Loading...
HomeMy WebLinkAbout11 - 32nd Street and Newport Boulevard Improvements - Approval of PSANovember 9, 1998 CITY COUNCIL AGENDA ITEM NO. 11 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: 32ND STREET AND NEWPORT BOULEVARD IMPROVEMENTS — APPROVAL OF PROFESSIONAL SERVICES AGREEMENT RECOMMENDATION: Approve a Professional Services Agreement with Dewan, Lundin & Associates, of Garden Grove, California, for professional engineering services for a contract price of $34,290. DISCUSSION: During heavy storms flooding occurs in Newport Boulevard, in the area of 291h Street and 32nd Street. Existing storm drain facilities, comprised of small diameter corroded corrugated metal pipe, convey drainage in Newport Boulevard to the Rivo Alto Channel. The drainage system for this area is undersized and needs to be upgraded. The evaluation of the storm drain system will include a new storm drain in 291h or 301h Street that will take the drainage to the Rhine Channel instead of the Rivo Alto Channel. See the attached location map. In addition to the drainage problems experienced in the area, 32 "d Street, between Newport Boulevard and Balboa Boulevard, has shown several areas of pavement distress and has been identified, through the City's Pavement Management Program, as requiring rehabilitation. As a part of the City's FY 98 -99 Capital Improvement Program, staff invited six (6) engineering firms to submit proposals for design services for the project. The scope of the professional services include the research of available records, data collection, field survey, geotechnical investigations, utility coordination, hydrology, hydraulics, development and analysis of roadway rehabilitation strategies, preparation of project plans and specifications, pre- construction coordination and meetings, bidding and construction assistance, and the preparation of as -built plans after construction completion. Five (5) firms responded to the request for proposals. Staff reviewed the firms qualifications, past experience on similar projects, and availability; and ranked Dewan Lundin & Associates (DL &A) of Garden Grove as the most suitable for the project. SUBJECT: 32n° Street Improvements —Award of Professional Services Agreement November 9, 1998 Page 2 DL &A has completed engineering services on similar rehabilitation projects for our City and other local agencies in Southern California. Funding Funds for this project are available in Account No. 7181- C5100467, 32nd Street Reconstruction and Newport Boulevard Storm Drain Improvement Program. Respectfully submitted, PUBLIC WORKS DEPARTMENT Don Webb, Director By: Stephen Cuy, P.E. Associate Civil Engineer Attachment: Professional Services Agreement Exhibit "A" Scope of Services Exhibit "B" Scheduled Billing Rates Project Location Map t sime.d. I.,I IY Ivdi U I' i I','•I- = :ZJ Z'I W 30 D ��rRHrr• -. - -.j - ...- ..- , -asRD- - •-- •- •- • +•-- .- .- .- .. -�_. -v+ -. efR66r• r p ��•�i N T'i1` N NN O.mN N n O , �_ G U G U u i O OOOOONA0 r I i R O 00 O ONArnm } 0 m N O ONAO�m f L . j. r r \ i IN� i C C i �f> h tp �l \ f N N -N B G r � 3204 J t UU G UU O I 2 0O 2 tt t� - N ,O U U R 7 \ O O l� \ NN �•4 WN� L \ \ J a 3014 � 3100 ti G j . o N A m N 3012 .\ m Y i 0 W ✓�\ N N 3010 j g OOOON 3008 e 1 3011 "UU p 0 0 0 O mmmmlD _r-- •- �._.__. �_r v_.- QTArfi• -.-. -.._. v -_r ... -.__. _.T._. \,�\ �000�00 _ b m tv Y j N N N m 10 W lR J C N N N N N N N N N N O O O O 00 O N p m N O ONAO�m n n m m � a N N N N N N OOOON "UU JIp�UU \\ O a° mti b n 1m \ 901 '• ' N \ 283,3 o° \ V N N N N N '+' •+ N N N t N 6 g/ �! } JN A m + o0 NR4 'o Yn 1 2823 -'_ __.._.. _.._ _ ___ _.... __• -� � 2821 1 282 \ 28,9 28 4 I' oA 5 �N 4 •I N � V / 9 d �m•Sh X817 09 818 1 ti 281888. r / u r 2812 1 :ln e i spa I �� zero 1 2808 =1 �\ 1 zeoa 2807 1 m °9 y i! 280o `# 2805 �` ✓r' �� PROJECT LIMITS 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 32ND STREET IMPROVEMENTS b`a`y, ro sA h h i• ifi ?gc, m m i - ,' DRAWN s.c. DATE "u PROJECT ENGINEER LOCATION MAP PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT, entered into this 9" day of November, 1998, by and between CITY OF NEWPORT BEACH, a Municipal Corporation (hereinafter referred to as "City "), and Dewan, Lundin & Associates, whose address is 12377 Lewis Street, Suite 101, Garden Grove, California, 92840, (hereinafter referred to as "Consultant'), 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 implement (Improvements to 32nd Street, Newport Boulevard and 290' Street) (`Project'). C. City desires to engage Consultant to provide professional engineering design services for pavement rehabilitation on 32nd Street and for storm drain facilities in Newport Boulevard and 291h Street upon the terms and conditions contained in this Agreement. D. The principal member of Consultant for purpose of Project is Surender Dewan, P.E., Principal. -1- E. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant and desires to contract with Consultant under the terms of conditions provided 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 91h day of November. 1998, and shall terminate on the 30th day of June, 1999, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the duties set forth in the scope of services, attached hereto as Exhibit "A" and incorporated herein by reference. 3. COMPENSATION TO CONSULTANT City shall pay Consultant for the services in accordance with the provisions of this Section and the scheduled billing rates set forth in Exhibit "B" attached hereto and incorporated herein by reference. No rate changes shall be made during the term of this Agreement without prior written approval of City. Consultant's compensation for all work performed in accordance with this Agreement shall not exceed the total contract price of thirty -four thousand, two hundred ninety Dollars ($34,290.00). -2- M 3.1 Consultant shall maintain accounting records of its billings which includes the name of the employee, type of work performed, times and dates of all work which is billed on an hourly basis and all approved incidental expenses including reproductions, computer printing, postage and mileage. 3.2 Consultant shall submit monthly invoices to City payable by City within thirty (30) days of receipt of invoice subject to the approval of City. 3.3 Consultant shall not receive any compensation for extra work without prior written authorization of City. Any authorized compensation shall be paid in accordance with the schedule of the billing rates as set forth in Exhibit "B ". 3.4 City shall reimburse Consultant only for those costs or expenses which have been specifically approved in this Agreement, or specifically approved in advance by City. Such cost shall be limited and shall include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services which Consultant agrees to render pursuant to this Agreement which have been approved in advance by City and awarded in accordance with the terms and conditions of this Agreement. B. Approved computer data processing and 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. -3- 11 3.5 Notwithstanding any other paragraph or provision of this Agreement, beginning on the effective date of this Agreement, City may withhold payment of ten percent (10 %) of each approved payment as approved retention until all services under this Agreement have been substantially completed. 4. STANDARD OF CARE 4.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement and that it will perform all services in a manner commensurate with the 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. Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications and approvals required of its profession. Consultant further represents and warrants that it shall keep in effect all such licenses, permits and other approvals during the term of this Agreement. 4.2 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, or any other delays beyond Consultant's control or without Consultant's fault. H 7 5. INDEPENDENT PARTIES City retains Consultant on an independent contractor basis and Consultant is not an 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 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 details in means of performing the work provided that Consultant is compliance with the terms of this Agreement. Anything in this Agreement which may appear to give City the right to direct Consultant as to the details of the performance of the services or to exercise a measure of control over Consultant shall mean that Consultant shall follow the desires of City only in the results of the services. 6. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator, and any other agencies which may have jurisdiction or interest in the work to be performed. City agrees to cooperate with Consultant on Project. 7. PROJECT MANAGER Consultant shall assign Project to a Project Manager, who shall coordinate all phases of Project. This Project Manager shall be available to City at all reasonable times during term of Project. Consultant has designated Surender Dewan, P.E., to be its Project Manager. Consultant shall not bill any personnel to Project other than those I&I Y personnel identified in Exhibit "B ", whether or not considered to be key personnel, without City's prior written approval by name and specific hourly billing rate. Consultant shall not remove or reassign any personnel designated in this Section or assign any new or replacement person to Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to removal or assignment of non -key personnel. Consultant, at the sole discretion of City, shall remove from Project any of its personnel assigned to the performance of services upon written request of City. Consultant warrants it will continuously furnish the necessary personnel to complete Project on a timely basis as contemplated by this Agreement. 8. TIME OF PERFORMANCE Time is of the essence in the performance of the services under this Agreement and the services shall be performed by Consultant in accordance with the schedule specified in Exhibit "A ". The failure by Consultant to strictly adhere to the schedule may result in termination of this Agreement by City, and the assessment of damages against Consultant for delay. Notwithstanding the foregoing, Consultant shall not be responsible for delays which are due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for Project, each party hereby agrees to provide notice to the other party so that all delays can be addressed. l 17 8.1 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, which purportedly causes a delay, and not later than the date upon which performance is due. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays, which are beyond Consultant's control. 8.2 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. 9. CITY POLICY Consultant will discuss and review all matters relating to policy and project direction with the Project Administrator in advance of all critical decision points in order to ensure that the Project proceeds in a manner consistent with City goals and policies. 10. CONFORMANCE TO APPLICABLE REQUIREMENT All work prepared by Consultant shall conform to applicable city, county, state and federal law, regulations and permit requirements and be subject to approval of the Project Administrator and City Council. 11. PROGRESS Consultant is responsible to keep the Project Administrator and /or his /her duly authorized designee informed on a regular basis regarding the status and progress of the work, activities performed and planned, and any meetings that have been scheduled or -7- in are desired. 12. HOLD HARMLESS Consultant shall indemnify, defend, save and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Consultant, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Agreement. This indemnity shall apply even in the event of negligence (active or passive) of City, or its employees, or other contractors, excepting only the sole negligence or willful misconduct of City, its officers or employees, and shall include attorneys' fees and all other costs incurred in defending any such claim. 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. 13. INSURANCE Without limiting consultant's indemnification of City, and prior to commencement of work, Consultant shall obtain and provide and maintain at its own expense during the term of this Agreement policy or policies of liability insurance of the type and amounts described below and satisfactory to City. Certification of all required policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with City prior to exercising any right or performing any work pursuant to this la z Agreement. Except workers compensation and errors and omissions, all insurance policies shall add City, its elected officials, officers, agents, representatives and employees as additional insured for all liability arising from Consultant's services as described herein. All insurance policies shall be issued by an insurance company certified to do business in the State of California, with original endorsements, with Best's A VII or better carriers, unless otherwise approved by the City Risk Manager. A. Worker's compensation insurance covering all employees and principals of Consultant, per the laws of the State of California. B. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of $1 million combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial general liability insurance or other form with a general aggregate is used, either the general aggregate shall apply separately to this Project, or the general aggregate limit shall be twice the occurrence limit. C. Commercial auto liability and property insurance covering any owned and rented vehicles of Consultant in a minimum amount of $1 million combined single limit per accident for bodily injury and property damage. D. Professional errors and omissions insurance which covers the services to be performed in connection with this Agreement in the minimum amount of million Dollars ($ 1,000,000.00). Said policy or policies shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days' prior notice has been given in writing to City. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of Consultant's operation hereunder. 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. Consultant agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Consultant or City with respect to the services of Consultant herein, a waiver of any right of subrogation which any such insurer of said Consultant may acquire against City by virtue of the payment of any loss under such insurance. 14. PROHIBITION AGAINST TRANSFERS Consultant shall not assign, sublease, hypothecate or transfer this Agreement or any of the services to be performed under this Agreement, directly or indirectly, by operation of law or otherwise without prior written consent of City. Any attempt to do so without consent of City shall be null and void. 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 -10- I::, venture or syndicate member or co- tenant if Consultant is a partnership or joint-venture or syndicate or co- tenancy, which shall result in changing the control of Consultant, shall be construed as an assignment of this Agreement. 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 orjoint- venture. 15. OWNERSHIP OF DOCUMENTS Each and every report, draft, work product, map, record and other document reproduced, prepared or caused to be prepared by Consultant pursuant to or in connection with this Agreement shall be the exclusive property of City. 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 as 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. Consultant shall, at such time and in such forms as City may require, furnish reports concerning the status of services required under this Agreement. -11- / L/ 16. CONFIDENTIALITY The information, which results from the services in this Agreement, is to be kept confidential unless the release of information is authorized by City. 17. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of his responsibilities under this Agreement, City agrees to provide the following: A. City will provide access to and upon request of Consultant, provide one copy of all existing record information on file at City. Consultant shall be entitled to rely upon the accuracy of data information provided by City and the review of field conditions by Consultant. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. City staff will provide usable life of facilities criteria and provide information with regards to deficient facilities. 18. ADMINISTRATION This Agreement will be administered by the Public Works Department. Bill Patapoff, City Engineer, shall be considered 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. -12- , I 19. 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. All such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business hours to examine, audit and make transcripts or copies of such records. 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 under this Agreement. 20. WITHHOLDINGS City may withhold payment 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 for a period of thirty (30) days from the date of withholding as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of seven percent (7 %) per annum from the date of withholding of any amounts found to have been improperly withheld. 21. 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 would have -13- 110 resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and /or a restoration expense shall be borne by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. 22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other consultants in connection with Project. 23. CONFLICTS OF INTEREST A. 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 financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. B. 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 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. 24. SUBCONSULTANT AND ASSIGNMENT Except as specifically authorized under this Agreement, the services included in this Agreement shall not be assigned, transferred, contracted or subcontracted -14- without prior written approval of City. 25. NOTICES All notices, demands, requests or approvals to be given under this Agreement shall be given in writing and conclusively shall be deemed served when delivered personally or on the third business day after the deposit thereof in the United States mail, postage prepaid, first class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: City of Newport Beach 3300 Newport Boulevard P. O. Box 1768 Newport Beach, CA, 92658 -8915 (949) 644 -3311 Fax (949) 644 -3318 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attention: Surender Dewan, P.E. Principal Dewan, Lundin & Associates 12377 Lewis Street, Suite 101 Garden Grove, CA 92840 (714) 740 -8840 Fax (714) 740 -8842 26. TERMINATION In the event either part hereto fails or refuses to perform any of the provisions hereof at the time and in the manner required hereunder, that party shall be deemed in -15- ,--? default in the performance of this Agreement. If such default is not cured within a period of two (2) days, or if more than two (2) days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) days after receipt by defaulting party from the other party of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the nondefaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 26.1 City shall have the option, at its sole discretion and without cause, of terminating this Agreement by giving seven (7) days' prior written notice to Consultant as provided herein. Upon termination of this Agreement, City shall pay to Consultant that portion of compensation specified in this Agreement that is earned and unpaid prior to the effective date of termination. 27. COMPLIANCES Consultant shall comply with all laws, state or federal and all ordinances, rules and regulations enacted or issued by City. 28. 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. -16- I� 29. 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 hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Consultant. 30. 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. 31. CADD DELIVERABLES CADD data delivered to City shall not include the professional stamp or signature of an engineer or architect. 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 -17- indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. 32. PATENT INDEMNITY Consultant shall indemnify City, its agents, officers, representatives and employees against 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. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: CITY OF NEWPORT BEACH A Municipal Corporation By: Robin Clauson Assistant City Attorney ATTEST: By: LaVonne Harkless City Clerk f:\users\pbvAshared\agmt\gg\dewanlund.doc M By: Thomas C. Edwards, Mayor City of Newport Beach CONSULTANT DEWAN, LUNDIN & ASSOCIATES Bv: Surender Dewan, P.E. Principal 7 r 32ND STREET IMPROVEMENTS EXHIBIT "A" SCOPE OF SERVICES ATTACHMENTS , PROJECT DESCRIPTION The proposed project consists of street rehabilitation of 32nd Street from Balboa Boulevard to Newport Boulevard and replacement of a storm drain system in Newport Boulevard between 32nd Street and 291h Street, or replacement of the existing drainage system in 29'h Street. The proposed project consists of rehabilitation of existing roadway. Services to be provided by DLA, under this proposal, encompass a full range of services. These services include the following: ♦ Design Survey ♦ Deflection and Material Analysis ♦ Geotechnical Investigation ♦ Preparation of Street Improvement Plans ♦ Preparation of Drainage Improvement Plans ♦ Striping and Signage Plans ♦ Project Specifications ♦ Estimate of Probable Costs ♦ Assistance to Resolve Design Related Issues During Construction ♦ As -Built Plans from Information Provided by the City PROJECT APPROACH 1. PRELIMINARY DESIGN DEVELOPMENT ♦ In a consultation meeting with the City, the scope of work, procedure for the project and the precise limits of the project improvements will be reviewed. ♦ Notify all affected Public Utility Companies and identify all underground facilities and structures. ♦ Obtain from City "as built" plans, centerline ties and bench marks. ♦ Review with City staff to obtain specific input related to City goals, and discuss preliminary issues. 2. UTILITY COORDINATION ♦ Proposed improvements will be coordinated with the following agencies: a) Southern California Gas Company b) Southern California Edison Company C) Pacific Bell d) Irvine Ranch Water District e) Mesa Consolidated Water District f) Comcast Cable Vision g) Community Cable Vision Each of the above listed utility companies will be sent a "Utility Notification Letter' prior to commencement of preliminary design, preliminary improvement plans and final plans. Copies of all utility correspondence will be delivered to the City with completed construction documents submittal. 3. DESIGN SURVEY ♦ Locate beginning, intermediate and final bench marks. Locate and identify horizontal controls used. Set aerial targets for each street. ♦ Conduct topographic survey and obtain street cross sections at 50 foot intervals. Street cross sections to show elevations of top of curb, gutter flowline, lip of gutter, edge of pavement, lane line, centerline, top of median curb, finished surface at median curb. 1 „ ♦ Obtain street cross sections at all BCR's and ECR's. ♦ A minimum of two bench marks will be used for each street. Each bench mark will be described on the plans and in the survey notes. ♦ Provide report to the City containing all survey control and cross section notes. 4. GEOTECHNICAL INVESTIGATIONS ♦ Mark the proposed boring locations and notify Underground Service Alert to obtain clearances. ♦ Drill six (6) borings to a maximum depth of fifteen (15) feet. The borings will be backfilled immediately upon completion of sampling and street pavement will be temporarily patched with cold -mix asphalt concrete. Surplus soil will be removed from the right -of -way. ♦ Measure the thickness of the pavement structural section and log the soil profile at each boring location, and obtain samples for examination and testing in the laboratory. ♦ Perform laboratory tests on selected samples to establish data on soil conditions. Laboratory testing includes compaction, moisture, density, shear, sand equivalent, water - soluble and stabilometer (R- Value) tests. ♦ Prepare a report on the findings and results of the investigation along with recommendations /comments pertaining to trench stability, shoring, backfilling and compaction for the storm drain and a recommended overlay for 32 "d Street. 5. DEFLECTION ANALYSIS ♦ Drill a total of three (3) borings for the project. In general, borings will be located at 50 foot intervals. ♦ Non - destructive pavement deflection data shall be gathered from each traveled lane such that three sensor readings are recorded at each test location at select intervals. Road Rater, operator, recorder and traffic control will be provided as necessary. ♦ During deflection testing operations, notes of visual pavement conditions and /or distress, cross streets, presence or absence of curb and gutter, and other such observations shall be logged. ♦ Field data collected shall be processed through a computer. This process shall produce a typed tabulation of all data and field notes thereon, which locate the intersection of cross streets, pertinent landmarks, field conditions, etc. The tabulation shall include the reading of three Road Rater sensors, as well as the conversion of Road Rater Sensor Number One to an equivalent Traveling Deflectometer unit. ♦ An engineering review of test data to isolate or separate limits of similar deflection response for statistical summary of data (providing the 80th percentile deflection) shall be made. ♦ Prior to field sampling operations, Underground Service Alert will be notified, all test locations marked, and a meeting held, if requested, with concerned utilities to relocate test sites as necessary. ♦ Coring and boring of the in -situ roadway materials shall be performed at noted locations to determine pavement thicknesses and to obtain subgrade materials for further analysis. Traffic control shall be provided during sampling operations. ♦ The in -place moisture content of the subgrade soil samples removed at each location shall be determined. Individual or composite samples of subgrade material which typify the materials encountered shall be selected and subjected to R -Value testing for replacement section design. ♦ Using the traffic indices or traffic information provided by the City of Newport Beach, and existing pavement thickness information determined during coring operations, the 80th percentile deflection response shall be compared to known pavement models. This comparison shall produce overlay requirements for a select design period in accordance with CALTRANS Test Method No. 356, and a service life reading (Nominal Service Life) for the roadways studied. ♦ A registered Civil Engineer shall supervise all operations, review all completed data and incorporate results of deflection testing and pavement conditions. Engineered recommendations for alternate methods of pavement rehabilitation based upon deflection and materials analysis shall be provided. 6. PRELIMINARY DESIGN Street Improvements: ♦ Prepare base maps using computer aided drafting (AutoCad) and transfer data directly into the computer system. Plot existing utilities, existing right -of -ways etc. ♦ Provide necessary and proper coordination with all utility companies having facilities within the project area. Send preliminary plans to utility companies, requesting record data for all utilities. Record drawings provided by utility companies will be used in conjunction with field data showing manholes, valves, loop detectors and other appurtenances located by DLA during the deign survey. ♦ Plot existing cross sections. ♦ Superimpose proposed improvements over existing cross sections. ♦ Check the proposed cross sections for accuracy of cross slope. If the proposed cross slope is less than the minimum required or more than the maximum permissible, revise the type of proposed treatment to the street surface. ♦ Develop alternate methods of achieving city goals, giving consideration to existing pavement condition as determined by pavement evaluation report. Repair, rehabilitation, partial and full replacement shall be considered. ♦ Prepare preliminary street improvement plans. ♦ Prepare preliminary signage and striping plans. ♦ Prepare preliminary estimate of probable costs. Drainage Improvements: ♦ Establish drainage boundaries and identify overland flow direction. ♦ Perform a hydrology study of the contributing area in accordance with County of Orange Hydrology Manual. ♦ Review proposed horizontal and vertical alignment of proposed improvements in relation to utility crossings. ♦ Prepare street capacity calculations to determine the location and sizes of proposed catch basins. ♦ Obtain and coordinate with the City for hydraulic grade line control for existing storm drain located on 32nd Street. ♦ Compute main line hydraulics for the system using the P.C. Version of Program No. F051 P (W.S.P.G. compiled by Woodcrest Engineering). ♦ Review hydraulic calculations with the City staff to identify system deficiencies. ♦ Design pipe sizes to maintain an open channel condition per City of Newport Beach design criteria. If the contributing area is less than 100 acres, the proposed system will be designed for 10 year storm. For drainage area in excess of 100 acres, the proposed system will be designed for a 25 year storm. ♦ Prepare and submit preliminary storm drain plans to the City of Newport Beach for review. ♦ Prepare preliminary estimate of probable costs. 7. FINAL DESIGN PHASE Street Improvements: ♦ Evaluate cross sections and profiles for drivability. ♦ Prepare final street improvement plans. In addition, provide copies of all calculations, cross sections and other support data to the City. Title sheet will show: 0 Title 0 Vicinity and location map with plan sheet index and scale 0 Utility and plan legends 0 Bench mark, basis of bearings 0 General and master construction notes 0 Standard signature and title blocks 0 Utility notes, contact names and telephone numbers Plan and Profiles will include: 0 Topography between right -of -way and beyond as necessary. 0 Right -of -way limit lines (existing and proposed) 0 Utility location plot 0 Construction notes and quantity estimates 0 Typical sections and details 0 Top of curb and center line profile ♦ Prepare final striping and signage plans. Final plans to include: 0 Removal and /or construction of existing and /or proposed traffic features where applicable. 0 Traffic striping (traffic lanes, crosswalks, etc.) 0 Traffic signing. 0 Pavement markings and markers. ♦ Prepare project specifications and cost estimates. ♦ Final plans will be plotted on 4 mil thick mylar and delivered to the City on IBM compatible floppy disks. Drainage Improvements: ♦ Prepare and revise alignment per City of Newport Beach's comments. ♦ Prepare and compute mainline pipe hydraulics. Compute hydraulic grade line on mainline and laterals. ♦ Prepare a hydrology and hydraulics notebook including copies of hydrologic and hydraulic calculations. ♦ Prepare final storm drain plans and intersection modification plans at 40 scale. ♦ Prepare estimate of probable costs for proposed improvements based on final design plans. ♦ Submit final plans to utility companies and obtain their approval. ♦ Prepare project specifications, estimates and bid packages. NOTE: The final plans will be submitted to the City on IBM compatible floppy disks. 8. CONSTRUCTION ASSISTANCE ♦ Provide coordination during bidding process including answering bidders questions during bidding phase. ♦ Provide assistance during construction phase including plan clarifications, answering contractors questions and making revisions to plans, if any, to facilitate smooth construction process. ♦ Prepare "as- built" plans based on information provided by the City. 9. QUALITY CONTROUQUALITY ASSURANCE DLA will use the critical path method of management for this project. A schematic critical path will be submitted at the beginning of the project. This C.P.M. chart will identify milestones and critical dates. The critical path will identify the order in which critical items are to be completed. Throughout the project and before the drawings are submitted to the City, a department review is implemented. This review will be performed by Mr. Walt Lundin, P.E. Plans will be reviewed for accuracy, dimensional errors, conformity before presented for review. �Z� c L O E O N d E y N (n L � L w fn d N ~ c W w 5 �0 d W _ 7 Wa o 5 m Co =0; a U c" " Z 0 c Nm R C co N � w r LL t0 L d Q: m i N N M Q m U c < N - a N C) U m � a°i m V` O m c ° ~ J c � fD a N F c m x N W m N c C m W v C O j O f0 fD 0 O O O� N � r y � � W D � w� °v °a cw i �U N F- K UW 7 Z a a N co N 00 N co a <D 00 co V CD 00 Z a W F c W 0 2 N N N N N N N N N� N N N N N� 00 .- N a CL W J w co Q = O Y a F U z O w a m 3 ,� 0 as c~i m c N N c ° ?� a m 7 o N m a 0 v d E '� Z m a o w Y F z N c s d a o W c N c c c a Z c a °) c '� °i m y c a a� V7 0 V a z Z °y' c °- d .? o a c °- E 0 O a s a ❑` y H Q at1 LL O a O O o to c c c o z O LU o. v E m o i Q w E .° c W G O W O ° a a w v rn in W c ° _ Uo in W E c x o O c7 U) z m c o. `c° Z Z Z E n c° a m Z Z¢ c m c E E U z p� O G o m c m c m c o o> c m m c w d E rn d a `o = z J E E N (A ° U 2Q U .� o v v o 'y 'E > CL a° a z O Z O m .... E H m i._-_ T o o c c E T c N w U J a Q> z m x Z `o. m 'o a a a_ m 'o x„ a a w n u u- x u W Z g z t) W g E z E 2 E o E z E 5 �' E Wp E E m� E c F w m T m m m m _T O• m m m m m m Q W U) LL O W ami d m E d m= m c m d Q y m m m d W N 6] K W W W W r a 7 a a a a 0 a U a a z ,.. a s a s w N q a o c (7 aZ D U. U) O a a Q 7/ Percent of work hours performed be various members of the team by designation, will be as follows: Project Team Member Percentage of Work Hours Project Manager 13% Project Engineer 40% Survey Crew 9% Designer 35% Estimator 3% Subconsultants: Not Included :7 --) 32ND STREET IMPROVEMENTS EXHIBIT "B" SCHEDULED BILLING RATES ATTACHMENTS FEE PROPOSAL For Proposal for Professional Engineering Services FY 1998 -1999 Street Rehabilitation Program 32 "d Street Rehabilitation and Newport Boulevard /29th Street Storm Drain Revised October 19. 1998 ITEM DESCRIPTION AMOUNT 1. Preliminary Design Development ........................... $930.00 2. Design Survey ......... ............................... $5,650.00 3. Preliminary Design Phase ............................ $13,845.00 4. Final Design Phase ..... ............................... $6,785.00 5. Assistance during Bidding Phase ........................... $645.00 6. As -Built Plans ............ ............................... $930.00 7. Printing Allowance ........ ............................... $500.00 Subtotal: $29,285.00 Subconsultants: Harrington Geotechnical, Inc . .. ............................... $4,550.00 (Geotechnical Investigations) Mark -Up 10% .............. $455.00 Subtotal: $5,005.00 TOTAL NOT -TO- EXCEED FEE: .............................. $34,290.00 2[J SCHEDULE OF HOURLY RATES Dewan, Lundin & Associates HOURLY CHARGES FOR PERSONNEL: Project Manager ................................................ $85.00 Project Engineer ................................................ $70.00 Design Engineer ................................................ $60.00 CADD Designer ................................................ $60-00 Senior Drafter ............................................. $45.00 Senior Plan Checker ............................................. $55.00 Construction Administrator ........................................ $55.00 Construction Observer ........................................... $45.00 Building Official ................................................. $65.00 Building Plan Check Engineer ..................................... $60.00 Building Plan Examiner .......................................... $60.00 Building Inspector ............................................... $50.00 Two-Man Field Party ............................................ $130.00 Three-Man Field Party .......................................... $185.00 Office Survey Analyst ....................................... $50.00 Word Processor ................................................ $30.00 'R<