Loading...
HomeMy WebLinkAbout12 - Approval of PSA for Jamboree Road Rehabilitation from East Coast Highway to San Joaquin Hills Road - Contract No. 3242November 23, 1998 CITY COUNCIL AGENDA ITEM NO. 12 TO: MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: PUBLIC WORKS DEPARTMENT SUBJECT: APPROVAL OF PROFESSIONAL SERVICES AGREEMENT FOR JAMBOREE ROAD REHABILITATION FROM EAST COAST HIGHWAY TO SAN JOAQUIN HILLS ROAD — CONTRACT NO. 3242 RECOMMENDATION: Approve a Professional Services Agreement with Berryman & Henigar of Santa Ana, California, for professional engineering services for a contract price of $ 37,134. DISCUSSION: As a part of the City's adopted FY 98 -99 Capital Improvement Program, staff invited six (6) engineering firms to submit their proposal for providing engineering design services for approximately 1 mile of Jamboree Road from East Coast Highway to San Joaquin Hills Road. The scope of the professional services include the research of available records, data collection, field survey, geotechnical investigations, utility coordination, development and analysis of roadway rehabilitation strategies, preparation of project plans and specifications, re- construction coordination and meetings, bidding and construction assistance, and the preparation of as -built plans after construction completion. All six (6) firms responded to our request for proposals. Staff reviewed the firms' qualifications, past experience on similar projects, and availability and ranked Berryman & Henigar of Santa Ana as the most suitable for the project design work. Upon selection, staff negotiated with Berryman & Henigar to provide the necessary scope of services for a fee of $ 37,134. Berryman & Henigar have completed engineering services on similar projects for our City and other local agencies in Southern California. SUBJECT: APPROVAL OF PROFESSIONAL SERVICES AGREEMENTS FOR JAMBOREE ROAD REHABILITATION FROM E. COAST HIGHWAY TO SAN JOAQUIN HILLS ROAD — CONTRACT NO. 3242 NOVEMBER 23, 1998 Page 2 Fundin Funds for this project are available in Account No. 7181- C5100480, PAVEMENT MANAGEMENT PROGRAM FY 1998 -99 MAJOR MAINTENANCE, Jamboree Road Rehabilitation, East Coast Highway to San Joaquin Hills Road. Respectfully submitted, PLIBLIVORKS DEPARTMENT Don Webb, Director By: W Bill Patapoff City Engineer Attachment: Project Location Map Professional Services Agreement Exhibit "A" Scope of Services Exhibit "B" Schedule of Hourly Billing Rates f:\users\pbw\shared\council\fy98-99\nov-23\jamboree.doc SA JOAaV�N ,i� a y�<<s Q�PO �0 z a CD D 03 m 2� D �O FASHION ISLAND NOT TO SCALE PACIF,C JAMBOREE ROAD REHABILITATION FROM PACIFIC COAST HIGHWAY TO SAN JOAQUIN HILLS ROAD m PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT, entered into this 24th day of November, 1998, by and between CITY OF NEWPORT BEACH, a Municipal Corporation (hereinafter referred to as "City "), and Berryman & Henigar, whose address is 2001 East First Street, Santa Ana, California, 92705, (hereinafter referred to as "Consultant "), is made with reference to the following: RECITALS A. City is a Municipal Corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is planning to implement Street rehabilitation on Jamboree Road, between East Coast Highway and San Joaquin Hills Road. ( "Project"). C. City desires to engage Consultant to provide professional engineering design services for street improvements on Jamboree Road based upon the terms and conditions contained in this Agreement. D. The principal members of Consultant are for purpose of Project are William Stracker, P.E., and Mohammed Rowther, P.E. E. City has solicited and received a proposal from Consultant, has reviewed the previous experience and evaluated the expertise of Consultant and desires to contract with Consultant under the terms of conditions provided in this Agreement. -11- A. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. TERM The term of this Agreement shall commence on the 24th day of November, 1998, and shall terminate on the 301h day of June, 1999, unless terminated earlier as set forth herein. 2. SERVICES TO BE PERFORMED Consultant shall diligently perform all the duties set forth in the scope of services, attached hereto as Exhibit "A" and incorporated herein by reference. 3. COMPENSATION TO CONSULTANT City shall pay Consultant for the services in accordance with the provisions of this Section and the scheduled billing rates set forth in Exhibit "B" attached hereto and incorporated herein by reference. No rate changes shall be made during the term of this Agreement without prior written approval of City. Consultant's compensation for all work performed in accordance with this Agreement shall not exceed the total contract price of Thirty-seven thousand, one hundred thirty -four Dollars ($ 37,134). 3.1 Consultant shall maintain accounting records of its billings which includes the name of the employee, type of work performed, times and dates of all work which is billed on an hourly basis and all approved incidental expenses including reproductions, computer printing, postage and mileage. 3.2 Consultant shall submit monthly invoices to City payable by City within thirty (30) days of receipt of invoice subject to the approval of City. 3.3 Consultant shall not receive any compensation for extra work without prior -2- written authorization of City. Any authorized compensation shall be paid in accordance with the schedule of the billing rates as set forth in Exhibit "B ". 3.4 City shall reimburse Consultant only for those costs or expenses which have been specifically approved in this Agreement, or specifically approved in advance by City. Such cost shall be limited and shall include nothing more than the following costs incurred by Consultant: A. The actual costs of subconsultants for performance of any of the services which Consultant agrees to render pursuant to this Agreement which have been approved in advance by City and awarded in accordance with the terms and conditions of this Agreement. B. Approved computer data processing and reproduction charges. C. Actual costs and /or other costs and /or payments specifically authorized in advance in writing and incurred by Consultant in the performance of this Agreement. 4. STANDARD OF CARE 4.1 All of the services shall be performed by Consultant or under Consultant's supervision. Consultant represents that it possesses the professional and technical personnel required to perform the services required by this Agreement and that it will perform all services in a manner commensurate with the community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City nor have any contractual relationship with City. Consultant represents and warrants to City that it has or shall obtain all licenses, permits, qualifications and approvals required of its profession. Consultant further represents and MI! warrants that it shall keep in effect all such licenses, permits and other approvals during the term of this Agreement. 4.2 Consultant shall not be responsible for delay, nor shall Consultant be responsible for damages or be in default or deemed to be in default by reason of strikes, lockouts, accidents, or acts of God, or the failure of City to furnish timely information or to approve or disapprove Consultant's work promptly, or delay or faulty performance by City, contractors, or governmental agencies, or any other delays beyond Consultant's control or without Consultant's fault. 4.3 The term Construction Management or Construction Manager does not imply that Consultant is engaged in any aspect of the physical work of construction contracting. Consultant shall not have control over or charge of, and shall not be responsible for Project's design, Project's contractor (hereinafter referred to as "Contractor'), construction means, methods, techniques, sequences or procedures, or for any health or safety precautions and programs in connection the work. These duties are and shall remain the sole responsibility of the Contractor. Consultant shall not be responsible for the Contractors schedules or failure to carry out the work in accordance with the contract documents. Consultant shall not have control over or charge of acts or omissions of City, Design Engineer, Contractor, Subcontractors, or their Agents or employees, or of any other persons performing portions of the work. 5. INDEPENDENT PARTIES City retains Consultant on an independent contractor basis and Consultant is not an employee of City. The manner and means of conducting the work are under the control of Consultant, except to the extent they are limited by statute, rule or regulation -4- and the expressed terms of this Agreement. Nothing in this Agreement shall be deemed to constitute Consultant or any of Consultant's employees or agents to be the agents or employees of City. Consultant shall have the responsibility for and control over the details in means of performing the work provided that Consultant is in compliance with the terms of this Agreement. Anything in this Agreement which may appear to give City the right to direct Consultant as to the details of the performance of the services or to exercise a measure of control over Consultant shall mean that Consultant shall follow the desires of City only in the results of the services. 6. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator, and any other agencies, which may have jurisdiction or interest in the work to be performed. City agrees to cooperate with Consultant on Project. 7. PROJECT MANAGER Consultant shall assign Project to a Project Manager, who shall coordinate all phases of Project. This Project Manager shall be available to City at all reasonable times during term of Project. Consultant has designated Mohammed Rowther, P.E., to be its Project Manager. Consultant shall not bill any personnel to Project other than those personnel identified in Exhibit "B ", whether or not considered to be key personnel, without City's prior written approval by name and specific hourly billing rate. Consultant shall not remove or reassign any personnel designated in this Section or assign any new or replacement person to Project without the prior written consent of City. City's approval shall not be unreasonably withheld with respect to removal or assignment of non -key personnel. -5- Consultant, at the sole discretion of City, shall remove from Project any of its personnel assigned to the performance of services upon written request of City. Consultant warrants it will continuously furnish the necessary personnel to complete Project on a timely basis as contemplated by this Agreement. 8. TIME OF PERFORMANCE Time is of the essence in the performance of the services under this Agreement and the services shall be performed by Consultant in accordance with the schedule specified in "Exhibit A ". The failure by Consultant to strictly adhere to the schedule may result in termination of this Agreement by City, and the assessment of damages against Consultant for delay. Notwithstanding the foregoing, Consultant shall not be responsible for delays, which are due to causes beyond Consultant's reasonable control. However, in the case of any such delay in the services to be provided for Project, each parry hereby agrees to provide notice to the other party so that all delays can be addressed. 8.1 Consultant shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than ten (10) calendar days after the start of the condition, which purportedly causes a delay, and not later than the date upon which performance is due. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays, which are beyond Consultants control. 8.2 For all time periods not specifically set forth herein, Consultant shall respond in the most expedient and appropriate manner under the circumstances, by either telephone, fax, hand delivery or mail. 19 9. CITY POLICY Consultant will discuss and review all matters relating to policy and project direction with the Project Administrator in advance of all critical decision points in order to ensure that the Project proceeds in a manner consistent with City goals and policies. 10. CONFORMANCE TO APPLICABLE REQUIREMENT All work prepared by Consultant shall conform to applicable city, county, state and federal law, regulations and permit requirements and be subject to approval of the Project Administrator and City Council. 11. PROGRESS Consultant is responsible to keep the Project Administrator and/or his/her duly authorized designee informed on a regular basis regarding the status and progress of the work, activities performed and planned, and any meetings that have been scheduled or are desired. 12. HOLD HARMLESS Consultant shall indemnify, defend, save and hold harmless City, its City Council, boards and commissions, officers and employees from and against any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all negligent acts or omissions of Consultant, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Agreement, excepting only the active negligence or willful misconduct of City, its officers or employees, and shall include attorneys' fees and all other costs incurred in defending any such claim. Nothing in this -7- indemnity shall be construed as authorizing, any award of attorneys' fees in any action on or to enforce the terms of this Agreement. 13. INSURANCE Without limiting consultant's indemnification of City, and prior to commencement of work, Consultant shall obtain and provide and maintain at its own expense during the term of this Agreement policy or policies of liability insurance of the type and amounts described below and satisfactory to City. Certification of all required policies shall be signed by a person authorized by that insurer to bind coverage on its behalf and must be filed with City prior to exercising any right or performing any work pursuant to this Agreement. Except workers compensation and errors and omissions, all insurance policies shall add City, its elected officials, officers, agents, representatives and employees as additional insured for all liability arising from Consultant's services as described herein. All insurance policies shall be issued by an insurance company certified to do business in the State of California, with original endorsements, with Best's A VII or better carriers, unless otherwise approved by City Risk Manager. A. Worker's compensation insurance covering all employees and principals of Consultant, per the laws of the State of California. B. Commercial general liability insurance covering third party liability risks, including without limitation, contractual liability, in a minimum amount of $1 million combined single limit per occurrence for bodily injury, personal injury and property damage. If commercial general liability insurance or other form with a general aggregate is used, either the general aggregate shall apply separately to this Project, or the general aggregate limit shall be twice the occurrence limit. C. Commercial auto liability and property insurance covering any owned and rented vehicles of Consultant in a minimum amount of $1 million combined single limit per accident for bodily injury and property damage. D. Professional errors and omissions insurance which covers the services to be performed in connection with this Agreement in the minimum amount of One Million Dollars ($ 1,000,000). Said policy or policies shall be endorsed to state that coverage shall not be canceled by either party, except after thirty (30) days' prior notice has been given in writing to City. Consultant shall give City prompt and timely notice of claim made or suit instituted arising out of Consultant's operation hereunder. Consultant shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. Consultant agrees that in the event of loss due to any of the perils for which it has agreed to provide comprehensive general and automotive liability insurance, that Consultant shall look solely to its insurance for recovery. Consultant hereby grants to City, on behalf of any insurer providing comprehensive general and automotive liability insurance to either Consultant or City with respect to the services of Consultant herein, a waiver of any right of subrogation which any such insurer of said Consultant may acquire against City by virtue of the payment of any loss under such insurance. 14. PROHIBITION AGAINST TRANSFERS Consultant shall not assign, sublease, hypothecate or transfer this Agreement or M any of the services to be performed under this Agreement, directly or indirectly, by operation of law or otherwise without prior written consent of City. Any attempt to do so without consent of City shall be null and void. The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or co- tenant if Consultant is a partnership or joint- venture or syndicate or co- tenancy, which shall result in changing the control of Consultant, shall be construed as an assignment of this Agreement. Control means fifty percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more of the assets of the corporation, partnership or joint venture. 15. OWNERSHIP OF DOCUMENTS Each and every report, draft, work product, map, record and other document reproduced, prepared or caused to be prepared by Consultant pursuant to or in connection with this Agreement shall be the exclusive property of City. Documents, including drawings and specifications, prepared by Consultant pursuant to this Agreement are not intended or represented to be suitable for reuse by City or others on any other project. Any use of completed documents for other projects and any use of incomplete documents without specific written authorization from Consultant will be at City's sole risk and without liability to Consultant. Further, any and all liability arising out of changes made to Consultant's deliverables under this Agreement by City or persons other than Consultant is waived as against Consultant and City assumes full responsibility for such changes unless City has given Consultant prior notice and has received from Consultant written consent for such changes. -10- Consultant shall, at such time and in such forms as City may require, furnish reports concerning the status of services required under this Agreement. 16. CONFIDENTIALITY The information, which results from the services in this Agreement, is to be kept confidential unless the release of information is authorized by City. 17. CITY'S RESPONSIBILITIES In order to assist Consultant in the execution of his responsibilities under this Agreement, City agrees to provide the following: A. City will provide access to and upon request of Consultant, provide one copy of all existing record information on file at City. Consultant shall be entitled to rely upon the accuracy of data information provided by City and field review by Consultant. City will provide all such materials in a timely manner so as not to cause delays in Consultant's work schedule. B. City staff will provide usable life of facilities criteria and provide information with regards to deficient facilities. 18. ADMINISTRATION This Agreement will be administered by the Public Works Department. Bill Patapoff shall be considered the Project Administrator and shall have the authority to act for City under this Agreement. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Agreement. 19. RECORDS Consultant shall keep records and invoices in connection with the work to be SEE performed under this Agreement. Consultant shall maintain complete and accurate records with respect to the costs incurred under this Agreement. All such records shall be clearly identifiable. Consultant shall allow a representative of City during normal business hours to examine, audit and make transcripts or copies of such records. Consultant shall allow inspection of all work, data, documents, proceedings and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 20. WITHHOLDINGS City may withhold payment of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Agreement. Consultant shall not discontinue work for a period of thirty (30) days from the date of withholding as a result of such withholding. Consultant shall have an immediate right to appeal to the City Manager or his designee with respect to such disputed sums. Consultant shall be entitled to receive interest on any withheld sums at the rate of seven percent (7 %) per annum from the date of withholding of any amounts found to have been improperly withheld. 21. ERRORS AND OMISSIONS In the event of errors or omissions that are due to the negligence or professional inexperience of Consultant which result in expense to City greater than would have resulted if there were not errors or omissions in the work accomplished by Consultant, the additional design, construction and/or a restoration expense shall be borne by Consultant. Nothing in this paragraph is intended to limit City's rights under any other sections of this Agreement. -12- 22. CITY'S RIGHT TO EMPLOY OTHER CONSULTANTS City reserves the right to employ other consultants in connection with Project. 23. CONFLICTS OF INTEREST A. Consultant or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose financial interest that may foreseeably be materially affected by the work performed under this Agreement, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. B. If subject to the Act, Consultant shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for termination of this Agreement by City. Consultant shall indemnify and hold harmless City for any and all claims for damages resulting from Consultant's violation of this Section. 24. SUBCONSULTANT AND ASSIGNMENT Except as specifically authorized under this Agreement, the services included in this Agreement shall not be assigned, transferred, contracted or subcontracted without prior written approval of City. 25. NOTICES All notices, demands, requests or approvals to be given under this Agreement shall be given in writing and conclusively shall be deemed served when delivered personally or on the third business day after the deposit thereof in the United States mail, postage prepaid, first class mail, addressed as hereinafter provided. -13- All notices, demands, requests or approvals from Consultant to City shall be addressed to City at: City of Newport Beach 3300 Newport Boulevard P. O. Box 1768 Newport Beach, CA, 92658 -8915 (949) 644 -3311 Fax (949) 644 -3318 All notices, demands, requests or approvals from City to Consultant shall be addressed to Consultant at: Attention: William E. Stracker, P.E. Senior Vice President Berryman & Henigar 2001 East First Street Santa Ana, CA 92705 (714) 568 -7300 Fax (714) 836 -5906 26. TERMINATION In the event either part hereto fails or refuses to perform any of the provisions hereof at the time and in the manner required hereunder, that party shall be deemed in default in the performance of this Agreement. If such default is not cured within a period of two (2) days, or if more than two (2) days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) days after receipt by defaulting party from the other party of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the nondefaulting party may terminate the Agreement forthwith by giving to the defaulting party written notice thereof. 26.1 City shall have the option, at its sole discretion and without cause, of -14- terminating this Agreement by giving seven (7) days' prior written notice to Consultant as provided herein. Upon termination of this Agreement, City shall pay to Consultant that portion of compensation specified in this Agreement that is earned and unpaid prior to the effective date of termination. 27. COMPLIANCES Consultant shall comply with all laws, state or federal and all ordinances, rules and regulations enacted or issued by City. 28. WAIVER A waiver by either party of any breach, of any term, covenant or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition contained herein whether of the same or a different character. 29. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions hereon. Any modification of this Agreement will be effective only by written execution signed by both City and Consultant. 30. OPINION OF COST Any opinion of the construction cost prepared by Consultant represents his /her judgment as a design professional and is supplied for the general guidance of City. Since Consultant has no control over the cost of labor and material, or over competitive bidding or market conditions, Consultant does not guarantee the accuracy of such opinions as -15- compared to contractor bids or actual cost to City. 31. CADD DELIVERABLES CADD data delivered to City shall not include the professional stamp or signature of an engineer or architect. City agrees that Consultant shall not be liable for claims, liabilities or losses arising out of, or connected with (a) the modification or misuse by City, or anyone authorized by City, of CADD data; (b) the decline of accuracy or readability of CADD data due to inappropriate storage conditions or duration; or (c) any use by City, or anyone authorized by City, of CADD data for additions to this Project, for the completion of this Project by others, or for any other project, excepting only such use as is authorized, in writing, by Consultant. By acceptance of CADD data, City agrees to indemnify Consultant for damages and liability resulting from the modification or misuse of such CADD data. 32. PATENT INDEMNITY Consultant shall indemnify City, its agents, officers, representatives and employees against liability, including costs, for infringement of any United States' letters patent, trademark, or copyright infringement, including costs, contained in Consultant's -16- drawings and specifications provided under this Agreement. IN WITNESS WHEREOF, the parties have caused this Agreement to be executed on the day and year first written above. APPROVED AS TO FORM: By: Robin Clauson Assistant City Attorney ATTEST: LaVonne Harkless City Clerk f:\users\pbw\sharedlagmt\gg\beryman.doc -17- CITY OF NEWPORT BEACH A Municipal Corporation Mayor City of Newport Beach CONSULTANT William E. Stracker, P.E. Senior Vice President / ¥ 2 LU m§ §2 w \k § 0 a \ co \k Q) Q) \\ 3E e§ � & T m % � to k � t { m ) FN % } � m \ 2 rlo j § k, E2 L ! � } � \ $ ƒ [ w III p § � § \ . )� . . � / } c E § m / q k k % E 2 ) 15 0 ' f & a t cm a) 2 § 2 % % 8 /) ) \ \) u � o ¥ « y a) f % $ E \ c C 5 - - \ k ) E J \ k \ \ \ § § § C k 7 8 k/ k / //: k » c n= LZ o C_� w LL oLff I � m# U) o w== 2 2 2 4 � & T m % � to k � t { m City of Newport Beach Jamboree Road Rehabilitation The following is our proposed approach for the design development and preparation of construction documents for Jamboree Road Rehabilitation in the City of Newport Beach. PROJECT SCOPING MEETING Upon receipt of the Notice to Proceed, Berryman & Henigar will set up a kick -off meeting with the City staff to discuss the detailed scope of work and schedule of milestone dates. We will also review the project objectives, budget, design criteria, permit requirements (such as the Coastal Development Permit), and any potential problems which may require early lead time or mitigation. DOCUMENT RESEARCH Berryman & Henigar staff will research City records for "as- built" street improvement plans, bench mark locations, monument information, pavement delineation plans, geotechnical information, and other data that may be pertinent to the project. Letters will be sent to all agencies known to be providing utilities and services or to be operating within the project area. This letter will include the project schedule and a request for existing plans. The existing utility services will be added to the project plans. DESIGN SURVEY A field topographic survey will be conducted to locate and detail all pertinent existing improvements within the street right -of -way including curb, manholes, valves, vaults, pull boxes, catch basins, driveways, aprons, back of walk, handicap ramps, above ground utilities including poles, street light and traffic signals, etc. Cross section elevations will be taken at approximately 100 -foot intervals and will include top of curb, gutter flowline and lip, back of walk, and any grade breaks. Roadway improvements will be surveyed to join with f:%prop%civinewportbeachlg8w -0176 rehablamboree2106 _scope2.doc 6-1 SECTION 6 SCOPE OF SERVICES the new design. Elevations along a 10' by 10' grid will be obtained at the intersection of San Joaquin Hills Road and Jamboree Road to provide for an analysis of the intersection geometrics. MONUMENT PRESERVATION Existing street centerline monuments will be tied out prior to any construction activities and will be properly documented and filed with the County Surveyor as record information. BASE MAP DEVELOPMENT Base plans shall be generated from, existing plans and other information furnished by the City, field survey, and data gathered by field review. The plans will be prepared utilizing AutoCAD computer aided drafting (CAD) with Softdesk Civil Design software. The base plans will be generated at a scale of 1 " =40'. FIELD REVIEW A field review will be performed after preparation of the base plans to verify topography within the roadway (i.e., manholes, valve boxes, driveway locations, etc.), verify locations of existing striping, pavement marking and loop detectors and limits of pavement reconstruction. SAN JOAQUIN HILLS ROAD AND JAMBOREE ROAD INTERSECTION ANALYSIS Develop a 20 scale intersection grid plan with possible 10 scale "blow -ups" to review the elevations and analyze the roadway geometrics for this location. This analysis will include drainage and safety issues. Berryman & Henigar 47/ City of Newport Beach Jamboree Road Rehabilitation GEOTECHNICAL INVESTIGATION Field Exploration NINYO & MOORE will drill 2 shallow borings within the project limits. Borings will be excavated to a depth of about 10 feet below existing ground surface. Two additional borings will be drilled to a depth of 5 feet to determine pavement thickness at other locations along the road at the direction of the Engineer. NINYO & MOORE will contact City representatives for information regarding buried utilities and structures. They will also notify Underground Service Alert (USA) to coordinate with utility companies to clear underground conduits and subsurface structures in the vicinity of planned boring locations. Where proposed borings will penetrate existing pavements, the thickness of pavement section will be measured and recorded. Subsurface conditions encountered during exploration will be logged by our field personnel. Bulk samples of representative soil types will be obtained in the borings. Earth materials encountered will be classified in accordance with the Unified Soil Classification System (ASTM D2488). Samples will be packaged, labeled, and transported to the laboratory for testing. Upon completion of drilling and sampling, borings will be backfilled with on -site excavated materials. Where existing pavements are penetrated, the upper 6 inches near street grade will be patched with cold -mix asphalt concrete or quick -set cement. Laboratory Testing and Analysis Samples obtained in the field will be tested in the laboratory to evaluate their subgrade support properties. Laboratory testing will include moisture, dry density, wash sieve (No. 200) analysis, corrosivity, compaction, and a resistance "R" value test. Laboratory f:%prnp%dAnewperlbeach196w- 0176 rehabJamburee2106 scape2.dec SECTION 6 SCOPE OF SERVICES testing will be performed in general accordance with applicable procedures of the current American Society for Testing and Materials (ASTM), California Department of Transportation (Caltrans) Test Method (CTM), or other approved test standards. Investigation Report Based upon results of the field exploration and laboratory testing, we will analyze the information developed through our investigation or otherwise available to us, including those aspects of the subsurface conditions that may affect design and construction of the project adjacent to the median. NINYO & MOORE will submit a report summarizing our findings and recommendations. Four copies of the report will be submitted. The report will address the following items: • A summary of the measured thickness of existing structural sections at the exploratory locations. • A description of subsurface conditions adjacent to the landscaped medianand controlling engineering properties of the encountered materials, including documentation of boring and sampling locations, and laboratory test results. • Evaluation of pavement, including support characteristics of subgrade, preparation of subgrade, and structural sections of asphaltic concrete and base course on the basis of Traffic Indices (TIs) to be provided by the City. • Geotechnical requirements and compaction criteria for construction of street subgrade and pavement sections. • Recommendations for post- investigation services. Schedule Ninyo & Moore estimates the completion of field work to Report will take about 6 weeks. 6 -2 Berryman & Heaigar City of Newport Beach Jamboree Road Rehabilitation PAVEMENT REHABILITATION PLANS Pavement rehabilitation plans will be prepared on the 40 -scale base maps for this project. The improvement plans will be based on 2 inches of asphalt concrete over fabric, the Materials Report prepared by NINYO & MOORE, and on the field review by Berryman & Henigar staff. The plans will include: • title sheets; • typical cross - sections; • limits of crack seal, pavement removal and reconstruction, and asphalt concrete overlays; • limits of cold milling along curb and gutter, median gutter, cross - gutters and project limits; • adjustment to grade for utility vaults and manhole frame and cover; • reinstallation of traffic signal loop detectors as necessary based upon City's striping plans. Striping And Pavement Marking Plans Striping and pavement marking plans will be provided by the City. The plan will include the necessary details for the replacement of existing traffic signal loop detectors as needed along Jamboree Road. Stage Construction And Traffic Control Stage construction and traffic control requirements will be outlined in the Special Provisions so that the construction contractor can prepare plans delineating the work to be performed in each phase of construction and showing how the traffic is to be handled during construction. UTILITY NOTIFICATIONS B &H staff will send out second notices with two sets of preliminary plans to all affected utilities and other agencies for their review of the proposed improvements, and will incorporate comments received into the final design. f:%proplciv\newporlbeachlgew -0176 rehab%jamboree2106 scupe2.doc 6 -3 SECTION 6 SCOPE OF SERVICES COST /QUANTITY ESTIMATES AND SPECIFICATIONS Cost/Quantity Estimates shall be prepared in a unit price format indexed for easy updating. City's Standard Specifications shall be provided by the City and incorporated into the contract documents. The consultant will provide the Special Provisions specifically for the project. 70% SUBMITTAL The 70% Submittal to the City for review and comments will include two sets of the following: 1. Title Sheet. 2. Preliminary Street Improvement Plans.. 3. Detail and Sections. 4. Preliminary Quantity and Cost Estimate. 5. Initial results of the soils evaluation will be discussed to determine design parameters. A comment review meeting is anticipated after receiving comments back from the City. 100% SUBMITTAL The 100% submittal to the City will include the final plans, complete draft specifications, draft special provisions, and final quantities and cost estimates. All previous design comments and all design related issues will be addressed with this submittal. A comment review meeting with the City is anticipated after receiving comments back from the City. FINAL SUBMITTAL PACKAGE Prepare final plans, specifications, and estimates City staff and utility companies' review comments. Send out final utility notices and plans for approval, and to obtain the necessary permits, where applicable. Berryman & Henigar City of Newport Beach Jamboree Road Rehabilitation Submittal of Final Plans, Specifications, and Estimate (PS &E) will include the following: 1. Submit all pertinent design correspondence, including responses from utilities. 2. Original mylar and two sets of Street Improvement Plans. 3. Original and two sets of specifications 4. Cross - sections and working drawings. 5. Cost Estimate and all backup materials 6. Electronic files of CAD drawings (AutoCAD) and specifications (Microsoft Word or WordPerfect). 7. City's red -line comments on the Preliminary Plan Submittal. BID PHASE AND CONSTRUCTION SUPPORT Attend pre - construction meeting. Berryman & Henigar staff will be available throughout the bidding and construction phase of the project for plan interpretations and tech- nical support. Provide engineering assistance in change order work initiated by the City or variation of submittal packages due to funding source changes. Prepare Project Record Drawings from the Contractor's red -lined blueprints on the original signed mylars. SECTION 6 SCOPE OF SERVICES f: \prop\civ\newportbeach\98w.0176 rehabJamboree2\06_scope2.dac 6-4 Berryman & Henigar m x w U X V Iq /W W CL W LL 0 U uj W LU LL 0 Q r Q •Q CL L W � m o¢ LuI °c Lu cri•V O z N a Z m sm N N U O T 0- U v 'O o N O Z 0 a U�04W T dmvv m c c c a w W d c v .L oz v 2 v Joao (n W W i . i n n IL w 3 a U I h M N V N N 00 O V 0 0 (O O N O O O W O M V N O r N CO M V O O M V w .0 W N N M W N W M 1_ N M V N to tN M N W M V LO (O M N (O M (O T n w L T(+I fH W U co CO N V N (N U Cl h N � co T N N V V IT T N M Q^ V O V V V T N N N M W N U O X QW co to M CID 10 N O N co l W V c 0 (Q ODM N 00 N N aT N a M T (O (O (O N V V N N N N (p JO N N V N V N N (O N N N V a N N ul W w d N C =z- O j a a G) CL z z ? z W Q� W U Z z a 0� U) z 0f ry) W �... F mxU� U 0} W a� (OZ Ow '0 >_ _ W z w z_j m z O F F-o to0 to (qa _j a U W LL az o 7 LL JOT U to 082 W W Ja(aj Y� W zz O(Ap W M0� O E zzzz(nxQao UetS> aLL—SZU�>.z00 U J w m 0 mxLLLLaaw — — w Fp Fmzw it CO Z m i i¢ w O x z z w U z a w z W �z W JJ�mOW g�oLLO (nF0>> N IIJ �?"JOf7 >a?wo�F wJJOw a c; co m U (L m00w� RRm -jzo> W WO w 0 ozwo0 O w— K c H W m O w o w w a W a a w? a OLL❑OMaamLL (n U' LLLLLL(AU « ?ULLmLL « = Y CIA 0 It La T N (•: V vi (O h CO O V, It ti T T T T T N a Z m sm N N U O T 0- U v 'O o N O Z 0 a U�04W T dmvv m c c c a w W d c v .L oz v 2 v Joao (n W W i . i n n IL w 3 a U I City of Newport Beach Jamboree Road Rehabilitation BERRYMAN 8 HENIGAR HOURLY RATE SCHEDULE EQUIP -MENT: HOURLY TYPE RATE Dynaflect 125.00 Inroads CADD Design 24.00 Microstation CADD Drafting 12.00 Plotter 11.00 Out -of- pocket expenses (blueprinting, reproduction, and printing) will be invoiced at cost plus 15 %. A 15% fee for administration, coordination and handling will be added to subcontracted services. Mileage will be invoiced at $0.36 /mile. Scheduled overtime will be performed at 125 %. Rates may be adjusted after that date to compensate for labor cost increases and other increases due to inflationary trends. [:\prop \civ \ newporlbeach\98w -0176 rehab\proj d\appx rate.doc Berryman & Henigar 4 -1 HOURLY HOURLY CLASSIFICATION RATE CLASSIFICATION RATE Principal Consultant 146.00 Technician 1 35.00 Principal Engineer 135.00 Licensed Land Surveyor 87.00 Senior Associate 113.00 Supervising Land Surveyor 81.00 Senior Engineer 103.00 2- Person Survey Crew 163.00 Engineer 111 92.00 3- Person Survey Crew 198.00 Engineer 11 81.00 Senior Survey Analyst 81.00 Engineer 1 70.00 Survey Analyst 70.00 Planner 11 81.00 Senior Inspector 70.00 Planner 1 70.00 Inspector 60.00 Senior Designer 87.00 Senior Contract Administrator 71.00 Designer 70.00 Contract Administrator 61.00 Senior Draftsperson 60.00 Building Official 94.00 Draftsperson 48.00 Senior Programmer 76.00 Engineering Assistant 60.00 Programmer 60.00 Plan Checker IV 92.00 Cadd Designer 81.00 Plan Checker III 81.00 Cadd Operator 11 70.00 Plan Checker 11 76.00 Cadd Operator 1 60.00 Plan Checker 1 70.00 Word Processor 111 60.00 Technician VI 76.00 Word Processor II 48.00 Technician V 65.00 Word Processor 1 39.00 Technician IV 55.00 Clerical 33.00 Technician III 46.00 Technician 11 39.00 EQUIP -MENT: HOURLY TYPE RATE Dynaflect 125.00 Inroads CADD Design 24.00 Microstation CADD Drafting 12.00 Plotter 11.00 Out -of- pocket expenses (blueprinting, reproduction, and printing) will be invoiced at cost plus 15 %. A 15% fee for administration, coordination and handling will be added to subcontracted services. Mileage will be invoiced at $0.36 /mile. Scheduled overtime will be performed at 125 %. Rates may be adjusted after that date to compensate for labor cost increases and other increases due to inflationary trends. [:\prop \civ \ newporlbeach\98w -0176 rehab\proj d\appx rate.doc Berryman & Henigar 4 -1