Loading...
HomeMy WebLinkAbout11 - 04BA-073 - C-3695 - Bay Avenue Area Street & Drainage ImprovementsCITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 11 June 22. 2004 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department William Patapoff, P.E. 949 - 644 -3311 bpatapoff@city.newport-beach.ca.us SUBJECT: BAY AVENUE AREA STREET AND DRAINAGE IMPROVEMENTS - APPROVAL OF PROFESSIONAL SERVICES AGREEMENT WITH PENCO ENGINEERING, INC. FOR DESIGN SERVICES, C -3695 RECOMMENDATION: 1. Approve a Professional Services Agreement with Penco Engineering, Inc. of Irvine, CA, for preliminary and final design services for the Bay Avenue area at a contract price of $175,314 and authorize the Mayor and City Clerk to execute the Agreement. 2. Approve a budget amendment transferring $76,385 from Engineering Services Professional and Technical, account 5100 -8080, to General Fund - Bay Avenue Street and Drainage Improvement, account 7013- C5100759, and $98,929 from Gas Tax — Balboa Island Pavement Improvement, account 7181- C5100645, to Gas Tax - Bay Avenue Street and Drainage Improvements account, 7181- 05100759. DISCUSSION: The Bay Avenue area from Palm Street to 7'h Street (see attached location map) is in need of street and drainage improvements. The grades of the streets are very flat and therefore do not drain to the harbor outlets at the street ends. During the rainy season runoff ponds in the streets and nuisance water stands in the roadways throughout the year. In addition, the streets which were built as the peninsula developed, have cracked and settled to the point where they have been patched a number of times and have been capped to fill in the voids. In order to improve the roadways in the area, the street grades need to be established so that the water flows along the curbs. To accomplish this, drainage facilities need to be extended in the Bay Avenue area. Staff prepared a Request for Proposal asking five qualified engineering firms to perform studies and design services to improve the drainage facilities and provide options to rehabilitate the streets. SUBJECT: Bay Avenue Area Street And Drainage Improvements - Approval of Professional Services Agreement with Penco Engineering, Inc. for Design Services June 22, 2004 Page 2 The following three firms responded to the City's Request for Proposal • Boyle Engineering • Penco Engineering • Van Dell & Associates The proposals were independently reviewed to evaluate each firm's qualifications, past experience on similar projects, and availability before ranking Penco Engineering the highest. Upon selection, staff negotiated with Penco Engineering to provide the necessary scopE! of services for a fee of $175,314. Penco Engineering has completed engineering services competently and professionally on similar projects in the City of Newport Beach and for other local agencies in Southern California. The scope of engineering professional services will include: • Site evaluation and design survey • Utility coordination and potholing • Pavement evaluation and recommendations • Drainage hydrology and hydraulics with recommendations • Final plans, specifications, and estimates • Construction support and as- builts Funding Availability: Upon approval of the recommended Budget Amendment, sufficient funds will be available in the following account for the project: Account Description General Fund Gas Tax Environmental Review: Account Number Amount 7013- C5100759 $76,365 7181- C5100759 $98,929 Total: $175,314 Not applicable at this time. Staff will determine what CEQA documentation is required afterthe preliminary engineering phase. Prepared by: William Pataloom P E. City Engineer Attachment: Professional Services Agreement Location Map Budget Amendment Submitted . Stephen G. EYaduVn Works Public • o G a Q �C O D n SNo o �U-) w z wW s ct� ::� > Q ° <a- LO / �SOp y LU z � �. &03 z Q � U) < o 06 Z 06W y� �/IbaNb� LU LU S �O z U) C� Q LL 0- _ �7 m S � U �- Q f- LLJ W m� U m� U J ty a 0 �S y� < 0 ° ul o w0 O z� LS y� 8 O LL m nn PROFESSIONAL SERVICES AGREEMENT WITH PENCO ENGINEERING, INC., FOR BAY AVENUE AREA STREET AND DRAINAGE IMPROVEMENTS CONTRACT NO. 3695 THIS AGREEMENT is made and entered into as of this day of 2004, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "City"), and PENCO ENGINEERING, INC. a corporation whose address is One Technology Park, Building J -725, Irvine, California, 92618 ( "Consultant'), 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 is planning to improve the streets and drainage in the Bay Avenue area from Palm Avenue to 7th Street. C. City desires to engage Consultant to design the streets and drainage system in the Bay Avenue area from Palm Avenue to 7th Street as described in Exhibit A, scope of work ('Project'). D. Consultant possesses the skill, experience, ability, background, certification and knowledge to provide the services described in this Agreement. E. The principal member of Consultant for purposes of Project shall be George A. Jurica, P.E. F. 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 above written date, and shall terminate on the 30th of June, 2006, 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. The City may elect to delete certain tasks of the Scope of Services at its sole discretion. 3. TIME OF PERFORMANCE 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. The failure by Consultant to strictly adhere to the schedule may result in termination of this Agreement by City. 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 to the other party so that all delays can be addressed. 3.1 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator 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. 3.2 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances, by either telephone, fax, hand - delivery or mail. 4. COMPENSATION TO CONSULTANT 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. In no event shall Consultant's compensation exceed One Hundred Seventy -five Thousand, Three Hundred Fourteen and 00/100 Dollars ($175,314.00) without additional authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City. 4.1 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 K reimbursable expenditures. City shall pay Consultant no later than thirty (30) days after approval of the monthly invoice by City staff. 4.2 City shall reimburse Consultant only for those costs or expenses specifically approved in this Agreement, or specifically approved in advance by City. Unless otherwise approved, such costs shall be limited and include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services that Consultant agrees to render pursuant to this Agreement, which have been approved in advance by City and awarded in accordance with this Agreement. B. Approved reproduction charges. C. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 4.3 Consultant shall not receive any compensation for Extra Work 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 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 Carlos A. Pineda, P.E. 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. 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. 3 6. ADMINISTRATION This Agreement will be administered by the Public Works Department. William Patapoff, P.E. shall be the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his/her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 7. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of its responsibilities under this Agreement, City agrees to, where applicable: A. 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. B. Provide blueprinting and other services through City's reproduction company for bid documents. Consultant will be required to coordinate the required bid documents with City's reproduction company. All other reproduction will be the responsibility of Consultant and as defined above. C. Provide usable life of facilities criteria and information with regards to new facilities or facilities to be rehabilitated. 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. All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. 8.2 Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications, insurance and approvals of whatsoever nature that are legally required of Consultant to practice its profession. Consultant further represents and warrants to City that Consultant shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any and all licenses, permits, insurance and other approvals that are legally required of Consultant to practice its profession. Consultant shall maintain a City of Newport Beach business license during the term of this Agreement. 0 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, or 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 To the fullest extent permitted by law, Consultant shall indemnify, defend and hold harmless City, its City Council, boards and commissions, officers, agents and employees (collectively, the "Indemnified Parties) from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorney's fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims "), which may arise from or in any manner relate (directly or indirectly) to any work negligently performed or services provided under this Agreement (including, without limitation, defects in workmanship or materials and /or design defects [if the design originated with Consultant]) or Consultant's presence or activities conducted on the Project (including the negligent and /or willful acts, errors and /or omissions of Consultant, its principals, officers, agents, employees, vendors, suppliers, consultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable or any or all of them). Notwithstanding the foregoing, nothing herein shall be construed to require Consultant to indemnify the Indemnified Parties from any Claim arising from the active negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorney's fees in any action on or to enforce the terms of this Agreement. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by the Consultant. 10. INDEPENDENT CONTRACTOR It is understood that City retains Consultant on an independent contractor basis and Consultant is not an agent or employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation and the expressed terms of this Agreement. 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 61 to direct Consultant as to the details of the performance or to exercise a measure of control over Consultant shall mean only that Consultant shall follow the desires of City with respect to the results of the services. 11. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Consultant on the Project. 12. CITY POLICY Consultant shall discuss and review all matters relating to policy and Project direction with City's Project Administrator in advance of all critical decision points in order to ensure the Project proceeds in a manner consistent with City goals and policies. 13. PROGRESS Consultant is responsible for keeping the Project Administrator and /or his /her duly authorized designee informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 14. INSURANCE Without limiting Consultant's indemnification of City, and prior to commencement of work, Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Consultant shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. 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 M Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. D. Coverage Requirements. Workers' Compensation Coverage. Consultant shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California. In addition, Consultant shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractors employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Consultant for City. ii. General Liability Coverage. Consultant shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement, or the general aggregate limit shall be at least twice the required occurrence limit. iii. Automobile Liability Coverage. Consultant shall maintain automobile insurance covering bodily injury and property damage for all activities of the Consultant arising out of or in connection with work to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. iv. Professional Errors and Omissions Insurance. Consultant shall maintain professional errors and omissions insurance, which covers the services to be performed in connection with this Agreement in the minimum amount of one million dollars ($1,000,000). E. Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language: 7 i. The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the Consultant, ii. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Consultant's operations or services provided to City. Any insurance maintained by City, including any self- insured retention City may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. A. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) calendar days written notice has been received by City. F. Timely Notice of Claims. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Consultant's performance under this Agreement. G. Additional 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. 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 M the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint- venture or syndicate or cotenancy, which shall result in changing the control of Consultant. Control means fifty percent (1110 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership orjoint- venture. 16. SUBCONTRACTING City and Consultant agree that subconsultants may be used to complete the work outlined in the Scope of Services. The subconsultants authorized by City to perform work on this Project are identified in Exhibit A. Consultant shall be fully responsible to City for all acts and omissions of the subcontractor. Nothing in this Agreement shall create any contractual relationship between City and 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. 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 Each and every report, draft, map, record, plan, document and other writing produced (hereinafter "Documents "), prepared or caused to be prepared by Consultant, its officers, employees, agents and subcontractors, in the course of implementing this Agreement, shall become the exclusive property of City, and City shall have the sole right to use such materials in its discretion without further compensation to Consultant or any other party. Consultant shall, at Consultant's expense, provide such Documents to City upon prior written request. 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. All improvement and /or construction plans shall be prepared with indelible waterproof ink or electrostaticly plotted on standard 24 -inch by 36 -inch Mylar with a minimum thickness of three mils. Consultant shall provide to City 'As- Built' drawings, and a copy of digital ACAD and tiff image files of all final sheets within ninety (90) days after finalization of the Project. For more detailed requirements, 0 a copy of the City of Newport Beach Standard Design Requirements is available from the City's Public Works Department. 18. COMPUTER DELIVERABLES CADD data delivered to City shall include the professional stamp of the engineer or architect in charge of or responsible for the work. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other Project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. All original drawings shall be submitted to City in the version of AutoCAD used by City in ".dwg" file format on a CD, and should comply with the City's digital submission requirements for Improvement Plans. The City will provide AutoCAD file of City Title Sheets. All written documents shall be transmitted to City in the City's latest adopted version of Microsoft Word and Excel. 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 authorizes in writing the release of information. 20. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his /her 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 contractor bids or actual cost to City. 21. INTELLECTUAL PROPERTY INDEMNITY The Consultant shall defend and indemnify City, its agents, officers, representatives and employees against any and all liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's drawings and specifications provided under this Agreement. ILill 22. RECORDS Consultant shall keep records and invoices in connection with the work 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. 23. WITHHOLDINGS City may withhold payment to Consultant of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his /her designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 24. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than what would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or restoration expense shall be bome by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 25. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other Consultants in connection with the Project. 26. CONFLICTS OF INTEREST The Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such 11 persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. 27. NOTICES All notices, demands, requests or approvals to be given under the terms of this Agreement shall be given in writing, to City by Consultant and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: Bill Patapoff, City Engineer Public Works Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Phone: 949 - 644 -3311 Fax: 949 - 644 -3308 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Carlos A. Pineda, P.E. Penco Engineering, Inc. One Technology Park Building J -725 Irvine, CA 92618 Phone: 949 - 753 -8111 Fax: 949 - 753 -0775 28. TERMINATION In the event that either parry 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 12 necessary to cure such default, the non - defaulting parry may terminate the Agreement forthwith by giving to the defaulting parry written notice thereof. Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Agreement at any time by giving 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. 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. 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. 31. 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. 32. 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. 33. 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. 13 34 35. 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. 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. 36. EQUAL OPPORTUNITY EMPLOYMENT Consultant represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religion, color, national origin, handicap, ancestry, sex or age. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: Assistant City Attorney for the City of Newport Beach ATTEST: LaVonne Harkless, City Clerk Attachments: CITY OF NEWPORT BEACH, A Municipal Corporation In Mayor for the City of Newport Beach CONSULTANT: 93 George A. Jurica President and Principal Penco Engineering, Inc. Exhibit A — Scope of Services Exhibit B — Schedule of Billing Rates f: \users \pbw \shared\agreements \fy 03 -04 \penco -bay avenue improvements.doc 14 E Y,\-1 rF3 t7- '/l,' PROPOSAL FOR PROFESSIONAL ENGINEERING SERVICES - BAY AVENUE AREA STREET AND DRAINAGE IMPROVEMENTS FROM '7TH STREET TO PALM AVENUE REVISED SCOPE OF IA7ORK A. KICK -OFF MEETING PENCO Engineering, Inc. will schedule a Kick -off Meeting with the City representatives. This meeting will serve to: 1.0 Develop the basic working relationship between the City, County, utility agencies and other agencies involved in the project by discussing responsibilities and proper lines of communication. 2.0 Discuss the project requirements, scope of work and project approach. 3.0 Establish a schedule and time and place of the future Project Team Meetings B. RESEARCH AND REVIEW OF AVAILABLE DATA PENCO Engineering, Inc. will research and obtain City records and documents including, but not limited to, existing improvement plans, topographic data maps, "As- Built" drawings, utility plans, - geotechnical reports, studies and other pertinent information. The Project Team will review this information prior to beginning surveys and preliminary design. C. SITE EVALUATION Perform visual field inspection of the street to determine areas of structural damage of existing AC and PCC pavement, curb, gutter, driveways, and sidewalk. Identify street sections that exhibit structural damage and establish the areas that need overlay and areas that need total replacement. In addition, PENCO Engineering, Inc. will evaluate existing access ramps and driveways for compliance with ADA requirements. PENCO Engineering, Ine. will also identify potential drainage problems and possible feasible locations for proposed catch basin inlets for the proposed storm drain system. SCOPE OF WORK D. DESIGN SURVEY PENCO Engineering, Inc. will provide the Design Surveys, including topography and cross sections, for this project. The survey for the project will be certified by a licensed surveyor and consist of the following: 1.0 Establish horizontal and vertical survey and construction control for the complete length of the project. 2.0 Perform field survey for the removal and replacement of existing pavement and /or for the placement of overlays., for the construction or replacement of the existing handicap access ramps and driveways, and construction of new curb, gutter and sidewalk. Work may include, but not be limited to: 2.1 Cross section elevations taken at 50 ft. intervals. The sections will follow this format: property line / right - of -way, top of curb, flow line, edge of pavement, striping lane lines, finish surface at the centerline. 2.2 Locate topography and take cross sections to adequately show the condition of the project site prior to construction. We will reduce the data to a form showing centerline station, offset from centerline, and elevation. In areas ca =here widening is proposed, the topographic survey will extend beyond the right -of- way in the following mariner: 50 ft. for side streets and 300 ft. at major intersections. 2.3 Locate visible existing improvements within the street right -of -way. 2.4 Provide 0.5 ft contours. 2, 5 Provide additional elevations to design drainage facilities. 2.6 As an optional task, we have added additional survey to provide 25' sections instead of 50' sections. This would help in the preparation of the drainage study. 3.0 PENCO Engineering, Inc. will sign, date and submit all original survey notes to the City within 15 working days after the completion of the survey SCOPE OF WORK E. UTILITY COORDINATION PENCO Engineering, Inc. will coordinate with the utility agencies throughout the design phase. If the proposed improvements interfere with existing utilities, we will arrange to have potholes taken by the utility company, if this can be accomplished in a timely manner. Otherwise, any needed potholing will be performed under a potholing allowance provided in this agreement as an optional item. PENCO Engineering, Inc. will secure permits, if needed, from utility companies for the design and construction of the project. At this time, we do not anticipate the need to secure additional right -of -way. F. BASE SHEETS PENCO Engineering, Inc. will prepare Base Sheets utilizing the design survey, utility search data and existing street improvement plans for the project. These Base Sheets will be utilized for the preliminary design of the street widening and pavement rehabilitation / traffic signal modifications and signing and striping plans. The plans will be prepared at a 1 " =20' scale for both the street and storm drain improvements. G. PAVEMENT EVALUATION PENCO Engineering, Inc. will work with the firm of LaBelle - Marvin to prepare a pavement evaluation and recommendations for the proposed Bay Avenue Area. Based on discussions to date, pavement thickness, aggregate base thickness and subgrade conditions, subgrade sampling, etc. will be accomplished through a combination of sampling and measurements during scheduled potholing operations, supplemented with pavement core sampling and subsurface boring. Similarly, a reasonable uniformity of conditions is anticipated which may limit the number of subgrade R -value tests. Pavement core sampling will be scheduled and performed following completion of all utility potholing. All data developed during the potholing operation will be reviewed prior to sighting the core and bore locations. A budget of ten (10) additional test sites is proposed. Engineering analysis to provide design recommendations regarding pavement structural sections and rehabilitation measures will be provided along with cost .-onsiderations for each alternative. SCOPE OF ih'ORK 1.0 Coring and Boring Coring and boring will be performed at ten (10) locations based on locations of potholing to determine the thickness of the existing structural section. Borings will be extended a maximum depth of four (4) feet from the surface to obtain samples of the subgrade. Samples will be placed in plastic bags, sealed, and transported to the laboratory for further analysis. Prior to leaving the site, all sample locations will be backfilled ' and patched. LaBelle - Marvin, Inc. shall provide traffic control adequate to protect the traveling public and work force. H. DRAINAGE EVALUATION PENCO Engineering, Inc. will utilize survey information, as -built plans, and other existing available information to conduct a 10 -year hydrology study of the project area. The study will be prepared in full compliance with the City and the County of Orange's Hydrology Manual Standards. The proposed improvements will be quantified and construction cost estimates will be provided to facilitate City decisions as to the scope of the construction. We anticipate meeting with the City of Newport Beach one (1) time to present the results of the study. A. STREET AND DRAINAGE IMPROVEMENT PLANS Based on the City's selected alternatives for pavement rehabilitation and drainage, PENCO Engineering, Inc. will provide construction drawings at a scale of 1 " =20' and 1 " =10' for details. The street plans will be prepared in full conformance with the City of Newport Beach Standards. The proposed street and drainage improvement plans will provide the following improvements: 1.0 Street Improvement and Rehabilitation Plans - PENCO Engineering, Inc. will prepare plan and profile sheets for the proposed street improvements and rehabilitation work. The plans will be prepared at a scale of 1 " =20' horizontal scale and 1 " =2' vertical scale. The plans will show the areas that need overlay or reconstruction. The plans will show all removals, new asphalt concrete pavement, and new and existing curb and gutter and sidewalk. The street SCOPE OF WORK improvement plans will also show the reconstruction of access ramps and driveways to City Standards. The plans will also show every utility valve cover and or manhole or vault that needs to be adjusted to grade and or protected in place. We anticipate twelve (12) sheets, including title sheet and two (2) detail and cross - section sheets. 2.0 Storm Drain Plans - PENCO Engineering, Inc. will prepare plan and profile sheets for the proposed drainage improvements for this area. The plans will be prepared at a scale of 1 " =20' (horizontal) and 1 " =2' (vertical). The plans will show the proposed catch basin locations for the proposed storm drain, utility crossings, etc. We anticipate a total of seven (7) sheets, including two (2) detail sheets. This assumes storm drain along West Bay and three (3) intersecting streets leading to existing catch basin and not affecting existing outlets to the ocean. B. QUANTITY CALCULATIONS AND ESTIMATES PENCO Engineering, Inc. will submit quantities and construction cost estimates with every submittal to the City. PENCO Engineering, Inc. will compare the construction cost estimates against the budgets provided by each City. Any overages will be brought to the City's attention immediately and recommendations will be presented for cost reduction. A final estimate will be provided to the City once the plans are approved and for comparison with the Bids. C. PREPARE PROJECT SPECIFICATIONS Prepare general and special provisions for the project to conform to the City's standard template documents, including quantities, proposals, and engineer's estimates. Prepare bid schedule. Utilize City's general provision and bid forms to finalize a complete bid package. D. b0% DESIGN REVIEW We shall submit preliminary title sheet, base plan and profile sheets, drainage improvement sheets, sketches of details and sections, and preliminary quantities and cost estimates. SCOPE OF WORK OEM E. 90% DESIGN REVIEW We shall submit plans, specifications, and quantities and cost estimates at the 90% level. All 60% design review comments shall be addressed at this time. F. 100% DESIGN REVIEW We shall submit final plans, completed specifications, and final quantities and cost estimates. All 90% design review comments will be addressed at this time. G. FINAL APPROVAL REVIEW We shall submit final plans, specifications, and revised final quantities and cost estimates. All 100% design review comments will be addressed at this time. H. MEETINGS To ensure understanding of the contract objectives and proper coordination between the team, meetings between the City and PENCO Engineering, Inc. will be held as specified in the Request for Proposal: a meeting for each of the submittals, 60 %, 90 %, and 100% completion. Our proposal estimates eight (8) meetings during this phase of the project. All project objectives, our work schedule, the terms of the contract, and any other related issues will be discussed and any technical problems resolved at the meetings. We will, at or before our meetings, supply four (or more if needed) copies of all completed reports, studies, plans, specifications, and estimates, which are ready for submittal. We will update the project schedule using Microsoft Project format and submit it to the City for approval. The Progress Reports shall be submitted at monthly intervals, indicating progress achieved during the reporting period in relation to the progress scheduled. We will provide the Project Manager with a copy of a Progress Report on a monthly basis or at least two working days before a scheduled meeting. SCOPE OF WORK I. OPTIONAL ITEMS NOT REFERENCED IN ORIGINAL SCOPE SURVEY ALTERNATES 1.0 SURVEY SECTIONS AT 25' INTERVALS Cross section elevations taken at 25 ft. intervals (22 intersections). The sections will follow this format: property line / right -of -way, top of curb, flow line, edge of pavement, striping lane lines, finish surface at the centerline. 2.0 MONUMENT PERPETUATION (PRE- CONSTRUCTION) Consultant shall set reference tie points in curbs and walks to be able to re -set any existing center line monuments that may be damaged or destroyed during construction activity (22 intersections). 3.0 MONUMENT REPLACEMENT Consultant shall re -set any damaged or destroyed centerline monuments after the street re- construction process is completed. Said center line points shall be re -set by means of the center line ties. Consultant shall file a "corner record" certificate with the County Surveyor's Office in conformance with the "Land Surveyor's Act." OPTIONAL SERVICES 1.0 CEQA CATEGORICAL EXEMPTION We understand that the project may qualify for a Class 1 exemption under the California Environmental Quality Act (CEQA) provisions for categorical exemptions. PCR shall prepare the exemption form and will prepare a technical memorandum describing: 1) the relevant provisions of CEQA; 2) the proposed project (construction and operational features); and 3) project compliance with CEQA. Forty (40) hours have been allocated to this task, which includes one meeting and preparation and delivery of the folloyving documents: - CEQA exemption form - Technical memorandum providing evidence in support of a CEQA exemption for the project. SCOPE OF 1,VORK 2.0 COASTAL DEVELOPMENT PERMIT PCR will assist PENCO Engineering, Inc. with completion of the permit application. For this task, PCR will conduct a site visit and compile and review available published research, maps, surveys, and other documentation on biological and cultural resources for the project site. The results of this effort will be reflected within the permit application and a technical memorandum will be provided for the project file. The estimated level of effort for this task is not expected to exceed eighty (80) hours and will result in the following deliverables: - Coastal Development Permit application for the project. - Technical memorandum on biological and cultural resources presenting the results of the site visit and data review. 3.0 POTHOLING Saf -r -Dig Utility Surveys, Inc. shall provide subsurface utility location services to determine horizontal and vertical positions of underground utilities at various locations not to exceed 7'. They anticipate three (3) days of potholing with six (6) potholes per day. 4.0 POTHOLING MONITORING A representative of LaBelle- Marvin, Inc. will be present during potholing operations to note encountered conditions and obtain samples of the subgrade for further testing. The fee for each day is included in the revised fee schedule. A. MEETINGS PENCO Engineering, Inc. will attend the Pre -Bid Meeting and meet with the City, as needed, during the bidding process. B. PREPARE ADDENDA AND PLANT CLARIFICATION SCOPE OF WORx: PENCO Engineering, Inc. will be available to answer questions from prospective bidders. If necessary, PENCO Engineering, Inc. has allocated time to assist the City in the preparation of Addenda. i - • i " i PENCO Engineering, Inc. will provide any appropriate technical services during the construction phase of the project, including but not limited to, consultation, plan interpretation (RFI's), and plan revisions resulting from changed conditions. Such revisions will be completed in a timely manner so as to avoid or minimize construction delays. In the event that plan revisions are required during construction, for other reasons than errors or omissions, they shall be considered extra work and additional compensation will be based on the hourly rates established per this proposal. PEINTCO Engineering, Inc. assumes a total of four (4) meetings or eight (8) hours in our estimate. PENCO will prepare As -Built Drawings based on redlines, to be provided by the contractor, and other information surveyed by PENCO during construction. A. Right -of -Way acquisition, including legal descriptions and exhibits. B. Structural designs. C. Landscaping and irrigation. D. Electrical designs. E. Dry utilities. F. Permit application fees. G. Water and sewer relocation. SCOPE OF WORK SM U N N_ z 0 z N `J v r n f'1 J V N C Q O 0 H 0 z u U C < U z . <v Q V Z !� < O u � Z w F �z Z � < ti r < .v Q • N .Ni N N N N P N N N � N C m w N c W W C C C C C V C � C � N N N Ka O N 'V N .� ✓� 0 t" < � F Z 5\ f® } } }} \5 { )) \ \\ � \ \ � \ ( @ � � } -TIE' ` { / . \\ \\ \\ }\ } \ \ }\ - 5\ f® } } } }} \5 { )) \ \\ � \ \ � \ ( @ � � } -TIE' } \/ )) \ \\ } o i `j N P F� rn O L =t N s� of 1z i m n m Z oI o� o 0 0 0 a in < F N O o i `j N O L =t of m n m oil 0 0 0 a < F O n a zu z Z F Z Z Z Z V O r Q n �m l � nnn oo CZ �ZL o i `j N �D a }. Q w = b. L =t oil IL n L �m � nnn oo n t� �D a }. Q w = b. L =t a F Q r n m ij CL t_ a V t 8 PFNCO Exgineerin& Inc. Effective January 1, 2004 through January 1, 2005 ` PERSONNEL Principal Senior Project Manager Project Manager Sem or Project Engineer Project Engineer Senior Design Engineer D.esgn Engineer Associate Engineer Engineering Technician Project Assistant Senior Project Surveyor Project Surveyor Senior Survey Technician Survey Technician 3 -Man Survey Crew 2 -Man Survey Crew 2 -Man Survey Crew w/ GPS REIMBURSABLE COSTS HOURLY RATE $ 165.00 $150.00 $140.00 $130.00 $115.00 $100.00 $ 90.00 $ 80.00 $ 75.00 $ 75.00 $130.00 $110.00 $ 90.00 $ 80.00 $ 215.00 $165.00 $ 200.00 Reproductions; deliveries; travel; meals and lodging; facsimiles; models, renderings and photos; mylars; and diskettes, not included in the scope of work. • All reimbursable costs shall be billed at 15% markup. • Mileage shall be billed at $0.42 /mile (office staff only). • All accounts are due net 30 days from the date of invoice. • Outstanding accounts shall be charged 1.0% per month. City of Newport Beach NO. BA- 04BA -073 BUDGET AMENDMENT 2003 -04 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase Expenditure Appropriations AND X Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: AMOUNT: $175,314.00 Increase in Budgetary Fund Balance Decrease in Budgetary Fund Balance X No effect on Budgetary Fund Balance To transfer expenditure appropriations for the Bay Avenue Street and Drainage Improvement Project, C -3695. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account REVENUE ESTIMATES (3601) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Signed: Signed: Signed Administrative Description Description Description 5100 Public Works - Engineering 8080 Services - Professional & Technical Amount Debit Credit $76,385.00 7013 General Fund - Street C5100759 Bay Ave Street & Drainage Improvement 7181 Gas Tax C5100645 Balboa Island Pavement Improvement $98,929.00 7181 Gas Tax C5100759 Bay Ave Street & Drainage Improvement 'oval: Administraly,;e Services Director .1 �. Appal: City Manager City Council Approval: City Clerk $76,385.00 $98,929.00 Date ze iz .If Da(e Date City of Newport Beach BUDGET AMENDMENT 2003 -04 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase Expenditure Appropriations AND X Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: hC. BA- 04BA -073 AMOUNT: $175,314.00 A 11 P XIncrease in Budgetary Fund Balance Decrease in Budgetary Fund Balance No effect on Budgetary Fund Balance To transfer expenditure appropriations for the Bay Avenue Street and Drainage Improvement Project, C -3695 ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account REVENUE ESTIMATES (3601) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Signed Description Description Description 5100 Public Works - Engineering 8080 Services - Professional & Technical 7013 General Fund - Street C5100759 Bay Ave Street & Drainage Improvement 7181 Gas Tax C5100645 Balboa Island Pavement Improvement 7181 Gas Tax C5100759 Bay Ave Street & Drainage Improvement Financial Approval: Administratye Services Director Signed: - �'�'l+t ✓�/ , rj 11>14-09— Adm�i �trative Ap137val: City Manager Signed: ✓ly y1 ! ���[� City Council Approval: City Clerk Amount Debit Credit $76,385.00 $98,929.00 $76,385.00 $98,929.00 Date r Da% Date