any law, order or requirement of any governmental agency or authority.
ARTICLE 10. GOVERNING LAW & VENUE
This Agreement shall be governed by and construed under the laws of the State
of California. In the event of any legal action to enforce or interpret this Agreement, the
sole and exclusive venue shall be a court of competent jurisdiction located in Orange
County, California, and the Parties hereto agree to and do hereby submit to the jurisdiction
of such court. The Parties agree to waive any and all rights to request that an action be
transferred for trial to another County.
This Agreement constitutes the entire understanding and agreement between the
Parties and supersedes all previous negotiations between them pertaining to the subject
matter thereof.
ARTICLE 12. WAIVER
A waiver of a breach of the covenants, conditions or obligations under this
Agreement by either Party shall not be construed as a waiver of any succeeding breach
Newport Bay Naturalists and Friends DBA Newport Bay Conservancy, Big Canyon, Phase 3 Page 6
13-49
of the same or other covenants, conditions or obligations of this Agreement.
ARTICLE 13. MODIFICATION
Alteration, change, or modification of this Agreement shall be in the form of a
written amendment, which shall be signed by each Party.
ARTICLE 14. ASSIGNMENT
No Party shall assign its performance of this Agreement, nor any part thereof,
without the prior written consent of the non -assigning parties.
ARTICLE 15. CONDITIONS OF AGREEMENT
15.1 NBC must have all permits and licenses in place prior to City awarding a
successful bid to a contractor to commence the Project.
15.2 City shall provide NBC with written documentation that contractors have
furnished performance bonds where required in favor of the Grants funding agency and
NBC in amounts required by law and as specified in the Grants.
15.3 Prior to City's commencement of any construction pursuant to this
Agreement, NBC shall provide City written evidence that NBC has complied with all
conditions of the Grants, as required by the Grant funding agencies
ARTICLE 16. ADMINISTRATION
16.1 This Agreement will be administered by the Public Works Department. City's
Public Works Director, or designee, shall have the authority to act for City under this
Agreement.
16.2 NBC shall act as lead for the administration, operation and supervision of
the Project as required by the Grants.
ARTICLE 17. INDEMNITY AND LIABILITY FOR DAMAGES
17.1 City shall indemnify, defend and hold NBC, its officers, agents and
employees, harmless from any expense, liability or claim for death, injury, loss, damage
or expense to persons or property which may arise or is claimed to have arisen as a result
of any acts performed by City, its officers, agents, or employees, with respect to the
performance of work on the Project, save and except to the extent such expense, liability
or claim is proximately caused in whole or in part by any negligence of NBC, its officers,
agents or employees, or by any act or omission for which the NBC, its officers, agents or
employees are liable without fault.
Newport Bay Naturalists and Friends DBA Newport Bay Conservancy, Big Canyon, Phase 3 Page 7
13-50
17.2 NBC shall indemnify, defend and hold City, its officers, agents and
employees, harmless from any expense, liability or claim for death, injury, loss, damage
or expense to persons or property which may arise or is claimed to have arisen as a result
of any acts performed by NBC, its officers, agents, or employees, with respect to the
Project or the Grants, save and except to the extent such expense, liability or claim is
proximately caused in whole or in part by any negligence of City, its officers, agents or
employees, or by any act or omission for which City, its officers, agents or employees
are liable without fault.
ARTICLE 18. INSURANCE REQUIREMENTS
Without limiting each Party's duty to indemnify the other Party, and prior to
commencement of the Project, each Party 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, or in the case either party is a public agency, self-
insurance, of the type, amounts, terms and conditions described in the Insurance
Requirements attached hereto as Exhibit B, and incorporated herein by reference. All
policies, endorsements, certificates, and/or binders shall be subject to approval by the
other Party as to form and content. These requirements are subject to amendment or
waiver only in writing by the other Party. A lapse in any required insurance coverage
during this Agreement shall be a breach of this Agreement.
ARTICLE 19. CONFLICT OF INTEREST
Either Party or its officers and employees may be subject to the provisions of the
California Political Reform Act of 1974 ("Act"), which: (a) requires such persons to
disclose any financial interest that may foreseeably be materially affected by the work
performed under this Agreement; and, (b) prohibits such persons from making, or
participating in making, decisions that will foreseeably financially affect such interest. If
subject to the Act, each Party shall conform to all requirements of the Act. Failure to
conform to the requirements of the Act constitutes a material breach and is grounds for
immediate termination of this Agreement by the other Party. Each Party shall indemnify
and hold harmless the other Party for any and all claims for damages resulting from
violation of this section.
ARTICLE 20. COMPLIANCE WITH ALL LAWS
Each Party 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 either Party shall conform to applicable City, county, state and federal laws, rules,
regulations and permit requirements and be subject to approval of the Project
Administrator.
Newport Bay Naturalists and Friends DBA Newport Bay Conservancy, Big Canyon, Phase 3 Page 8
13-51
ARTICLE 21. POSSESSORY INTEREST TAXES
NBC acknowledges that the Agreement granted herein may be subject to
possessory interest taxes. NBC shall have the sole obligation to pay any taxes, fees and
assessments, plus applicable penalties and interest, which may be imposed by law and
arise out of NBC's Agreement hereunder. NBC shall indemnify, defend and hold
harmless City against any and all such taxes, fees, penalties or interest assessed, or
imposed against City hereunder.
ARTICLE 22. TERMINATION OF AGREEMENT
Any Party may at any time prior to the commencement of the Project and without
cause, terminate this Agreement, upon not less than sixty (60) calendar days' written
notice to the other Party.
ARTICLE 23. AMENDMENTS
This Agreement may be modified or amended only by a written document executed
by both Parties and approved as to form by the City Attorney.
ARTICLE 24. 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.
ARTICLE 25. COUNTERPARTS AND AUTHORITY
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 and the same
instrument. By executing this agreement, each signer represents and certifies that they
have authority to bind their respective Party and that by executing this Agreement such
Party is bound hereto.
The Parties acknowledge that the above Recitals are true and correct and are
hereby incorporated by reference into this Agreement.
ARTICLE 27. 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.
Newport Bay Naturalists and Friends DBA Newport Bay Conservancy, Big Canyon, Phase 3 Page 9
13-52
ARTICLE 28. THIRD PARTY RIGHTS
The Parties do not intend to create rights in or grant remedies to, any third party
as a beneficiary of this Agreement, or of any duty, covenant, obligation or undertaking
established herein.
[SIGNATURES ON NEXT PAGE]
Newport Bay Naturalists and Friends DBA Newport Bay Conservancy, Big Canyon, Phase 3 Page 10
13-53
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:
By:
AarUnC.
Citvor
ATTEST:
Date:
BY:
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
->rl 'I /I By:
Harp V; , Ls Grace K. Leung
ney AF City Manager
Molly Perry
Interim City Clerk
CONSULTANT: NEWPORT BAY
NATURALISTS AND FRIENDS, a California
non-profit public benefit corporation doing
business as ("DBA") NEWPORT BAY
CONSERVANCY
Date:
By:
Bryan Tsu
Chief Executive Officer
Date:
By:
Susie Onate
Secretary
[END OF SIGNATURES]
Attachments: Exhibit A: Depiction of Phase 3 Restoration Area
Exhibit B: Insurance Requirements
Newport Bay Naturalists and Friends DBA Newport Bay Conservancy, Big Canyon, Phase 3 Page 11
13-54
EXHIBIT A
DEPICTION OF THE PHASE 3 RESTORATION AREA
(see attached)
Newport Bay Naturalists and Friends DBA Newport Bay Conservancy, Big Canyon, Phase 3 Page A-1
13-55
1 2
Exhibit A- Project Map
EX. TIDAL CHANNEL' 11t
it
EX BOX CULVERT
HABITAT RABRAT ELEV!NA
T �I
DESCRIPTION TYPE COLOR (FAREA (AC) d
MUDFUT RESTORATION ';.. �;:: 0.31
O
LOW MARSH RESTORATION 020 ( m
Y
MID MARSH RESTORATION Q76 /
HIGH MARSH RESTORATION 1.79
ALKALI MEADOW RESTORATION 224
ENHANCEMENT O.T7 �••
RESTORATION 1.31
MULEFAT SCRUB ENHANCEMENT (104VEGETATED SOIL LIFT 030RESTORATION 204WILLOW SCRUB ENHANCEMENT 038VEGETATED SOIL LIFT "' 092COASTAL SAGE RESTORATION 420
ENHANCEMENT 0.99 1
TRAILS WA WA 1.12
/�.
E CONCC
EX RETE
APoION4 CROSSING I
SHADE TREE PLANTING LEGEND
EX PEDESTMAN
SAMBUCUS MEXICANUS (BLUE ELDERBERRY)
_ BRIDGE
i MALOSMA LAURINA(LAUREL SUMAC)
n
U !�
y RHUS INTEGRIFOLIA (LEMONADE BERRY)
I /�
SAUX LASKILEPSIS(ARROYO WILLOW)
/I r
EXISTING PARKING AREA
PROJECT BOUNDARY
� I •
l yl
-IENTS1E71SWPBEACHCA1133465_BIGCYWPH3IDESIGNICADDIDWCS\133415CI104.DWG,3r =43:20 PM.Iee. Odd IQwh).
7 a • 10 11 12 13 t
\ (�`
\/ 4 P^y
— \... li ., 0 may— ��. � Q� Do •d//'' ° -��`
PROJECT BOUNDARY r`
�\ \ O t
EXISTINGTRAIL
I � 0
i
Ih/
EX CULVERTS _
i
PRELIMINARY - NOT
• M
FOR CONSTRUCTION
.:_ PROJECT
BOUNDARY `
�MRNS
DONNELL
4225Eaec t,, Sa - a5W
EXISTING ROAD - 1 La Jdla CA 9203T
��'}} O. O c h BS&J2 Emo
/ �(V✓ 6p f
Q 0 Q • eta ed
R.\ �MARCH2D21 Ie GMATHIASON
�1 • o ;D E
�� ` v�\ NEWPORT BFACH, CALIFORNIA
BIG CANYON NATURE PARK
PHASE 3 RESTORATION
�"� REVEGETATION PLAN
P•M
k 133465 —
—
°�• C1104 — C
MercN 6, 202A +het 16 01 27 eNsN
M 133465CN04.DWG
REVEGETATION PLAN
eca[ l H-
daaaigion
IESIGN
IESIGN
IESIGN
13-56
EXHIBIT B
INSURANCE REQUIREMENTS
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.
Consultant shall submit to City, along with the certificate of insurance, a
Waiver of Subrogation endorsement in favor of City of Newport Beach,
its City Council, boards and commissions, officers, agents, volunteers
and employees.
B. General Liabilitv Insurance. Consultant shall maintain commercial
general liability insurance, and if necessary excess/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 two million
dollars ($2,000,000) per occurrence, four million dollars ($4,000,000)
general aggregate. The policy shall cover liability arising from bodily
injury, property damage, personal and advertising injury, and liability
assumed under an insured contract (including the tort liability of another
assumed in a business contract).
Consultant shall submit to City, along with a certificate of insurance,
additional coverage as stated in Section 4. Other Insurance
Requirements.
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
13-57
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.
Consultant shall submit to City, along with a certificate of insurance,
additional coverage as stated in Section 4. Other Insurance
Requirements.
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 two million dollars ($2,000,000) per claim and four million dollars
($4,000,000) in the aggregate. Any policy inception date, continuity
date, or retroactive date must be before the Effective Date of this
Agreement and Consultant agrees to maintain continuous coverage
through a period no less than three years after completion of the
Services required by this Agreement.
E. Excess/Umbrella Liability Insurance. If any Excess or Umbrella Liability
policies are used to meet the limits of liability required by this contract,
then said policies shall be "following form" of the underlying policy
coverage, terms, conditions, and provisions and shall meet all of the
insurance requirements stated in this contract, including, but not limited
to, the additional insured and primary & non-contributory insurance
requirements stated herein. No insurance policies maintained by the
City, whether primary or excess, and which also apply to a loss covered
hereunder, shall be called upon to contribute to a loss until the
Consultant's primary and excess/umbrella liability policies are
exhausted.
Consultant shall submit to City, along with a certificate of insurance,
additional coverage as stated in Section 4. Other Insurance
Requirements.
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 of Newport Beach, its City Council, boards and
commissions, officers, agents, volunteers, employees or shall
specifically allow Consultant or others providing insurance evidence in
compliance with these requirements to waive their right of recovery prior
to a loss. Consultant hereby waives its own right of recovery against
City, and shall require similar written express waivers from each of its
subconsultants.
B. Additional Insured Status. All liability policies including general liability,
13-58
excess/umbrella liability, pollution, and automobile liability, if required, but
not including professional liability, shall provide or be endorsed to
provide that City of Newport Beach, its City Council, boards and
commissions, officers, agents, volunteers, employees shall be included
as insureds under such policies.
C. Waiver of Subrogation. All insurance coverage maintained or procured
pursuant to this Agreement shall be endorsed to waive subrogation
against City of Newport Beach, its City Council, boards and commissions,
officers, agents, volunteers and employees or shall specifically allow
Consultant or others providing insurance evidence in compliance with
these requirements to waive their right of recovery prior to a loss.
Consultant hereby waives its own right of recovery against City, and
shall require similar written express waivers from each of its
subconsultants.
D. Additional Insured Status. All liability policies including general liability,
excess/umbrella liability, pollution liability, and automobile liability, if
required, but not including professional liability, shall provide or be
endorsed to provide that City of Newport Beach, its City Council, boards
and commissions, officers, agents, volunteers and employees shall be
included as insureds under such policies.
E. Primary and Non Contributory. All liability coverage shall apply on a
primary basis and shall not require contribution from any insurance or
self-insurance maintained by City.
F. 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.
G. Subcontractors. Consultant shall verify that all subcontractors maintain
insurance meeting the minimum requirements stated herein, and
Consultant shall ensure that City is an additional insured on insurance
required from subcontractors. For CGL coverage subcontractors shall
provide coverage with a format at least as broad as CG 20 38 04 13.
Limits of liability for General Liability in an amount not less than one
million dollars ($1,000,000) per occurrence, two million dollars
($2,000,000) and two million dollars ($2,000,000) completed operations
aggregate; Professional Liability (Errors & Omissions) in an amount not
less than one million dollars ($1,000,000) per occurrence, two million
dollars ($2,000,000); Pollution Liability Insurance in an amount not less
than one million dollars ($1,000,000) per loss and in the aggregate.
5. Additional Agreements Between the Parties. The parties hereby agree to
the following:
13-59
A. Evidence of Insurance. Consultant shall provide certificates of insurance
to City as evidence of the insurance coverage required herein, along
with a waiver of subrogation endorsement for workers' compensation
and other endorsements as specified herein for each coverage.
Insurance certificates and endorsement must be approved by City's
Risk Manager prior to commencement of performance. Current
certification of insurance shall be kept on file with City at all times during
the term of this Agreement. The certificates and endorsements for each
insurance policy shall be signed by a person authorized by that insurer
to bind coverage on its behalf. At least fifteen (15) days prior to the
expiration of any such policy, evidence of insurance showing that such
insurance coverage has been renewed or extended shall be filed with
the City. If such coverage is cancelled or reduced, Consultant shall,
within ten (10) days after receipt of written notice of such cancellation or
reduction of coverage, file with the City evidence of insurance showing
that the required insurance has been reinstated or has been provided
through another insurance company or companies. City reserves the
right to require complete, certified copies of all required insurance
policies, at any time.
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. Right to Review Subcontracts. Consultant agrees that upon request, all
agreements with subcontractors or others with whom Consultant enters
into contracts with on behalf of City will be submitted to City for review.
Failure of City to request copies of such agreements will not impose any
liability on City, or its employees. Consultant shall require and verify
that all subcontractors maintain insurance meeting all the requirements
stated herein, and Consultant shall ensure that City is an additional
insured on insurance required from subcontractors. For CGL coverage,
subcontractors shall provide coverage with a format at least as broad
as CG 20 38 04 13.
D. 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.
E. 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
13-60
given issue and is not intended by any party or insured to be all
inclusive, or to the exclusion of other coverage, or a waiver of any type.
If the Consultant maintains higher limits than the minimums shown
above, the City requires and shall be entitled to coverage for higher
limits maintained by the Consultant. Any available insurance proceeds
in excess of the specified minimum limits of insurance and coverage
shall be available to the City.
F. 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.
G. 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.
H. Timely Notice of Claims. Consultant shall give City prompt and timely
notice of claims made or suits instituted that arise out of or result from
Consultant's performance under this Agreement, and that involve or
may involve coverage under any of the required liability policies. City
assumes no obligation or liability by such notice, but has the right (but
not the duty) to monitor the handling of any such claim or claims if they
are likely to involve City.
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.
13-61
Attachment D
PROFESSIONAL SERVICES AGREEMENT
WITH HORROCKS LLC FOR
BIG CANYON RESTORATION — PHASE 3 CONSTRUCTION MANAGEMENT
SERVICES
THIS PROFESSIONAL SERVICES AGREEMENT ("Agreement") is made and
entered into as of this 26th day ofAugust, 2025 ("Effective Date"), by and between the
CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"),
and HORROCKS LLC, a Delaware limited liability company ("Consultant"), whose local
address on file with the California Secretary of State is 3111 Camino Del Rio North, Suite
550, San Diego, CA 92108 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 Construction Management Services.
The Consultant's Construction Manager will oversee and monitor the construction
contractor in its performance of the contract document tasks. The Construction
Manager will report to the City's Project Manager, provide recommendations on
Action Items, receive direction from the City's Project Manager, and communicate
decisions to the construction contractor. ("Project").
C. Consultant possesses the skill, experience, ability, background, certification and
knowledge to provide the professional services described in this Agreement.
D. City has solicited and received a proposal from Consultant, has reviewed the
previous experience and evaluated the expertise of Consultant, and desires to
retain Consultant to render professional services under the terms and conditions
set forth in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties
as follows:
1. TERM
The term of this Agreement shall commence on the Effective Date, and shall
terminate on December 31, 2027, 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.
13-62
3. TIME OF PERFORMANCE
3.1 Time is of the essence in the performance of Services under this Agreement
and Consultant shall perform the Services in accordance with the schedule included in
Exhibit A. In the absence. of a specific schedule, the Services shall be performed to
completion in a diligent and timely manner. The failure by Consultant to strictly adhere to
the schedule set forth in Exhibit A, if any, or perform the Services in a diligent and timely
manner may result in termination of this Agreement by City.
3.2 Notwithstanding the foregoing, Consultant shall not be responsible for
delays due to causes beyond Consultant's reasonable control. However, in the case of
any such delay in the Services to be provided for the Project, each party hereby agrees
to provide notice within two (2) calendar days of the occurrence causing the delay to the
other party so that all delays can be addressed.
3.3 Consultant shall submit all requests for extensions of time for performance
in writing to the Project Administrator as defined herein not later than ten (10) calendar
days after the start of the condition that purportedly causes a delay. The Project
Administrator shall review all such requests and may grant reasonable time' extensions
for unforeseeable delays that are beyond Consultant's control.
3.4 For all time periods not specifically set forth herein, Consultant shall
respond in the most expedient and appropriate manner under the circumstances, by
hand -delivery or mail.
4. COMPENSATION TO CONSULTANT
4.1 City shall pay Consultant for the Services on a time and expense not -to -
exceed basis in accordance with the provisions of this Section and the Schedule of Billing
Rates attached hereto as Exhibit B and incorporated herein by reference. Consultant's
compensation for all Work performed in accordance with this Agreement, including all
reimbursable items and subconsultant fees, shall not exceed Four Hundred Eighty
Seven Thousand Forty Dollars and 001100 ($487,040.00), 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.
Horrocks LLC Page 2
13-63
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 Matt Horrocks 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.
This Agreement will be administered by the Public Works Department. City's
Director of Public Works or designee shall be the Project Administrator and shall have the
authority to act for City under this Agreement. The Project Administrator shall represent
City in all matters pertaining to the Services to be rendered pursuant to this Agreement.
7. CITY'S RESPONSIBILITIES
To assist Consultant in the execution of its responsibilities under this Agreement,
City agrees to provide access to and upon request of Consultant, one copy of all existing
relevant information on file at City. City will provide all such materials in a timely manner
so as not to cause delays in Consultant's Work schedule.
8. STANDARD OF CARE
8.1 All of the Services shall be performed by Consultant or under Consultant's
supervision. Consultant represents that it possesses the professional and technical
personnel required to perform the Services required by this Agreement, and that it will
perform all Services in a manner commensurate with community professional standards
and with the ordinary degree of skill and care that would be used by other reasonably
Horrocks LLC Page 3
13-64
competent practitioners of the same discipline under similar circumstances. All Services
shall be performed by qualified and experienced personnel who are not employed by City.
By delivery of completed Work, Consultant certifies that the Work conforms to the
requirements of this Agreement, all applicable federal, state and local laws, and legally
recognized professional standards.
8.2 Consultant represents and warrants to City that it has, shall obtain, and shall
keep in full force and effect during the term hereof, at its sole cost and expense, all
licenses, permits, qualifications, insurance and approvals of whatsoever nature that is
legally required of Consultant to practice its profession. Consultant shall maintain a City
of Newport Beach business license during the term of this Agreement.
8.3 Consultant shall not be responsible for delay, nor shall Consultant be
responsible for damages or be in default or deemed to be in default by reason of strikes,
lockouts, accidents, acts of God, or the failure of City to furnish timely information or to
approve or disapprove Consultant's Work promptly, or delay or faulty performance by
City, contractors, or governmental agencies.
9. HOLD HARMLESS
i
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, employees and any person or entity owning or otherwise in legal control of
the property upon which Consultant performs the Project and/or Services contemplated
by this Agreement (collectively, the "Indemnified Parties"), from and against any and all
claims (including, without limitation, claims for bodily injury, death or damage to property),
demands, obligations, damages, actions, causes of action, suits, losses, judgments,
fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys'
fees, disbursements and court costs) of every kind and nature whatsoever (individually,
a Claim; collectively, "Claims"), and which relate (directly or indirectly) to the negligence,
recklessness, or willful misconduct of the Consultant or its principals, officers, agents,
employees, vendors, suppliers, subconsultants, subcontractors, anyone employed
directly or indirectly by any of them or for whose acts they may be liable, or any or all of
them.
9.2 Notwithstanding the foregoing, nothing herein shall be construed to require
Consultant to indemnify the Indemnified Parties from any Claim arising from the sole
negligence, active negligence or willful misconduct of the Indemnified Parties. Nothing in
this indemnity shall be construed as authorizing any award of attorneys' fees in any action
on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and
liability regardless of whether any insurance policies are applicable. The policy limits do
not act as a limitation upon the amount of indemnification to be provided by the
Consultant.
Horrocks LLC Page 4
13-65
10. INDEPENDENT CONTRACTOR
It is understood that City retains Consultant on an independent contractor basis
and Consultant is not an agent or employee of City. The manner and means of
conducting the Work are under the control of Consultant, except to the extent they are
limited by statute, rule or regulation and the expressed terms of this Agreement. No civil
service status or other right of employment shall accrue to Consultant or its employees.
Nothing in this Agreement shall be deemed to constitute approval for Consultant or any
of Consultant's employees or agents, to be the agents or employees of City. Consultant
shall have the responsibility for and control over the means of performing the Work,
provided that Consultant is in compliance with the terms of this Agreement. Anything in
this Agreement that may appear to give City the right to direct Consultant as to the details
of the performance of the Work or to exercise a measure of control over Consultant shall
mean only that Consultant shall follow the desires of City with respect to the results of the
Services.
11. COOPERATION
Consultant agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or interest in the
Work to be performed. City agrees to cooperate with the Consultant on the Project.
12. CITY POLICY
Consultant shall discuss and review all matters relating to policy and Project
direction with City's Project Administrator in advance of all critical decision points in order
to ensure the Project proceeds in a manner consistent with City goals and policies.
13. PROGRESS
Consultant is responsible for keeping the Project Administrator informed on a
regular basis regarding the status and progress of the Project, activities performed and
planned, and any meetings that have been scheduled or are desired.
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
Horrocks LLC Page 5
13-66
of the issued and outstanding capital stock of Consultant, or of the interest of any general
partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or
joint -venture or syndicate or co -tenancy, which shall result in changing the control of
Consultant. Control means fifty percent (50%) or more of the voting power or twenty-five
percent (25%) or more of the assets of the corporation, partnership or joint -venture.
16. SUBCONTRACTING
The subcontractors authorized by City, if any, to perform Work on this Project are
identified in Exhibit A. Consultant shall be fully responsible to City for all acts and
omissions of any subcontractor. Nothing in this Agreement shall create any contractual
relationship between City and any subcontractor nor shall it create any obligation on the
part of City to pay or to see to the payment of any monies due to any such subcontractor
other than as otherwise required by law. City is an intended beneficiary of any Work
performed by the subcontractor for purposes of establishing a duty of care between the
subcontractor and City. Except as specifically authorized herein, the Services to be
provided under this Agreement shall not be otherwise assigned, transferred, contracted
or subcontracted out without the prior written approval of City.
17. OWNERSHIP OF DOCUMENTS
17.1 Each and every report, draft, map, record, plan, document and other writing
produced, including but not limited to, websites, blogs, social media accounts and
applications (hereinafter "Documents"), prepared or caused to be prepared by Consultant,
its officers, employees, agents and subcontractors, in the course of implementing this
Agreement, shall become the exclusive property of City, and City shall have the sole right
to use such materials in its discretion without further compensation to Consultant or any
other party. Additionally, all material posted in cyberspace by Consultant, its officers,
employees, agents and subcontractors, in the course of implementing this Agreement,
shall become the exclusive property of City, and City shall have the sole right to use such
materials in its discretion without further compensation to Consultant or any other party.
Consultant shall, at Consultant's expense, provide such Documents, including all logins
and password information to City upon prior written request.
17.2 Documents, including drawings and specifications, prepared by Consultant
pursuant to this Agreement are not intended or represented to be suitable for reuse by
City or others on any other project. Any use of completed Documents for other projects
and any use of incomplete Documents without specific written authorization from
Consultant will be at City's sole risk and without liability to Consultant. Further, any and
all liability arising out of changes made to Consultant's deliverables under this Agreement
by City or persons other than Consultant is waived against Consultant, and City assumes
full responsibility for such changes unless City has given Consultant prior notice and has
received from Consultant written consent for such changes.
17.3 All written documents shall be transmitted to City in formats compatible with
Microsoft Office and/or viewable with Adobe Acrobat.
Horrocks LLC Page 6
13-67
18. OPINION OF COST
Any opinion of the construction cost prepared by Consultant represents the
Consultant's judgment as a design professional and is supplied for the general guidance
of City. Since Consultant has no control over the cost of labor and material, or over
competitive bidding or market conditions, Consultant does not guarantee the accuracy of
such opinions as compared to Consultant or contractor bids or actual cost to City.
19. CONFIDENTIALITY
All Documents, including drafts, preliminary drawings or plans, notes and
communications that result from the Services in this Agreement, shall be kept confidential
unless City expressly authorizes in writing the release of information.
20. INTELLECTUAL PROPERTY INDEMNITY
Consultant shall defend and indemnify City, its agents, officers, representatives
and employees against any and all liability, including costs, for infringement or alleged
infringement of any United States' letters patent, trademark, or copyright, including costs,
contained in Consultant's Documents provided under this Agreement.
21. RECORDS -
Consultant shall keep records and invoices in connection with the Services to be
performed under this Agreement. Consultant shall, maintain complete and accurate
records with respect to the costs incurred under this Agreement and any Services,
expenditures and disbursements charged to City, for a minimum period of three (3) years,
or for any longer period required by law, from the date of final payment to Consultant
under this Agreement. All such records and invoices shall be clearly identifiable.
Consultant shall allow a representative of City to examine, audit and make transcripts or
copies of such records and invoices during regular business hours. Consultant shall allow
inspection of all Work, data, Documents, proceedings and activities related to the
Agreement for a period of three (3) years from the date of final payment to Consultant
under this Agreement.
22. WITHHOLDINGS
City may withhold payment to Consultant of any disputed sums until satisfaction of
the dispute with respect to such payment. Such withholding shall not be deemed to
constitute a failure to pay according to the terms of this Agreement. Consultant shall not
discontinue Work as a result of such withholding. Consultant shall have an immediate
right to appeal to the City Manager or designee with respect to such disputed sums.
Consultant shall be entitled to receive interest on any withheld sums at the rate of return
that City earned on its investments during the time period, from the date of withholding of
any amounts found to have been improperly withheld.
Horrocks LLC Page 7
13-68
23. ERRORS AND OMISSIONS
In the event of errors or omissions that are due to the negligence or professional
inexperience of Consultant which result in expense to City greater than what would have
resulted if there were not errors or omissions in the Work accomplished by Consultant,
the additional design, construction and/or restoration expense shall be borne by
Consultant. Nothing in this Section is intended to limit City's rights under the law or any
other sections of this Agreement.
24. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the right to employ other Consultants in connection with the Project.
25. CONFLICTS OF INTEREST
25.1 Consultant or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et
sea., which (1) require such persons to disclose any financial interest that may
foreseeably be materially affected by the Work performed under this Agreement, and (2)
prohibit such persons from making, or participating in making, decisions that will
foreseeably financially affect such interest.
25.2 If subject to the Act and/or Government Code §§ 1090 et seci., Consultant
shall conform to all requirements therein. Failure to do so constitutes a material breach
and is grounds for immediate termination of this Agreement by City. Consultant shall
indemnify and hold harmless City for any and all claims for damages resulting from
Consultant's violation of this Section.
26. NOTICES
26.1 All notices, demands, requests or approvals, including any change in
mailing address, to be given under the terms of this Agreement shall be given in writing,
and conclusively shall be deemed served when delivered personally, or on the third
business day after the deposit thereof in the United States mail, postage prepaid, first-
class mail, addressed as hereinafter provided.
26.2 All notices, demands, requests or approvals from Consultant to City shall
be addressed to City at:
Attn: Director of Public Works
Public Works Department
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
26.3 All notices, demands, requests or approvals from City to Consultant shall
be addressed to Consultant at:
Horrocks LLC Page 8
13-69
Attn: Matt Horrocks
Horrocks LLC
2162 W. Grove Pkwy Ste. 100
Pleasant Grove, UT 84062
27. CLAIMS
Unless a shorter time is specified elsewhere in this Agreement, before making its
final request for payment underthis Agreement, Consultant shall submit to City, in writing,
all claims for compensation under or arising out of this Agreement. Consultant's
acceptance of the final payment shall constitute a waiver of all claims for compensation
under or arising out of this Agreement except those previously made in writing and
identified by Consultant in writing as unsettled at the time of its final request for payment.
Consultant and City expressly agree that in addition to any claims filing requirements set
forth in the Agreement, Consultant shall be required to file any claim Consultant may have
against City in strict conformance with the Government Claims Act (Government Code
sections 900 et seq.).
28. TERMINATION
28.1 In the event that either party fails or refuses to perform any of the provisions
of this Agreement at the time and in the manner required, that party shall be deemed in
default in the performance of this Agreement. If such default is not cured within a period
of two (2) calendar days, or if more than two (2) calendar days are reasonably required
to cure the default and the defaulting party fails to give adequate assurance of due
performance within two (2) calendar days after receipt of written notice of default,
specifying the nature of such default and the steps necessary to cure such default, and
thereafter diligently take steps to cure the default, the non -defaulting party may terminate
the Agreement forthwith by giving to the defaulting party written notice thereof.
28.2 Notwithstanding the above provisions, City shall have the right, at its sole
and absolute discretion and without cause, of terminating this Agreement at any time by
giving no less than seven (7) calendar days' prior written notice to Consultant. In the
event of termination under this Section, City shall pay Consultant for Services
satisfactorily performed and costs incurred up to the effective date of termination for which
Consultant has not been previously paid. On the effective date of termination, Consultant
shall deliver to City all reports, Documents and other information developed or
accumulated in the performance of this Agreement, whether in draft or final form.
29. STANDARD PROVISIONS
29.1 Recitals. City and Consultant acknowledge that the above Recitals are true
and correct and are hereby incorporated by reference into this Agreement.
29.2 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,
Horrocks LLC Page 9
13-70
county, state and federal laws, rules, regulations and permit requirements and be subject to
approval of the Project Administrator and City.
29.3 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.
29.4 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.
29.5 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.
29.6 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.
29.7 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.
29.8 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.
29.9 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.
29.10 Equal Opportunity Employment. Consultant represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee or
applicant for employment because race, religious creed, color, national origin, ancestry,
physical handicap, medical condition, marital status, sex, sexual orientation, age or any other
impermissible basis under law.
29.11 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.
29.12 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]
Horrocks LLC
Page 10
13-71
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:
By. ` T
Aa rilfttHarp
City Attorney A�
ATTEST:
Date:
Al
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
Joe Stapleton
Mayor
CONSULTANT: Horrocks LLC, a
Delaware limited liability company
Date:
By:
Molly Perry Matt Horrocks
Interim City Clerk Vice President
[END OF SIGNATURES]
Attachments: Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
Exhibit C — Insurance Requirements
Horrocks LLC Page 11
13-72
EXHIBIT A
SCOPE OF SERVICES
Horrocks LLC Page A-1 13-73
(D Horrocks.
Exhibit A — Scope of Services
June 5, 2025
Project Title: City of Newport Beach RFP #25-46 - Construction Management Services for Big
Canyon Restoration — Phase 3
Horrocks is pleased to submit this proposal and the following Scope of Services to the City of
Newport Beach for Construction Management Services for the Big Canyon Restoration - Phase 3
project. We understand that the City seeks a qualified Construction Manager to oversee and
monitor the construction contractor's performance of contract document tasks. This proposal
highlights how our firm will address the needs and scope required for the project. Horrocks is
prepared to dedicate experienced professionals who will report directly to the City's Project
Manager, providing insightful recommendations, diligently following City direction, and ensuring
clear communication of decisions to the contractor, all under the Project Manager's sole
authorization and approval. We are confident that our expertise and collaborative approach align
perfectly with the requirements of this important restoration project.
STAFFING
This proposal assumes the City of Newport Beach requires full-time inspection in addition to
Construction Management due to the project's extensive site, the potential for concurrent tasks,
and its location within and adjacent to the sensitive habitats of Back Bay. Given these
environmental considerations, we acknowledge the City's concern about the contractor's
adherence to the Stormwater Pollution Prevention Plan (SWPPP) and the Floodplain Management
Plan (FWMP), as well as their cooperation with the biologist as outlined in the contract
specifications. As detailed in the RFP, if the contractor demonstrates consistent progress, follows
permit and project guidelines effectively, and collaborates well with third -party staff such as the
Biologist, City Inspectors, and other permit holders, Horrocks is prepared to coordinate a reduction
in our management and inspection hours with the City. Accordingly, we are prepared to discuss
project cost savings in staffing allocation and reimbursable items proportionally at the appropriate
time to ensure the budget aligns with the City of Newport Beach's goals and objectives for this
project. The staff augmentation services to be provided under this scope shall include work related
to the construction phases of the above -mentioned project as outlined by the following tasks. In
general, the work consists of services as defined by the City's outline as provided in the RFP.
CONSTRUCTION MANAGER -Representative (CONSTRUCTION MANAGER) acknowledges that the
City may retain other consultants, engineering and otherwise, and that coordination between said
consultants and CONSTRUCTION MANAGER may be necessary from time to time to ensure
services herein performed are effective. CONSTRUCTION MANAGER agrees to provide such
coordination as necessary within the scope of services contained herein.
619-510-4560 I Horrocks.com
2365 Northside Drive, Suite 575, San Diego, CA 92108
13-74
City of Newport Beach June 5, 2025
RFP #25-46 - Construction Management Services for Big Canyon Restoration — Phase 3 Page 2
TASK 0 — PROJECT ADMINISTRATION INCLUDING INVOICING AND DOCUMENT CONTROL
CONSTRUCTION MANAGER Representative will conduct and in-house plan review with key team
members and review drawings and construction documents for inconsistencies and historical
shortcomings in the drawings, specifications and agency standards. Other key elements that will
be reviewed and commented on include:
1. Limitations of access for work to be completed
2. Review of specified materials availability and compatibility
3. Review status and recommendations of soil reports, explorations/bores and plan alignment
4. Schedule and chair a meeting with stakeholders impacted or benefactors of the
construction project
5. Review existing utilities, highlight critical crossings and review pot -hole information and
recommend if additional investigations would be beneficial.
6. Review and check engineer's quantities and estimates for costs
Representation on Behalf of City
CONSTRUCTION MANAGER shall consult with and advise City and act as its representative during
construction.
CONSTRUCTION MANAGER shall not be responsible for the means, methods, techniques,
sequences, or procedures of construction selected by Contractor(s), or the safety precautions and
programs incident to the work of Contractor(s).
CONSTRUCTION MANAGER efforts shall be directed toward providing a greater degree of
confidence for the City that the completed work of Contractor(s) will conform to the Contract
Documents, the CONSTRUCTION MANAGER Representative shall not be responsible for failure of
Contractor(s) to perform the work in accordance with the Contract Documents or Schedule.
On the basis of on -site examination of materials, equipment, and workmanship, CONSTRUCTION
MANAGER shall keep City informed of the progress of the work, shall endeavor to guard City against
defects and deficiencies in such work and may disapprove or reject work failing to conform to the
Contract Documents. CONSTRUCTION MANAGER will notify contractor of defective work and
document as necessary.
CONSTRUCTION MANAGER will attend all project meetings as needed during the pre -construction
and construction period. CONSTRUCTION MANAGER will prepare an agenda for all meetings and
prepare minutes following all meetings on behalf of the city.
Document Management
CONSTRUCTION MANAGER Team members will be provided access to the web -based file
management system (if applicable), in order to access pertinent files to review and respond within
the timeframes allowed in the project specifications. A CONSTRUCTION MANAGER
Representative will serve as the point of contact for all communication and coordination with the
City's staff and Contractor representatives.
13-75
City of Newport Beach June 5, 2025
RFP #25-46 - Construction Management Services for Big Canyon Restoration — Phase 3 Page 3
Records
Maintain orderly files for correspondence, reports of job conferences, Shop Drawings and samples
submissions, reproductions of original Contract Documents including all addenda, change orders,
field orders, additional Drawings issued subsequent to the execution of the Contract, clarifications
and interpretation of the Contract Documents, progress reports, and other Project related
documents.
Prepare daily reports including digital photographs with proper labeling for recording Contractor's
hours on the job site, weather conditions, data relative to questions of extras or deductions, list of
visiting officials and representatives of manufacturers, fabricators, suppliers and distributors, daily
activities, decisions, on -site equipment, subcontractors on -site, observations in general and
specific observations in more detail as in the case of observing test procedures.
Maintain notes to be capable of verifying record drawing information for accuracy and
completeness. Maintain a set of record drawings.
CONSTRUCTION MANAGER shall meet with any outside agencies that are stakeholders in this
project and the contractor to make sure all project documentation is compliant.
TASK 1 — PRE -CONSTRUCTION MEETING AND PREP WORK
CONSTRUCTION MANAGER will chair and conduct a Pre -Construction Conference with the City,
Contractor, and CONSTRUCTION MANAGER representatives. CONSTRUCTION MANAGER will
prepare a general agenda recognizing all city topics and comments prepared as a guide for this
scope of work and submit for review and approval by the city prior to issuance/distribution. The
major items included in the Pre -construction conference will include but not be limited to : all
company personnel and chain of command by organization, dispute resolution protocol,
submittals, digital / hard copy record keeping and protocol, construction sequence and key
milestone dates, schedule updates, storage of equipment and materials, environmental, traffic
control, payment requirements and procedures.
CONSTRUCTION MANAGER will be furnished contract documents and will act as directed by City,
in order to assist observing performance of the work of the Contractor(s).
TASK 2 — PROGRESS MEETINGS AND PREP WORK, TASK 3 — MEETING MINUTES AND
DISTRIBUTION, TASK 4 -- CITY REQUESTED MEETINGS
CONSTRUCTION MANAGER Representatives will schedule and conduct weekly progress meetings
including an advanced agenda submittal prior to the upcoming meeting, sign -in sheet, update and
submit all submittal logs, and record all meeting and take accurate and comprehensive meeting
notes.
All meetings will include an agenda item for schedule updates, conflicts, utilities coordination,
traffic impacts, stakeholder interface and notices, and an overall project participation survey on a
weekly / bi-weekly basis to maintain the highest level of service and communication throughout
the project. The agenda shall include and reference all project "logs" including: RFI's, Submittal, etc.
13- 76
City of Newport Beach June 5, 2025
RFP #25-46 - Construction Management Services for Big Canyon Restoration — Phase 3 Page 4
All meetings shall be recorded, however once the meeting notes have been distributed and
accepted by all the recording shall be deleted. These shall be sent out as meeting memorandums
by the CONSTRUCTION MANAGER.
CONSTRUCTION MANAGER will attend all City Staff Meetings as requested by owner or
stakeholders.
TASK 5 — SUBMITTALS, SCHEDULES AND SWPPP REVIEW AND COORDINATION, TASK 6 — RFI
REVIEW AND COORDINATION
CONSTRUCTION MANAGER representatives will receive and log all correspondence, submittals,
shop drawings, request for information (RFIs) and samples for use during the project. All logs will
be maintained on a daily and weekly basis for reporting and review at the weekly project meetings.
1. Receive and log Shop Drawings and samples, which are furnished by Contractor.
2. Coordinate Review of specified Shop Drawings with design engineer or city representatives,
SWPPP, Water Flow Management Plan, Schedule, samples, test results, and other data that
Contractor is required to submit, but only for conformance with the information given in the
Contract Documents. Such review shall not extend to means, methods, sequences,
techniques or procedures of construction selected by Contractor(s), or to safety
precautions and programs incident thereto.
TASK — PROJECT INSPECTION
Review of Work, Rejection of Defective Work, Inspections, and Tests
1. Conduct on -site observations of the work in progress to assist City in determining if the
work is proceeding in accordance with the Contract Documents and that completed work
will conform to the Contract Documents.
2. Report to City and Contractor whenever CONSTRUCTION MANAGER or observer believe
that any work is unsatisfactory, faulty or defective or does not conform to the Contract
Documents, or does not meet the requirements of any inspections, tests or approval
required to be made, or has been damaged prior to final payment; and advise if work should
be corrected or rejected or should be uncovered for observation, or requires special testing,
inspection, or approval.
3. Verify that all material tests and quality control functions are conducted as required by the
Contract Documents and in the presence of the required personnel and that Contractor
maintain adequate records thereof; observe, record, and report appropriate details relative
to the test procedures and start-ups.
4. Accompany visiting inspectors representing public or other agencies having jurisdiction
over the Project; record the outcome of these inspections and report to City.
5. Handle notifications of non -compliant work and log work accordingly until all work is
compliant.
13-77
City of Newport Beach June 5, 2025
RFP #25-46 - Construction Management Services for Big Canyon Restoration — Phase 3 Page 5
TASK 8 -- CHANGE ORDER REVIEW AND COORDINATION
CONSTRUCTION MANAGER will keep log, consider and evaluate Contractor's suggestions for
changes in Drawings or Specifications and report them with recommendations to the City.
CONSTRUCTION MANAGER shall complete an independent cost estimate for all change orders as
well as evaluate and process all appropriate contract change order and/or value engineering
recommendations.
TASK 9 — PAY APPLICATION PROCESSING - QUANTITY TRACKING AND VERIFICATION
Based on CONSTRUCTION MANAGER's team on -site observations, review all applications for
payment and the accompanying data and schedules, determine the amounts owing to
Contractor(s) and recommend in writing payments to Contractor(s) in such amounts. Such
recommendations of payment will constitute a representation to City, that the work has progressed
to the point indicated, that, to the best of CONSTRUCTION MANAGER's knowledge, information
and belief, the quality of such work is in accordance with the Contract Documents (subject to an
evaluation of such work as a functioning Project upon Substantial Completion, and that payment
of the amount recommended is due Contractor(s).
All payment applications must be on City supplied form and all items must match the Bid
Documents.
TASK 10 — PUNCH LIST CREATION AND INSPECTION, TASK 11 — SUBSTANTIAL COMPLETION
WALK AND APPROVAL, TASK 12 — PROJECT CLOSEOUT
CONSTRUCTION MANAGER will coordinate with the contractor's representatives in their
preparation of a punch list/deficiencies list to be used to finalize the project and accept the work
as complete. CONSTRUCTION MANAGER will conduct an inspection to determine if the Project is
complete based on the review of the contractors list and issue to Contractor a list of any observed
items requiring completion or correction not included on their list.
Conduct final inspection in the company of City and Contractor and prepare a final list of items to
be completed or corrected or make sure the contractor creates the necessary punch list if required
by the contract.
Verify that all items on final list have been completed or corrected and confirm, that the Contractor
has fulfilled all obligations there under so that ENGINEER may recommend, in writing, final payment
to Contractor(s) and may give written notice to City and the Contractor(s) that the work is
acceptable (subject to any conditions therein expressed).
CONSTRUCTION MANAGER shall not be responsible for the acts or omissions of any Contractor,
or subcontractor, or any of the Contractor(s)' or subcontractor(s)' agents or employees or any other
persons (except ENGINEER's own employees and agents) at the site(s) or otherwise performing
any of the Contractor(s)' work.
CONSTRUCTION MANAGER will review the contractor's record drawings for completeness and
provide 1 copy signed as part of the record drawings files for city records as part of project
closeout. Record drawings will be coordinated with contractors' record drawings as required.
13-78
City of Newport Beach June 5, 2025
RFP #25-46 - Construction Management Services for Big Canyon Restoration — Phase 3 Page 6
LIMITATIONS OF AUTHORITY
Except upon written instructions from the City:
1. Shall not authorize any deviation from the Contract Documents or approve any substitute
materials or equipment.
2. Shall not undertake any of the responsibilities of Contractor, subcontractors or
Contractor's superintendent, or expedite the work.
3. Shall not advise on or issue directions relative to any aspect of the means, methods,
techniques, sequences or procedures of construction unless such is specifically called for
in the Contract Documents.
4. Shall not advise on or issue directions as to safety precautions and programs in
connection with the work.
CITY OF NEWPORT BEACH RESPONSIBILITIES ACKNOWLEDGED
Horrocks has reviewed the scope of service and acknowledges the responsibilities of the City of
Newport Beach in support of this project as included in this RFP.
13-79
EXHIBIT B
SCHEDULE OF BILLING RATES
Horrocks LLC Page B-1
13-80
Q Horrocks.
Exhibit B - Proposed Fee
June 5, 2025
Project Title: City of Newport Beach RFP #25-46 - Construction Management Services for Big Canyon Restoration - Phase 3
The estimated fees for the proposed scope of services total is $487,040,00, as detailed in the attached proposal fee breakdown of estimated hours This proposal is further based on the attached estimate work resource
allocation, assuming a total contract duration of 11 months with the staffing resources outlined therein
Fee Breakdown
Jim Tomasulo
Prinicapal Engineer
lac Gentry
Sr Construction Manager
Josh Farrel
Construction Inspector
Lisa Conk
Document Control
Task
Hourly Rates
5350,00
$265.00
$190.00
$120.00
Task Hour;
Task Total
0
Project Administration including Invosnng and Document Control
10
33
0
250
293
$42,245.00
1
Pre Construction Meeting and Prep Work
12
0
5
17
$3,780,00
2
Progress Meetings and Prep Work
30
0
1S
45
$9,750.00
3
Meeting Minutes and Distribution
5
0
40
45
$6,125.00
4
JCity requested meetings (assume addtl 5 mtgs)
5
0
5
10
$1,925.00
5
Submittals, Schedules and SWPPP: review and coordination
110
0
65
175
$36,950.00
6
RFl review and coordination
125
0
75
200
$42,125.00
7
Project Inspection
105
1280
1385
$271,025.00
8
Change Order review and coordination
40
0
20
60
$13,000.00
9
Pay Application Processing - Quantity Tracking and Verification
50
96
50
196
$37,490.00
10
Punch List Creation and Inspection
10
0
10
$2,650.00
11
Substantial Completion Walk and Approval
10
0
10
$2,650.00
12
Project Closeout
45
0
45
90
517,325.0O
Subtotal Hours
10
580 1
1376
570
2536
Subtotal Cost
$3,500.00
$153,700.00
1 $261,440.00 r
$68,400.00 1
Total:
$487,040.00
619.510.4550 - Horrocks,=n
2365 Norlfisids Dr,re. Soile 575. San Diego, CA 92108
13-81
City of Newport Beach
RFP #25-46 - Construction Management Services for Big Canyon Restoration — Phase 3
Work Allocation
June 5, 2025
Page 2
Month
Anticipated
Sched Date
Description
Senior
Construction
Manager
% Allocation
Construction
Inspector
°% Allocation
Admin/Doc
Contro4
% Allocation
Construction Management for Big Canyon Restoration Phase 3
Month 1
25-Jul
Construction Management
52
30%
0
0%
25
15%
Month 2
25-Aug
Construction Management
52
30%
0
0%
55
32%
Month 3
25-Sep
Construction Management
56
33%
172
100%
60
35%
Month 4
25-Oct
Construction Management
56
33%
172
100%
60
35%
Month 5
25-Nov
Construction Management
52
30%
172
100%
60
35%
Month 6
25-Dec
Construction Management
52
30%
172
100%
60
35%
Month 7
26-lan
Construction Management
52
30%
172
100%
60
3S%
Month 8
26-Feb
Construction Management
52
30%
172
100%
55
32%
Month 9
26-Mar
Construction Management
52
30%
172
100%
55
32°%
Month 10
26-Apr
Construction Management
52
305/0
172
100%
55
32°%
Month 11
26-may
Construction Management
52
30%
0
0%
25
15%
Hours
580
1376
570
13-82
EXHIBIT C
INSURANCE REQUIREMENTS
1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior
to commencement of Work, Contractor shall obtain, provide and maintain at its own
expense during the term of this Contract, policies of insurance of the type and
amounts described below and in a form satisfactory to City. Contractor agrees to
provide insurance in accordance with requirements set forth here. if Contractor uses
existing coverage to comply and that coverage does not meet these requirements,
Contractor 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. Contractor shall maintain Workers'
Compensation Insurance providing statutory benefits and Employer's Liability
Insurance with limits of at least one million dollars ($1,000,000) each employee
for bodily injury by accident and each employee for bodily injury by disease in
accordance with the laws of the State of California. In addition, Contractor shall
require each subcontractor to similarly maintain Workers' Compensation
Insurance and Employer's Liability Insurance in accordance with California law
for all of the subcontractor's employees.
Contractor shall submit to City, along with the certificate of insurance, a Waiver of
Subrogation endorsement in favor of City, its City Council, boards and
commissions, officers, agents, volunteers, employees, and any person or entity
owning or otherwise in legal control of the property upon which Contractor
performs the Project and/or Services contemplated by this Agreement.
B. General Liability Insurance. Contractor shall maintain commercial general liability
insurance, and if necessary excess/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 two million dollars ($2,000,000) per occurrence, four million
dollars ($4,000,000) general aggregate and four million dollars ($4,000,000)
Horrocks LLC Page C-1
13-83
completed operations aggregate. The policy shall cover liability arising from
bodily injury, property damage, 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).
C. Automobile Liability Insurance. Contractor 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 Contractor arising out of or in connection
with Work to be performed under this Contract, 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 for each accident.
D. Professional Liability (Errors & Omissions) Insurance. Contractor shall maintain
professional liability insurance that covers the Services to be performed in
connection with this Agreement, in the minimum amount of two million dollars
($2,000,000) per claim and four million dollars ($4,000,000) in the aggregate. Any
policy inception date, continuity date, or retroactive date must be before the
Effective Date of this Agreement and Contractor agrees to maintain continuous
coverage through a period no less than three years after completion of the
Services required by this Agreement.
E. Excess/Umbrella Liability Insurance. If any Excess or Umbrella Liability policies
are used to meet the limits of liability required by this contract, then said policies
shall be "following form" of the underlying policy coverage, terms, conditions, and
provisions and shall meet all of the insurance requirements stated in this
contract, including, but not limited to, the additional insured and primary & non-
contributory insurance requirements stated herein. No insurance policies
maintained by the City, whether primary or excess, and which also apply to a loss
covered hereunder, shall be called upon to contribute to a loss until the
Contractor's primary and excess/umbrella liability policies are exhausted.
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 Contract shall be endorsed to waive subrogation against City, its City
Council, boards and commissions, officers, agents, volunteers, employees, and
any person or entity owning or otherwise in legal control of the property upon
which Contractor performs the Project and/or Services contemplated by this
Agreement or shall specifically allow Contractor or others providing insurance
evidence in compliance with these requirements to waive their right of recovery
Horrocks LLC Page C-2 13-84
prior to a loss. Contractor hereby waives its own right of recovery against City,
and shall require similar written express waivers and insurance clauses from
each of its subcontractors.
B. Additional Insured Status. All liability policies including general liability, products
and completed operations, excess/umbrella liability, pollution liability, and
automobile liability, if required, shall provide or be endorsed to provide that City,
its City Council, boards and commissions, officers, agents, volunteers,
employees, and any person or entity owning or otherwise in legal control of the
property upon which Contractor performs the Project and/or Services
contemplated by this Agreement shall be included as additional insureds under
such policies.
C. Primary and Non -Contributory. Contractor's insurance coverage shall be primary
insurance and/or the primary source of recovery with respect to City, its City
Council, boards and commissions, officers, agents, volunteers and employees.
Any insurance or self-insurance maintained by City shall be excess of
Contractor's insurance and shall not contribute with it.
D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar
days' notice of cancellation or nonrenewal of coverage (except for nonpayment
for which ten (10) calendar days' notice is required) for each required coverage.
5. Additional Agreements Between the Parties. The parties hereby agree to the
following:
A. Evidence of Insurance. Contractor shall provide certificates of insurance to City
as evidence of the insurance coverage required herein, along with a waiver of
subrogation endorsement for workers' compensation and other endorsements as
specified herein for each coverage. All of the executed documents referenced in
this Contract must be returned to City within ten (10) regular City business days
after the date on the "Notification of Award". Insurance certificates and
endorsements must be approved by City's Risk Manager prior to commencement
of performance. Current certification of insurance shall be kept on file with City at
all times during the term of this Contract. The certificates and endorsements for
each insurance policy shall be signed by a person authorized by that insurer to
bind coverage on its behalf. At least fifteen (15) days prior to the expiration of any
such policy, evidence of insurance showing that such insurance coverage has
been renewed or extended shall be filed with the City. If such coverage is
cancelled or reduced, Contractor shall, within ten (10) days after receipt of written
notice of such cancellation or reduction of coverage, file with the City evidence of
Horrocks LLC Page C-3 13-85
insurance showing that the required insurance has been reinstated or has been
provided through another insurance company or companies. City reserves the
right to require complete, certified copies of all required insurance policies, at any
time.
B. City's Right to Revise Requirements. The City reserves the right at any time
during the term of the Contract to change the amounts and types of insurance
required by giving Contractor sixty (60) calendar days' advance written notice of
such change. If such change results in substantial additional cost to Contractor,
City and Contractor may renegotiate Contractor's compensation.
C. Right to Review Subcontracts. Contractor agrees that upon request, all
agreements with subcontractors or others with whom Contractor enters into
contracts with on behalf of City will be submitted to City for review. Failure of City
to request copies of such agreements will not impose any liability on City, or its
employees. Contractor shall require and verify that all subcontractors maintain
insurance meeting all the requirements stated herein, and Contractor shall
ensure that City is an additional insured on insurance required from
subcontractors. For CGL coverage, subcontractors shall provide coverage with a
format at least as broad as CG 20 38 04 13.
D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that
any actual or alleged failure on the part of City to inform Contractor of non-
compliance with any requirement imposes no additional obligations on City nor
does it waive any rights hereunder.
E. Requirements not Limiting. Requirements of specific coverage features or limits
contained in this Exhibit A are not intended as a limitation on coverage, limits or
other requirements, or a waiver of any coverage normally provided by any
insurance. Specific reference to a given coverage feature is for purposes of
clarification only as it pertains to a given issue and is not intended by any party or
insured to be all inclusive, or to the exclusion of other coverage, or a waiver of
any type. If the Contractor maintains higher limits than the minimums shown
above, the City requires and shall be entitled to coverage for higher limits
maintained by the Contractor or sub -contractors. Any available proceeds in
excess of specified minimum limits of insurance and coverage shall be available
to the City.
F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self -
insured retentions on any portion of the insurance required herein and further
agrees that it will not allow any indemnifying party to self -insure its obligations to
City. If Contractor's existing coverage includes a self -insured retention, the self-
Horrocks LLC Page C-4 13-86
insured retention must be declared to City. City may review options with
Contractor, which may include reduction or elimination of the self -insured
retention, substitution of other coverage, or other solutions. Contractor agrees to
be responsible for payment of any deductibles on their policies.
G. City Remedies for Non -Compliance. If Contractor or any subcontractor 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 Contract, or
to suspend Contractor'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 Contractor or reimbursed by Contractor upon demand.
H. 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.
Contractor's Insurance. Contractor shall also procure and maintain, at its own
cost and expense, any additional kinds of insurance, which in its own judgement
may be necessary for its proper protection and prosecution of the Work.
J. Coverage Renewal. Contractor will renew the coverage required here annually
as long as Contractor continues to provide any Work under this or any other
Contract or agreement with City. Contractor shall provide proof that policies of
insurance required herein expiring during the term of this Contract have been
renewed or replaced with other policies providing at least the same coverage.
Proof that such coverage has been ordered shall be submitted prior to expiration.
A coverage binder or letter from Contractor's insurance agent to this effect is
acceptable. A certificate of insurance and/or additional insured endorsement as
required in these specifications applicable to the renewing or new coverage must
be provided to City with five (5) calendar days of the expiration of the coverages.
Horrocks LLC Page C-5 13-87
Attachment E
13-88