Loading...
HomeMy WebLinkAbout05 - CdM Concrete Pavement Reconstruction – Poppy Avenue and Ocean Boulevard Approval of PSA (17R12) - MemoMEMORANDUM Date: April 25, 2016 To: Honorable Mayor & Members of City Council ,�°'4r From: David A. Webb, Public Works Director r) Copy To: Aaron C. Harp, City Attorney Er Fo �r� Subject: Consent Calendar April 26, 2016, Agenda Item 5 - Public Works Corona del Mar Concrete Pavement Reconstruction Department - Poppy Avenue and Ocean Boulevard Approval of Professional Services Agreement with Rick Engineering (17R12) Since the posting of the agenda, the Public Works Department is requesting a substitution of Amendment No. Three with the attached revised Amendment. The substituted Amendment removes pages 5-21 thru 5-26 which were subconsultant standard terms and conditions. The removal of these pages prevents any conflict with the terms and conditions of the City's agreement with the Consultant. Submitted by: a e Mark Vukojevic Deputy Public Works Director/City Engineer AMENDMENT NO. THREE TO PROFESSIONAL SERVICES AGREEMENT WITH GLENN A. RICK ENGINEERING DEVELOPMENT CO. DBA RICK ENGINEERING COMPANY FOR ENGINEERING AND LANDSCAPE ARCHITECTURE SERVICES ON OCEAN BOULEVARD AND POPPY AVENUE THIS AMENDMENT NO. THREE TO PROFESSIONAL SERVICES AGREEMENT ("Amendment No. Three") is made and entered into as of this 26th day of April, 2016 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and GLENN A. RICK ENGINEERING DEVELOPMENT CO., a California corporation doing business as ("DBA") RICK ENGINEERING COMPANY, ("Consultant"), whose address is 5620 Friars Road, San Diego, California 92110, and is made with reference to the following: RECITALS A. On May 14, 2014, City and Consultant entered into a Professional Services Agreement ("Agreement") to provide engineering and landscape architecture services on Ocean Boulevard and Poppy Avenue in Corona del Mar and prepare conceptual designs for the two streets ("Project"). B. On July 15, 2014, City and Consultant entered into Amendment No. One to the Agreement ("Amendment No. One") to reflect additional Services not previously included in the Agreement and to increase the total compensation. C. On September 24, 2016, City and Consultant entered into Amendment No. Two to the Agreement ("Amendment No. Two") to reflect additional Services not included in the Agreement, as amended, to extend the term of the Agreement to June 30, 2016 and to increase the total compensation. D. The parties desire to enter into this Amendment No. Three to reflect additional Services not included in the Agreement, as amended, to extend the term of the Agreement to June 30, 2018, to increase the total compensation and to update Insurance Requirements. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM Section 1 of the Agreement is amended in its entirety and replaced with the following: "The term of this Agreement shall commence on the Effective Date, and shall terminate on June 30, 2018, unless terminated earlier as set forth herein." 2. SERVICES TO BE PERFORMED Exhibit A to the Agreement shall be supplemented to include the Scope of Services and Schedule of Billing Rates, attached hereto as Exhibit A and incorporated herein by reference ("Services" or "Work"). Exhibit A to the Agreement, Exhibit A to Amendment No. One, Exhibit A to Amendment No. Two and Exhibit A to Amendment No. Three shall collectively be known as "Exhibit A." The City may elect to delete certain Services within the Scope of Services at its sole discretion. 3. COMPENSATION TO CONSULTANT Section 4.1 of the Agreement is amended in its entirety and replaced with the following: "City shall pay Consultant for the Services on a time and expense not -to - exceed basis in accordance with the provisions of this Section and the Schedule of Billing Rates attached hereto as Exhibit B and incorporated herein by reference. Consultant's compensation for all Work performed in accordance with this Agreement, including all reimbursable items and subconsultant fees, shall not exceed One Hundred Ninety Six Thousand Three Hundred Seventy Dollars and 00/100 ($196,370.00), without prior written authorization from City. No billing rate changes shall be made during the term of this Agreement without the prior written approval of City." The total amended compensation reflects Consultant's additional compensation for additional Services to be performed in accordance with this Amendment No. Three, including all reimbursable items and subconsultant fees, in an amount not to exceed One Hundred Fifty Thousand Seven Hundred Thirty Dollars and 00/100 ($150,730.00). 4. INSURANCE REQUIREMENTS Exhibit C to the Agreement shall be amended in its entirety and replaced with Exhibit C-1, attached hereto and incorporated herein by reference. 5. INTEGRATED CONTRACT Except as expressly modified herein, all other provisions, terms, and covenants set forth in the Agreement shall remain unchanged and shall be in full force and effect. [SIGNATURES ON NEXT PAGE] Glenn A. Rick Engineering Development Co. DBA Rick Engineering Company Page 2 IN WITNESS WHEREOF, the parties have caused this Amendment No. Three to be executed on the dates written below. APPROVED AS TO FORM: CITY ATTO NY'S OFFICE Dater r By: VV Aaron C. Harp City Attorney ATTEST: 6,11-1hDate: By: h% Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California munici al cor or tjon Date: By. c a �c Diane B. Dixon Mayor CONSULTANT: Glenn A. Rick Engineering Development Co., a California corporation DBA Rick Engineering Company Date: By: Signed in Counterpart Kai E. Ramer, P.E. Vice President Date: By: Signed in Counterpart Dennis C. Bowling, P.E. Secretary [END OF SIGNATURES] Attachments: Exhibit A — Scope of Services and Schedule of Billing Rates Exhibit C-1 — Insurance Requirements Glenn A. Rick Engineering Development Co. DBA Rick Engineering Company Page 3 IN WITNESS WHEREOF, the parties have caused this Amendment No. Three to be executed on the dates written below. APPROVED AS TO CITY t 4,76 -GF, GE Date: In Aaron C. Harp City Attorney ATTEST: Date: CITY OF NEWPORT BEACH, a California municipal corporation Date: By: Diane B. Dixon Mayor CONSULTANT: Glenn A. Rick Engineering Development Co., a California corporation DBA Rick Engineering Company Date:-- By: By: Leilani 1. Brown Kait. Ramer, P.E. City Clerk Vice President `�l" Date: 41Z t("q By. Dennis C. Bowling, P.E. ° Secretary [END OF SIGNATURES] Attachments: Exhibit A - Scope of Services and Schedule of Billing Rates Exhibit C-1 - Insurance Requirements Glenn A. Rick Engineering Development Co. DBA Rick Engineering Company Page 3 EXHIBIT A SCOPE OF SERVICES AND SCHEDULE OF BILLING RATES Glenn A. Rick Engineering Development Co. DBA Rick Engineering Company Page A-1 mm ENC31NEEtIII III iING COMPANY April 6, 2016 Mr. Michael Sinacori Assistant City Engineer City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663-3884 Email: msinacori@newport-beach.ca.gov SUBJECT: CONTRACT ADDENDUM NO. 3 FOR ADDITIONAL SERVICES (CONSTRUCTION DOCUMENTS) ON POPPY AVENUE, NEWPORT BEACH, CA (REC J-17218) Dear Mike: Rick Engineering Company presents this contract addendum per your request to prepare construction documents for the reconstruction of Poppy Avenue between PCH and Ocean Boulevard. Our Addendum No. 3 proposal is based on the Poppy Avenue Alternative III Concept Plan, prepared by Rick Engineering Company dated December 7, 2015, and your comments on said Concept Plan received on March 7, 2016. Our understanding of the project is that Poppy Avenue between Pacific Coast Highway (PCH) and Ocean Boulevard, approximately 1,400 1.£, will be reconstructed full -width within the public right of way to include parkways, curb, gutter, sidewalk, and structural section. Adjacent existing private improvements, some within the 1' buffer -zone in the right of way, will be protected as feasible and connected to the roadway reconstruction work. Also, included is the reconstruction of Ocean Boulevard between Poppy Avenue and Margarite, approximately 1,500 l.f. The reconstruction on Ocean Boulevard will be mainly the pavement section between the existing curbs, with curb being replaced where broken. The ADA ramps within the full project limits on both Poppy and Ocean will be surveyed for compliance with ADA and those not meeting current ADA guidelines will be detailed for reconstruction and/or replacement. We have included two subconsultants on our team to facilitate the required work. They are: • Coast Surveying for topographical surveys. Coast Surveying prepared the topographical and right of way survey on Poppy Avenue used for the concept design phase under a separate contract with the City of Newport Beach. It is noted that the earlier survey performed by Coast Surveying in this area for the City did not include the portion of this project on Ocean Boulevard. • GMU Geotechnical for structural section design. GMU has worked with the City of Newport Beach recently. 2 South Pointe Drive, Suite 275 • Lake Forest, California 92630 • (949) 588-0707 - FAX: (949) 588-0109 - rickengineering.com ORANGE SAN DIEGO RIVERSIDE SACRAMENTO SAN LUIS OBISPO BAKERSFIELD PHOENIX TUCSON Mr. Michael Sinacor; City of Newport Beach Contract Addendum—Poppy Avenue, Construction Documents Page 2 of 5 April 06, 2016 Our work is more defined as follows: I. Scope of Work A. Research and Data Collection — We will gather and review available information such as preliminary engineering reports, record drawings, assessor's parcel maps, right-of-way maps, street centerline ties, and utility maps. B. Utility Coordination — RICK shall assist City staff with utility coordination. City staff will request for utility maps and send out utility verification and/or relocation notices. Consultant shall identity known utilities within project limits on construction drawings. Utility adjustments and relocations shall be shown on contract drawings. C. Field Surveying Services — Coast Surveying will perform a topographic/design survey to supplement, enhance and verify a previously prepared survey on Poppy Avenue. The limits of the work on Poppy Avenue, in the City of Newport Beach, will extend from Ocean Boulevard to the Pacific Coast Highway and will include existing tree locations, back of walks, parkway features such as brick hardscape, concrete pads, etc., driveway cuts, driveways from Right of Way to 10' back of Right of Way or face of garage, walls and fences adjacent to Right of Way, private gates, private entry walkways, private walkway stairs, mailboxes, etc. Additionally, all topographic features such as water valves, manholes, street lights, trees, traffic and utility pull boxes, etc. shall be included or verified from the original survey. The survey will be tied horizontally and vertically to existing control monuments used in the original survey. Coast surveying will also perform a topographic/design survey of Ocean Boulevard between Poppy Avenue and Marguerite Avenue. The survey will include details within the apparent Right of Way with cross sections surveyed at 50' intervals. A Right of Way Survey will not be considered as part of this scope of work. Should access to any of the private properties where survey data is required be denied by the property owner, Coast Surveying shall report the address of the property to the client so that entry may be negotiated. All survey work performed by Coast Surveying on this project will be done so under the direct supervision of a Professional Land Surveyor Licensed in the State of California. The topographic/design survey will be delivered in AutoCAD Civil 3D 2015 per City of Newport Beach Standard format with contours generated at 1' intervals and merged with the original topographic survey. D. Base Mapping — Upon completion of the above items A. through C., RICK will prepare a base map. The base map shall include, as a minimum, street centerline, right-of-way lines, sidewalks, curbs, gutters, pavement striping, topographic features, 1 -foot contour lines, and known existing utility lines. The base map will be field verified for accuracy. E. Geotechnical Engineering — GMU will provide the geotechnical services. This work includes a site reconnaissance with notifications to Dig Alert prior to field exploration J-17218 Rick Engineering Company Mr. Michael Sinacori, City of Newport Beach Contract Addendum—Poppy Avenue, Construction Documents Page 3 of 5 April 06, 2016 drilling operations. We propose to perform two pavement corings on Poppy Avenue; one within the existing PCC areas and one within the existing AC areas. We propose to perform four pavement corings on Ocean Boulevard. A total of six pavement corings will be performed. The corings will be to a maximum of four -feet deep. Traffic control per the WATCH Manual will be utilized during the field exploration operation. Laboratory testing will be performed to evaluate various engineering properties of the sub -surface materials. An engineering analysis will be performed in accordance with the California Highway Design Manual. A pavement report will be prepared to present a summary of our findings, conclusions, and repair recommendations. The full geotechnical scope of work is provided as an attachment to this document for your reference. F. Construction Documents Roadway Plans - Construction drawings shall be at a scale of 1 inch = 20 feet. We propose drawings at 20 -scale to allow for the necessary detail for projects of this type where there are many project features to tie-in; such as fences, walls, entry walks and stairs, driveways, mailboxes, etc. For clarity purposes, details may be drawn at a larger scale. As a minimum, construction drawings shall include, a Title Sheet, Typical Sections, Plans and Profiles, Details, Intersection Details, and Signing & Striping. Drawings shall be prepared in AutoCAD 2010 and shall comply with City CAD standards. Once design has been completed, Consultant shall submit electronic files of final drawings in AutoCAD and Adobe (PDF) format. Anticipated plan sheets are: Title Sheet 1 ea Typical Sections and Notes 2 ea Misc. Construction Details 2 ea Plan & Profile (1"=20') 6 ea Signing & Striping (1"=40') 2 ea Planting Plans and Details 8 ea TOTAL 21 sheets 2. Planting Plan - Graphic location and identification of plant materials to be used, including quantities, sizes, varieties and planting details for site conditions. Three alternative planting pallets will be depicted in tabular form on the plans for the residents to choose from. Tree grates will be shown on this plan. 3. Special Provisions — Consultant shall prepare Special Provisions to the Standard Specifications for Public Works Construction (2009 Edition) in Microsoft Word. An electronic copy in Microsoft Word format shall be submitted at the completion of design. City staff will provide the front end boilerplate. Specifications will include material and installation specifications for landscape irrigation and planting, establishment period and maintenance. Specifications shall set forth method of installation and set quality standards for materials and workmanship for the finished product. 1-17218 Rick Engineering Company Mr. Michael5inacori, City of Newport Beach Contract Addendum—Poppy Avenue, Construction Documents Page 4 of 5 April 06, 2016 4. Cost Estimate — RICK shall prepare an itemized construction cost estimate. Quantity back-ups shall also be submitted with the cost estimate. We will submit the construction cost estimate in Microsoft Excel format. G. Progress Meetings and Project Management - RICK will meet with City staff during the design process to review and discuss progress and coordinate courses of action. It is anticipated that a maximum of eight (8) design meetings will be required. This includes the initial project kick-off meeting. Also, included is the management of the project sub - consultants project activities and their invoicing. H. Exhibits — This includes the preparation of exhibits to be used for presentation purposes. Because it is unknown the number of and type of exhibits that will be required, this work will be performed on a time and materials basis not to exceed the below listed fee amount for this line item. I. City Council Presentations — We will prepare for, attend and present as needed at up to two (2) City Council meetings. J. Unforeseen Conditions — This item of work is for unforeseen items of work that may be required for the completion of the project P.S.&E. This work will be performed at the direction of the City. K. Construction Support - Participate in pre-bid and pre -construction meetings, provide necessary addenda, change orders and site observation visits. Reports pertaining to plantings during the 90 -day establishment period will be prepared. (Based on 40 hours). This does not include construction inspection services. L. Prepare of Asbuilt plans. Plans will be based on contractor markups and items noted during field visits from visual observations that are revisions to the approved plan set. M. Direct and reimbursable expenses to include such items as printing, plotting, other reproduction costs, deliveries, and mileage, etc. Exclusions: • Preparation of irrigation plans • Preparation of Traffic Control Plans • Preparation of Traffic Signal Modification Plans • Storm Water Drainage Report, Drainage Calculations, and Storm Drain Design • Water Quality Pollution Plan (WQMP) • Storm Water Pollution Prevention Plan (SWPPP) • Construction Inspection Services Fee A. Research and Data Collection.....................................................................$ 2,500 B. Utility Coordination....................................................................................$ 1,800 C. Field Surveying Services............................................................................$16,030 D. Base Map Preparation.................................................................................$ 3,500 I-17218 Rick Engineering Company Mr. Michael Sinacori, City of Newport Beach Contract Addendum—Poppy Avenue, Construction Documents Page 5 of 5 E. Geotechnical Engineering ................................................. F. Construction Documents 1. Roadway Plans............................................................ 2. Planting Plans............................................................. 3. Specifications.............................................................. 4. Construction Cost Estimate ........................................ G. Progress Meetings and Project Management .................... H. Exhibits............................................................................. I. City Council Presentations ............................................... J. Unforeseen Conditions..................................................... K. Construction Support........................................................ L. Asbuilt Plans..................................................................... M. Reimbursable Expenses .................................................... ....................... $15,700 .......................... $33,600 ..........................$ 95900 .......................... $10,600 ..........................$ 5,900 .......................... $14,500 .......................... $ 4,400 ..........................$ 41000 .......................... $101000 .......................... $11,600 ..........................$ 3,200 ..........................$ 3,500 TOTALFEE...........................................................................................................$150,730 06, 2016 The fee for this additional work is $150,730, bringing the total contract amount to $196,370 to perform work in conjunction with our contract dated May 8, 2014. Other than noted in this addendum, all provisions of the original contact remain. Please provide written confirmation of your approval of the above described work as our authorization to perform these additional services. We sincerely appreciate the opportunities of working with you and the City of Newport Beach. Please contact me at (949) 588-0707 with any questions you may have. Respectfully submitted, RICK ENGINEERING COMPANY Barry J. Cowan, P.E. Associate Principal, Office Manager RCE No. 46568, Exp. 06/30/17 BJC: Copy: Patrick Arciniega, P.E.arp ciniega a,newportbeachcagov Attachment: Project Initial Schedule GMU Proposal I-17218 Rick Engineering Company z: D V 0 z \ 0 O 0 e aA � L V) L Ln � \ 00 � Q N \ O\1 I� 00 L(1 -1 M a-1 0000 0000 C w C1 a M L,4 \ O N n3 Lr)O )f l0 �y !6 Ui L!1 C Ln co NL m W Q P ^^ ,, • N W L \ \ \ t ^ vJ L � V) V) V) Ln V) : V) (A N Ln V) V) -6 3 3 3 3 3 3 3 3 3 3 O V > W N Ln d' Lr)N M N M N t0 10 1D.. t O l0... lD w t0.. F.D , LD ,.lD 10 ....... MW Q N \ \ \ \ \ \ \ \ \ \ \ \ \ l0 l0 M I- n r-I : N Lf') N ail I, n L C W \ \ \ a--I N -i\ N \ -1\ \ \ O Ln Ln \ \ \ 1l, \ 00 \ Ql O O O i-+ = LL, _q Ln L!1 CO 00 -1 _q W LO w 10. l0 ._IZ w LD 10.. _l0_ LD 10... w l0 ^, U W \ \ \ \ \ \ \ \ \ \ \ \ \ of Zi O m ci ci LD O O d Ln 00 Ln N t� \ \ �r-I a--I a-i M N \ N \ a-I -i \ T O E C ^, VJ j d �F \ \ \ \ \ r- \ 00 \ \ O E a) OK'�J+ O V) Q 41 �. Q H bA 43 E OU Y W O C c V) '- p rn > Q m a 4- m p m aA O o co C a m y n N z o a) o E V i O o LU U OYj ' > 4U- LU O W a LLyyA o O'3 U Q 06 co Ln -aLp L Ln O (3- O } Z a. — L +' m D_ O � c n3 cv O U In Q EL N c c > aA m aA -i aA E ° 7 aA > Nbp u O U = U Q)> L a) N u Q>- — LO CL V C7 LL D_ U D_ U a. V !1 CO U U Z CO F- a° o c W M� zcam, 0 ci N M It L!1 CD r� 00 0) e� + 0 D GEOTECHNICAL, INC. March 21, 2016 23241 Arroyo Vista Rancho Santa Margarita CA 92688 voice: 949.888.6513 fax: 949.888.1380 web: www.gmugeo.com Mr. Barry J. Cowan, PE Associate Principal Rick Engineering Company 2 South Pointe Drive, Suite 275 Lake Forest, California 92630 GMU Project P -16053R1 Subject: Proposal to Perform Pavement Coring and Concrete Pavement Thickness Design Recommendations, Poppy Avenue and Ocean Boulevard Pavement Reconstruction Project, City of Newport Beach, California Reference: (1) Poppy Concept Plan, dated December 7, 2015, prepared by Rick Engineering Company. (2) Ocean Boulevard and Marguerite Avenue, Pavement Reconstruction Project (C-5581), prepared by Onward Engineering. Dear Mr. Cowan: GMU Geotechnical, Inc. (GMU) is pleased to submit this proposal to provide pavement coring and concrete pavement design services for the Poppy Avenue and Ocean Boulevard Pavement Reconstruction Project. This project is located in the City of Newport Beach, California. Our understanding of this project is based on our correspondence with you on March 9, 10, and 18, 2016 and our review of the referenced documents. Poppy Avenue, between Ocean Avenue and Pacific Coast Highway, currently consists of deteriorated alternating segments of AC and PCC pavements. Ocean Boulevard, between Poppy Avenue and Marguerite Avenue, consists of deteriorated PCC pavement. We propose to provide pavement evaluation services to identify the existing pavement thicknesses, subgrade soil types/conditions, and to provide PCC pavement thickness design recommendations for this pavement reconstruction project. We propose to provide the following scope of work: Task 1 — Site Reconnaissance and Dig Alert Task 2 — Field Exploration Task 3 — Laboratory Testing Task 4 — Pavement Engineering Analysis Task 5 — Pavement Materials Report Mr. Barry Cowan, RICK ENGINEERING Proposal: Poppy Avenue and Ocean Boulevard Pavement Reconstruction Project, City of Newport Beach, California SCOPE OF WORK Task 1— Site Reconnaissance and Dig Alert We propose to perform a site reconnaissance to identify the existing pavement types and coring locations. The approximate limits of the existing PCC and AC segments will be documented. Coring locations will be marked during this assessment. We will notify Dig Alert prior to drilling to avoid potential conflicts with known underground utilities. Task 2 — Field Exploration Pavement corings will be performed to identify the thickness of the existing pavement sections and to collect sub -surface materials for laboratory testing. We propose to perform two pavement corings on Poppy Avenue: One within the existing PCC areas and one within the existing AC areas. We propose to perform four pavement corings on Ocean Boulevard. A total of six pavement corings will be performed. We understand that we will be able to perform pavement corings between the hours of 8 AM and 5 PM. Core sampling will be performed to a maximum depth of four -feet deep. Drive and bulk sampling of the subgrade soils will be performed to collect necessary samples for laboratory testing. The core holes will be backfilled with aggregate base materials and capped with rapid -set concrete. Our proposal includes traffic control, performed in accordance with the WATCH Manual. Traffic control will consist of cones to delineate our work zone, signage to notify drivers, and two traffic - control flagmen to direct traffic around our work zone. Single lane closure will be performed and the traffic control flagmen will allow one direction of traffic through at a time. We understand that traffic control plans are not required therefore cost associated with preparing traffic control plans have not been included in our budget. Task 3 — Laboratory Testing Laboratory testing will be performed to evaluate various engineering properties of the sub -surface materials. Laboratory tests will include: • In-place moisture and density; • Sieve #200 wash for soil classification; • Atterberg Limits testing for soil classification; • R -Value testing; and • Sulfate content testing. The test data will be used in our engineering analysis. We have estimated a quantity of tests based on our experience with similar past projects. March 21, 2016 2 GMU Project P -16053R1 Mr. Barry Cowan, RICK ENGINEERING Proposal. Poppy Avenue and Ocean Boulevard Pavement Reconstruction Project, City of Ne►vport Beach, California Task 4 — Pavement Engineering Analysis Pavement engineering analysis will be performed in accordance with the California Highway Design Manual. Information gathered from Tasks 1 through 3 will be analyzed and concrete pavement thickness design recommendations will be developed. We assume that the City will provide the traffic index for the roadway in order for us to perform our pavement thickness analyses. If one is not available or provided, we will perform our analysis using assumed traffic indexes (i.e., 5.5 or 7.0). Task 5 — Pavement Materials Report A pavement report will be prepared to present a summary of our findings, conclusions, and repair recommendations. In summary, the report will include: • Site location map; • Coring location map; • Select photographs; • Tables showing existing pavement section thicknesses; • Laboratory testing results; and • Concrete pavement thickness design recommendations. The final report will be signed by a California -registered civil engineer. March 21, 2016 3 GMU Project P- 16053R1 Mr. Barry Cowan, RICK ENGINEERING Proposal. Poppy Avenue and Ocean Boulevard Pavement Reconstruction Project, City of Newport Beach, California ESTIMATED FEE We will provide the above outline scope of work on a time -and -materials based on the attached 2015 Schedule of Charges and General Conditions for Geotechnical Services. The following summarizes our estimated costs. Poppy Avenue and Ocean Boulevard Pavement Reconstruction Project City of Newport Beach Task 1 — Site Reconnaissance & Dig Alert $ 1,230.00 Task 2 — Field Exploration $ 5,920.00 Task 3 — Laboratory Testing $ 3,140.00 Task 4 — Pavement Engineering Analysis $ 2,120.00 Task 5 — Pavement Materials Report $ 2,560.00 ESTIMATED PROJECT TOTAL (TIME -AND -MATERIALS) $14,970.00 We will not exceed this amount without written authorization. Please notify us immediately if the proposed scope of services does not meet your current needs, or if any significant changes are made to the proposed development so that we can revise our scope of services. Revision of the scope of services may affect the estimated fee. The proposed scope of services is consistent with the level of care and skill ordinarily exercised by engineering professionals with experience in this area. No warranty, either expressed or implied, is made. March 21, 2016 4 GMU Project P -16053R1 Mr. Barry Cowan, RICK ENGINEERING Proposal. Poppy Avenue and Ocean Boulevard Pavement Reconstruction Project, City of Newport Beach, California GMU is pleased to have this opportunity to propose our services for your project. Should you have any questions or comments, please feel free to call the undersigned (949-888-6513). @RaFESS/ SCy w p � tL' C81529 'b ;o SOF rA1.1F�� Sincerely, GMU GEOTECHNICAL, INC. .,f Roge W. Schlierkamp, MSc, P Director of Pavement EnLxmee n: David R. Atkinson Senior Engineer Attachment: 2013-15 Newport Beach Standard Schedule of Charges GMU Geotechnical Standard Agreement rws/P-16053(3/21116) March 21, 2016 5 GMU Project P -16053R1 GMU GEOTECHNICAL, INC. 2013-2015 SCHEDULE OF CHARGES CITY OF NEWPORT BEACH ON-CALL PROFESSIONAL SERVICES Principal Engineer or Geologist $ 245.00/hour Associate Engineer or Geologist $ 215.00/hour Senior Engineer or Geologist $ 205.00/hour Project Engineer or Geologist $ 185.00/hour Senior Staff Engineer or Geologist $ 165.00/hour Staff Engineer or Geologist $ 120.00/hour Graphic Illustration/CADD $ 110.00/hour Document Preparation and Administrative Project Services $ 90.00/hour FIELD INSPECTION & TESTING SERVICES PREVAILING WAGE Senior Geotechnical Engineering Technician $ 100.00/hour* • Minimum 10 years experience • Inspections for soils/grading, asphalt, concrete, batch plants, piles/caissons, etc. • Certifications by ACI, ICC, Caltrans, local jurisdictions, etc. Geotechnical Engineering Technician $ 90.00/hour* • Qualified inspection and testing of soils and grading • Services provided under direct supervision of a Senior Engineering Technician Special Registered Inspector (No 4 hour minimum) $ 90.00/hour* • Certifications by ACI, ICC, Caltrans, local jurisdictions, etc. • Reinforced concrete, Post -Tension, Masonry, Welding, Bolting, Fireproofing NON -PREVAILING WAGE Senior Geotechnical Engineering Technician $ 100.00/hour* • Minimum 10 years experience • Inspections for soils/grading, asphalt, concrete, batch plants, piles/caissons, etc. • Certifications by ACI, ICC, Caltrans, local jurisdictions, etc. Geotechnical Technician $ 80.00/hour* • Qualified inspection and testing of soils and grading • Services provided under direct supervision of a Senior Engineering Technician Special Registered Inspector (No 4 hour minimum) $ 74.00/hour* • Certifications by ACI, ICC, Caltrans, local jurisdictions, etc. • Services provided under supervision of a Senior Special Registered Inspector, if applicable *Notes: (1) Rates include vehicle, nuclear density gauge, and equipment for testing, inspection, and sampling. (2) No 4 -hour minimum charges apply. (3) Overtime is charged at 1.5 times the base rate. Overtime is defined as time worked on the project in excess of 8 hours per day and all time on Saturdays, Sundays, and holidays. LABORATORY TESTING SERVICES Laboratory Testing (soils, aggregate, asphalt) $ 105.00/hour (For special materials testing and laboratory costs on aper -test basis, see GMU's Laboratory Fee Schedule) OTHER CHARGES Outside Services Cost + 15% Reimbursables Cost EXHIBIT C-1 INSURANCE REQUIREMENTS — PROFESSIONAL SERVICES 1. Provision of Insurance. Without limiting Consultant's indemnification of City, and prior to commencement of Work, Consultant shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. Consultant agrees to provide insurance in accordance with requirements set forth here. If Consultant uses existing coverage to comply and that coverage does not meet these requirements, Consultant agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coveraae Reauirements. A. Workers' Compensation Insurance. Consultant shall maintain Workers' Compensation Insurance, statutory limits, and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each accident for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. Consultant shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its officers, agents, employees and volunteers. B. General Liability Insurance. Consultant shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate. The policy shall cover liability arising from premises, operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Consultant shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Consultant arising out of or in connection with Work to be performed under this Agreement, including coverage for any owned, hired, non - owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit each accident. Glenn A. Rick Engineering Development Co. DBA Rick Engineering Company Page C-1 D. Professional Liability (Errors & Omissions) Insurance. Consultant shall maintain professional liability insurance that covers the Services to be performed in connection with this Agreement, in the minimum amount of one million dollars ($1,000,000) per claim and two million dollars ($2,000,000) in the aggregate. Any policy inception date, continuity date, or retroactive date must be before the Effective Date of this Agreement and Consultant agrees to maintain continuous coverage through a period no less than three years after completion of the Services required by this Agreement. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Consultant or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Consultant hereby waives its own right of recovery against City, and shall require similar written express waivers from each of its subconsultants. B. Additional Insured Status. All liability policies including general liability, excess liability, pollution liability, and automobile liability, if required, but not including professional liability, shall provide or be endorsed to provide that City and its officers, officials, employees, and agents shall be included as insureds under such policies. C. Primary and Non Contributory. All liability coverage shall apply on a primary basis and shall not require contribution from any insurance or self-insurance maintained by City. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days notice of cancellation (except for nonpayment for which ten (10) calendar days notice is required) or nonrenewal of coverage for each required coverage. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Consultant shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. Insurance certificates and endorsement must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. City reserves the right to Glenn A. Rick Engineering Development Co. DBA Rick Engineering Company Page C-2 require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. City reserves the right at any time during the term of the Agreement to change the amounts and types of insurance required by giving Consultant sixty (60) calendar days advance written notice of such change. If such change results in substantial additional cost to Consultant, City and Consultant may renegotiate Consultant's compensation. C. Enforcement of Agreement Provisions. Consultant acknowledges and agrees that any actual or alleged failure on the part of City to inform Consultant of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. D. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Consultant maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Consultant. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. E. Self-insured Retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self- insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these requirements unless approved by City. F. City Remedies for Non -Compliance. If Consultant or any subconsultant fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Agreement, or to suspend Consultant's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Consultant or reimbursed by Consultant upon demand. G. Timely Notice of Claims. Consultant shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Consultant's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but Glenn A. Rick Engineering Development Co. DBA Rick Engineering Company Page C-3 not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. H. Consultant's Insurance. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the Work. Glenn A. Rick Engineering Development Co. DBA Rick Engineering Company Page C-4 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. Date Received: 5/3/16 Dept./Contact Received From: Raymund Date Completed: 5/3/16 Sent to: Raymund By: Alicia Company/Person required to have certificate: Rick Engineering Company Type of contract: All Others I. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 1/1/16-1/1/17 A. INSURANCE COMPANY: Travelers Indemnity Company of CT B. AM BEST RATING (A-: VII or greater): A++:XV C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1M or greater): What is limit provided? 1,000,000/2,000,000 E. ADDITIONAL INSURED ENDORSEMENT — please attach ® Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does not apply to Waste Haulers or Recreation) ® Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND COMPLETED OPERATIONS ENDORSEMENT (completed Operations status does not apply to Waste Haulers) ® Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? ® Yes ❑ No J. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? ❑ Yes ® No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): ® N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No H. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 1/1/16-1/1/17 A. INSURANCE COMPANY: Travelers Property Casualty Co of America B. AM BEST RATING (A-: VII or greater) A++:XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS - If Employees (Must be $1M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? 1,000,000 E LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): ® N/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes ® No H. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No