HomeMy WebLinkAboutC-5899 - PSA for MacArthur Boulevard Pavement Overlay Phase 1 and Phase 26`
+ AMENDMENT NO. TWO TO
PROFESSIONAL SERVICES AGREEMENT
WITH DMS CONSULTANTS CIVIL ENGINEERS, INC. FOR
MACARTHUR BOULEVARD PAVEMENT REHABILITATION
THIS AMENDMENT NO. TWO TO PROFESSIONAL SERVICES AGREEMENT
WITH DMS CONSULTANTS CIVIL ENGINEERS, INC. FOR MACARTHUR
BOULEVARD PAVEMENT REHABILITATION, formerly known as MACARTHUR
BOULEVARD PAVEMENT OVERLAY PHASE 1 AND PHASE 2, ("Amendment No.
TWO") is made and entered into as of this 3rd day of January, 2017 ("Effective Date"),
by and between the CITY OF NEWPORT BEACH, a California municipal corporation
and charter city ("City"), and DMS CONSULTANTS CIVIL ENGINEERS, INC., a
California corporation ("Consultant'), whose address is 12371 Lewis Street, Suite 203,
Garden Grove, California 92840, and is made with reference to the following:
RECITALS
A. On August 12, 2014, City and Consultant entered into a Professional Services
Agreement ("Agreement') to perform civil engineering design services for Phases
1 and 2 of the MacArthur Boulevard Pavement Overlay Project (`Project').
B. On December 24, 2015, City and Consultant entered into Amendment No. One
to the Agreement ("Amendment No. One") to extend the term of the Agreement
to June 30, 2017 and to update insurance requirements.
C. The parties desire to enter into this Amendment No. Two to extend the term of
the Agreement to December 31, 2017, to reflect additional Services not included
in the Agreement, as amended, to increase the total compensation, and to
update the Project title to "MacArthur Boulevard Pavement Rehabilitation."
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 December 31, 2017, 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 attached hereto as Exhibit A and incorporated herein by reference ("Services"
or "Work"). Exhibit A to the Agreement and Exhibit A to this Amendment No. Two 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
Exhibit B to the Agreement shall be supplemented to include the Schedule of
Billing Rates, attached hereto as Exhibit B and incorporated herein by reference
("Services" or "Work"). Exhibit B to the Agreement and Exhibit B to this Amendment No.
Two shall collectively be known as "Exhibit B."
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
Seventy Six Thousand Four Hundred Forty Dollars and 00/100 ($176,440.00),
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. Two,
including all reimbursable items and subconsultant fees, in an amount not to exceed
Fifteen Thousand One Hundred Eighty Dollars and 001100 ($15,180.00).
4. 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]
DMS Consultants Civil Engineers, Inc. Page 2
IN WITNESS WHEREOF, the parties have caused this Amendment No. NO to
be executed on the dates written below.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date:
By:
Aaron C. Harp ytkw IZ (6
City Attorney
ATTEST:
Date:
:y:A. l I i�
Leilani 1. Diown
CITY OF NEWPORT BEACH,
a California municipal corporation
Date: 11! n
By: �-
Dave iff
City Manager
CONSULTANT: DMS Consultants Civil
Engineers, Inc., a California corporation
Date:
Signed in Counterpart
Surender Dewan
President / Chief Financial Officer
[END OF SIGNATURES]
Attachments: Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
DMS Consultants Civil Engineers, Inc. Page 3
IN WITNESS WHEREOF, the parties have caused this Amendment No. NO to
be executed on the dates written below.
APPROVED AS TO FORM:
CITY ATTORNEY' OFFICE
Date: 01 ►� 6
B y:
Aaron C. Harp II -IS•Ib
City Attorney
ATTEST:
Date:
Leilani I. Brown
City Clerk
Attachments
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
Bv:
Dave Kiff
City Manager
CONSULTANT: DMS Consultants Civil
Engineers, Inc. a C lifornia corporation
Date:
B y: r�
Surender Dewan
President / Chief Financial Officer
[END OF SIGNATURES]
Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
DMS Consultants Civil Engineers, Inc. Page 3
EXHIBIT A
SCOPE OF SERVICES
DMS Consultants Civil Engineers, Inc. Page A-1
CONSULTANTS, INC.
C:` I V [ I. E N G I N E E R S
November 17, 2016
Frank Tran
Project Manager
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
SUBJECT: MacArthur Boulevard Pavement Rehabilitation
Project No. STPL 5151-030
Dear Frank:
As requested, we will retain the services of LAE Associates, Inc. to provide federal fund management
support and limited contract administration for the subject project.
Our lump sum fee for providing these services is $15,180.00 which includes a 10% mark-up on LAE's
proposal.
If you have any questions or concerns regarding this proposal, please contact the undersigned.
Sincerely,
DMS Consultants, Inc.
Surender Dewan, P.E.
President
12371 Lewis Street, Suite 203, Garden Grove, CA 92840 1 714.740.8840 i fax: 714.740.8842
LAE
Associates, Inc.
November 17, 2016
Mr. Surender Dewan, P.E.
President
DMS Consultants, Inc.
12371 Lewis Street. Suite 203
Garden Grove, CA 92840
PROJECT • CONSTRUCTION - PROGRAM
MANAGEMENT
City Sen�ices - Staff Augmentation
Capital Project Planning • Transportation Funding Strategies
Caltrans Local Assistance Services
SUBJECT: PROPOSAL TO PROVIDE FEDERAL FUND MANAGEMENT SUPPORT
AND LIMITED CONTRACT ADMINISTRATION FOR THE
MACARTHUR BOULEVARD PAVEMENT REHABILITATION
PROJECT NO. STPL .5151-030
p '��r
Dear Mr ewan: �^'`
It is my pleasure to submit this proposal to provide Federal Fund Management Support and
Limited Contract Administration for the City of Newport Beach's MacArthur Boulevard
Pavement Rehabilitation Project. The project will be partially funded by federal funds. As a
result, the entire project shall comply with the federal requirements outlined in Caltrans Local
Assistance Procedures Manual/Local Assistance Program Guidelines (LAPM/LAPG), and the
FFIWA requirements.
LAE Associates, Inc. (LAE) staff has a substantial amount of experience in Federal Fund
Management, Contract Administration, Project .Management. Construction Management,
Program Management, and Processing/Delivering Federally, Statc, and Locally Funded Projects,
Staff Augmentation, and Inspection Services for Cities and Counties,
Scope of Services:
LAE will start its Fund Management and Limited Contract Administration Services for the
MacArthur Blvd. Pavement Rehabilitation Project by reviewing:
• CT approved Preliminary Environmental Studies (PES) Package, approved National
Environmental Policy Act (NEPA)_ and City approved California Environmental Quality
Act (CEQA)
• Right of Way Certification
• Construction contract specific Disadvantaged Business Enterprises (DBE) goal.
methodology, and calculation
• Project's Public Interest Finding/Cost Effective doctnnentation
• Request for Authorization to Proceed with Construction Package, and approved F-76.
Debarment clearance of the prime contractor and/or sub -contractors
® Plans, specifications' federal provisions, and addenda
• Contractor's bid proposal, DQE: Commitment and/or Good Faith Effort. Documentation
Page 1 of 3
650 N. Rose Drive, # 182, Placentia, CA 92870
(714)993-2840
City of Newport Beach — MacArthur Blvd.
Federal Fund Management Support
November 17, 2016
Page 2 of 3
• City's Evaluation/documentation of the DBE Good Faith Effort prior to contract award
• Construction award package
• City's Caltrans approved Quality Assurance Program (QAP)
• Materials Acceptance Testing (AT) geotechnical consultant's proposal and certifications
• Independent Assurance (IA) geotechnical consultant's proposal and certifications
• Pre -construction labor compliance checklist signed by prime contractor/sub-contractors
• Pre -construction meeting agenda and minutes
Upon reviewing the above-mentioned contract documents, we will meet with the City's Project
Manager (PM) to review and discuss the following:
• Contract documents
• Construction files
• Submittal reviews by the City
• Preparation of various logs
• Buy America Requirements
• Workers' Interviews by the City staff
• Daily reports
• Resident Engineer's weekly reports
• Weekly Statement of Working reports
• Contract Change Order (CCO) process
• Independent analysis of CCOs and Independent Cost Estimate(s) (ICE)
• Content of CCOs
• CCO memos
• Quantity Measurements and documentation
• DBE monitoring
• Risk Based Invoicing
At this meeting, as -needed conference calls/phone discussions with the City project team will be
scheduled to review details of the project, resolve issues, and answer questions.
Depending on the City PM's readiness as well as the completeness of project files, we will
schedule another meeting to review the project files, complete and discuss the Construction
Review Checklist form (pre -construction).
As discussed, the project construction may start at the end of November or beginning of
December. Therefore, we anticipate to have another meeting with the City's PM to review the
project files, complete and discuss the Construction Review Checklist form (Mid -project) in
January.
We will continue with document reviews, weekly conference calls as the project construction
progresses. Based on a seventy-five (75) working day contract term, the project construction will
be completed in March 2017. We anticipate to meet with the City PM to review and complete the
Construction Review Checklist form (After -acceptance) sometime in April/May 2017.
City of Newport Beach — MacArthur Blvd.
Federal Fund Management Support
November 17, 2016
Page 3 of 3
This proposal does not include any Labor Compliance assistance and Certified Payroll reviews.
We estimate our fee to provide these services to be $13,800 based on the following details:
No. Classifications Hours
Extended Fee
1. Project Manager: $150 per Hour 80
$12,000
2. Administrative Assistant: $60 per Hour 30
$1,800
Total
$13.800
Thank you for requesting LAC to submit this proposal. Should you have any questions, please
contact me at (714) 993-2840.
Sincerely,
a
Fred Alamolhoda. P.C.
President
EXHIBIT B
SCHEDULE OF FEES
DMS Consultants Civil Engineers, Inc. Page B-1
DMS
CONSULTANTS, INC
C: I V I L E N G I N E E R S
November 17, 2016
Frank Tran
Project Manager
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
SUBJECT: MacArthur Boulevard Pavement Rehabilitation
Project No. STPL 5151-030
Dear Frank:
As requested, we will retain the services of LAE Associates, Inc. to provide federal fund management
support and limited contract administration for the subject project.
Our lump sum fee for providing these services is $15,180.00 which includes a 10% mark-up on LAE's
proposal.
If you have any questions or concerns regarding this proposal, please contact the undersigned,
Sincerely,
DMS Consultants, Inc.
Surender Dewan, P.E.
President
12371 Lewis Street, Suite 203, Garden Grove, CA 92840 i 714.740.8840 1 fax: 714.740.8842
LAE
Associates, Inc.
November 17, 2016
Mr. Surcnder Dewan, P.E.
President
DMS Consultants, Inc.
12371 Lewis Street, Suite 203
Garden Grove, CA 92840
PROJECT • CONSTRUCTION - PROGRAM
MANAGEMENT
City Services - Staff Augmentation
Capital Proicct Planning • Transportation funding Strategies
Caltrans Local Assistance Services
SUBJECT: PROPOSAL TO PROVIDE FEDERAL FUND MANAGEMENT SUPPORT
AND LIMITED CONTRACT ADMINISTRATION FOR THE
MACARTHUR BOULEVARD PAVEMENT REHABILITATION
PROJECT NO. STPL 5151-030
Dear
It is my pleasure to submit this proposal to provide Federal Fund Management Support and
Limited Contract Administration for the City of Newport Beach's MacArthur Boulevard
Pavement Rehabilitation Project. The project will be partially funded by federal funds. As a
result, the entire project shall comply with the federal requirements outlined in Caltrans Local
Assistance Procedures Manual/Local Assistance Program Guidelines (LAPM/LAPD), and the
FHWA requirements.
LAE Associates. Inc. (LAE) staff has a substantial amount of experience in Federal Fund
Management, Contract Administration. Project Management, Construction Management,
Program Management, and Processing/Delivering Federally, State, and Locally Funded Projects,
Staff Augmentation, and Inspection Services for Cities and Counties.
Scope of Services:
LAE will start its Fund Management and Limited Contract Administration Services for the
(MacArthur Blvd. Pavement Rehabilitation Project by reviewing:
• CT approved Preliminary Environmental Studies (PES) Package, approved National
Environmental Policy Act (NEPA). and City approved California Environmental Quality
Act (CEQA)
• Right of Way Certification
• Construction contract specific Disadvantaged Business Enterprises (DBE) goal.
methodology, and calculation
Project's Public Interest Finding/Cost Effective documentation
Request for Authorization to Proceed with Construction Package. and approved E-76.
Debarment clearance of the prime contractor and/or sub -contractors
® Plans, specifications' federal provisions, and addenda
• Contractor's bid proposal, DBE Commitment and/or Good Faith Effort Documentation
Page I o f 3
650 N. Rose Drive, # 182, Placentia, CA 92870
(714)993-2840
City of Newport Beach — MacArthur Blvd.
Federal Fund Management Support
November 17, 2016
Page 2 of 3
• City's Evaluation/documentation of the DBE Good Faith Effort prior to contract award
• Construction award package
• City's Caltrans approved Quality Assurance Program (QAP)
• Materials Acceptance Testing (AT) geotechnical consultant's proposal and certifications
• Independent Assurance (IA) geotechnical consultant's proposal and certifications
• Pre -construction labor compliance checklist signed by prime contractor/sub-contractors
• Pre -construction meeting agenda and minutes
Upon reviewing the above-mentioned contract documents, we will meet with the City's Project
Manager (PM) to review and discuss the following:
• Contract documents
• Construction files
• Submittal reviews by the City
• Preparation of various logs
• Buy America Requirements
• Workers' Interviews by the City staff
• Daily reports
• Resident Engineer's weekly reports
• Weekly Statement of Working reports
• Contract Change Order (CCO) process
• Independent analysis of CCOs and Independent Cost Estimate(s) (ICE)
• Content of CCOs
• CCO memos
• Quantity Measurements and documentation
• DBE monitoring
• Risk Based Invoicing
At this meeting, as -needed conference calls/phone discussions with the City project team will be
scheduled to review details of the project, resolve issues, and answer questions.
Depending on the City PM's readiness as well as the completeness of project files, we will
schedule another meeting to review the project files, complete and discuss the Construction
Review Checklist form (pre -construction).
As discussed, the project construction may start at the end of November or beginning of
December. Therefore, we anticipate to have another meeting with the City's PM to review the
project files, complete and discuss the Construction Review Checklist form (Mid -project) in
January.
We will continue with document reviews, weekly conference calls as the project construction
progresses. Based on a seventy-five (75) working day contract term, the project construction will
be completed in March 2017. We anticipate to meet with the City PM to review and complete the
Construction Review Checklist form (After -acceptance) sometime in April/May 2017.
City of Newport Beach — MacArthur Blvd.
Federal Fund Management Support
November 17, 2016
Page 3 of 3
I his proposal does not include any Labor Compliance assistance and Certified Payroll reviews.
We estimate our fee to provide these services to be $13,800 based on the following details:
`thank you for requesting LAE to submit this proposal. Should you have any questions, please
contact me at (714) 993-2840.
Sincerely.
�(/^/'
Fred Alamolhoda. P.L.
President
u
v� AMENDMENT NO. ONE TO
PROFESSIONAL SERVICES AGREEMENT
WITH DMS CONSULTANTS CIVIL ENGINEERS, INC. FOR
MACARTHUR BOULEVARD PAVEMENT OVERLAY PHASE 1 AND PHASE 2
THIS AMENDMENT NO. ONE TO PROFESSIONAL SERVICES AGREEMENT
("Amendment No. One") is made and entered into as of this 24th day of December,
2015 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California
municipal corporation and charter city ("City"), and DMS CONSULTANTS CIVIL
ENGINEERS, INC., a California corporation ("Consultant'), whose address is 12371
Lewis Street, Suite 203, Garden Grove, California 92840, and is made with reference to
the following:
RECITALS
A. On August 12, 2014, City and Consultant entered into a Professional Services
Agreement ("Agreement') for the performance of civil engineering design
services for Phases 1 and 2 of the Macarthur Boulevard Pavement Overlay
Project ("Project').
B. The parties desire to enter into this Amendment No. One to extend the term of
the Agreement to June 30, 2017 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, 2017, unless terminated earlier as set forth herein."
2. INSURANCE REQUIREMENTS
Exhibit C to the Agreement is amended in its entirety and replaced with Exhibit
C-1, attached hereto and incorporated herein by reference.
3. 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]
DMS Consultants Civil Engineers, Inc.
IN WITNESS WHEREOF, the parties have caused this Amendment No. One to
be executed on the dates written below.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: 19-43// S
By:
Aaron C. Harp
City Attorney
ATTEST: 4. /('
Date:
r
By: 4440L.,, J,
Leilani I. Brown
City Clerk
04.1 FQ`1
Attachments
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
By:
Dave Ki
City Manager
CONSULTANT: DMS CIVIL ENGINEERS,
INC., a California corporation
Date:
Signed in Counterpart
Surender Dewan
President/Chief Financial Officer
[END OF SIGNATURES]
Exhibit C-1 — Insurance Requirements
DMS Consultants Civil Engineers, Inc. Page 2
IN WITNESS WHEREOF, the parties have caused this Amendment No. One to
be executed on the dates written below.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: ( a/33/-/ 5 -
By:
Aaron C. Harp
City Attorney
ATTEST:
Date:
Leilani I. Brown
City Clerk
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
Bv:
Dave Kiff
City Manager
CONSULTANT: DMS CIVIL ENGINEERS,
INC., a Cali rn'aorporation
Date: 1 1
By:
Surender Dewan
President/Chief Financial Officer
[END OF SIGNATURES]
Attachments: Exhibit C-1 — Insurance Requirements
DMS Consultants Civil Engineers, Inc. Page 2
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. Coverage Requirements.
A. Workers' Compensation Insurance. Consultant shall maintain Workers'
Compensation Insurance, statutory limits, and Employer's Liability
Insurance with limits of at least one million dollars ($1,000,000) each
accident for bodily injury by accident and each employee for bodily injury
by disease in accordance with the laws of the State of California, Section
3700 of the Labor Code.
Consultant shall submit to City, along with the certificate of insurance, a
Waiver of Subrogation endorsement in favor of City, its 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.
DMS Consultants Civil Engineers, Inc. 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 require complete, certified copies of
all required insurance policies, at any time.
DMS Consultants Civil Engineers, Inc. Page C-2
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. Contractor shall give City prompt and timely
notice of claims made or suits instituted that arise out of or result from
Contractors performance under this Contract, and that involve or may
involve coverage under any of the required liability policies. City assumes
no obligation or liability by such notice, but has the right (but not the duty)
to monitor the handling of any such claim or claims if they are likely to
involve City.
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
DMS Consultants Civil Engineers, Inc. Page C-3
judgment may be necessary for its proper protection and prosecution of
the Work.
DMS Consultants Civil Engineers, Inc. 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: 1/26/16
Dept./Contact Received From: Raymund
Date Completed: 1/26/16 Sent to: Raymund By: Chris/Alicia
Company/Person required to have certificate: DMS Consultants Civil Engineers, Inc.
Type of contract:
GENERAL LIABILITY
EFFECTIVE/EXP[RATION DATE: 9/4/15-9/4/16
All Others
A. INSURANCE COMPANY: Travelers Indemnity Company of CT
PRIMARY & NON-CONTRIBUTORY WORDING (Must be
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 $1 M or greater): What is limit provided?
2,000,000/4,000,000
E. ADDITIONAL INSURED ENDORSEMENT— please attach
E Yes ❑ No
F. PRODUCTS AND COMPLETED OPERATIONS (Must
include): Is it included? (completed Operations status does
not apply to Waste Haulers or Recreation)
E Yes ❑ No
G. ADDITIONAL INSURED FOR PRODUCTS AND
COMPLETED OPERATIONS ENDORSEMENT (completed
include "solely by negligence' wording?
Operations status does not apply to Waste Haulers)
E Yes ❑ No
H. ADDITIONAL INSURED WORDING TO INCLUDE (The City
K.
its officers, officials, employees and volunteers): Is it
E N/A
included?
E Yes ❑ No
I.
PRIMARY & NON-CONTRIBUTORY WORDING (Must be
included): Is it included?
E 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
E No
K.
ELECTED SCMAF COVERAGE (RECREATION ONLY):
E N/A
❑ Yes
❑ No
L.
NOTICE OF CANCELLATION:
❑ N/A
E Yes
❑ No
II. AUTOMOBILE LIABILITY
EFFECTIVE/EXPIRATION DATE: 9/4/15-9/4/16
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?
E Yes
❑ No
D.
LIMITS - If Employees (Must be $1 M min. BI & PD and $500,000
UM, $2M min for Waste Haulers): What is limits provided?
2,000,000
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):
E NIA
❑ Yes
❑ No
G.
HIRED AND NON -OWNED AUTO ONLY:
❑ NIA
E Yes
❑ No
H.
NOTICE OF CANCELLATION:
❑ N/A
E Yes
0 No
III. WORKERS' COMPENSATION
EFFECTIVE/EXPIRATION DATE: 9/4/15-9/4/16
A.
INSURANCE COMPANY: Travelers Property Casualty Company
of America
B.
AM BEST RATING (A-: VII or greater): A++:XV
C.
ADMITTED Company (Must be California Admitted):
X Yes
❑ No
D.
WORKERS' COMPENSATION LIMIT: Statutory
X Yes
❑ No
E.
EMPLOYERS' LIABILITY LIMIT (Must be $1M or greater)
1,000,000
F.
WAIVER OF SUBROGATION (To include): Is it included?
X Yes
❑ No
G.
SIGNED WORKERS' COMPENSATION EXEMPTION FORM:
X NIA ❑ Yes
❑ No
H.
NOTICE OF CANCELLATION:
❑ N/A X Yes
❑ No
ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED
IV. PROFESSIONAL LIABILITY
V POLLUTION LIABILITY
V BUILDERS RISK
HAVE ALL ABOVE REQUIREMENTS BEEN MET?
IF NO, WHICH ITEMS NEED TO BE COMPLETED?
Approved:
Agent of Alliant Insurance Services
Broker of record for the City of Newport Beach
1/26/16
Date
X N/A ❑ Yes ❑ No
X N/A ❑ Yes ❑ No
X N/A ❑ Yes ❑ No
X Yes ❑ No
RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than
Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No
Reason for Risk Management approval/exception/waiver:
Approved:
Risk Management Date
* Subject to the terms of the contract.
PROFESSIONAL SERVICES AGREEMENT
WITH DMS CONSULTANTS CIVIL ENGINEERS, INC. FOR
MACARTHUR BOULEVARD PAVEMENT OVERLAY PHASE 1 AND PHASE 2
THIS PROFESSIONAL SERVICES AGREEMENT ("Agreement") is made and
entered into as of this 12th day of August, 2014 ("Effective Date"), by and between the
CITY OF NEWPORT BEACH, a California municipal corporation and charter city
("City'), and DMS CONSULTANTS CIVIL ENGINEERS, INC., a California corporation
("Consultant"), whose address is 12371 Lewis Street, Suite 203, Garden Grove, CA
92840, and is made with reference to the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now being
conducted under the statutes of the State of California and the Charter of City.
B. City desires to engage Consultant to perform civil engineering design services for
Phases 1 and 2 of the MacArthur Boulevard Pavement Overlay Project
("Project").
C. Consultant possesses the skill, experience, ability, background, certification and
knowledge to provide the professional services described in this Agreement.
D. City has solicited and received a proposal from Consultant, has reviewed the
previous experience and evaluated the expertise of Consultant, and desires to
retain Consultant to render professional services under the terms and conditions
set forth in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned
parties as follows:
TERM
The term of this Agreement shall commence on the Effective Date, and shall
terminate on December 31, 2015, unless terminated earlier as set forth herein.
2. SERVICES TO BE PERFORMED
Consultant shall diligently perform all the services described in the Scope of
Services attached hereto as Exhibit A and incorporated herein by reference ("Services"
or "Work"). City may elect to delete certain Services within the Scope of Services at its
sole discretion.
3. TIME OF PERFORMANCE
3.1 Time is of the essence in the performance of Services under this
Agreement and Consultant shall perform the Services in accordance with the schedule
included in Exhibit A. In the absence of a specific schedule, the Services shall be
performed to completion in a diligent and timely manner. The failure by Consultant to
strictly adhere to the schedule set forth in Exhibit A, if any, or perform the Services in a
diligent and timely manner may result in termination of this Agreement by City.
3.2 Notwithstanding the foregoing, Consultant shall not be responsible for
delays due to causes beyond Consultant's reasonable control. However, in the case of
any such delay in the Services to be provided for the Project, each party hereby agrees
to provide notice within two (2) calendar days of the occurrence causing the delay to the
other party so that all delays can be addressed.
3.3 Consultant shall submit all requests for extensions of time for performance
in writing to the Project Administrator as defined herein not later than ten (10) calendar
days after the start of the condition that purportedly causes a delay. The Project
Administrator shall review all such requests and may grant reasonable time extensions
for unforeseeable delays that are beyond Consultant's control.
3.4 For all time periods not specifically set forth herein, Consultant shall
respond in the most expedient and appropriate manner under the circumstances, by
hand -delivery or mail.
4. COMPENSATION TO CONSULTANT
4.1 City shall pay Consultant for the Services on a time and expense not -to -
exceed basis in accordance with the provisions of this Section and the Schedule of
Billing Rates attached hereto as Exhibit B and incorporated herein by reference.
Consultant's compensation for all Work performed in accordance with this Agreement,
including all reimbursable items and subconsultant fees, shall not exceed One Hundred
Sixty One Thousand Two Hundred Sixty Dollars and 00/100 ($161,260.00), without
prior written authorization from City. No billing rate changes shall be made during the
term of this Agreement without the prior written approval of City.
4.2 Consultant shall submit monthly invoices to City describing the Work
performed the preceding month. Consultant's bills shall include the name of the person
who performed the Work, a brief description of the Services performed and/or the
specific task in the Scope of Services to which it relates, the date the Services were
performed, the number of hours spent on all Work billed on an hourly basis, and a
description of any reimbursable expenditures. City shall pay Consultant no later than
thirty (30) calendar days after approval of the monthly invoice by City staff.
4.3 City shall reimburse Consultant only for those costs or expenses
specifically identified in Exhibit B to this Agreement or specifically approved in writing in
advance by City.
4.4 Consultant shall not receive any compensation for Extra Work performed
without the prior written authorization of City. As used herein, "Extra Work" means any
Work that is determined by City to be necessary for the proper completion of the
Project, but which is not included within the Scope of Services and which the parties did
DMS Consultants Civil Engineers, Inc. Page 2
not reasonably anticipate would be necessary at the execution of this Agreement.
Compensation for any authorized Extra Work shall be paid in accordance with the
Schedule of Billing Rates as set forth in Exhibit B.
5. PROJECT MANAGER
5.1 Consultant shall designate a Project Manager, who shall coordinate all
phases of the Project. This Project Manager shall be available to City at all reasonable
times during the Agreement term. Consultant has designated Surender Dewan to be its
Project Manager. Consultant shall not remove or reassign the Project Manager or any
personnel listed in Exhibit A or assign any new or replacement personnel to the Project
without the prior written consent of City. City's approval shall not be unreasonably
withheld with respect to the removal or assignment of non -key personnel.
5.2 Consultant, at the sole discretion of City, shall remove from the Project
any of its personnel assigned to the performance of Services upon written request of
City. Consultant warrants that it will continuously furnish the necessary personnel to
complete the Project on a timely basis as contemplated by this Agreement.
5.3 If Consultant is performing inspection services for City, the Project
Manager and any other assigned staff shall be equipped with a cellular phone to
communicate with City staff. The Project Manager's cellular phone number shall be
provided to City.
6. ADMINISTRATION
This Agreement will be administered by the Public Works Department. City's
Public Works Director or designee shall be the Project Administrator and shall have the
authority to act for City under this Agreement. The Project Administrator shall represent
City in all matters pertaining to the Services to be rendered pursuant to this Agreement.
7. CITY'S RESPONSIBILITIES
To assist Consultant in the execution of its responsibilities under this Agreement,
City agrees to provide access to and upon request of Consultant, one copy of all
existing relevant information on file at City. City will provide all such materials in a
timely manner so as not to cause delays in Consultant's Work schedule.
8. STANDARD OF CARE
8.1 All of the Services shall be performed by Consultant or under Consultant's
supervision. Consultant represents that it possesses the professional and technical
personnel required to perform the Services required by this Agreement, and that it will
perform all Services in a manner commensurate with the highest professional
standards. For purposes of this Agreement, the phrase "highest professional
standards" shall mean those standards of practice recognized by one (1) or more first-
class firms performing similar work under similar circumstances.
DMS Consultants Civil Engineers, Inc. Page 3
8.2 All Services shall be performed by qualified and experienced personnel
who are not employed by City. By delivery of completed Work, Consultant certifies that
the Work conforms to the requirements of this Agreement, all applicable federal, state
and local laws, and the highest professional standard.
8.3 Consultant represents and warrants to City that it has, shall obtain, and
shall keep in full force and effect during the term hereof, at its sole cost and expense, all
licenses, permits, qualifications, insurance and approvals of whatsoever nature that is
legally required of Consultant to practice its profession. Consultant shall maintain a City
of Newport Beach business license during the term of this Agreement.
8.4 Consultant shall not be responsible for delay, nor shall Consultant be
responsible for damages or be in default or deemed to be in default by reason of strikes,
lockouts, accidents, acts of God, or the failure of City to furnish timely information or to
approve or disapprove Consultant's Work promptly, or delay or faulty performance by
City, contractors, or governmental agencies.
9. HOLD HARMLESS
9.1 To the fullest extent permitted by law, Consultant shall indemnify, defend
and hold harmless City, its City Council, boards and commissions, officers, agents,
volunteers and employees (collectively, the "Indemnified Parties), from and against any
and all claims (including, without limitation, claims for bodily injury, death or damage to
property), demands, obligations, damages, actions, causes of action, suits, losses,
judgments, fines, penalties, liabilities, costs and expenses (including, without limitation,
attorneys' fees, disbursements and court costs) of every kind and nature whatsoever
(individually, a Claim; collectively, "Claims'), which may arise under this Agreement or in
any manner relate (directly or indirectly) to the negligence, recklessness, or willful
misconduct of the Consultant or its principals, officers, agents, employees, vendors,
suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any
of them or for whose acts they may be liable, or any or all of them.
9.2 Notwithstanding the foregoing, nothing herein shall be construed to
require Consultant to indemnify the Indemnified Parties from any Claim arising from the
sole negligence, active negligence or willful misconduct of the Indemnified Parties.
Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees
in any action on or to enforce the terms of this Agreement. This indemnity shall apply to
all claims and liability regardless of whether any insurance policies are applicable. The
policy limits do not act as a limitation upon the amount of indemnification to be provided
by the Consultant.
10. INDEPENDENT CONTRACTOR
It is understood that City retains Consultant on an independent contractor basis
and Consultant is not an agent or employee of City. The manner and means of
conducting the Work are under the control of Consultant, except to the extent they are
limited by statute, rule or regulation and the expressed terms of this Agreement. No
DMS Consultants Civil Engineers, Inc. Page 4
civil service status or other right of employment shall accrue to Consultant or its
employees. Nothing in this Agreement shall be deemed to constitute approval for
Consultant or any of Consultant's employees or agents, to be the agents or employees
of City. Consultant shall have the responsibility for and control over the means of
performing the Work, provided that Consultant is in compliance with the terms of this
Agreement. Anything in this Agreement that may appear to give City the right to direct
Consultant as to the details of the performance of the Work or to exercise a measure of
control over Consultant shall mean only that Consultant shall follow the desires of City
with respect to the results of the Services.
11. COOPERATION
Consultant agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or interest in the
Work to be performed. City agrees to cooperate with the Consultant on the Project.
12. CITY POLICY
Consultant shall discuss and review all matters relating to policy and Project
direction with City's Project Administrator in advance of all critical decision points in
order to ensure the Project proceeds in a manner consistent with City goals and
policies.
13. PROGRESS
Consultant is responsible for keeping the Project Administrator informed on a
regular basis regarding the status and progress of the Project, activities performed and
planned, and any meetings that have been scheduled or are desired.
14. INSURANCE
Without limiting Consultant's indemnification of City, and prior to commencement
of Work, Consultant shall obtain, provide and maintain at its own expense during the
term of this Agreement or for other periods as specified in this Agreement, policies of
insurance of the type, amounts, terms and conditions described in the Insurance
Requirements attached hereto as Exhibit C, and incorporated herein by reference.
15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the Services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following shall
be construed as an assignment: The sale, assignment, transfer or other disposition of
any of the issued and outstanding capital stock of Consultant, or of the interest of any
general partner or joint venturer or syndicate member or cotenant if Consultant is a
partnership or joint -venture or syndicate or co -tenancy, which shall result in changing
the control of Consultant. Control means fifty percent (50%) or more of the voting
DMS Consultants Civil Engineers, Inc. Page 5
power or twenty-five percent (25%) or more of the assets of the corporation, partnership
orjoint-venture.
16. SUBCONTRACTING
The subcontractors authorized by City, if any, to perform Work on this Project are
identified in Exhibit A. Consultant shall be fully responsible to City for all acts and
omissions of any subcontractor. Nothing in this Agreement shall create any contractual
relationship between City and any subcontractor nor shall it create any obligation on the
part of City to pay or to see to the payment of any monies due to any such
subcontractor other than as otherwise required by law. City is an intended beneficiary
of any Work performed by the subcontractor for purposes of establishing a duty of care
between the subcontractor and City. Except as specifically authorized herein, the
Services to be provided under this Agreement shall not be otherwise assigned,
transferred, contracted or subcontracted out without the prior written approval of City.
17. OWNERSHIP OF DOCUMENTS
17.1 Each and every report, draft, map, record, plan, document and other
writing produced, including but not limited to, websites, blogs, social media accounts
and applications (hereinafter "Documents"), prepared or caused to be prepared by
Consultant, its officers, employees, agents and subcontractors, in the course of
implementing this Agreement, shall become the exclusive property of City, and City
shall have the sole right to use such materials in its discretion without further
compensation to Consultant or any other party. Additionally, all material posted in
cyberspace by Consultant, its officers, employees, agents and subcontractors, in the
course of implementing this Agreement, shall become the exclusive property of City,
and City shall have the sole right to use such materials in its discretion without further
compensation to Consultant or any other party. Consultant shall, at Consultant's
expense, provide such Documents, including all logins and password information to City
upon prior written request.
17.2 Documents, including drawings and specifications, prepared by
Consultant pursuant to this Agreement are not intended or represented to be suitable
for reuse by City or others on any other project. Any use of completed Documents for
other projects and any use of incomplete Documents without specific written
authorization from Consultant will be at City's sole risk and without liability to
Consultant. Further, any and all liability arising out of changes made to Consultant's
deliverables under this Agreement by City or persons other than Consultant is waived
against Consultant, and City assumes full responsibility for such changes unless City
has given Consultant prior notice and has received from Consultant written consent for
such changes.
17.3 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;
DMS Consultants Civil Engineers, Inc. Page 6
(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 the City in .dwg file format, on a
CD, and should comply with the City's digital submission requirements for improvement
plans available from the City's Public Works Department. The City will provide
Consultant with City title sheets as AutoCAD file(s) in .dwg file format. All written
documents shall be transmitted to City in formats compatible with Microsoft Office
and/or viewable with Adobe Acrobat.
17.4 All improvement and/or construction plans shall be prepared with indelible
waterproof ink or electrostatically plotted on standard twenty-four inch (24") by thirty-six
inch (36") Mylar with a minimum thickness of three (3) mils. Consultant shall provide to
City 'As -Built' drawings and a copy of digital Computer Aided Design and Drafting
("CADD") and Tagged Image File Format (.tiff) files of all final sheets within ninety (90)
days after finalization of the Project. For more detailed requirements, a copy of the City
of Newport Beach Standard Design Requirements is available from the City's Public
Works Department.
18. OPINION OF COST
Any opinion of the construction cost prepared by consultant represents the
consultant's judgment as a design professional and is supplied for the general guidance
of City. Since consultant has no control over the cost of labor and material, or over
competitive bidding or market conditions, consultant does not guarantee the accuracy of
such opinions as compared to consultant or contractor bids or actual cost to City.
19. CONFIDENTIALITY
All Documents, including drafts, preliminary drawings or plans, notes and
communications that result from the Services in this Agreement, shall be kept
confidential unless City expressly authorizes in writing the release of information.
20. INTELLECTUAL PROPERTY INDEMNITY
Consultant shall defend and indemnify City, its agents, officers, representatives
and employees against any and all liability, including costs, for infringement or alleged
infringement of any United States' letters patent, trademark, or copyright, including
costs, contained in Consultant's Documents provided under this Agreement.
21. RECORDS
Consultant shall keep records and invoices in connection with the Services to be
performed under this Agreement. Consultant shall maintain complete and accurate
records with respect to the costs incurred under this Agreement and any Services,
DMS Consultants Civil Engineers, Inc. Page 7
expenditures and disbursements charged to City, for a minimum period of three (3)
years, or for any longer period required by law, from the date of final payment to
Consultant under this Agreement. All such records and invoices shall be clearly
identifiable. Consultant shall allow a representative of City to examine, audit and make
transcripts or copies of such records and invoices during regular business hours.
Consultant shall allow inspection of all Work, data, Documents, proceedings and
activities related to the Agreement for a period of three (3) years from the date of final
payment to Consultant under this Agreement.
22. WITHHOLDINGS
City may withhold payment to Consultant of any disputed sums until satisfaction
of the dispute with respect to such payment. Such withholding shall not be deemed to
constitute a failure to pay according to the terms of this Agreement. Consultant shall
not discontinue Work as a result of such withholding. Consultant shall have an
immediate right to appeal to the City Manager or designee with respect to such disputed
sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of
return that City earned on its investments during the time period, from the date of
withholding of any amounts found to have been improperly withheld.
23. ERRORS AND OMISSIONS
In the event of errors or omissions that are due to the negligence or professional
inexperience of Consultant which result in expense to City greater than what would
have resulted if there were not errors or omissions in the Work accomplished by
Consultant, the additional design, construction and/or restoration expense shall be
borne by Consultant. Nothing in this Section is intended to limit City's rights under the
law or any other sections of this Agreement.
24. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS
City reserves the right to employ other Consultants in connection with the
Project.
25. CONFLICTS OF INTEREST
25.1 Consultant or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act"), 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 persons from making, or
participating in making, decisions that will foreseeably financially affect such interest.
25.2 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.
DMS Consultants Civil Engineers, Inc. Page 8
26. NOTICES
26.1 All notices, demands, requests or approvals, including any change in
mailing address, to be given under the terms of this Agreement shall be given in writing,
and conclusively shall be deemed served when delivered personally, or on the third
business day after the deposit thereof in the United States mail, postage prepaid, first-
class mail, addressed as hereinafter provided.
26.2 All notices, demands, requests or approvals from Consultant to City shall
be addressed to City at:
Attn: David A. Webb, Public Works Director
Public Works Department
City of Newport Beach
100 Civic Center Drive
PO Box 1768
Newport Beach, CA 92658
26.3 All notices, demands, requests or approvals from City to Consultant shall
be addressed to Consultant at:
Attn: Surender Dewan
DMS Consultants Civil Engineers, Inc.
12371 Lewis St, Suite 203
Garden Grove, CA 92840
27. CLAIMS
Unless a shorter time is specified elsewhere in this Agreement, before making its
final request for payment under this Agreement, Consultant shall submit to City, in
writing, all claims for compensation under or arising out of this Agreement.
Consultant's acceptance of the final payment shall constitute a waiver of all claims for
compensation under or arising out of this Agreement except those previously made in
writing and identified by Consultant in writing as unsettled at the time of its final request
for payment. Consultant and City expressly agree that in addition to any claims filing
requirements set forth in the Agreement, Consultant shall be required to file any claim
Consultant may have against City in strict conformance with the Government Claims Act
(Government Code sections 900 et seq.).
28. TERMINATION
28.1 In the event that either party fails or refuses to perform any of the
provisions of this Agreement at the time and in the manner required, that party shall be
deemed in default in the performance of this Agreement. If such default is not cured
within a period of two (2) calendar days, or if more than two (2) calendar days are
reasonably required to cure the default and the defaulting party fails to give adequate
assurance of due performance within two (2) calendar days after receipt of written
notice of default, specifying the nature of such default and the steps necessary to cure
DMS Consultants Civil Engineers, Inc. Page 9
such default, and thereafter diligently take steps to cure the default, the non -defaulting
party may terminate the Agreement forthwith by giving to the defaulting party written
notice thereof.
28.2 Notwithstanding the above provisions, City shall have the right, at its sole
and absolute discretion and without cause, of terminating this Agreement at any time by
giving no less than seven (7) calendar days' prior written notice to Consultant. In the
event of termination under this Section, City shall pay Consultant for Services
satisfactorily performed and costs incurred up to the effective date of termination for
which Consultant has not been previously paid. On the effective date of termination,
Consultant shall deliver to City all reports, Documents and other information developed
or accumulated in the performance of this Agreement, whether in draft or final form.
29. STANDARD PROVISIONS
29.1 Recitals. City and Consultant acknowledge that the above Recitals are
true and correct and are hereby incorporated by reference into this Agreement.
29.2 Compliance with all Laws. Consultant shall, at its own cost and expense,
comply with all statutes, ordinances, regulations and requirements of all governmental
entities, including federal, state, county or municipal, whether now in force or hereinafter
enacted. In addition, all Work prepared by Consultant shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be
subject to approval of the Project Administrator and City.
29.3 Waiver. A waiver by either party of any breach, of any term, covenant or
condition contained herein shall not be deemed to be a waiver of any subsequent
breach of the same or any other term, covenant or condition contained herein, whether
of the same or a different character.
29.4 Integrated Contract. This Agreement represents the full and complete
understanding of every kind or nature whatsoever between the parties hereto, and all
preliminary negotiations and agreements of whatsoever kind or nature are merged
herein. No verbal agreement or implied covenant shall be held to vary the provisions
herein.
29.5 Conflicts or Inconsistencies. In the event there are any conflicts or
inconsistencies between this Agreement and the Scope of Services or any other
attachments attached hereto, the terms of this Agreement shall govern.
29.6 Interpretation. The terms of this Agreement shall be construed in
accordance with the meaning of the language used and shall not be construed for or
against either party by reason of the authorship of the Agreement or any other rule of
construction which might otherwise apply.
29.7 Amendments. This Agreement may be modified or amended only by a
written document executed by both Consultant and City and approved as to form by the
City Attorney.
DMS Consultants Civil Engineers, Inc. Page 10
29.8 Severability. If any term or portion of this Agreement is held to be invalid,
illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining
provisions of this Agreement shall continue in full force and effect.
29.9 Controlling Law and Venue. The laws of the State of California shall
govern this Agreement and all matters relating to it and any action brought relating to
this Agreement shall be adjudicated in a court of competent jurisdiction in the County of
Orange, State of California.
29.10 Equal Opportunity Employment. Consultant represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee
or applicant for employment because of race, religion, color, national origin, handicap,
ancestry, sex, age or any other impermissible basis under law.
29.11 No Attorneys' Fees. In the event of any dispute or legal action arising
under this Agreement, the prevailing party shall not be entitled to attorneys' fees.
29.12 Counterparts. This Agreement may be executed in two (2) or more
counterparts, each of which shall be deemed an original and all of which together shall
constitute one (1) and the same instrument.
[SIGNATURES ON NEXT PAGE]
DMS Consultants Civil Engineers, Inc. Page 11
IN WITNESS WHEREOF, the parties have caused this Agreement to be
executed on the dates written below.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: i / 2 Z/ L L
By: C ff"
Aaroh C. Harp cnM'}�z(ly
City Attorney
ATTEST:
Date: S
By:
I ailani I Rrnwn
City Clerk
CITY OF NEWPORT BEACH,
a California municipal corporation
Date: E5". l3 . 114
By:aA X�
Rush N. Hill, II
Mayor
CONSULTANT: DMS Consultants Civil
Engineers, Inc., a alifornia corporation
Date: S
By: �
Surender Dewan
President and Chief Financial Officer
[END OF SIGNATURES]
Attachments: Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
Exhibit C — Insurance Requirements
DMS Consultants Civil Engineers, Inc. Page 12
EXHIBIT A
SCOPE OF SERVICES
DMS Consultants Civil Engineers, Inc. Page A-1
July 3, 2014
Mr. Frank Tran, P.E.
Project Manager
City of Newport Beach
100 Civic Center Drive
Newport Beach, CA 92660
SUBJECT: Proposal for MacArthur Boulevard Pavement Overlay
From Coast Highway East to 1000 Feet North of San Joaquin Hills Road
Contract Number C-5870 (Phase 1) and
From 1000 Feet North of San Joaquin Hills Road to Bonita Canyon Road
Contract Number C-5871 (Phase 2)
Dear Mr. Tran:
DMS Consultants, Inc. is pleased to present this proposal to provide civil engineering design services for the
subject project.
Mr. Surender Dewan, President of DMS Consultants, Inc., would be assigned as the Project Manager of this
project. As such, Mr. Dewan would be responsible for the overall scheduling and budget control and would be
available to meet with the City to discuss the project as required.
I hope that our experience, record of performance and sincere interest in working with the City of Newport Beach
Will result in a favorable consideration. We look forward to the opportunity of working with you and your staff.
Sincerely,
DMS Consultants, Inc.,
Surender Dewan, P.E.
President
DMS
MacArthur Boulevard From Coast Highway East to 1000 Feet North of San Joaquin Hills Road
Contract Number C•5870 (Phase 1)
The proposed project area is MacArthur Boulevard from Coast Highway east to 1000' north of San Joaquin Hills
Road. The project consists of rehabilitation of existing roadway and ADA improvements in the project area.
Services to be provided by the DMS Consultants, Inc. under this proposal will include the following:
• Design survey.
• Utility coordination.
• Prepare street improvement plans.
• Prepare signage and striping plans.
• Project specifications.
• Estimate of probable cost.
MacArthur Boulevard from Coast Highway east to San Joaquin Hills Road is a major arterial serving the
businesses and residents of Newport Beach.
The curb to curb width of the street varies from 98' to 118'. The right-of-way varies from 1 14'to 180'. There is a
variable width median divider in the center. There is an existing sidewalk on both sides of the roadway. No
parking is permitted along the street.
The intersection of MacArthur Boulevard with Coast Highway, San Miguel Drive and San Joaquin Hills Road are
signalized.
The existing roadway is striped for 3 lanes in each direction with a Class 1 bike lane on both sides except for a
section between Coast Highway east to Harbor View Drive where the street is striped for 2 lanes in each
direction. The existing roadway is in fair condition. However, portions of the roadway are experiencing some
deterioration and longitudinal and early alligator cracking.
There are existing curb ramps at all intersections. These ramps however do not conform to ADA standards for
accessibility.
There is an existing storm drain system in the roadway. There are existing catch basins along the easterly and
median divider along the super -elevated section of the roadway.
Where the rehabilitation of the MacArthur Boulevard pavement is the primary focus of the project, the restoration
of curb face along the median curb, if less than 4" existing is also of importance along with ADA accessibility
improvements will also be addressed.
The City of Newport Beach will retain the services of a geotechnical consultant to prepare a pavement analysis
report. In the event the report recommends that the existing pavement in the project area is adequate and only
overlay is required, we will investigate the alternative of cold milling and replacing with rubberized asphalt
pavement (ARHM) to maintain the integrity of the median divider curb face.
MacArthur Blvd, Pavement Overlay Page 1
MacArthur Boulevard From Coast Highway East to 1000 Feet North of San Joaquin Hills Road
Contract Number C•5870 (Phase 1)
DESIGN REVIEW MEETING
In a consultation meeting with the City, the scope of work, procedure and precise limits of the project
improvements will be reviewed. Obtain from the City existing improvement plans and record maps of the
project area.
Review with City staff to obtain specific input related to City goals and discuss preliminary issues.
Meet with City staff on a continuous, as needed basis throughout the design and construction phases to
ensure that work is expeditiously carried out in keeping with City requirements.
UTILITY COORDINATION
Notify all utilities at the start and at 60% design of the location and extent of the work to ensure that all
structures are properly located on the plans.
A copy of all correspondence with utility companies will be provided to the City.
Final plans will be sent to each affected utility company prior to bidding of the work along with notification
of when work is anticipated to begin.
PAVEMENT ANALYSIS
To be provided by the City of Newport Beach.
DESIGN SURVEY
Locate beginning, intermediate, and final benchmarks. Locate and identify horizontal controls used. Set
a total of five (5) aerial targets. Tie down the project to state plane coordinate system.
Conduct aerial survey. Aerial survey to show spot elevations and contours at V intervals.
Mark limits of broken curb and gutter as well as defective sidewalk and curb ramps not conforming to ADA
requirements.
Conduct topographic survey and obtain street cross sections at 50' intervals. Street cross sections to
show elevations at top of curb, gutter flowline, lip of gutter, edge of pavement, lane line, centerline, top of
median curb, and finished surface at median curb.
Obtain street cross sections at BCRs and ECRB.
MacArthur Blvd, Pavement Overlay Page 2
MacArthur Boulevard From Coast Highway East to 1000 Feet North of San Joaquin Hills Road
Contract Number C-5870 (Phase 1)
A minimum of 2 benchmarks will be used. A bench circuit will be run and closure error established, ff any.
Each benchmark will be established on the plans and in the survey notes.
A report will be provided to the City containing all survey control and cross sections notes.
CONCEPT DESIGN PHASE - 30% SUBMITTAL (To be submitted before August 29, 2014)
• Prepare base maps and plot existing utilities, existing right-of-way, etc.
PRELIMINARY DESIGN PHASE - 70% SUBMITTAL
• 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. An effort will be made to provide a minimum of 4" curb face at the median curb.
• Develop alternate methods of achieving City's goals, giving consideration to existing pavement
condition as determined by the pavement evaluation report. Repair, rehabilitation, partial and full
replacement of existing pavement will be considered.
• Prepare preliminary street improvement plans.
• Prepare preliminary signage and striping plans in accordance with the State of California Department of
Transportation Traffic Manual.
• Prepare preliminary estimate of probable cost.
FINAL DESIGN PHASE - 90% SUBMITTAL
• Prepare final street improvement plans.
• Title sheet will include:
• Project title, vicinity and location map, plan sheet index and scale.
• Utility and plan legends, utility notes, contact names and telephone numbers.
• Bench marks, basis of bearings, general and master construction notes.
• Standard signature and title blocks.
MacArthur Blvd. Pavement Overlay Page 3
MacArthur Boulevard From Coast Highway East to 1000 Feet North of San Joaquin Hills Road
Contract Number C•5870 (Phase 1)
• Plan and profile sheets will include:
• Topography between right-of-way and beyond as necessary.
• Right-of-way limit lines.
• Utility location plot.
• Construction notes and quantity estimates.
• Typical sections and details
• Top of curb, edge of pavement at median and edge of gutter profile.
• Location of borings.
• Plot proposed cross sections at 50' intervals.
Prepare intersection plans for MacArthur Boulevard intersection with San Miguel Drive and San Joaquin
Hills Road.
Prepare final signage and striping plans. Final plans to include:
• Removal and/or construction of existing and/or proposed traffic features where applicable.
• Traffic striping (traffic lanes, crosswalks, etc.).
• Traffic signing.
• Pavement markings and markers.
Prepare project specifications.
Prepare final estimate of probable cost.
FINAL PLAN SUBMITTAL
After approval of project design, the plans will be plotted on mylar and delivered to the City.
CONSTRUCTION ASSISTANCE
Provide coordination during bidding process including answering bidders questions during the bidding
phase.
• Provide assistance during construction consisting of plan interpretation and plan revisions resulting
from changed conditions.
• Prepare "As -Built" plans based on information provided by the City.
MacArthur Blvd. Pavement Overlay Page 4
MacArthur Boulevard From 1000 Feet North of San Joaquin Hills Road to Bonita Canyon Road
Contract Number C-5871 (Phase 2)
The proposed project area is MacArthur Boulevard from 1000' north of San Joaquin Hills Road to Bonita Canyon
Road. The project consists of rehabilitation of existing roadway and ADA improvements in the project area.
Services to be provided by the DMS Consultants, Inc. under this proposal will encompass the following:
• Design survey.
• Utility coordination.
• Prepare street improvement plans.
• Prepare signage and striping plans.
• Project specifications.
• Estimate of probable cost.
MacArthur Boulevard from San Joaquin Hills Road to Bonita Canyon Road is a major arterial serving the
businesses and residents of Newport Beach. This section of MacArthur Boulevard is mostly super -elevated.
The curb to curb width of the street varies from 98' to 118'. The right-of-way varies from 130' to 170'. There is a
median divider in the center. There is an existing sidewalk on both sides of the roadway. No parking is
permitted along the street.
The intersection of MacArthur Boulevard and San Joaquin Hills Road is signalized.
The existing roadway is striped for 3 lanes in each direction with a Class 1 bike lane on both sides. The existing
roadway is in fair condition. However, portions of the roadway are experiencing some deterioration and
longitudinal and early alligator cracking.
There are existing curb ramps at all intersections. These ramps however do not conform to ADA standards for
accessibility.
There is an existing storm drain system in the roadway. There are existing catch basins along the easterly and
median divider along the super -elevated section of the roadway.
Where the rehabilitation of the MacArthur Boulevard pavement is the primary focus of the project, the restoration
of curb face along the median curb, if less than 4" existing is also of importance along with ADA accessibility
improvements will also be addressed.
City of Newport Beach will retain the services of a geotechnical consultant to prepare a pavement analysis
report. In the event the report recommends that the existing pavement in the project area is adequate and only
overlay is required, we will investigate the alternative of cold milling and replacing with rubberized asphalt
pavement (ARHM) to maintain the integrity of the median divider curb face.
MacArthur Blvd, Pavement Overlay Page 5
MacArthur Boulevard From 1000 Feet North of San Joaquin Hills Road to Bonita Canyon Road
Contract Number C-5871 (Phase 2)
DESIGN REVIEW MEETING
In a consultation meeting with the City, the scope of work, procedure and precise limits of the project
improvements will be reviewed. Obtain from the City existing improvement plans and record maps of the
project area.
Review with City staff to obtain specific input related to City goals and discuss preliminary issues.
Meet with City staff on a continuous, as needed basis throughout the design and construction phases to
ensure that work is expeditiously carried out in keeping with City requirements.
UTILITY COORDINATION
Notify all utilities at the start and at 60% design of the location and extent of the work to ensure that all
structures are properly located on the plans.
A copy of all correspondence with utility companies will be provided to the City.
Final plans will be sent to each affected utility company prior to bidding of the work along with notification
of when work is anticipated to begin.
PAVEMENT ANALYSIS
To be provided by the City of Newport Beach.
DESIGN SURVEY
• Locate beginning, intermediate, and final benchmarks. Locate and identify horizontal controls used. Set
a total of five (5) aerial targets. Tie down the project to state plane coordinate system.
• Conduct aerial survey. Aerial survey to show spot elevations and contours at 1' intervals.
• Mark limits of broken curb and gutter as well as defective sidewalk and curb ramps not conforming to ADA
requirements.
• Conduct topographic survey and obtain street cross sections at 50' intervals. Street cross sections to
show elevations at top of curb, gutter flowline, lip of gutter, edge of pavement, lane line, centerline, top of
median curb, and finished surface at median curb.
• Obtain street cross sections at BCRs and ECRB.
MacArthur Blvd. Pavement Overlay Page 6
MacArthur Boulevard From 1000 Feet North of San Joaquin Hills Road to Bonita Canyon Road
Contract Number C•5871 (Phase 2)
• A minimum of 2 benchmarks will be used, A bench circuit will be run and closure error established, if any.
Each benchmark will be established on the plans and in the survey notes.
• A report will be provided to the City containing all survey control and cross sections notes.
CONCEPT DESIGN PHASE • 30% SUMITTAL To be submitted before August 29, 2014)
• Prepare base maps and plot existing utilities, existing right-of-ways, etc.
PRELIMINARY DESIGN PHASE - 70% SUBMITTAL
• 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. An effort will be made to provide a minimum of 4" curb face at the median curb.
• Develop alternate methods of achieving City's goals, giving consideration to existing pavement
condition as determined by the pavement evaluation report. Repair, rehabilitation, partial and full
replacement of existing pavement will be considered.
• Prepare preliminary street improvement plans.
• Prepare preliminary signage and striping plans in accordance with the State of California Department of
Transportation Traffic Manual.
• Prepare preliminary estimate of probable cost,
FINAL DESIGN PHASE - 90% SUBMITTAL
• Prepare final street improvement plans.
• Title sheet will include:
• Project title, vicinity and location map, plan sheet index and scale.
• Utility and plan legends, utility notes, contact names and telephone numbers.
• Bench marks, basis of bearings, general and master construction notes.
• Standard signature and title blocks.
MacArthur Blvd. Pavement Overlay Page 7
MacArthur Boulevard From 1000 Feet North of San Joaquin Hills Road to Bonita Canyon Road
Contract Number C-5871 (Phase 2)
• Plan and profile sheets will include:
• Topography between right-of-way and beyond as necessary.
• Right-of-way limit lines.
• Utility location plot.
• Construction notes and quantity estimates.
• Typical sections and details
• Top of curb, edge of pavement at median and edge of gutter profile.
• Location of borings.
• Plot proposed cross sections at 50' intervals.
Prepare intersection improvement plans for MacArthur Boulevard intersection with Bonita Canyon
Road.
Prepare final signage and striping plans. Final plans to include:
• Removal and/or construction of existing and/or proposed traffic features where applicable.
• Traffic striping (traffic lanes, crosswalks, etc.).
• Traffic signing.
• Pavement markings and markers.
• Prepare project specifications.
• Prepare final estimate of probable cost.
FINAL PLAN SUBMITTAL
• After approval of project design, the plans will be plotted on mylar and delivered to the City.
CONSTRUCTION ASSISTANCE
• Provide coordination during bidding process including answering bidders questions during the bidding
phase.
• Provide assistance during construction consisting of plan interpretation and plan revisions resulting
from changed conditions.
• Prepare "As -Built" plans based on information provided by the City.
MacArthur Blvd, Pavement Overlay
Page 8
The most important element in the provision of professional services is the assignment of key personnel. Quality
personnel and an effective management system combine to produce quality service. Accordingly, the following
personnel will be assigned to this project.
• Surender Dewan, PE
• Nishant Chadha, MS
• Hoang Nguyen
• Jon Safdari
• Bob Kelsoe, L.S.
Subconsultants:
• Digital Mapping, Inc.
Project Manager/ President
Project Engineer
Design Engineer
CAD Designer
Survey Party Chief
Photogrammetric Services
City of Newport Beach
Mr, Surender Dewan, PE
President! Project Manager
DMS Consultants Inc.
Digital Mapping Inc
Environmental Services
Submn,Ld'ant
Bob Kelsoe, LS.
Survey Party Chief
DMS Consultants, Inc.
Nishant Chadha, MS, MBA
Project Engineer
DMS Consultants, Inc.
Hoang Nguyen
Design Engineer
DMS Consultants, Inc.
Jon Safdari
CAD Designer
DMS Consultants, Inc
MacArthur Blvd. Pavement Overlay Page 9
MacArthur Boulevard Pavement Overlay
From Coast Highway East to 1000 Feet North of San Joaquin Hills Road
Assumed Notice to Proceed: July 15, 2014
Aerial Survey and Design Survey
Utility Coordination
Concept Design Phase - 30%
Base Maps
Preliminary Design Phase - 70%
Street Improvement Plans
Signage and Striping Plans
City Review - Preliminary Design Plans
Final Design Phase - 90%
Improvement Plans
Specifications and Cost Estimates
Project Complete - 100% Submittal
P:ar.�lttur C.erlay
Contract No. C-5870
Phase 1
July Aug. Sept
111111
1111
Oct. Nov. Dec.
1111111111
1111
11
11
n
December 15, 2014
Page 10
MacArthur Boulevard Pavement Overlay
From 1000 Feet North of San Joaquin Hills Road to Bonita Canyon Road
Assumed Notice to Proceed: July 15, 2014
Aerial Survey and Design Survey
Utility Coordination
Concept Design Phase - 30%
Base Maps
Preliminary Design Phase - 70%
Street Improvement Plans
Signage and Striping Plans
City Review - Preliminary Design Plans
Final Design Phase - 90%
Improvement Plans
Specifications and Cost Estimates
Project Complete - 100% Submittal
Contract No. C-5871
Phase 2
July Aug. Sept
11'1„
1111
Oct. Nov. Dec
1111111111
1111
11
11
11
December 15, 2014
MacArthur Bi ju, Pavement Overlay P2Je 11
MacArthur Boulevard Pavement Overlay
From Coast Highway East to
1000 Feet North of San
Joaquin
Hills Road
Contract No. C-5870
Phase 1
Project
Project
Design
CAD
Survey
Hours
Manager
Engineer
Engineer
Designer
Crew
Preliminary Design Development
2
4
6
12
Design Survey
2
4
72
78
Concept Design Phase - 30%
Utility Coordination
4
8
6
18
Base Maps
4
8
60
48
120
Preliminary Design Phase - 70%
Street Improvement Plans
10
48
54
30
142
Signage and Striping Plans
6
32
40
78
Estimate of Probable Cost
4
8
12
Final Design Phase - 100%
Street Improvement Plans
2
8
34
10
54
Signage and Striping Plans
2
4
16
22
Estimate of Probable Cost
4
8
12
24
Specifications and Bid Package
10
16
26
Bidding and Construction Phase Assistance
-
L.S. -
See Fee Proposal
-
As -Built Plans
2
4
8
14
52
152
230
94
72
600
MacArthur Blvd, Pavement Overlay
Page W.
MacArthur Boulevard Pavement Overlay
From 1000 Feet North of San Joaquin Hills Road to Bonita Canyon Road
Contract No. C-5871
Phase 2
Project
Project
Design
CAD
Survey
Hours
Manager
Engineer
Engineer
Designer
Crew
Preliminary Design Development
2
4
6
12
Design Survey
2
4
72
78
Concept Design Phase - 30%
Utility Coordination
4
8
6
18
Base Maps
4
8
60
48
120
Preliminary Design Phase - 70%
Street Improvement Plans
10
48
54
30
142
Signage and Striping Plans
6
32
40
78
Estimate of Probable Cost
4
8
12
Final Design Phase - 100%
Street Improvement Plans
2
8
34
10
54
Signage and Striping Plans
2
4
16
22
Estimate of Probable Cost
4
8
12
24
Specifications and Bid Package
10
16
26
Bidding and Construction Phase Assistance
-
L.S. -
See Fee Proposal
-
As -Built Plans
2
4
8
14
52
152
230
94
72
600
MacArthur Blvd. Pavement Overlay P )g,, 13
1401 = YT
SCHEDULE OF MLUNG RATES
DMS Consultants Civil Engineers, Inc. Page B-1
FEE PROPOSAL
MacArthur Boulevard Pavement Overlay
From Coast Highway East to 1000 Feet North of San Joaquin Hills Road
Contract Number C•5870 (Phase 1)
1.
Preliminary Design Development.......................................................
:..................... __........... $1,450.00
2.
Aerial Survey: Sub-Consultant+10%....................................................................................$4,180.00
3.
Design Survey......................................................................................................................$14,860.00
4.
Concept Design Phase - 30% Submittal .............................................................................$14,070.00
$14,070.00
5.
Preliminary Design Phase - 70% Submittal........................................................................$24,020.00
6.
Final Design Phase - 100% Submittal ................................................................................$10,990.00
7.
Specifications and Bid Package..............................................................................................$3,600.00
8.
Bidding and Construction Phase Assistance..........................................................................$5,000.00
9.
As -Built Plans..........................................................................................................................$1,660.00
10.
Reproductions - Allowance.......................................................................................................$800.00
$800.00
TOTAL DESIGN FEE FOR PHASE 1: $80,630.00
MacArthur Boulevard Pavement Overlay
From 1000 Feet North of San Joaquin Hills Road to Bonita Canyon Road
Contract Number C-5871 (Phase 2)
1.
Preliminary Design Development............................................................................................$1,450.00
2.
Aerial Survey: Sub-Consultant+10%....................................................................................$4,180.00
3.
Design Survey......................................................................................................................$14,860.00
4.
Concept Design Phase - 30% Submittal.............................................................................
$14,070.00
5.
Preliminary Design Phase - 70% Submittal........................................................................$24,020.00
6.
Final Design Phase - 100% Submittal ................................................................................$10,990.00
7.
Specifications and Bid Package..............................................................................................$3,600.00
8.
Bidding and Construction Phase Assistance..........................................................................$5,000.00
9.
As -Built Plans.........................................................................................................................$1,660.00
10,
Reproductions - Allowance.......................................................................................................
$800.00
TOTAL DESIGN FEE FOR PHASE 2: $80,630.00
PROJECT TOTAL: $161,260.00
MacArthur Blvd. Pavement Ovetia7 J, -7r 14
HOURLY RATES
MacArthur Blvd. Pavement Overlay
............................... $160.00
....I .......................... $125.00
............. I................. $105.00
................................. $70.00
..........I ...................... $70.00
............................... $195.00
...........I ................... $245.00
I .............................. $115.00
..........I ...................... $55.00
P , 15
EXHIBIT C
INSURANCE REQUIREMENTS — PROFESSIONAL SERVICES
1. Provision of Insurance. Without limiting Consultant's indemnification of City, and
prior to commencement of Work, Consultant shall obtain, provide and maintain at
its own expense during the term of this Agreement, policies of insurance of the
type and amounts described below and in a form satisfactory to City. Consultant
agrees to provide insurance in accordance with requirements set forth here. If
Consultant uses existing coverage to comply and that coverage does not meet
these requirements, Consultant agrees to amend, supplement or endorse the
existing coverage.
2. Acceptable Insurers. All insurance policies shall be issued by an insurance
company currently authorized by the Insurance Commissioner to transact
business of insurance in the State of California, with an assigned policyholders'
Rating of A- (or higher) and Financial Size Category Class VII (or larger) in
accordance with the latest edition of Best's Key Rating Guide, unless otherwise
approved by the City's Risk Manager.
3. Coverage Requirements.
A. Workers' Compensation Insurance. Consultant shall maintain Workers'
Compensation Insurance, statutory limits, and Employer's Liability
Insurance with limits of at least one million dollars ($1,000,000) each
accident for bodily injury by accident and each employee for bodily injury
by disease in accordance with the laws of the State of California, Section
3700 of the Labor Code.
Consultant shall submit to City, along with the certificate of insurance, a
Waiver of Subrogation endorsement in favor of City, its 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.
DMS Consultants Civil Engineers, Inc. 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 require complete, certified copies of
all required insurance policies, at any time.
DMS Consultants Civil Engineers, Inc. Page C-2
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. Contractor shall give City prompt and timely
notice of claims made or suits instituted that arise out of or result from
Contractor's performance under this Contract, and that involve or may
involve coverage under any of the required liability policies. City assumes
no obligation or liability by such notice, but has the right (but not the duty)
to monitor the handling of any such claim or claims if they are likely to
involve City.
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
DMS Consultants Civil Engineers, Inc. Page C-3
judgment may be necessary for its proper protection and prosecution of
the Work.
DMS Consultants Civil Engineers, Inc. Page C-4