Loading...
HomeMy WebLinkAbout06 - Bison Avenue and San Joaquin Hills Road Pavement Rehabilitation Project (19R21)PORT CITY OF O � _ i NEWPORT BEACH City Council Staff Report <i FO RN October 23, 2018 Agenda Item No. 6 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: David A. Webb, Public Works Director - 949-644-3311, dawebb@newportbeachca.gov PREPARED BY: Ben Davis, Associate Civil Engineer, bdavis@newportbeachca.gov PHONE: 949-644-3317 TITLE: Bison Avenue and San Joaquin Hills Road Pavement Rehabilitation Project (19R21) —Approval of Professional Services Agreement with Stantec, Inc. — Contract No. 7433-1 ABSTRACT: As part of the City's Pavement Management Program, Bison Avenue from Jamboree Road to State Route 73 and San Joaquin Hills Road from Jamboree Road to MacArthur Boulevard are scheduled for pavement rehabilitation in Fiscal Year 2018-2019. Staff is requesting City Council's approval to enter into a Professional Services Agreement with Stantec Consulting Services, Inc. to prepare the necessary construction documents. RECOMMENDATION: a) Determine the action is exempt from the California Environmental Quality Act (CEQA) pursuant to Sections 15060(c)(2) and 15060(c)(3) of the CEQA Guidelines because it will not result in a physical change to the environment, directly or indirectly; and b) Approve a Professional Services Agreement with Stantec of Irvine, California, for the Bison Avenue and San Joaquin Hills Road Pavement Rehabilitation project at a not - to -exceed price of $208,219.00, and authorize the Mayor and City Clerk to execute the Agreement. FUNDING REQUIREMENTS: The adopted budget includes sufficient funding for this task. It will be expensed to the Measure M Fair Share account, 12201-980000-19R21. The consultant's fee proposal is $189,219.00. Staff has included $19,000.00 (approximately 10%) for contingency purposes to cover unexpected costs. DISCUSSION: As part of the City's Pavement Management Program, Bison Avenue from Jamboree Road to State Route 73 and San Joaquin Hills Road from Jamboree Road to MacArthur Boulevard are both scheduled to be rehabilitated in 2019. 6-1 Bison Avenue and San Joaquin Hills Road Pavement Rehabilitation Project (19R21) — Approval of Professional Services Agreement with Stantec, Inc. — Contract No. 7433-1 October 23, 2018, Page 2 Proposed improvements involve patching, surface grinding and placing an asphalt overlay on the existing asphalt pavement, reconstructing deteriorated concrete sidewalks, curbs, gutters, and curb ramps, adjusting utility boxes to grade, installing street signs and restriping the pavement. Staff recently requested proposals from five consulting firms to provide Professional Engineering services for the Bison Avenue and San Joaquin Hills Road Pavement Rehabilitation project. Five proposals were received and reviewed by a three person technical panel. These firms and their proposal scoring/ranking are as follows: 1. Stantec Consulting Services, Inc. (272/300 points) 2. TAIT & Associates, Inc. (270/300 points) 3. CNC, Inc. (238/300 points) 4. DMS, Inc. (234/300 points) 5. DMc Engineering (206/300 points) Stantec demonstrated that they have the expertise and experience needed to complete construction documents for pavement rehabilitation projects. In addition, Stantec has successfully completed similar pavement rehabilitation projects for other local agencies as well as the City of Newport Beach. Therefore, staff recommends approving a Professional Services Agreement with Stantec to complete the final design efforts for the Bison Avenue and San Joaquin Hills Road Pavement Rehabilitation project. Of note, Tait & Associates were rated a very close second and may be considered for an upcoming similar street pavement rehabilitation project design need. The proposed Scope of Work includes research and data collection, utility coordination, topographic survey, geotechnical investigation, preparation of final construction plans, specifications and construction cost estimates, and construction support services. Construction is tentatively planned for the summer and fall of 2019. ENVIRONMENTAL REVIEW: Staff recommends the City Council find this action is not subject to the California Environmental Quality Act (CEQA) pursuant to Sections 15060(c)(2) (the activity will not result in a direct or reasonably foreseeable indirect physical change in the environment) and 15060(c)(3) (the activity is not a project as defined in Section 15378) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential for resulting in physical change to the environment, directly or indirectly. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). ATTACHMENTS: Attachment A — Location Map Attachment B — Professional Services Agreement 6-2 LIMITS OF WORK BISON AVE AND SJHR PAVEMENT REHABILITATION LOCATION MAP ATTACHMENT A CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-7433-1 19R21-[10/23/18 6-3 ATTACHMENT B PROFESSIONAL SERVICES AGREEMENT WITH STANTEC CONSULTING SERVICES INC. FOR BISON AVENUE AND SAN JOAQUIN HILLS ROAD PAVEMENT REHABILITATION PROJECT DESIGN SERVICES THIS PROFESSIONAL SERVICES AGREEMENT ("Agreement") is made and entered into as of this 23rd day of October, 2018 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and STANTEC CONSULTING SERVICES INC., a New York corporation ("Consultant"), whose address is 100 Technology Drive, Irvine, California 92619, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City desires to engage Consultant to provide professional engineering design services for the Bison Avenue and San Joaquin Hills Road Pavement Rehabilitation Project ("Project"). C. Consultant possesses the skill, experience, ability, background, certification and knowledge to provide the professional services described in this Agreement. D. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant, and desires to retain Consultant to render professional services under the terms and conditions set forth in this Agreement. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the Effective Date, and shall terminate on December 31, 2019, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the services described in the Scope of Services attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work"). City may elect to delete certain Services within the Scope of Services at its sole discretion. 3. TIME OF PERFORMANCE 3.1 Time is of the essence in the performance of Services under this Agreement and Consultant shall perform the Services in accordance with the schedule included in Exhibit A. In the absence of a specific schedule, the Services shall be performed to completion in a diligent and timely manner. The failure by Consultant to strictly adhere to the schedule set forth in Exhibit A, if any, or perform the Services in a diligent and timely manner may result in termination of this Agreement by City. 3.2 Notwithstanding the foregoing, Consultant shall not be responsible for delays due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the Services to be provided for the Project, each party hereby agrees to provide notice within two (2) calendar days of the occurrence causing the delay to the other party so that all delays can be addressed. 3.3 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator as defined herein not later than ten (10) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Consultant's control. 3.4 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances, by hand -delivery or mail. 4. COMPENSATION TO CONSULTANT 4.1 City shall pay Consultant for the Services on a time and expense not -to - exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Consultant's compensation for all Work performed in accordance with this Agreement, including all reimbursable items, subconsultant fees, and contingency shall not exceed Two Hundred Eight Thousand Two Hundred Nineteen Dollars and 00/100 ($208,219.00), without prior written authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. 4.2 Consultant shall submit monthly invoices to City describing the Work performed the preceding month. Consultant's bills shall include the name of the person who performed the Work, a brief description of the Services performed and/or the specific task in the Scope of Services to which it relates, the date the Services were performed, the number of hours spent on all Work billed on an hourly basis, and a description of any reimbursable expenditures. City shall pay Consultant no later than thirty (30) calendar days after approval of the monthly invoice by City staff. 4.3 City shall reimburse Consultant only for those costs or expenses specifically identified in Exhibit B to this Agreement or specifically approved in writing in advance by City. Stantec Consulting Services Inc. Page 2 6-5 4.4 Consultant shall not receive any compensation for Extra Work performed without the prior written authorization of City. As used herein, "Extra Work" means any Work that is determined by City to be necessary for the proper completion of the Project, but which is not included within the Scope of Services and which the parties did not reasonably anticipate would be necessary at the execution of this Agreement. Compensation for any authorized Extra Work shall be paid in accordance with the Schedule of Billing Rates as set forth in Exhibit B. 5. PROJECT MANAGER 5.1 Consultant shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the Agreement term. Consultant has designated Jeff Wilkerson, PE, to be its Project Manager. Consultant shall not remove or reassign the Project Manager or any personnel listed in Exhibit A or assign any new or replacement personnel to the Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to the removal or assignment of non -key personnel. 5.2 Consultant, at the sole discretion of City, shall remove from the Project any of its personnel assigned to the performance of Services upon written request of City. Consultant warrants that it will continuously furnish the necessary personnel to complete the Project on a timely basis as contemplated by this Agreement. 5.3 If Consultant is performing inspection services for City, the Project Manager and any other assigned staff shall be equipped with a cellular phone to communicate with City staff. The Project Manager's cellular phone number shall be provided to City. 6. ADMINISTRATION This Agreement will be administered by the Public Works Department. City's Public Works Director or designee shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator shall represent City in all matters pertaining to the Services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES To assist Consultant in the execution of its responsibilities under this Agreement, City agrees to provide access to and upon request of Consultant, one copy of all existing relevant information on file at City. City will provide all such materials in a timely manner so as not to cause delays in Consultant's Work schedule. 8. STANDARD OF CARE 8.1 All of the Services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the Services required by this Agreement, and that it will perform all Services in a manner commensurate with community professional standards and with the ordinary degree of skill and care that would be used by other reasonably Stantec Consulting Services Inc. Page 3 competent practitioners of the same discipline under similar circumstances. All Services shall be performed by qualified and experienced personnel who are not employed by City. By delivery of completed Work, Consultant certifies that the Work conforms to the requirements of this Agreement, all applicable federal, state and local laws, and legally recognized professional standards. 8.2 Consultant represents and warrants to City that it has, shall obtain, and shall keep in full force and effect during the term hereof, at its sole cost and expense, all licenses, permits, qualifications, insurance and approvals of whatsoever nature that is legally required of Consultant to practice its profession. Consultant shall maintain a City of Newport Beach business license during the term of this Agreement. 8.3 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's Work promptly, or delay or faulty performance by City, contractors, or governmental agencies. 9. HOLD HARMLESS 9.1 To the fullest extent permitted by law, Consultant shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents, volunteers and employees (collectively, the "Indemnified Parties), from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), and which relate (directly or indirectly) to the negligence, recklessness, or willful misconduct of the Consultant or its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable, or any or all of them. 9.2 Notwithstanding the foregoing, nothing herein shall be construed to require Consultant to indemnify the Indemnified Parties from any Claim arising from the sole negligence, active negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Consultant. 10. INDEPENDENT CONTRACTOR It is understood that City retains Consultant on an independent contractor basis and Consultant is not an agent or employee of City. The manner and means of conducting the Work are under the control of Consultant, except to the extent they are Stantec Consulting Services Inc. Page 4 6-7 limited by statute, rule or regulation and the expressed terms of this Agreement. No civil service status or other right of employment shall accrue to Consultant or its employees. Nothing in this Agreement shall be deemed to constitute approval for Consultant or any of Consultant's employees or agents, to be the agents or employees of City. Consultant shall have the responsibility for and control over the means of performing the Work, provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement that may appear to give City the right to direct Consultant as to the details of the performance of the Work or to exercise a measure of control over Consultant shall mean only that Consultant shall follow the desires of City with respect to the results of the Services. 11. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Consultant on the Project. 12. CITY POLICY Consultant shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Consultant is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 14. INSURANCE Without limiting Consultant's indemnification of City, and prior to commencement of Work, Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement or for other periods as specified in this Agreement, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the Services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Consultant. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. Stantec Consulting Services Inc. Page 5 .: 16. SUBCONTRACTING The subcontractors authorized by City, if any, to perform Work on this Project are identified in Exhibit A. Consultant shall be fully responsible to City for all acts and omissions of any subcontractor. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Services to be provided under this Agreement shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City. 17. OWNERSHIP OF DOCUMENTS 17.1 Each and every report, draft, map, record, plan, document and other writing produced, including but not limited to, websites, blogs, social media accounts and applications (hereinafter "Documents"), prepared or caused to be prepared by Consultant, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Consultant or any other party. Additionally, all material posted in cyberspace by Consultant, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Consultant or any other party. Consultant shall, at Consultant's expense, provide such Documents, including all logins and password information to City upon prior written request. 17.2 Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed Documents for other projects and any use of incomplete Documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived against Consultant, and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. 17.3 CADD data delivered to City shall include the professional stamp of the engineer or architect in charge of or responsible for the Work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other Project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability Stantec Consulting Services Inc. Page 6 • • resulting from the modification or misuse of such CADD data. All original drawings shall be submitted to City in the version of AutoCAD used by the City in .dwg file format, on a CD, and should comply with the City's digital submission requirements for improvement plans available from the City's Public Works Department. The City will provide Consultant with City title sheets as AutoCAD file(s) in .dwg file format. All written documents shall be transmitted to City in formats compatible with Microsoft Office and/or viewable with Adobe Acrobat. 17.4 All improvement and/or construction plans shall be prepared with indelible waterproof ink or electrostatically plotted on standard twenty-four inch (24") by thirty-six inch (36") Mylar with a minimum thickness of three (3) mils. Consultant shall provide to City 'As -Built' drawings and a copy of digital Computer Aided Design and Drafting ("CADD") and Tagged Image File Format (.tiff) files of all final sheets within ninety (90) days after finalization of the Project. For more detailed requirements, a copy of the City of Newport Beach Standard Design Requirements is available from the City's Public Works Department. 18. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents the Consultant's judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as compared to Consultant or contractor bids or actual cost to City. 19. CONFIDENTIALITY All Documents, including drafts, preliminary drawings or plans, notes and communications that result from the Services in this Agreement, shall be kept confidential unless City expressly authorizes in writing the release of information. 20. INTELLECTUAL PROPERTY INDEMNITY Consultant shall defend and indemnify City, its agents, officers, representatives and employees against any and all liability, including costs, for infringement or alleged infringement of any United States' letters patent, trademark, or copyright, including costs, contained in Consultant's Documents provided under this Agreement. 21. RECORDS Consultant shall keep records and invoices in connection with the Services to be performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement and any Services, expenditures and disbursements charged to City, for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Consultant under this Agreement. All such records and invoices shall be clearly identifiable. Consultant shall allow a representative of City to examine, audit and make transcripts or copies of such records and invoices during regular business hours. Consultant shall allow Stantec Consulting Services Inc. Page 7 6-10 inspection of all Work, data, Documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment to Consultant under this Agreement. 22. WITHHOLDINGS City may withhold payment to Consultant of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue Work as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 23. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than what would have resulted if there were not errors or omissions in the Work accomplished by Consultant, the additional design, construction and/or restoration expense shall be borne by Consultant. Nothing in this Section is intended to limit City's rights under the law or any other sections of this Agreement. 24. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other Consultants in connection with the Project. 25. CONFLICTS OF INTEREST 25.1 Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et seq., which (1) require such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Agreement, and (2) prohibit such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 25.2 If subject to the Act and/or Government Code §§ 1090 et seg., Consultant shall conform to all requirements therein. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. 26. NOTICES 26.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Agreement shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third Stantec Consulting Services Inc. Page 8 6-11 business day after the deposit thereof in the United States mail, postage prepaid, first- class mail, addressed as hereinafter provided. 26.2 All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Attn: Public Works Department Public Works Department City of Newport Beach 100 Civic Center Drive PO Box 1768 Newport Beach, CA 92658 26.3 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attn: Jeff Wilkerson, PE Stantec Consulting Services Inc. 100 Technology Drive Irvine, CA 92618 27. CLAIMS 27.1 Unless a shorter time is specified elsewhere in this Agreement, before making its final request for payment under this Agreement, Consultant shall submit to City, in writing, all claims for compensation under or arising out of this Agreement. Consultant's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Agreement except those previously made in writing and identified by Consultant in writing as unsettled at the time of its final request for payment. Consultant and City expressly agree that in addition to any claims filing requirements set forth in the Agreement, Consultant shall be required to file any claim Consultant may have against City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). 27.2 To the extent that Consultant's claim is a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, the Parties agree to follow the dispute resolution process set forth therein. Any part of such "Claim" remaining in dispute after completion of the dispute resolution process provided for in Public Contract Code section 9204 or any successor statute thereto shall be subject to the Government Claims Act requirements requiring Consultant to file a claim in strict conformance with the Government Claims Act. To the extent that Contractor/Consultant's claim is not a "Claim" as defined in Public Contract Code section 9204 or any successor statute thereto, Consultant shall be required to file such claim with the City in strict conformance with the Government Claims Act (Government Code sections 900 et seq.). Stantec Consulting Services Inc. Page 9 6-12 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. 29.1 Pursuant to the applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages including legal holidays and overtime Work for each craft or type of workman needed to execute the Work contemplated under the Agreement shall be paid to all workmen employed on the Work to be done according to the Agreement by the Consultant and any subcontractor. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the Work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the Agreement. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. The Consultant is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per diem wages. It shall be the obligation of the Consultant or any subcontractor under him/her to comply with all State of California labor laws, rules and regulations and the parties agree that the City shall not be liable for any violation thereof. 29.2 Unless otherwise exempt by law, Consultant warrants that no contractor or subcontractor was listed on the bid proposal for the Services that it is not currently registered and qualified to perform public work. Consultant further warrants that it is currently registered and qualified to perform "public work" pursuant to California Labor Code section 1725.5 or any successor statute thereto and that no contractor or subcontractor will engage in the performance of the Services unless currently registered and qualified to perform public work. Stantec Consulting Services Inc. Page 10 6-13 30. STANDARD PROVISIONS 30.1 Recitals. City and Consultant acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Agreement. 30.2 Compliance with all Laws. Consultant shall, at its own cost and expense, comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Consultant shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator and City. 30.3 Waiver. A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein, whether of the same or a different character. 30.4 Integrated Contract. This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 30.5 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Agreement and the Scope of Services or any other attachments attached hereto, the terms of this Agreement shall govern. 30.6 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 30.7 Amendments. This Agreement may be modified or amended only by a written document executed by both Consultant and City and approved as to form by the City Attorney. 30.8 Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. 30.9 Controlling Law and Venue. The laws of the State of California shall govern this Agreement and all matters relating to it and any action brought relating to this Agreement shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 30.10 Equal Opportunity Employment. Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because race, religious creed, color, national origin, Stantec Consulting Services Inc. Page 11 6-14 ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 30.11 No Attorneys' Fees. In the event of any dispute or legal action arising under this Agreement, the prevailing party shall not be entitled to attorneys' fees. 30.12 Counterparts. This Agreement may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. [SIGNATURES ON NEXT PAGE] Stantec Consulting Services Inc. Page 12 6-15 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: to By: _ ^ po(: Aaron C. Harp CAM 1010,-tic5 City Attorney ATTEST: Date: in Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Marshall "Duffy" Duffield Mayor CONSULTANT: Stantec Consulting Services Inc., a New York corporation Date: By: Mohammad Heiat Principal [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates Exhibit C -- Insurance Requirements Stantec Consulting Services Inc. Page 13 6-16 EXHIBIT A SCOPE OF SERVICES Stantec Consulting Services Inc. Page A-1 6-17 C. Project Team's Experiences (3 Stantec L_eaend =Key personnel .akin ' :i : i _nbers Ct 'he riclY .Irne is -he corre , . _ „tul project. iJv er vvmprehenSiJ �:w-eftectivu projc ' deiivery. Oye are ;omiliar with -he local cD,_les and regUations _ir,d brine colle-Tive kn,_wWerlge. enabling is to efficiently complete your project on ar-':J vvithir budoe`. We have assembled a highly qualified team for CClieJ r 'I 'f eir ex,c ler 11' ier r, 7,_Jd,r, J,, in,,r-,r : e 7,er vn_I t JF, : ar li = _WIA expr.';ri r' kir l ri t i'v r ; I u r Y }}Iv 'a _rgercie5. Jnd °tvi (bili" 7_1 n,n-i' to this contract. Efficient coordination within our DCIt)y �i�1�H�1'=I�ICJ� i^.� \'V�-.I'"t'v :�11_� �11.�.�•.i �� Our team members' relevant quaii{rcations toilow 6-18 C. Project Team's Experiences Qualified and Trusted Teaming Partners As the primary :,Dnsuitan . we will provide _ Dverall project management, civil/traffic engineering. -,-iliy resecnc;r and coordination. Survey rnd mapping, street design. signing crud striping desigl PS&E preparation, quality control and construction ,i_ppor, _-ICtivities. we ve enlisted `he suppor` of —7MU GeoTechrricol. lrc. to provide pav n ent engineering consultrng services to best serve your project. We have also enlisted the support of SIDS to provide traffic counts as part of the traffic index calculation option task. National Date & Surveying Services National Data and Surveying Services (NDS) -- Traffic Counts cost-effective traffic, transit and GIS/GPS data ti(Dr-s. f rev bring cit experienced traffic dafa collection firm or) the west coast. With local field crews in 10 major cities 'hey will re,porci-10ckly 'o 'lots p needs. Nps will everage 'heir experience and expertise rp deliver Ccura'e -ird'imel�, 7a'a it o m^s` pr:)'essioral rrrrnrer. 11. Our local teaming partners are available and qualified to support this important community project. ® Stantec PF (W, GEOTECHNICAL, INC. GMU Geotechnciai, Inc. (GM U) - Pavement Report ti -ii r gr i - I=- prole n So_'hern �allrorni'.;.., .arc.; - . plc . .^rich rhe 7bjective J:., ,eloping Inno�arive geotec!7rical and pavemer- engineering solutions. vve make It a personal goal to find cost-effective and mplementable solutions. lien - . _;, _I en IGr _i es' ra GVtE s _-Jn'n ' , , lice exCeller'Ce. Their 56've,715 4f service eXCe,' !-as been recognized by nlc?re ran 5 »clot `-cDgritior-. while also provi�iir _: _ budget perforn arce. Ackrowledgr _:chieven-encs i -as vome ='orr'na-iorai :;r�;.;"iza`ions such as CEL31�}C 'o -egional ones such as CalGeo and local chapters 'r1,e -ars vor it r_glhy " Nr ked by consulting firms in Orange County office houses a 42 -person teen,3f highly qualified [- -icJr r^aatr e.xperlence it all phases �f p. rglreering. ge-oteccl-rlcal enaineering, eri]Ir vl !`a geciDay. '-ird rrc,ericls '-S'Irg_ till jL�ff InCI�,,�es: •Eigr{ pr: ral .0 _J ;te_ _ _ riccrl er:gir S licer'.se it v_711`�rICI •Five certified engineering geologists licensed in __;Ii--Ir1C1 • E-ryrneerirga � ��hrir.Ii ir.5 �:r�d ; e:�as'er��-1 �,ec�crl rsrec _'s , -rr r.e -I_,= -.- ,= ,rs - ,xpa�ier,. Engineering technicians hold certifications from ar7 r• .:. A �i I_.",Jr "^�I�+�?I •I -n -Ir 1= ]r'_rli. -i r :. 12 6-19 C. Project Team's Experiences Team Member Relevant Qualifications experienced team has 'he right balance o' skilksets -o deliver you a high-quality paven}en rehabilitation project. The oliowing table highlights each team members' relevant education. credentials, and fegistrations that will be leveraged to complete your project on schedule and within budget. ® Stantec 13 6-20 • PROJECT•• •REGISTRATION Jett Wilkerson, PE Project Manager 19 MS and BS, Civil 4 F`-` =63400 and Street Design Engineering Mohammad deiaf, Principal -in- 37 MS and $S, Civii PC Charge/ QA/QC Engineering John Lee, PF Street Design 30 MS and BS, Civil CA PE =49325 Engineering Carlos Freda, PE, Street Design 3' NIS and BS: Civii � 0 C A $38039 SEED AP, QSP/QSD Engineering L _ David Lew; nE -esign B5, Civil Engineering CA PF = 889 Ce4n Pufherfurd, PE Traffic Design 33 MS. Civ°I/ = -ir.sportation CA TE 1647 "gineering ? BS, lmini5trative Studley Josr, Park, tE Traffic Design D }, Civil Engineering C a. t= =28-0 Roo Steatfers Traffic Design 33 Certified Work Zone Temporary Traffic U/A ^lapid Heidarbaghi, Utility Coordincrtio- 7 CA pF=6'058 PE, LEER AP Greg Sebourn: =LS Design Survey arca AA, Survey and CA r'' S =3395 Base Mapping Macoing A i Bastani. P'r.D. PE, Pavement Reoort _and MS, Civil CSE, FASCE - -ivironmentai CA G'- =2 158 - - -' CA PE 53924 13 6-20 D. Scope of Services ® stantec Task A - Research, Data Collection, and Field Review A" will,csccu t _n d r✓'ai! _�v_iilC�e�2 s U�!!' record street drawings, utility plans, preliminary engineering reports. and record survey drawings for 'he projec.'. We will also perform afield review of the site to evaluate the following'. •'vor�irior o 'h2 2xi;rirg ro7dway irrpr ,ver�2r.'s • Identify any rorewor'hy `2a'ures • Determine the location of any damaged. wised or sunken cl-rbs gutters, sidewalks, and :DT— concrete irrrrovemenTs within 'he p�_blic ial" of -way it _. ,-j be Constructed, repa r -J, ar bro�,ght �_� - _ rert ADA standards Prior to the field review, we will coordinate with ie' -1!e ex'er- = :pcus ctrd AD -a n �rw-n'er­_ _•- -;r- plarnina for this projec±. During the field walk, we will take digital photos . the loc;-ri-. _. all potential repair _!rn� Dther !slues equfrirg special Task B - Utility Coordination �ro��gh �r!IirY __•,�r_lir:a'i n is essential ;-DI *he v2ss �' *his in'porrarT oadwav impr^,ven err projec'. We understand thaT Vol. will dis'rib,,Te th0 first utility request notices to utility companies in the pt -1 -11-_i will'_ I's the �Jli-�; --.Dn'acts Ir _I :_rrs 'illy nkat, _eived. 'r Ie will ,�r.goni7e rl-i5 matrix th. ,r iv ill be upcIcte 'r2 utility companies to confirm ownership. location depth of facilities, and resolve any conflicts 're rew improvemerrs. '+Ve will lead •ei of -s !derrify 3wrership rr .;nkrowr i tiliTy lines .Dr appurtenances, determine any motility facilities that may ir with proposed construction, and -1,justment of all !is-ribuTirg rw(D noTiCes to the utility jrhis project. The iritial notice will include the 50% improvement plans showing the ,C:1'1o1", .37 3I1 krowr Tili?ies _rd ,ary prelimirory utility relocations or adjustments identified. We will ask the utility companies to confirm the location of -heir axis'ina tcilities. iderri'v 7r, missing `acilities in -pr ,err_�r`„ 'ha" -ire en'iv being clarred and confrm that the preliminary utility relocations, plc} ection in-place. oradjus !ren s,l eNn Ire -rc,:�eptable. ;'4e will incorr�r,r-r e ar.v commer�s'eceived irr:,• the 90% and 100) final plans and then distribute the utility companies !i.w fln-d notice for their ,iew aril app . _• 1. - ,. e'er b'.ur r,•,- _r confirmation from each utility company that Ali 1• ave been addressed ,_snd 'he _ire ;:rcceplable 14 6-21 D. Scope of Services Task C - Design Surveying �yororizor tal and v �­rc;al survey control and perform a field topographic survey to document the existing site topography and planin,errlcs within the area of proposed irrproven,erts. The design survey will include cross sections at 50-foor intervals (right-of-way to rfght- of-way) along Bison Avenue between Jamboree Road to north of Bayswater. approximately 50' past he edge of pavement H- 3:500 LF! and olorg Sar Joaquir Hills Road from Jamboree Road To Macarthur Boulevard (+1- 5,500 LFJ to locate visible surface improvements and surface utilities within the project limits. As part of the field survey, we will observe monuments to ace the centerlines and rights of w'ays of Bison a , and :San Joaquir Hills R:)ad zr.d all cross sr, _ .•:Whir rhe project limi's. We will incorporate tint _sults irto a base neap illustrating existing right-of-way conditions. This will not be a full and complete boundary survey of the adjacent and panels. Suivey monuments located and indicated or the survey will be limiled to existing cent&ine monuments raurd along Boson Averue aril Sar =oaquir Hills Road. we issL rre than Correr Records will be filed by the contractor as required by the t- - -.sal Provisions. Task D - Pavement Report TASK D.1 - DOCUMENT REVIEW, PAVEMENT SURFACE CONDITION ASSESSMENT AND DIG ALERT COORDINATION �; par? of Theis effoiT T;. _ - �C� . 'eport for this project, Gail, w!�I . -_Ilowirca: - arm a document review - . ''! -:- Vl Ji -_ivwings. fh e inform: , view Will be r;i ., section -; jNities. date of last pcivemei mproY-= work. etc • Pert rr7' .7 IimiTed pavemenT surface assessment !o iderlily th- severity levels of the pa' - ger.er.11 ._co dance V"i-! L • P.averrmer- _-;;ring !ccatiors will be r-crked and Dig Alert 0inderground Service Alertl will be notified to assess potential conflict with pCv 1�1,-D ® Stantec TASK D.2 - SUBSURFACE EXPLORATION • h,% will ,,br.:ur -ii .. - _ ' pern,ir `ram .1,e City of Newpor Be,.r._, ne proposed s,bsurface exploration.',ve lave assumed permi's tion, c't-e, agencies are not ­_gOred. A will also 51'! ale qui �oring hu`bions it such way that we will avoid -_alt ars night -o; -way it order to avoid obtaining a permit frons Caltrans, however, still be :able to capture epieser-crive samples in is vicinity, • Pavement corings will be performed to a maximum depth of fou{ feet below the top of the existing asphalt concrete surface +_,sing _rn electric-poweredcore drill. Samplir , Jigging below the AC secrior will be r _ using hand tools. The thickness of the exis-ii i Isphalt concrete (AL ) and aggregate base ;ABs if preset- ..,:ill be recDrded. A b!._I� -rmple ,,f the sub "oil will be cole locations: -ample will be - I1 u7 -1 a top appr foot or so of the subgravll ro Bother in-place density and moistt,re nformaTior. Upon completion or rhe samp!irg. the core hole will be back-filled with soil cuttings or other suitable b.-i7k1ll m.7terirAs and capped wi'l- :7spi'al- - - - - - - ._ - h,. • tvli_) will perorm a total 3=1 `ren er' Vis. Six 16) cores will be perforrrr ,,irhin Sar oaqu�r Hills Road and fo! r (41 cores will be perfonred witi,ir Bisor A.enue Jur budge' rssumes i:av pavemen! coring. • Traffic control will consist of single lane closures, performed in -=3Tdance with fine WATCH Manual. Traffic control will consist of canes and arr�,w bo{aids 'hat will redirec- vehicles--ro,-rd our work zone. We have assumed that traffic ^c�rtrol plans will not be requir- rd and costs to have traffic control plans prepared or stamped is _ c_rsr_lered in Dur face %e i----tve ircluded s-eparare line iTen,s ir our c:;st ir, provide these services. if needed. M 6-22 D. Scope of Services TASK D.3 - LABORATORY TESTING Laboratory testing will be conducted on the samples collected from the field investigation program. Laboratory tests will include: • R -value • Sieve No. 200 wash for soil classification • Atterberg Limits for soil classification • Corrosion series (sulfate, chlorides, resistivity and pH) • Maximum density and optimum moisture content • In-place moistureldens4 TASK DA - PAVEMENT ANALYSIS • Pavement engineering analysis will be performed in accordance with the Caltrans Highway Design Manual. This methodology considers the relationship between the traffic index (TI), subgrade soil strength (through R -value testing), and the gravel factors of the various pavement layers, allowing us to identify dig -out areas, rehabilitation options, and estimate the required pavement thicknesses. We will utilize the TI provided by the project Civil Engineer for a design of a I'D and 20 -year life expectancies. TASK D.5 - PAVEMENT EVALUATION REPORT One final report will be prepared to summarize our findings, conclusions, and recommendations. The final report will include: • Summar, of information gathered from the document review • Praject location map •Subsurface exploration location map • Pavement caring information {asphalt concrete -hickness, aggregate base thickness, subg(ade soil type, etc.) -Select photographs of the pavernent surface condition • Laboratory testing results • Pavement repair and rehabilitation recommendafions (including thickness recommendations) The final report will be signed and stamped by a California registered civil engineer. ,rf'.LI 1r -i C1. - - -' ® Stantec Task E - Base Mapping We will download and compile the field survey data to create a topographic map of the project imits, including: • Surface features (curb and gutter, pavement, sidewalk, curb ramps, driveways, striping, trees] • Visible surface utilities (manholes, water valves, fire hydrants, catch basins, utility boxes, utility poles; overhead utilities, guy wires. vaults) • Mapping information {centerlines and right-cf- way lines) • Confours generated at 1 -foot intervals We will use available agency research, prior surveys, and assessor parcel maps in conjunction with the monuments found during the field survey to prepare the mapping information shown an the base map. The base map will also include any known underground utility lines within the project limits. which will be plotted based on the--ecord drawings and atlases received from the utility companies and any utility iniorma#ion found in record drawings during our research. The deliverable will include a 1 vital CAD drawing con tainir _: 'he resulting data. Task P -Construction Documents - ,a completing background research. base mapping, and field review, we will prepare the rr?lioWng plans and supporting documents e you. We will submit the plans, cost estimate, and design sections at every design stage; and the special provisions with the 90% and 100% final design submittals, 16 6-23 D. Scope of Services TASK F.1 -TITLE SHEET, CONSTRUCTION NOTES, TYPICAL CROSS SECTIONS, AND DETAILS The PS&E will Include a single plan set incorporating a title sheet; using your srandard format and including general rotes, a vicinity map, and additional project specific informatior. The second sheet will show all construction and dispositicr. notes used and the sheet index for the plans. The plan set will also include sheets 'or typical roodwoy sections, standard details, and larger scale design details for improvements such as curb ramps cross gutters, and driveways. We will include these design details in the plan set, as necessary, to provide additional information to the contractor. They will supplement the standard details and standard plans and will likely not be required 'or most new improvements. TASK F.2 -- ROADWAY IMPROVEMENT PLANS We will prepare roadway plans in CARD, under City's logo, and in accordance with City's design standards. Each sheet will contain a north arrow, scale, match lines: and construction and dispositlon notes for all improvements shown on the sheet. The profile views will show the existing and proposed profiles for the crown lines and flops of curb or edaes of pavement. The plan sheets will be prepared usirg AutoCAD at a I" = 40 horizorral scale for the plan views. Profile sheets will be prepared, if needed, a 1" _ 40' horizontal scale and 1 rr = 4' verrical scale. The icadway pears will include, • Removals • Pavemen rehabilitation improvements • Locations for rew and reconstructed curbs. gutters, sidewalks, driveways: cross gutters and curb ramros • Utility adlusrments or relocations We assume that non-compliant driveway approaches will only be reconstructed if the parkway width is wide enough to accommodate the new driveway without major impacts to private property improvements. Curb and gutter will be reconstri-cfed to correct local ponding areas and the plans will provide utility relocations and sidewalk pop- :guns, if necessary. to provide a clear parh of ;ravel along the sidewalk. ® Stantec The plans will clearly sh(.)w the City :and Cal`rars rlght-of-way lines and he construction rctes will reference the appropriate City standard Alar. The Standard Plans for Public Work Construction ,SPPWC) and the Caltrans Standard Plans will be used to supplement the City standard plans. The roadway pians will also irclude all horizontal and vertical ;, )nnol required to stake and construction -he new improvements. TASK F.3 - INTERSECTION GRID DETAILS Intersection grid details may toe r'eede1J. depending on the selected pavement ,ehrabilitation. These plans are primarily used for owrol during paving operations it propel control cannot be shown on the plan and profile sheets. Grid details will show the proposed improvements, including elevations, surface culture, and underground utilities, ear a scale cf 1 1 = 20'. Our proposal assumes up to five total intersection grid detail. TASK F.4 - SIGNING AND STRIPING PLANS We will include signing, striping. paverrerr markings, and loop replacement for Bisor Avenue, San Joaquin Hills Road and ir?ersectirg side streets, ii necessary. in fhe improvement plan ser. These plans will reinstall existing roadwav striping and pavement markings along Bison avenue `ron-1 Jamboree Road to State Ror,:te 73 Toll Rcad and Sar Joaquin Hills Road from: Jamboree Road to MacArthur Boulevard. We will prepare signing and striping plans to implement rte project improvements usirg AUTOCAD. a' = 4Cscale. 'double stacked" with two horizontal layou- strips placed on each plan. it accordance with City standards. the signing and striping plans will show remo,/-il o.` any existing striping and pavemert not obliterated by povemen ehabilita lar _�rd conflicting with re -installing new striping and pavement markings. Traffic signs will be replaced or upgraded, if necessary. The traffic sign work will be based on an iry=r ii ---<�s,i, -i and an assessment or i requirement.;. it arv. W'1 = -::1proprr,-: _ r signs withir the project limits may be up�r :=:d 'o meet current California Manual on Uniform Traffic Conrfol {CA jVIJTCD1 regt,iren encs. The plans will include repainrirg of-xisting lej curb rrarkiras if necessary. however existirg rid curb markings are very limited within the project limits. 17 6-24 D. Scope of Services The signing and striping plans will ,also includf 'i'e restoration of traffic signal loops destroyed by street rehabilitation improvements. Existing traffic signal cops will be 'eplaced ar the `allowing signalized ocatiors vvi'hir :he project limits: Bison Avenue • Jamboree Road -Country Club DriveiLiberty Baptist • Belcourt Drive/Cawelback •v.acArthur Boulevard • _ :ysw.:, . San Joaquin Hills Road • arvbDree Road _:ntn Cruz Drive/Big Canyon Drive i Rosa Drive/Big Canyor Drive • A!"' Boulevard (video detec liar -adv Daps Orly) New replacement loops will be cornected 'o existing deiecior lead-in cable (DLC in exis'Erg adjacent pull boxes. TASK F.5 — ROADWAY DESIGN SECTIONS We will build a three-dimensional model ,D' he exisTirg .Ord new roadway improvements in Civil 3D and tilt.- -{.:sign secliors `rom this n,odel. They will shove - isting surface. proposed sur'ace_ propose-.; :-. . -.meet section materials and thickness, r-=xisting and proposed top of �urb and pavemer elevations, and the existing and proposed cross slopes. The design sec. `ions wf i help us identify, as well :-ss allow vs to c:7rrev' typical roodvvay design issues. such as flat or excessively steep cross slopes, proper paven'ert "Di'sITicris. and 'Dreas vvnere we m fy be significantly reducing the cover over existing 1,Tilities. Sirs_ t Jesign sections will be licked ',:., he design- r.' , J I -hey wilt ccnsisTently be up tc date. i1=iiia ����e11_1>��:Zi]9 E•Y[�I►I►'� Using three-dimensional modeling will allow us to efficiently design the roadway improvements to provide a smooth ride and improve driveability. ® Stantec 'Well-written special provisions reduce 'he potential for ci orders during construcJon. We will prepare the project provisions based or your supplied boilerplate and the 2015 edition of the Standard Specifications for Public Works Const „ ction iSSPWC'. The Cal'rars Stardard Specifications will also be referenced for the striping and sigr�irg imps vemerrs. Jur experienced s'ai' will thoroughly review .and modify your boilerplate and all relevant sections or the SSPWC to help ensure that the special provisions do not conflict with the improvement olct,s :and convey the design it ter; of Du! 'naineers. The special provisions mill %e well y:_rordinated `Neth Jur ii, -r- Repos -;rJ they will identify oil general phasing and traffic cart`ol measures'equired ro Ue bV the contrac7or TO reduce impacts adiacenl properties during construction. The special provisions will also identify all permits and additional plans or coordination efforts the contractor is responsible `.Dr during con.s-ructr(an. This includes identifying all specific utility coordination, including any specific work windows needing to be provided Inci 't-�e ir,vclve�- t `_n- wiil be �I�rarly �Ir•;:�ribr:J. 18 6-25 D. Scope of Services TASK F.7 — COST ESTIMATE We undeisrar *-e importance of a complete :and accurate cosy estimate. Since the cost estim._ will be used as a basis for the bid schedule. i' ; important to include all required work items The contractor needs to compiefe as part of 'he project and that the quantities for these work items are correct. Accurate quantities and unit costs are also important `or you to understand overall project costs, and to determine if the available budget requires value engineering. First: we determine the project bid items required based on a thorough review of the plans and special provisions. Quantities will then be calculated using our proprietary software and checked using a second calculation method. We will establish unit costs using recently bid projects. The quantities will be continuously updated with each plan revision and an updated cost estimate will be provided with all submittals to provide you with accurate project costs throughout the design TASK F.8 — AS -BUILT DRAWINGS Preparing accurate as -built drawings are important for your future generations. We will prepare as - built drawings for rhe project using your preferred format. They will be based on redlines provided by your inspector and/or Contractor and supplemented with our revisions noted during cors`ruc'icn. V\/e will provide you a PDF of the as - built drawings with the final submittal. TASK F.9 — ENCROACHMENT PERMIT We will prepare and submit, on behalf of the City. a standard Encroachment permit application with applicable plans to Caltrans District 12 for placement of temporary construction traffic control devices within state right-of-way along west bound Bison Avenue in vicinity of the State Route 73 Toll Road. It is our understanding that no physical construction will occur within Caltrans right-of-way. The project _�oachment permit application will be subn-i­,_-1 to Caltrans as soon as projec- develops -r - -:Ilcws. We assiume that the City should b= - :-pt from a permit application `ee Preparation of traffic control plans will be provided as an optional item i Task 1.2j: it iequirecl. ® Sta ntec Delive{abies: • Caltrans coordination documents, written responses to Caltrans comments: and Caltrans Encroachment • Permit application with supporting documents Task G — Project Management, Progress Meetings, and Coordination Throughout the project. we will commuricate our progress, design assumptions..and design challenges with you. We will also coordinate with other agencies, as required and involve you in all of these discussions and reviews. Project communication will include meetings, conference calls: and emails. Documenting assumptions made. and direction given during the design process is important to confirm that everyone agrees on ,Khat was discussed. We will diligently prepare and distribute meeting minutes or records of =discussion .-ind :allow yc,_ = nd other attendees to review and :.omment or .I ese before proceeding further on rhe design c; project tasks. Upon NTP, we will schedule a kick-ott meeting ro: •Obtain background information • Review and refine the project scope and schedule • Establish -he lines of communication • Discuss the c:al design isst-es. including, pavemer, W.}les +_rnd cri`eria for concrete improvem :_-�7irs and A.DA iipgrades Meetings will also be held to review the 50%, 90%, and 100% submittal packages and up to six _rddi`ioncE weavings throughoi_- '1-e design phase. We will develop a comprehensive and specific project work plan .and :quality control plan; the project schedule will be updated monrl�ly. 19 D. Scope of Services Task H - Construction Support Services V, - ,vill support you during the project bid period, irciuding respond to questions from prospecti,4e bfdders and prepare bid addenda to the plans and special provisions, as necessary. During the project construction phase, we will attend the pre -construction meeting, job walk: and periodic jab site meetings. We can clarify design -related issues during construction, including responding `o RFIs and submittal reviews. All clarifications will be subject to your construction managers approval. For 'lie purpose of `his proposal. we assumed up to 50 hours for 'his task. Task I - Optional Items TASK I.1 — CALCULATION OF TRAFFIC INDEX (TI) If desired by -he City: we will prepare separate traffic index calculations for up to four segments of Bison Avenue and three segments of San oactuin Hills Road within the project limits. We have assumed for this proposal. that a TI will be calculated for the four segments of Bison Avenue between the five signalized intersections within ,he project limes and for three segmen S of San !oaquin Hills Road between the four signals wi-hin the project limits. Weekday 24-hour: two-way traffic counts, including truck and bus volumes by number of axles. will be conducted `or each segn, ent. We will use this data for each subject roadway segment to determine an appropria e design life TI based an Caltrans equivalent single axle load (FSALI factors for each large vehicle type. The pavement design life will be confirmed with each City ardr'or we can provide mulTipie TI calculations for your consideration based or different pavement design life. Traffic data will be collected by teaming partner. National Data :and Surveying Services (NDS). wh•o has provided traffic data to our team for many similar projec's. il- ® Sta ntec TASK 1.2 —TRAFFIC CONTROL PLAN (CALTRANS RIGHT-OF-WAY) At the option or the Ci'y and i.` required by Calfror,s encroachment permit flask F.41, we will prepare traffic control plans (2) for the west bound approach of Bison Avenue al the easterly project limits which will extend into Caltrans right-of-way ar the Slate Route 73 Toll Road. Based on the improvements. it is anticipated that two phases of traffic control will be required. Traffic control pians will be prepared using AutoCAD: at 1" _ 40' scale, double -stacked" wirh two horizontal layout strips placed on each plan, in accordance with City standards. Traffic control plans will follow the latest edition of the CA MI,T+vD and ly of Newport Beach guidelines and will show oil temporary signs, barricades, channeiizers: and :any other traffic control devices as necessary to safely accommodate vehicular, pedesrrian, and bicycle traffic, and efficient construction. TASK 1.3 — DEFLECTION TESTING AND ANALYSIS If needed, non-destructive pavement deflection testing can be performed ir: accordance with California Test 356 at a 250 -foot interval. Travel and turn lanes in both directions will be tested. Deflection data wit# be reviewed to isolate or separate the limits of similar deflection response for statistical summary of darn ii.e. -he 30th percentile deflection is provided). The data is used in design of a rehab of the existing pavemer' sec -ion. We propose to perform deflection testing at approximately 130 locations. This is based on esting at 250 -root intervals 'or approximately as ?3G lane feet. Deflection testing will be performed in one eight hour regular business day. In order to collect this data within this time constraint. one lay or deflection testing will be performed. A moving closure like traffic control truck with arrow boards following behind the deflection testing equipment will be utilized. We assume that traffic corrtol plans will not be'equirea If required, we will revise our estimate accordingly 'o include the cost :o prepare and stamp the plans. 20 6-27 EXHIBIT B SCHEDULE OF BILLING RATES Bison Avenue and San Joaquin Hills Road Pavement Rehabilitation Project Design C-7433-1 Total Fee Amount, including all optional Tasks Contingency: Total Not -To -Exceed Fee: $189,219.00 $19.000.00 $208,219.00 Services shall be on a time -and -materials, not -to -exceed basis in accordance with the attached Fee Schedule. Stantec Consulting Services Inc. Page B-1 6.28 (3 Stantec SCHEDULE OF BILLING RATES —2018 Billing Hourly Description Level Rate Junior Level position 3 $83 3 Independently carries out assignments of limited scope using standard procedures, methods and - $9 techniques 3 Assists senior staff in carrying out more advanced procedures 510' 3 Completed work is reviewed for feasibility and soundness of judgment 3 Graduate from an appropriate post -secondary program or equivalent Generallyr one to three years' experience Fully Qualified Professional Position 13-, 3 Carries out assignments requiring general forn6arity within a broad field of the respective profession 3 Makes decisions by using a Combination of standard methods and techniques -$117 ZI Actively partici pales in planning to ensure the aChievement of objectives S125 3 Works independently to interpret information and resolve difficulties 3 Graduate from an appropriate post -secondary program, with credential, or equivalent Generally, three to six years' experience Fist Level Supervisor or fust complete Level of Specialization 9 $129 3 Provides applied professional knowledge and initiative in planning and coordinating work programs 10 $139 3 Adapts established guidelines as necessary to address unusual issues 3 Decisions accepted as technically accurate, however may on occasion be reviewed for I 1 $l 48 soundness of judgment Graduate from on appropriate post -secondary program, with credentials or equivalent 7 Generally. five to nine years' experience Highly Specialized Technical Professional or Supervisor of groups of professionals 3 Provides multi -discipline knowledge to deliver innovative solutions in related field of expertise 12 $ 158 3 Participates in short and long range planning to ensure the achievement of objectives 1 , $169 3 Makes responsible decisions on all matters, including policy recommendations. worts methods. and financial controls associated with large expenditures - $179 3 Reviews and evaluates technical work 3 Graduate from an appropriate pos -secondary program, with credentials or equivalent 3 Generally. ten to fifteen years' experience with extensive. broad experience Senior Level Consultant or Management 3 Recognized as an authority in a specific field with qualifications of significant value y $188 3 Provides multi -discipline knowledge to deliver innovative solutions in related field of expertise Independently conceives programs and problems for investigation $216 ZI Participates in discussions to ensure the achievement of program and/or project objectives 3 Makes responsible decisions on expenditures. including large sums or implementation of major $234 programs and/or projects 3 Graduate from an appropriate post -secondary program. with credentials or equivalent 3 Generally. more than twelve years' experience with extensive exoerience Senior Level Management under review by Vice President or higher 3 Recognized as an authority in a specific field with qualifications of significant value 18 $275 3 Responsible for long range planning within a specific area of practice or region 19 $311 3 Makes decisions which are far reaching and limited only by objectives and policies of the organization 20 $346 Q Plans/approves projects requiring significant human resources or capital investment 3 Graduate from an appropriate post -secondary program. with credentials or equivalent 2 ' 3 Generally. fifteen years' Experience with extensive professional and management experience Survey Crew Size Regular Rate Overtime Rate Crews I -Person $180 $215 2 -Person $260 $360 3 -Person $360 $490 "2 20 18 Stantec Consulting Services Inc. Page B-2 6-29 EXHIBIT C INSURANCE REQUIREMENTS — PROFESSIONAL SERVICES 1. Provision of Insurance. Without limiting Consultant's indemnification of City, and prior to commencement of Work, Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. Consultant agrees to provide insurance in accordance with requirements set forth here. If Consultant uses existing coverage to comply and that coverage does not meet these requirements, Consultant agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Consultant shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. Consultant shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its City Council, boards and commissions, officers, agents, volunteers and employees. B. General Liability Insurance. Consultant shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate. The policy shall cover liability arising from premises, operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Consultant shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Consultant arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit each accident. Stantec Consulting Services Inc. Page C-1 6-30 D. Professional Liability (Errors & Omissions) Insurance. Consultant shall maintain professional liability insurance that covers the Services to be performed in connection with this Agreement, in the minimum amount of one million dollars ($1,000,000) per claim and two million dollars ($2,000,000) in the aggregate. Any policy inception date, continuity date, or retroactive date must be before the Effective Date of this Agreement and Consultant agrees to maintain continuous coverage through a period no less than three years after completion of the Services required by this Agreement. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against City, its City Council, boards and commissions, officers, agents, volunteers and employees or shall specifically allow Consultant or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Consultant hereby waives its own right of recovery against City, and shall require similar written express waivers from each of its subconsultants. B. Additional Insured Status. All liability policies including general liability, excess liability, pollution liability, and automobile liability, if required, but not including professional liability, shall provide or be endorsed to provide that City, its City Council, boards and commissions, officers, agents, volunteers and employees shall be included as insureds under such policies. C. Primary and Non Contributory. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self-insurance maintained by City. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation (except for nonpayment for which ten (10) calendar days' notice is required) or nonrenewal of coverage for each required coverage. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Consultant shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. Insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. City reserves the right to require complete, certified copies of all required insurance policies, at any time. Stantec Consulting Services Inc. Page C-2 6-31 B. City's Right to Revise Requirements. City reserves the right at any time during the term of the Agreement to change the amounts and types of insurance required by giving Consultant sixty (60) calendar days' advance written notice of such change. If such change results in substantial additional cost to Consultant, City and Consultant may renegotiate Consultant's compensation. C. Enforcement of Agreement Provisions. Consultant acknowledges and agrees that any actual or alleged failure on the part of City to inform Consultant of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. D. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Consultant maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Consultant. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. E. Self-insured Retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self-insured retentions be eliminated, lowered, or replaced by a deductible. Self- insurance will not be considered to comply with these requirements unless approved by City. F. City Remedies for Non -Compliance. If Consultant or any subconsultant fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Agreement, or to suspend Consultant's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Consultant or reimbursed by Consultant upon demand. G. Timely Notice of Claims. Consultant shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Consultant's performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. H. Consultant's Insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own Stantec Consulting Services Inc. Page C-3 6-32 judgment may be necessary for its proper protection and prosecution of the Work. Stantec Consulting Services Inc. Page C-4 6-33